Loading...
HomeMy WebLinkAboutCarlsbad Pipelines Inc; 1975-09-26; 1026ORIGINAL CITY OF CARLSBAD SAN DIEGO COUNTY California CONTRACT DOCUMENTS & SPECIFICATIONS FOR INSTALLATION OF A WATER LINE IN SKYLINE DRIVE FROM B1I-CH AVEKUIJ TO ALDER AVENUE Contract i-'o. 1026 August .1975 TABLE OF CONTENTS Page 1 NOTICE INVITING SEALED PROPOSALS 3 PROPOSAL 6 BID BOND 7 DESIGNATION OF SUBCONTRACTORS 8 STATEMENT OF FINANCES S AGREEMENT AND CONTRACT 11 BOND FOR LABOR AND MATERIALS 13 BOND FOR FAITHFUL PERFORMANCE 15 SPECIAL PROVISIONS Pago 1 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the Office of the City Clerk, City Hall, 1200 Sim Avenue, Carlsbad, California, until 10; 00 AM on the "*""" 4th day of September __ , 19 75 , at which time they will be opened and read, for performing the work as follows: Installation of a Water Line in Skyline Drive from Birch Avenue . to Alder Avenue Contract No. 1026 No bid will be received unless it is made on a proposal form furnished. by the Engineering Department. Each bid must be accompanied by cash, certified check or bidder's bond made payable to the City of Carlsbad, for an amount equal to at leas.t 10 per cent of the amount bid. The documents included within the sealed bids which require completion and execution are the following: 1. Proposal - Page 3 2. Designation of Subcontractors - Page 7 3 . Bidder ' s Bond - Page 6 4. Contractor's Financial Status - Page 8 The documents shall be affixed with the appropriate signatures and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or vice -Pre s idem: and Sejojnstjary or Assistant Secretary are required and the Corporate Seal shall be affixed to~"aTI documents requiring signatures. In the case of a partnership, the signature of at least one general partner is required. All bids are to be compared on the basis of the Engineer's estimate. The estimated quantities are approximate only, being given solely as a basis for the comparison of bids. No bid will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of Business and Professions' Code. The contractor shall state his license number and classification in the proposal. Plans, Special Provisions and Contract Documents may be obtained at the Engineering Department, City Hall, Carlsbad, California, at no cost to licensed contractors. A nonrefundable charge of none will be required for each set of plans, special provisions and contract documents for other than licensed contractors. It is requested that the plans and special provisions be returned within 2 weeks after the bid opening. The City of Carlsbad reserves the right to reject, any or all bids and to waive any informality in such bids. A project tour will be conducted by the City of Carlsbad Engineering Department at 10:00 AM on August. 29, 1975 __ . In accordance with the provisions of Section 1770 of the Labor Code, the City Council of the City of Carlsbad has ascertained the general Page 2 prevailing rate of per diem wages in the locality in which the work is to be performed for each craft or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 3600. A copy of said Resolution is available in the Office of the City Clerk in the City of Carlsbad. Also, the prime contractor shall be responsible to insure compliance with provisions of Section 1777.5 of the Labor Code of the State of California for all occupations with apprenticeships as required on public works projects above thirty thousand dollars ($30,000) or 20 working days. Page 3 CITY OF CARLSBAD INSTALLATION OF A WATER LINE IN SKYLINE DRIVE FROM BIRCH AVENUE TO ALDER AVENUE CONTRACT NO. 1025 • PROPOSAL * ' ' "'''.' To the City Council City of Carlsbad - ' 1200 Elm Avenue Carlsbad, CA 92008 Gentlemen: . The undersigned declares that he -has carefully examined the location of the work, read the Notice Inviting Bids, examined the plans and specifications, and hereby proposes to furnish all labor, materials, equipment, transportation 'and services required to do all the work to complete Contract 1026 in accordance with the plans, the specifi- cations of the City of Carlsbad, and the special provisions, and that he will take in full payment therefor the following unit prices for each item complete to wit: . Approx. . Item No. Quantity Unit Article Unit Price Total 1. 1562 L.F. 10" asbestos cement water line including bends, trenching, backfill and resurfacing at _ *r , - - ^£ J-T,Ztf dollars /&• — /fV and /^//^ cents r \ V. per linear foot . '2. 1 each 10" gate valve at _ ^ c& dollars ' ^ and . _y^jg.._.._. _ cents each 3. 2 each 6" gate valve includingtee at dollars_ J-J.: ,_L--jr. r- „- -> ,. n~ ,T . . -r - and _ £££L~. _ cents each . . Page 3a Approx. Item No. Quantity Unit Article Unit Price Total 4. 2 each manual air release valve 7'tA//? .Mi.-'.AJfttfJZQ pc dollars P2° " cents each • TOTAL (figures) //? $&/ TOTAL (in words) \Q/£ . . • Page 4 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal; times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price/ the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds and insurance policies within twenty (20) days from the date of award of contract by the City Council of the City of Carlsbad, the proceeds of check or bond accompanying this bid shall become the property of the City of Carlsbad. Licensed in accordance with the Statutes of the State of California providing for the registration of contractors, License No Identification C.-&2 * C, - The undersigned bidder hereby represents as follows: (a) That no Councilman, officer, agent or employee of the city- of Carlsbad is personally interested, directly or indirectly, in this contract, or the compensation - to be paid hereunder; that no representation, oral or in writing,' of the City Council, its officers, agents or employees , has induced him to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms, and (b) That this bid is made without connection with any person, firm or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud, Accompanying this proposal is (cash, certified check, ca sh].er_>_s,,._check or bond) in an amount not less than 10 per cent of the total bid price, The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability .for workmen's compensation or to undertake self -insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. Page 5 / / L/ / / s,<ris (./?s{/j±v/?£; /'/spAs/A's?'* lsW&'- (<?• Phone Number Bidder's Name %..*• • . • ' . • / . V (SSkLj Date Authorized Sfignatmre- "^ ?^.y^Kg^y __Authorized Signature ^c#.Bidder's Address . Type of Organization (Individual, Corporation, Co- partnership) List below names of President, Secr'etary, Treasurer and Manager if a corporation, and names of all co-partners if a co-partnership: Page 6 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN 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 Dollars- ($ ) , lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents, THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH: That if the proposal of the above-bounden principal for: Installation of a Water Line in Skyline Drive from Birch Avenue to Alder Avenue Contract No. 1026 in the City of Carlsbad, is accepted by the City Council of said City, and if the above-bounden Principal shall duly enter into and execute a contract including required bonds and insurance policies within (20) twenty days from the date of award of contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any Principal above named executed this bond cis an individual, it is agreed that the death of any such Principal shall not exonerate the surety from its obligations under this bend. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of . , 19 . C \ - - ^ I «o Corporate Seal (if corporation) (Attach Acknowledgement of Attorney in Fact) Principal Surety By_ Title (Notarial acknowledgement of execution by all PRINCIPALS and SURETY must be attached.) Page 7 DESIGNATION OF SUBCONTRACTOR The undersigned certifies that he has used the subbids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. - No change may be made in these subcontractors except upon the prior approval of the City Council of the City of Carlsbad. . ITEM OF WORK SUBCONTRACTOR ADDRESS i. 2. 3. 4. 5. Bidder ' s Name Authorized Signature .Type of Organization (Individual, Co-Partnership or Corporation) Address [Lil ITT To Commercial Standard Insurance Company For the purpose of procuring the execution of a surety bond from time to time with myself as prin- cipal and/or indemnitor and the above named Company as surety, I submit the following as being a com- plete and accurate statement of my financial condition on the following date. Individual n / / p.i. Partnership Q Name of applicant or indemnitor (indicate which) (t //.S\**t9/?/?/1—/ //7?XV/VV/Sr <i> , /,/rtf • Corporation(For co-partnership, give full names of partners and trade name) (Street and Number)' (City)(State) (Give description of bond) Amount of Bond : (Give exact and complete name of obligee) (Address of obligee) Statement of assets and liabilities as of_ Date_ /, S / _X£>we authorize you to confirm: ASSETS -i f ^ Cash on hand not deposited in bank $ /.^(^ ~" Cash deposited in following banks (state names) • ft- . , , , * Jj _ ,, ,, r<vS VJ. /,/MfA' of $ /? fit •" Salable stocks and bonds (market value) • $ ' $ Merchandise on hand $ /j fjC'f'" Accounts receivable (collectible) $ "^ KCC' ~~ Bills and notes receivable (collectible) $ 3lant consisting of •$ Real Estate and buildings consisting of 1 $ ? $ i $ Other assets (in detail) fl- /5'Sf? &T/s l-JtJtf' $ J cW-~ J$9/ /J i' $ /^,.<VY/-r-£ TOI3I ASSBIS 5 rf^f^^^/ rj /:j\'I J f AGENT'S NAME AND ADDRESS LIABILITIES Accounts payable (if none write "None") Bills payable (if none write "None") Accrued Taxes Notes payable to banks (when due) Other notes payable (to whom and when due) Incumbrances on plant (if none write "None") Mortgages on Real Estate and buildings (if none write "None") 1 ? 3 a Other liabilities (in detail) (if none write "None") Capital stock (if any) paid in Surplus or Net Worth Total Liabilities $ Mf>Af£. % ?££ ^ $ — * $ ? .*;.*rtf % ' A _^ $ $ $ $ s $ $ j?y.' 6W <: ,-^^m^^ Applicant V Indemnitor FORM 72OO1 Page 8 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY . . TECHNICAL ABILITY AND EXPERIENCE (The Bidder is required to state what work of a similar character to that included in the'proposed contract he has successfully performed and give reference which will enable the City Council to judge his responsibility, experience, skill and business standing.) The undersigned submits herewith a statement of his financial respon- sibility. • The undersigned submits.below a statement of the work of similar character to that included in the proposed contract which he has successfully performed. . Signed Page 9 CONTRACT THIS AGREEMENT, made and entered into this ( ' day of , by and between the City of Carlsbad; California, hereinafter designated as the City, party of the first part, and Carlsbad Pipelines, Inc. , hereinafter designated as the Contractor, party of the second part. WITNESSETH: that the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Con- tractor agrees with the City to furnish all materials and labor for; Installation of a Water Line in Skyline Drive from Birch Avenue to Alder Avenue Contract No. 1026 and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the plans and specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor and materials necessary therefor, (except such materials, if any, as in the said specifications are stipulated to be furnished by the City), and to do everything required by this agreement and the sa; ci plans and specifications. 2. For furnishing all said materials and labor, tools and equip- ment, and doing all the work contemplated and embraced in this agreement also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecution of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance o.f: work, except such as in said specifications are expressly stipulated to be borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the- said plans and specifications, the City will pay and the Contractor shall receive in full compensation therefor the lump sum price,, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the specifications, named in the bidding sheet of the proposal, as the case may be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid and hereby conditions set forth in the specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the plans and specifications, and all amendments thereof Page 10 when approved by the parties hereto, or when required by the City in accordance with the provisions of the plans and specifications, are hereby incorporated in and made part of this agreement. 5.. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the City Engineer, and their officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the parties hereto have caused this contrctct to be executed the day and year first above written. Title by Title CITY ^OF CARLSBAD, CALIFORNIA/£// *by /\crfa*J Mayor ATTEST: f&U& &- L07H City Clerk (Notarial acknowledgement of execution by all PRINCIPALS must be attached.) TO 449 CA (5-73) (Corporation) STATE OF CALIFORNIA COUNTY OF SAN DIEGO I TITLE INSURANCE ANDTRUST ATICOR COMPANY SS. On State, personally appeared known to me to be the_ before me, the undersigned, a Notary Public in and for said Ann Rowlett President, and known to me to be SeC—Trsa.3 ££&&&£ Of the corporation that executed the within Instrument, known to me to be the persons who executed the within Instrument on behalf of the corporation therein named, and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or a resolution of its board of directors. WITNESS my hand and official seal. Signature- Diane P. Hubbard Name (Typed or Printed) OFFICIAL SEAL ~\ DIANE P. HUBBARD \ NOTARY PUBLIC-CALIF PRINCIPAL OFFICE IN k SAN DIEGO COUNTY / MY COMMISSION EXPIRES JUNE 4, 1979 ' (This area for official notarial seal) STATE OF CALIFORNIA COUNTY nF SAN DIEGO > ss.: •z.o feerrOc.coo On this 22ND day of SEPTEMBER ROBERT D. ROWLETT _, before me personally appeared to me known, who being by me duty sworn, did depose and say: that he resides in the COUNTY OF SAN DIEGO, CALIFORNIA of CARLSBAD PIPELINES, INC. My Commission Expires October 31, 1975 "l^ • • • ' — • • • ^ T ui - m i --. . £ • • i jtnu which executed the foregoing instrument; that he knows the seal of said corporation; instrument is such corporate seal; that it was affixed by order of the Board of Directors of rijid his name thereto by like order. Notary Public Page 1-1 LABOR AND MATERIAL BOND &ONJ> KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS, the City Council of the City of Carlsbad, State of California, by Res. No. 3748 adopted September 16, 1975 has awarded to Carlsbad Pipelines, Inc. hereinafter designated as the "Principal", a contract for: Installation of a Water Line in Skyline Drive from Birch Avenue to Alder Avenue Contract No. 1026 in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents on file in the Office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors shall fail to pay for any materials, provisions, pro- /enaer or other supplies or teams used in, upon, for or about the serformance of the work agreed to be done, or for any work or labor io.ne thereon of any kind, the Surety on this bond will pay the same ;o the extent hereinafter set forth: NOW, THEREFORE, WE as Principal, hereinafter designated as :ontractor and INSURANCE COMPANY OF NORTH AMERICA „ as Surety, are held firmly bound unto he City of Carlsbad, in the sum of g/**T/ f>N£_?z>'™ — — - — Dollars f.\ 0' • ' _____ ) i said sum being 50 per cent of the estimated amount le by the City of Carlsbad under the terms of the contract, for hicr. payment well and truly to be made we bind ourselves, cur heirs, xecutors and administrators, successors, or assigns, jointly and everally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCK, that if the person or is subcontractor's fail to pay for any materials, previsions, provender . r ochcr supplies, or teams used in, upon, for or about the performance C the work contracted to be done, or for any other work or labor thereon i^any kind, or for amounts due under the Unemployment Insurance Code i tin respect to such work or labor, that the Surety or Sureties will '^'or the same, in an amount not exceeding the sum specified in the *»c, and also, in case suit is brought upon the bond, a reasonable -tcrney's fee, to be fixed by the court, as required by the provisions . Section 4204 of the Government Code of the State of California. Page 12 This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Section 1192.1 of the 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. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the ^^ ^- day of Contractor (Seal) (Seal) (Seel) INSURANCE COMPANY OF .NORTH AMERICA 35C"l fr'fif^venue, San q^o, Calif. 92103 STA TE OF CALIFORNIA COUNTY OF SAN P1EGO SS. On this 22ND day of SEPTEMBER in the year L975. before me MARGARET E. McCOBB ., a Notary Public in and for the SB- STATE OF CALIFORNIA personally appeared WILLIAM E. SPICER known to me to be the person whose name is subscribed to the within instru- ment as the Attorney-in-Fact of the INSURANCE COMPANY OF NORTH dsed to me that he subscribed the name of the OF NORTH AMERICA thereto as surety and his NOTARY PUBLIC - CALIFORNIA PRINCIPAL OFFICE IN _ SAN DIEGO COUNTY My Commission Expires October 31, 1975 in and for the State of California Page 13 PERFORMANCE BOND /JO, / 1; A7 ; _ KNOW ALL MEN BY THESE PRESENTS, that WHEREAS, the City Council of the City of Carlsbad, State of California, by Res. No. 3748 adopted September 16, 1975 has awarded to Carlsbad Pipelines, Inc. » hereinafter designated as the "Principal", a contract for: •'-- Installation, of a Water Line in Skyline Drive from Birch Avenue to Alder Avenue Contract No. 1026 in the City of Carlsbad, in strict conformity with the drawings and ' specifications ctnd other contract documents now on file in the Office of the City Clerk of the City of Carlsbad. WHEREAS, said Principal has executed or is about to execute said contract and. the terms thereof require the furnishing of a bond for ; the Faithful Performance of said contract; NOW, THEREFORE, WE, C^RLSBAJ) as Principal, hereinafter designated as the "contractor", and INSURANCE COMPANY OF NORTH AMERICA _ _ as Surety, are held and firmly bound" unto the City of Carlsbad, in the sum of HVHt>R£l> 5/xr/ Dollars ($ I~J. 1&ls~^ ) , said sum being equal to 100 per cent of .the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, rfirmly by these presents. -THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above-boundan Principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifi- Page 14 cations accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. In the event that any Principal above named executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety .from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the £.£. ^ _ day of CA KLS BAD S f :£/Vc . (Seal) Contractor INSURANCE COMPANY OF NORTH AMERICA -£.an TVippn (Seal) (Seal) (Seal) STA TE OF CALIFORNIA COUNTY OF SAN DIEGO SS. On .s 22ND . day of SEPTEMBER /„ the year 1975 oejvre m* MARGARET E. McCOBB ( a Notary Public in and for the STATE OF CALIFORNIA personally appeared WILLIAM B. SPI€ER• -•—i—_-i—i .*„ before me &J.siii^ iy.i ^sij-m. ixjvi.iii jx„.*,„..„-,j _r£ — known to me to be the person whose name is subscribed to the within instru- ment as the Attorney-in-Fact of the INSURANCE COMPANY OF NORTH AMERICA, and acknowledged to me that he subscribed the name of the^Y QF NORTH AMERICA thereto as surety and his jn-Fact. NOTARY PUBLIC • CALIFORNIA PRINCIPAL OFFICE IN SAN DIEGO COUNTY Expires October 31. 1975 U«^iNotary PubU«i and for the State of California - Page 15 CITY OF CARLSBAD Engineering Department Contract No. 1026 SPECIAL PROVISIONS I. GENERAL REQUIREMENTS A. Scope of Work The work covered by these specifications consists of furnishing all labor, equipment and materials and performing all operations for the installation of a ten (10) inch asbestos cement water pipe in Skyline Drive from Birch Avenue to Alder Avenue. B. Work Schedule The Contractor shall furnish, the Engineer with a tentative schedule denoting the start and completion of construction. All work shall be completed within thirty (30) calendar days after notice to proceed. C. Traffic Control Traffic shall be maintained in accordance with Section 7-10 of Standard Specifications. The street may be closed to through traffic, but access to the residences in the work area must be maintained at all times. D. Plans and Specifications All work shall be done in accordance with Standard Specifications for Public Works Construction, 1973 edition, Drawing No. 182-5, standard drawings W-l, W-4, W-5 & W-10 and these special provisions, t E. Measurement and Payment Quantities shall be measured on the basis of actual lengths and units installed. No additional payment will be made for trenching, backfill or pavement repair. II. ASBESTOS CEMENT PRESSURE PIPE The installation of the asbestos cement pressure pipe shall be in accordance with Section 207-7 of the Standard Specifications for Public Works Construction, 1973 edition, as modified by following: 207-7 ASBESTOS CEMENT PRESSURE PIPE 207-7.3.1 COATING All flange bolts and nuts shall be lubricated and coated Page 16 Special Provisions Contract No. 1026 with No-ox-id rust protection coating as manufactured ... by Dearborn Chemical Company or equal. Fittings & valves . shall be securely wrapped in plastic sheeting not less than 8 mils thick. 207-14 PIPE APPURTENANCES 207-14.1 GENERAL - Unless otherwise specified, all pipe appurten- ances shall comply with the appropriate standard drawing of the City of Carlsbad. 207-14.2 GATE VALVES - Gate valves shall equal or exceed the requirements established by American Water Works Association Specification C-500. They shall be Mueller A 2380, Iowa List 14, or Renselaer List 13A. All gate valves shall be of the same size as the mains in which they are installed, unless otherwise indicated on the plans. Valves four inches (4") and over shall be iron bodied, solid bronze internal working parts, parallel faced, double disc with non-rising stem, and shall open by turning counter-clockwise. The valves shall be furnished with "0" ring stem seal, with cadmium plated bolts, operating nuL, and the ends may be rubber ring, hub or flanged. Rubber ring ends shall conform to the pipe manufacturer's specifications. Where hub and flange valves are designated on the plans, the contractor may of his option install flanged valves with hub and flange adaptors, Smith-Blair or approved equal. Valves installed at end of mains shall be capped or plugged after test. a) Three Inch (3") and Smaller Gate Valves: The body and all interior working parts, except the stem, shall be constructed of A.S.T.M. B-62 (85% copper, 5% tin, 5% zinc, 5% nickel) bronze. The stems shall> be of bronze and have the additional strength require- ments as specified below: Minimum tensile strength 60,000 psi Minimum yield strength 32,000 psi Minimum % elongation in 2" 10% b) Four Inch (4") and Larger Gate Valves: Valves shall be iron body, bronze mounted, double disc, parallel seat with non-rising stem and shall open by turning counter-clockwise. Bronze for interior parts of valves shall be A.S.T.M. B-62 (85% copper, 5% tin, 5% zinc, 5% nickel) bronze and shall contain not • more than two percent (2%) aluminum nor more than seven percent (7%) zinc. Stems shall meet the strength requirements specified below: Minimum tensile strength 60,000 psi Minimum yield strength 32,000 psi Minimum % elongation in 2" 10% Page 17 Special Provisions Contract No. 1026 207-14,4 VALVE BOXES - Valve boxes shall be Brooks Products, Inc. Valve"Box No. 4TT or approved .equal. All buried valves • " not in vaults shall be provided with valve boxes, 207-14.7 THRUST BLOCKS - Concrete thrust blocks shall be installed in every instance where the direction of the pipe changes 11% degrees or more at any joint or fitting, at all fire hydrants, at stub-ends of pipes and at other locations as shown on the plans and standard drawings. Beeiring areas of thru?':, blocks shall normally be comptited on the basis of a 225 psi internal pipe pressure and a soil bearing value of 2000 psf. The dimensions of all thrust blocks shall be subject to the approval of the Engineer. All concrete thrust blocks shall be constructed in such a manner that concrete doe;.; not cover any joint or bear against any adjacent pipe, Thrust blocks shall be placed against undisturbed soil., Concrete, for th.cust blocks shall be 5--B-2000 and shall be cured a minimum of three days before any loads are applied. 211-2 COMPACTION TEST-: 211-2.1 LABORATORY MAXIMUM DENSITY - Add the following to the first "paragraph: The test method shall be modified by using 3 layers instead, of 5 layers to provide a compactive effect, of 33.750 ft.-lbs./cu. ft/ 306-1 TRENCH EXCAVATION AND BACKFILL 306-1.3 MAXIMUM AND MINIMUM WIDTH 0? TRENCH - Add. the following: Unless specific ;illy authorised by the Engineer, trench width, measured at the top of the pipe, shall not exceed the outside diameter of the pipe plus 24 inches, nor shall it measure less- than the outside diameter plus 12 inches, 306-1.9 BACKFILL PLACEMENT REQUIREMENTS - Add the following: The "top five feit of all trench backfill and all bedding shall foe compacted to 90 percent minimum relative com- paction except, that the top six inches of subgrade material shall be compacted to 95 percent minimum rela- tive compaction. Backfill below five feet shall be com- pacted to 85% minimum relative compaction. 306-2 LAYING OF WATER, SEWER AND STORM DRAIN PIPE 306-2.2 PIPE LAYING - Add the following: When installing asbestos ceraent pipe, fittings shrill be Page 18 Special Provisions Contract No. 1026 supported independently of the pipe. Half-lengths (K.E.E.) of pipe shall be used in and out of each fitting and wherever pipe passes through a rigid structure. At least two lengths of pipe shall be placed between any two fittings not directly connected. Pipe may be cut by means of saws, power-driven abrasive wheels or pipe cutters which will produce a square cut. No wedge-type 1 roller cutters will ba permitted. All exposed piping shall be adequately supported with devices of appropriate design. 306-2.2.1 CONNECTIONS TO EXISTING WATER MAINS - All connections to existing water mains will be made by the Contractor. Before beginning any work, the Contractor shall contact the Water Superintendent of the City of Carlsbad Public Works Department for permission and any special require- ments . Dry connections to existing facilities shall be made at times which will cause the least inconvenience to the water consumers, and shall be planned in such a manner that the duration of any shutdown will be kept to a minimum. No additional compensation will be paid for overtime which may be necessary in making connections to existing facilities. When a dry connection to the existing main is made, at least two ounces of HTH (Cal- cium Hypochlorite) shall be placed in the pipe at each ioint where the existing main is cut.All connections shall be made in the presence of the Engineer. 306-2.3 FIELD JOINTING OF PIPE - Except as modified herein, all joints shall be installed in strict accordance with the manufacturer's recommendations and the special provisions, and shall be provided with a protective coating at least, equal to the protective coat on the pipe being joined. All flange bolts and nuts shall be lubricated and coated with No-ox-id rust protective coating as manufactured by ... . Dearborn Chemical Company. " " 306-2.3.6 FIELD JOINTING OF ASBESTOS CEMENT PIPE - Add the follow- ing: The maximum allowable deflection at any joint shall be 2°. 306-2.3.7d WATER PRESSURE TEST - Delete the entire section and sub- stitute with the following: After the pipe has been laid, the pipe line or any valved section of it shall be subjected to a hydrostatic pressure test of 225 psi or fifty pounds per square inch (50 psi) Page 19 Special Provisions Contract No. 1026 in excess of the designated working pressure for the class of pipe being tested . whichever is greater, gauged at the low point of the line. Rubber gasket joints need not: be exposed. The duration of the pressure test shall be four (4) hours and the test shall be conducted in the presence of the Engineer in the following manner: All. air shall be expelled from the pipe. To accomplish this, if air valves or hydrants or other outlets are not available, taps shall be made at the high points in the pipe line to expel the air and these taps shall be tightly plugged afterwards. The pressure in the pipe line shall then be pumped up to the specified test pressure. When the test pressure has been reached, the pumping shall be discontinued until the prensure in the line has dropped 25 psi, at which time the pressure shall again be pumped up to the specified test pressure. This procedure shall be repeated until four (4) hours have elapsed from the time the specified test pressure was first applied. At the end of the four (i) hour period, the pressure shall be pumped up to the test pressure for the last time . The leakage shall be considered as the tot:-.''. amount of water pumped into the pipe line during the four (4) hour period including the amount required in reaching the test pressure for the final time. The water used shall be measured through a meter or by other mee.ns satisfactory to the Engineer. Leakage shall not exceed the rate of twenty (20) gallons per inch of diameter per mile of pipe per twenty- four (24) hours. / Any noticeable leak shall be stopped and all defective pipe, fittings, valves and other accessories discovered in consequence of the test shall be removed and replaced by the Contractor with sound material and the test shall be repeated until the total leakage during a test of four (4) hours duration does not exceed the rate specified above . All thrust blocks and mortared joints shall be allowed to cure for at least three (3) days prior to testing. Large mains equipped with butterfly valves shall be tested at full test pressure with the valves open and closed . All labor, materials, tools and equipment for the testing shall be furnished at the expense of the Contractor. Page 20 Special Provisions Contract No. 1026 306-2.3.10 WATER LINE STERILIZATION - The Contractor shall disinfect the lines by chlorination after the lines have been tested for leakage and flushed before they have been connected to the existing system. The lines may be disinfected during the leakage test, providing satisfactory means, acceptable to the Engineer, are provided to protect against chlorine damage in case of a leak. Chlorinated water shall be retained in the pipe line for at least 24 hours. After the chlorine treated water has been retained for the required time, the chlorine residual at the pipe extremities and at other representative points shall be at least. 25 ppm. This procedure shall be repeated, if necessary, until samples of water show the mains to be in a sterile condition* During the chlorination, all valves and other appurtenances shall be operated while the pipe line is filled with heavily chlorinated water. All disinfecting procedures, unless otherwise specified, shall be in accordance with the AWWA, C-601, "Standard Procedure for Disinfecting Water Main". Following chlorination, all treated water shall be thoroughly flushed from the pipe line at its extremities. All water used to sterilize the line shall be provided at the Contractor's expense. III. TRENCHING, BACKFILL AND RESURFACING Trenching, backfill and resurfacing shall be done in accordance with Section 306-1 of the Standard Specifications. Excess excavated material shall be disposed of off-site. If dis- posal site is within the City, the site must be approved by City Engineer. ' BACK CF CURB! OR SIDEWALK 2-' MIS! RAD!U5 ^ CLEAR- ^3 /-. VARIES MODEL A\/D TVPE OF HVORAWT TC? DETEfPMlMED FII?E CHIEF LW I / HYDRANT. HOSE CONNECTIONS ,<T . zTMUf/r ALWAYS FACE . ' - MAIN WATCH SUPPLY VALVE 'WATER SUPPLY »"- STREET CITV ENSlWEEf? '16" l\\ =S} >- BREAK OFF SPOOL. ^=V=3| /•c^ O/~\t T LJrM CTC f- A C(6) BOLT HOLES. CAST IRON -6' CAST IRON HYDRANT !U_K BURY • TCP FLANGED I rfiTlU BOTTOM A.C. 6.5'MAX.. :-.;:.:\ ^^rj GATE VALVE PER. STD. SPECS' /"~\ALVE BOXPER. STD. DWG.V/-4 .6" FL/'-NGEO BRANCH TEE (5l DOLT LVI- IRONI V -6* DIA.TRANSITE CL. iSO Q ASBESTOS-CEMENT PIPE CONCRETE ' ' CONCRETE PAD . THRUST BLOCK CONCRETE THRUST BLOCK HYDRANT INSTALLATION ' SIDEWALK CONTIGUOUS TO CUF NOTES: HYDRANT INSTALLATION IN PARKWAY AREA -APFPOVED I. HOSE AND STEAMER CONNECTIONS SHALL HAVE NATIONAL STANDARD . THREADS- 2. LOCATE ADJACENT TO CURB IF •' SWK.IS WIDER THAN 5 FT. OR IF. SWK.IS NOT CONTIGUOUS. 3 ALL-FIRE HYDRANT CAPS WILL BE CAST IRON OR BRONZE, PAINTED ACCORDING TO STAN- DARD PAINTING SPECIFICATIONS. 4. HYDRANT VALVE STEM SAND HOSE CAPS TO HAVE STANDARD .PENTAGON NUTS. 3/4'SIDES, ' 5: ALL CAST IRON FITTINGS TO BE " FACTORY CEMENT LINED AND ASPHALT COATED. 6. ALL BOLTS E, NUTS WILL BE 3/4" S. LUBRI- CATED WITH NO-OX-ID RUST PROTECTIVE COATING AND ASPHALT COATED WITH k'O MORE THAN 2 THREADS EXTENDED BEYOND THE NUT. CM. CITY ENGR. .. G-7-G<c) OA.S.j.vr.0.5.FiRE HYDRANT INSTALLATION EKlGINEERING DEPT CITY Ol' CAKLSLVND SCALEKONE W-lSTD. DWG. '1 BROOKS PRODUCT NO-4TT VALVE BOX & COVER OREQUAL.CENTER OVER RISER (INSTALL. AFTER PAVING) PAINT UPPER SIDEOFWATFRco v r: R WITH o N E COAT o F FULLER HEAVY DUTY ENAMEL NO-!i,c--l4(l524) BRIGHT- YELLOW OR EQUAL ASPHALTIC -CONCRETE RAVING\ NON iRON COVFrt: - SKID SURFACE, LIFT HOLE. MARKFO 'WATT R' "SEWER11 OR AS REQUIRED >.ROCK BASE MAT CONCRETE COLLAR 6.0-B-300.0 8" DIAMETER- 10 GA. ASPHALT COATED STEEL PIPE RISER OR 8"CL.i:-.0 A.C., BURRS AND ROUGH EDGES SHALL BE. REMOVED FROM RISER PRIOR • TO \ N STALL AT! O N . (IN STALL WITH TEMPORARY COVER BEFORff. PAVING) (F STEEL PIPE IS USED .RISER SHALL. NOT REST ON BONNET '/OF GATE VALVE (MINIMUM CLEARANCE SECTION A-A NOTE: VALVE WfLL BE COATED WITH ASPHALT ffl: DATF/-^-?/ ^<7 iz^rl CITY. ENGI^. . INSTALLATION OF VALVE 'BOX ASSEMBLY •. . ENGINEERING DEPARTMENT •' CITY OF CARLSBAD"STD. DWG. ALHAMBRA FOUNDRY CO. A-29612 • 12* C.I. VALVE BOX COVER MARKED "WATERS x-OHIO BRASS N« 302-X BRASS ANGLE .VALVE BRASS HOSE THREAD-'CAP 12*X 20* 10 GA. STEEL PIPE ASPHALT COArED. ICORR STOP iVIJSE J-1505W l'/2* AND 2" S USE J-50 VARIES ' Ml-P-C 90° ELL --• BRASS MALE HOSE NIPPLE X IP. HI—- B R ASS ST. 9 0° ELL TYPE *\\° COPFER NOTE; 1V2'AND 2'USE C-C 90° ELL SMITH BLAIR'tXXJi3LE: \ 'STRAP BRONZE SERVICE CLAMP FOR A. C. PIPE. USE DUCTILE IRON FOR STEEL PIPE. AND COATED WITH ASPHALT. •EV. BY APR OS)?. "ATE' NOTE; T. COPPER TO COPPER JOINTS SHALL BE SWEATED CONNECTIONS. C»SWEAT. 2. ALL HIGH POINTS JN WATER MAINSWILL HAVE AIR VENTS FURNISHED AND INSTALLED BY THE CONTRACTOR ATLOCATIONS SHOWN ON PLANS OR AS REQUIRED IN FIELD. MANUAL AIR-- RELEASE ASSEMBLY ENGINEERING DEPARTMENT CITY OF CARLSBAD SCALE Ir NONE 5TD. DWG. CONCRETE MIX.I-3-5 OFFSETS ' '. V :/v''^ • .;-> \ • . .V/..XWYE BRANCH ANCHOR KOi ANCHOR -5/ REINFORCING BARS THIJ ::: ANCHOR CAPPED iEE ESTING CAP ,CAST IRON CAP ,^-.^ ^.v., ./WITH RUBBER RING RElNrORCBARS THUS ,r , o - ^ l-r-, TISLB.cLG.FELi FHRUST ELOCK AND A.\CnOR SCALE;NONE THE TRAVELERS Certificate of Insurance This is to certify that policies of insurance as described below have been issued to the insured named below and are in force at this time. If such policies are canceled or changed during the periods of coverage as stated herein, in such a manner as to affect this certificate, written notice will be mailed to the party designated below for whom this certificate is issued. 1. Name and address of party to whom this certificate is issued 2. Name and address of insured -CITY OF CARLSBAD CARLSBAD PIPELINE, INC 1200 ELM AVE P.O. BOX 39*+ CARLSBAD CA 92008 CARLSBAD CA 92008 ATTN: TIM FLANIGAN CITY ENGINEER L J 3. Location of operations to which this certificate applies WITHIN THE STATE OF CALIFORNIA 4. Coverages For Which Insurance is Afforded Workmen's Compensation and Employers' Liability in the state named in item 3 hereof Bodily Injury Liability — except automobile eluding Protective Property Damage Liability — except automobile rinding Protective Bodily Injury Liability — automobile Property Damage Liability — automobile Liability (Bodily Injury and Property Damage) Catastrophe or Excess Limits of Liability Compensation — Statutory * $ , 000 each person $ , 000 each occurrence $ , 000 aggregatet tCompleted Operations and Products only * $ , 000 each occurrence $ ,000 aggregate * $ , 000 each person $ , 000 each accident $ , 000 each occurrence * $ , 000 each accident $ , 000 each occurrence $ 300 , 000 each occurrence $ 300 , 000 aggregate $ , 000 each occurrence $ , 000 each aggregate $ , 000 deductible amt. Policy Number * DK-UB 5296^38-8-75 650-529B439-A-IND-75 Policy Period** 09-22-75/76 09-22-75/76 'Absence of an entry in these spaces means that insurance is not afforded with respect to the coverages opposite thereto. "Policy is effective and expires at 12:01 A.M., standard time at the address of the named insured as stated herein. Description of Operations, or Automobiles to which the policy applies: DK-UB: WATER MAIN. ETC. #6319; SEWER CONST. ETC. #6306; 650: WATER OR MAR I CONST. #3^2; SEWER CONST. ETC. #276; JOB # 1026 ALL OWNED, NON -OWNED 6- HIRED AUTOS The insurance afforded is subject to all of the terms of the policy, including endorsements, applicable thereto. PACIFIC INS AGCY C-1 _ nfflrff SAN DIEGO CA natP09-22-75M2 EQUITABLE FIRE AND MARINE INSURANCE COMPANY By THE TRAVELERS INSURANCE COMPANY THE TRAVELERS INDEMNITY COMPANY THE CHARTER OAK FIRE INSURANCE COMPANY Secretary, Casualty-Property Department C-5918 Rev. 7-68 PRINTED IN U.S.A. 371 By Secretary, Casualty-Property Department