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