HomeMy WebLinkAboutCollura Construction Company Inc; 1982-03-11; 1098TABLE OF CONTENTS
ITEM PAGE
'
NOTICE INVITING BIDS ' 1
PROPOSAL 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL 8
DESIGNATION OF SUBCONTRACTORS . .9
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 11
BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE 12
CONTRACT ' 13
LABOR AND MATERIAL BOND 16
PERFORMANCE BOND _ 18
GENERAL PROVISIONS 20
SPECIAL PROVISIONS 26
iof ' V
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchasing Agent,
City Hall, 1200 Elm Avenue, Carlsbad, California, until 4.:00 PM on
the 2nd day of February , 19 82 at which dime they
will be opened and read for performing the work as follows:
VALLEY STREET STORM DRAIN
CONTRACT NO. 1098
Said work shall be performed in strict conformity with the specifi-
cations therefore 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 responsible 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 compated 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 £U ??
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 $-13. 2 5 ' 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 Di-
rector of Industrial Relations pursuant to the State of Cal ifornia 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 appli-
cable 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 award-
ed 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.
The contractor shall comply with the provisions of Section 1773-8 of the
California Labor Code with regard to travel .and subsistence payments.
Also, the prime contractor shall be responsible to insure compliance
with the 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 f.ive (5) working days.
The amount of bond to be given for the faithful performance of the con-
tract for said work shall be one hundred percent (100%) of the contract
price therefor, and an additional bond in an amount equal to fifty per-
cent (50%) of the contract price for siad 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.
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".
Page 3
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
agert'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. 6755 , adopted on the 5th day of
January 19 82 .
Dale I \ Aletha L. Rautenkranz, City Clerk
Page1*
CITY OF CARLSBAD
CONTRACT NO. 1098
PROPOSAL
City Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
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 Contract No. 1098 in accordance
with the plans and specifications of the City of Carlsbad, and the special pro-
visions, and that he/she will take in full payment therefor the following unit
prices for each item complete, to wit:
Item Article with Unit Price or Lump Sum
No. Hritten in Words
Approximate Unit
Quantity & Unit Price
TOTAL
1 .27" Reinforced concrete pipe at
~/V/Vy -f-Ar^ g, Dollars
& _ j-f^l^fy Cents
per lineal foot
2 18" Reinforced concrete pipe at
~Fo rfy S> TV Dollars
Cents& ___ £.7 n _per "Tinea 1 root trt~..
Type B Cleanout (San Diego Regional
Standard Drawing D-10) at o^e .,_.._
o^ ..1 * „ <L
& _
per each
1 arsAsg
Cents
714 L.F.
3 EACH
Addendum (a) No(s). ^
is/are included in this""plropbsal.
has/have been received and
Page 5
Item
No.
4.
5.
6.
Article -with Unit Price or
Written in Words
Lump Sum Approximate Unit
Quantity & Unit 'Price ' TOTAL
Type B Curb Inlet (San Diego Regional . . 2 EACH JjJL<*QJ?o -Jbj} &&*-&.(.
Standard Drav/ing D-2) at o*< ' "**
1 l\ O V 5 Cir» ff
& A/O
Aqgreqate Base at
TV*
& *.V-fv t^o/
2" A. C. Overlay at -f ,*/•
Sese*
& Se^foty' ~\n/G,
TOTAL (WRITTEN IN WORDS)
f -L. ' '' "• 1 / /~TOfTy /1i/i€ dollCLfS
TOTAL (WRITTEN IN FIGURES)
Dollars
Cents • ....
163 TON "/b.'*2 (i???.^
Dollars
Cents
•fy 84 TON . .f?,?^ ^S-J/.oo
Dollars
Cents
f i "I i y I.MJ c "f^Oti/^a^cf 5<X Aw*^<jf/'eo
fltJ •*~ ^-*^7oo' •
&*r j_ r tj 9 <~ > •C/ •*• < \» / /i O *^-*
Page 6
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 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. ^f/COO S~
Identification Cl& 55 /^ •
The undersigned bidder hereby represents as follows:
1. That no Councilperson, 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 of- 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 coll-usion or fraud.
Accompanying this proposal is <x'
(Cash, Certified Check, Bond or Cashier's Check)
in an amount of not less than ten percent (10%) of the total bid
price.
Page 7
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.
C ^-£G
Phone Number
Date
£0,1 S Irir c."fiv >i f.O.
Bidder "sjjame
y >-// Authorized Signature
« C .
Bidder's Address^
' C A »
Authorized Signature
Type of Organization
(individual, Corporation,
Partnership)
List below names of President, Secretary, Treasurer and Manager if a
corporation, and names of all partners, if a partnership:
J r»
I*
< q
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY
ALL PRINCIPALS MUST BE ATTACHED)
(CORPORATE SEAL)
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS:
That we, COLLURA CONSTRUCTION. INC.
Page 8
BOND '# 352*t-2
as Principal,
and ALLIED FIDELITY INSURANCE CO. - , as Surety, are held
and firmly bound unto the City of Carlsbad, California, in the sum
of NINE THOUSAND FIVE HUNDRED AND NO/100 - —— --Dollars
($ 9,500.00-~), 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-bounden principal for:
VALLEY STREET STORM DRAIN •
CONTRACT NO. 1098
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, it
shall be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event any Principal above named executed this bond as an
individual, it is agreed that the death of any such Principal shall
not exonerate the Surety from its obligations under this bond.
• IN WITNESS WHEREOF, we hereunto set our hands and seals this FIRST
.day of FEBRUARY , 19 82 .
Corporate Seal (if Corporation) COLLURA CONSTRUCTION, INC.
Principal
.1/1 ED F
itle R.W. KA
"t'
Title
(Attach acknowledgement
Attorney in Fact)
TONY COLLURA, .PRESIDENT
SfSEL ATTORNEY- ; IN.- FACT. (Notarial acknowledgement of
execution by all PRINCIPALS and
SURETY must be attached.) •
CORPORATION
ISTATE OF California
-'COUNTY OF San Dippn • ss.
On this 1st;-day of_February , 19.S2 before me, a Notary Public of the State and County aforesaid, residing
therein, duly commissioned and sworn, personally came Tony, Col Inra > to me known, who being
by me first duly swo^n according to law, did depose and say that he resides in San Pi pyrn} T.a 1 i forniq . that he is
President : of Collura Cons tmr.t-inn, Tn^. ( the
corporation described in and which executed the foregoing instrument; that he knows the seal of said corporation; that the seal affixed to such instru-
ment is such corporate seal-, that it was so affixed by order of the Board of Directors of said corporation and that he signed iiis name il-.ercto by like
order; that he executed and delivered such instrument on behalf of said corporation as its voluntary act and deed for the uses and purposes therein
mentioned.
SWS-688
JL.
OFFICIAL SEAL
LINDA K. CROUCH
3NOTARY PUBLIC-CALIFORNIA
PRINCIPAL OFFICE IN
SAN DIEGO COUNTY-
My Commiss|on Expires Feb. 27, 1984
State of CALIFORNIA
SAN DIEGO
ss.
On this F'RST
R.W. KASSEL
. day of.FEBRUARY ,19-
82 , before me personally came
. to me known, who, being by me duly sworn, did depose and say that
. . , , ALLIED FIDELITY INSURANCE CO. ^^he is an attorney-m-fact of __ _____—__ — •—
the corporation described in and which executed the. within instrument; that he knows the corporate seal of said corporation;
that the seal affixed to the within instrument is such corporate seal, and that he signed the said instrument and affixed the said
seal as Attorney-in-Fact by authority of the Board of Directors of said corporation and by authority of this office under the
Standing Resolutions.thereof. > . ,
My commission expire
CB-407 (9/81)
. Hd-. an W*M rf^Ls — i w ij . | ' LS ~)
_ . - _ n m.mMJlflfttWl^f
«
1
1
1
^WVPWWWWnr^- - - - " " (1
xtf^S^ OFFICIAL SEAL (|
£3$& LINDA K. CROUCH •
CS^lHOTMn fPUBLIC-CALIFORNIAj
'vtSSWl PRINCIPAL OFF1CC »i ^
I^3JI$^/ SAN OIEGO COUNTY 5
i My Commission Expires Feb ?-7.19WJt
'mWHinfM^fW^fb" "••>«'******'+nf'JV<" -
\/ (^)C . v^/vd^«^\
(Notary Public)
ALLIED FIDELITY INSURANCE CO.
6320 North Rucker Road • Indianapolis, Indiana 46220
POWER OF ATTORNEY
AC N£ 003524-^
<**"•-* KNOW ALL MEN BY THESE PRESENTS: That'this Power-of-Attorney is not valid unless attached to the bond which it
%*thorizes executed. It specifies the LIMIT OP THE AGENTS AUTHORITY AND THE LIABILITY OP THE COMPANY,
HEREIN.
THE AUTHORITY OF-THE ATTORNEY-IN-FACT and THE LIABILITY OF THE COMPANY
SHALL NOT EXCEED ***FOUR HUNDRED THOUSAND AND NO/100 ($400,000.00)*** "
USE OF MORE THAN ONE POWER VOIDS THE BOND
ALLIED FIDELITY INSURANCE CO., an Indiana corporation, having its principal office in the City of Indianapolis, State
of Indiana, does hereby make, constitute and appoint: "Ft + W t TCA RS1B L -
in the City of SAN DIEGO
its true and lawful attorney-in-fact, at 10^05 S.D. MISSION
County of SAN DIEGO
# 203
__ State of CALIFORNIA
. , in the State of CALIFORNIA
to make, execute, seal and deliver for and on its behalf, and as its act and deed, bonds, and undertakings in behalf of court
fiduciaries, who under the jurisdiction of a court, administer property held in trust; public official bonds; license and permit
bonds; tax, lien, and miscellaneous bonds; required by Federal, State, County, Municipal Authority, or other obligees, provided
that the liability of the company as surety on any such bond executed under this authority shall not in any event exceed the sum
shown above.
THIS POWER VOID IF ALTERED OR ERASED
This power not valid unless used before December 31, 1985
The acknowledgment and execution of any such document by the said Attorney-In-Fact shall be as binding upon the Com-
pany as if such bond had been executed and acknowledged by the regularly elected officers of this Company.
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following By-Law
adopted by the Board of Directors of Allied Fidelity Insurance Co. at a meeting duly called'and held on the 5th day of September,
1969.
"Article V, Section 12, The President shall have power and authority to appoint, or delegate to other Corporate Officers, the
appointment of ... Attorney(s)-in-Fafct, and authorize them to execute, on behalf of the Company as Surety, bonds and
undertakings, recognizances, contracts of indemnity, and other writings obligatory in the nature thereof; and he may at any
time in his judgment remove any such appointee(s) and revoke the authority given to them; and with respect to any Certified
Copy of any Power of Attorney, the signatures of any issuing or attesting officer, and the seal of the Company, may be affix-
ed to such Power of Attorney or to any certificate relating thereto, by facsimile; and such facsimile signatures and facsimile
seals shall be valid and binding on the Company, in the future, with respect to any bond, undertaking or instrument of
suretyship, to which it is attached."
IN WITNESS WHEREOF, Allied Fidelity Insurance Co. has caused its official seal to be hereunto affixed and these presents
to be signed by its duly authorized officers this 25th day of November, 1980.
ALLIED FIDELITY INSURANCE CO.
Secretary
THIS POWER DOES NOT AUTHORIZE
THE EXECUTION OF BONDS FOR LOAN GUARANTEES
STATE OF INDIANA
COUNTY OF MARION SS:
On this 25th day of November, 1980, before me a Notary Public, personally appeared H.O. CROQUART and T. L. EADS, who
being by me duly sworn, acknowledged that they signed the above Power of Attorney as President and Secretary of the said
ALLIED FIDELITY INSURANCE CO. and acknowledged said instrument to be the voluntary act and deed of said Corporation.
•a H2 355 WO -o
* 1> 3f W
O »» o
o I
W O
H Z
» 5B £•*! gKJ M» G
M CO3 §
HM
Notary Public, Marion County, Indiana
My Commission Expires: March 9, 1983
Notary Public
1. ONLY ONE POWER OF ATTORNEY MAY BE ATTACHED TO A BOND.
2. POWER OF ATTORNEY MUST NOT BE RETURNED TO ATTORNEY IN FACT, BUT SHOULD REMAIN A PERMA-
NENT PART OF THE OBLIGEE'S RECORDS.
THIS POWER DOES NOT AUTHORIZE EXECUTION OF BONDS OF NE EXEAT OR ANY GUARANTEE FOR
FAILURE TO PROVIDE PAYMENTS OF ALIMONY SUPPORT OR WAGE LAW CLAIMS. OR BONDS FOR
CRIMINAL APPEARANCE.
Page 9
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:
Items of
Work
/VJL
Full
Company
Name
Complete
Address
w/Zip Code
Phone No.
w/Area Code
C.
uttt^tj , CA
Co . 797o
CA
. Page 10
DESIGNATION OF SUBCONTRACTORS - continued
The tidder 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
Contracting
License & No.
Carlsbad
Business
License No.*
Amount
of
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.
(Notarize or
Corporate Seal)
Bidder's Company Name
Bidder's Complete Address
Auyov C lh ^ 72
Authorized Signature
Page 11
BIDDER' S- STATEMENT OF FINANCIAL RESPONSIBILITY
2, <«
The undersigned submits herewith a notarized or sealed statement of
hie/her financial responsibility. .
SanK
facet. R.ec*
/cans (.oiffcers)7^ oSf3 JfL&^i
^2, 3
Scn. futn.i I, 670 A/c/e
J?. 6?7 Share 6T.oHI
D
(Notarize or
Corporate Seal)
1 Signature
. Page 12
' 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.
CC< ; S/)/-/'^ (/Q//<?y IA
Mr. floss Skg/Jr>n nl»o«e C<n~9e/U
Side P&fK
u »•*> m i Or.
i ' ujesM, Jba5 keen Aotie a.^ Sc' A."
i
/Signatrure
(Notarize or
Corporate Seal)
Page 12
• 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.
Signature
(Notarize or
Corporate Seal)
Page 13
•
CONTRACT .
THIS AGREEMENT, made and entered into this )) day of
19_JT3^_> by an<* between the City of Carlsbad, California, hereinafter
designated at "CITY", party of the first part, and Collura Construction
Co- > lnc- _ hereinafter designated as "CONTRACTOR", party
of the second part.
WITNESSETH: 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 City, the Contractor agrees
with the City to furnish all materials and labor for:
VALLEY STREET STORM DRAIN
CONTRACT NO. 1098
and to perform and complete in a good workerlike manner all the work
pertaining thereto shown on the plans and specifications therefor;
to furnish at his/her own proper cost and expense all tools,
equipment, labor and materials necessary therefor (except such
materials, if any, as in the said specifications are stipulatd to
be furnished by City), and to do everything required by this
agreement and the said plans and specifications.
2. For furnishing all said materials and labor, tools and equipment,
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 unfore-
seen difficulties which may arise or be encountered in the prose-
cution 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 of discon-
tinuance of work, except such as in said specifications are expressly
stipulated to be borne by the City; and for well and faithfully com-
leting the work and the whole thereof, in the manner shown and de-
scribed in the said plans and specifications, the City will pay and
the Contractor shall receive in full compensation therefore 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 said Contractor to employ,
and does hereby employ 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 in accordance with the
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.
Page 14
4. The Notice to Bidders, Instructions to Bidders, Contractor's
Proposal, and the Plans and Specifications, and all amendments
thereof, when approved by the parties hereto, or when required by
the City in accordance with the provisions of the plans and speci-
fications, are hereby incorporated in and made a part of this
agreement.
5. Pursuant to the Labor Code of the State of California, the City
Council has .scertained the general prevailing rates of per diem
wages for each craft or type of worker needed to execute the con-
tract and a schedule containing such information is in the City
Clerk's office and is incorporated by reference herein.
6. The Contractor shall assume the defense of and indemnify and hold
harmless the City, and its officers and employees, from all claims,
loss, damage, injury and liability of every kind, nature and
description, directly or indirectly arising from the performance of
the contract or work regardless of responsibility for negligence; and
from any and all claims, loss, damage, injury and liability, howso-
ever the same may be caused, resulting directly or indirectly from
the nature of the work covered by the contract, regardless of respon-
sibility for negligence.
7. Contractor shall cause the City to be named as an additional insured
on any policy of liability or property damage insurance concerning
the subject matter or performance of this contract taken out by the
Contractor.
8. The 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 Con-
tractor has no workers' compensation insurance policy covering the
subject matter of this contract^ then Contractor shall either:
1. Acquire such a policy naming the City as an additional insured
prior to the start of any work pursuant to this contract, or
2. 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 descrip-
tion which would otherwise be covered by such workers' compen-
sation insurance policy regardless of responsibility for
negligence.
9. The Contractor shall submit to the City the policies mentioned in
Paragraphs 7 and 8 or proof of workers' compensation self insurance
prior to the start of any work pursuant to this contract.
10. Any controversy or claim in an amount up to $100,000 arising out of
or relating to this contract or the breach thereof may be settled
' by arbitration in accordance with the construction industry rules of
Page 1$
the American Arbitration Association and judgment upon the award
rendered by the arbitrator(s) may be entered in any California court
having jurisdiction thereof. The award of the arbitrator(s) shall
be supported by law and substantial evidence as provided by the
California Code of.Civil Procedure, Section 1296.
11. The prime contractor shall maintain and make available to the City
of Carlsbad, upon request, records in accordance with Sections 177&
and 1812 of Part 7, Chapter 1, Article 2 of the California Labor
Code. If the contractor does not maintain the records at his/her
principal place of business as specified below, he/she shall so in-
form the City of Carlsbad by certified letter accompanying the return
of this contract. The contractor shall notify the City by certified
mail of any change of address of such records.
IN WITNESS WHEREOF, the parties hereto have caused this contract to be
executed the day and year first above written.
CITY OF CARLSBAD, CALIFORNIA Collura Construction Co.. Inc.
Contractor
By J*
Mayor
ATTEST:
RJ (Seal)
CA 9^0
Principal Place of Business
By
\"sialMT t\ ty Attorney
Title
By
Title
NOTARIAL ACKNOWLEDGEMENT OF EXECUTION
OF ALL PRINCIPALS MUST BE ATTACHED
CORPORATION
STATE ttf CALIFORNIA
COUNTY OF SAN DIEGO ss.
On this.4th -day of_
therein, duly commissioned and sworn, personally came
by me first duly sworn according to law, did depose and say that he resides -
Secretary Of Collura Construction Co
, 19_2.4>efore me, a Notary Public of the State and County aforesaid, residingA. J. Collura ^ ( to me known who bejng
Inc.that he is
the~—,~ — «. v**~ *—usxn. ^w« j .mi.* the
corporation described in and which executed the foregoing instrument; that he knows the seal of said corporation; that the seal affixed to such instru-
ment is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like
order; that he executed and delivered such instrument on behalf of said corporation as its voluntary act and deed for the uses and purposes thereinmentioned.
OFFICIAL SEAL \
LINDA K. CROUCHOTARY PUBLIC-CALIFORNIA
PRINCIPAL OFFICE IN
SAN DIEGO COUNTY
My Commission Expires Feb. 27,1984
K
SMS-688
Page 16
LABOR AND MATERIAL BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of
California, by Resolution No. (ol £f adopted February 16',
1982 has awarded to Col 1ura Construct ion Co.. Inc.
, hereinafter designated as the "Principal ,a
contract for:
VALLEY STREET STORM DRAIN
CONTRACT NO. 1098
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/her or its subcontractors shall fail to pay for any materials,
provisions, provender or other supplies or teams used in, upon for
or about the performance of the work agreed to be done, or for any
work or labor done thereon of any kind, the Surety on this bond
will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, WE Collura Construction Co.. Inc.
as Principal, hereinafter designated as Contractor, and Allied
Fidelity Insurance Co. as Surety, are held
firmly bound unto the City of Carlsbad in the sum of Twenty Six Thousand
Three Hundred Twenty Four and 76/1OQ-—---Dollars ($26.324,76 T~
said sum being fifty per cent(50%) 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 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 person or his/
her subcontractors fail to pay for any materials, provisions, pro-
vender 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 4204 of the
Government Code of the State of California.
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.
i*
IN WITNESS WHEREOF, this instrument has been duly executed by the
Contractor and Surety above named, on the
, 19
day of
( .A //
^
(Notarize or Corporate
Seal for each Signer)
USA.
I OM^II/ . £ r\
If/*
Surety
RtatBftf .CALIFORNIA
SAN DIEGO
4th . day of.March , 19_S2_ before me personalty came
R. W. KASSEL , to me known, who, being by me duly sworn, did depose and say that
he 1. an attorney-in-f act of ALLIED FIDELITY INSURANCE; 03, \ ;
the corporation described in and which executed the within instrument; that he knows the corporate seal of said corporation;
that the seal affixed to the within instrument is such corporate seal, and that he signed the said instrument and affixed the said
seal as Attorney-in-Fact by authority of the Board of Directors of said corporation and by authority of this office under the
Standing Resolutions thereof.
My commission expires February 27, 1984 K.
CB-407 (9/81)
OFFICIAL SEAL
LINDA K. CROUCH .
DTARY PUBLIC-CALIFORNIA!PRINCIPAL OFFICE IN <SAN DIEGO COUNTY
My Commission Expires Feb. 27,1984'"Vl*"%*J>WVOt<W%IW«*M>i
(Notary Public)
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. (oT fg .adopted February 16 , 1982,
has awarded to Collura Construction Co., Inc.
hereinafter designated as the "Principal", a contract for:
VALLEY STREET STORM DRAIN
CONTRACT NO. 1098 '
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, Collura Cons-truction Co., Inc. ,
as Principal, hereinafter designated as the "Contractor", and
Allied Fidelity Insurance Co.
as Surety, are held and firmly bound unto the City of Carlsbad, in
the sum of Fifty Two Thousand Six Hundred Forty Nine & 52/100-Dollars
($ 52,649.52 ), said sum being equal to 100 per cent (100%) of
the estimated amount of the contract, to be paid to the said City or
its certain attorney, its successors and assigns; for which payment,
well and truly to be made, we bind 'ourselves, our heirs, executors
and administrators, successors or assigns, jointly and severally,
firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden
Contractor, his/her or its heirs, executors, administrators,
successors or assigns, shall in all things stand to and abide by,
and well and truly keep and perform the covenants, conditions, and
agreements in the said contract and 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 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.
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 not 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
pot exonerate the Surety from its obligations under this bond.
f
IN WITNESS WHEREOF, this instrument has been duly executed by the
Contractor and Surety above named on the day of
,19
/0175~
Po *
(Notarize or Corporate
Seal for Each Signer) 'C6A£ractor
Surety
State nf CALIFORNIA
SAN DIEGO I 8S.
, day of.March 9 82 x before ma personally cam<
R W to me known, who, being by me duly sworn, did depose and say tha
h« is an attorney-in-fact nf ALLIED FIDELITY INSURANCE 00.
the corporation described in and which executed the within instrument; that he knows the corporate seat of said corporation
that the seal affixed to the within instrument is such corporate seal, and that he signed the said Instrument and affixed the sale
seal as Attorney-in-Fact by authority of the Board of Directors of said corporation and by authority of this office under thr
Standing Resolutions thereof.
My commission «vpi™« February 27. 1984
C8407 (9/11)
OFFICIAL SEAL
LINDA K. CROUCHITARY PUBUC-CAUFORNIAPRINCIPAL OFFICE IN ', ^— SAN DIEGO COUNTYJ My Commission Expires Feb. 27,1984
ALLIED FIDELITY INSURANCE CO.
6320 North Rucker Road • Indianapolis, Indiana 46220
POWER OF ATTORNEY
AC N2 004225
KNOW ALL MEN BY THESE PRESENTS: That this Power-of-Attorney is not valid unless attached to the bond which it
authorizes executed. It specifies the LIMIT OF THE AGENTS AUTHORITY AND THE LIABILITY OF THE COMPANY,
HEREIN.
THE AUTHORITY OF-THE ATTORNEY-IN-FACT and THE LIABILITY OF THE COMPANY
SHALL NOT EX™™ * * * FOUR HUNDRED THOUSAND 001URS * + +
USE OF MORE THAN ONE POWER VOIDS THE BOND
ALLIED FIDELITY INSURANCE CO., an Indiana corporation, ha^iag its principal office in the City of Indianapolis, State
of Indiana, does hereby make, constitute and appoint: R.W. KASSEu
in the City of SAN DIEGO
its true and lawful attorney-in-fact, at 10^5
, County ofniFcn MK<;|nM ROAH
SAN DIEGO
# 203
, State
, in the State
to make, execute, seal and deliver for and on its behalf, and as its act and deed, bonds, and undertakings in behalf of court
fiduciaries, who under the jurisdiction of a court, administer property held in trust; public official bonds; license and permit
bonds; tax, lien, and miscellaneous bonds; required by Federal, State, County, Municipal Authority, or other obligees, provided
that the liability of the company as surety on any such bond executed under this authority shall not in any event exceed the sum
shown above.
THIS POWER VOID IF ALTERED OR ERASED
This power not valid unless used before December 31, 1985
The acknowledgment and execution of any such document by the said Attorney-In-Fact shall be as binding upon the Com-
pany as if such bond had been executed and acknowledged by the regularly elected officers of this Company.
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following By-Law
adopted by the Board of Directors of Allied Fidelity Insurance Co. at a meeting duly called and held on the 5th day of September,
1969.
"Article V, Section 12, The President shall have power and authority to appoint, or delegate to other Corporate Officers, the
appointment of ... Attorney(s)-in-Fact, and authorize them to execute, on behalf of the Company as Surety, bonds and
undertakings, recognizances, contracts of indemnity, and other writings obligatory in the nature thereof; and he may at any
time in his judgment remove any such appointee(s) and revoke the authority given to them; and with respect to any Certified
Copy of any Power of Attorney, the signatures of any issuing or attesting officer, and the seal of the Company, may be affix-
ed to such Power of Attorney or to any certificate relating theretp, by facsimile; and such facsimile signatures and facsimile
seals shall be valid and binding,on the Company, in the future, with respect to any bond, undertaking or instrument of
suretyship, to which it is attached."
IN WITNESS WHEREOF, Allied Fidelity Insurance Co. has caused its official seal to be hereunto affixed and these presents
to be signed by its duly authorized officers this 25th day of November, 1980.
ALLIED FIDELITY INSURANCE CO.
BY
Secretary President
THIS POWER DOES NOT AUTHORIZE
THE EXECUTION OF BONDS FOR LOAN GUARANTEES
STATE OF INDIANA
COUNTY OF MARION SS:
On this 25th day of November, 1980, before me a Notary Public, personally appeared H.O. CROQUART and T. L. EADS, who
being by me duly sworn, acknowledged that they signed the above Power of Attorney as President and Secretary of the said
ALLIED FIDELITY INSURANCE CO. and acknowledged said instrument to be the voluntary act and deed of said Corporation.
•B H2 5
"2. CO
§ 1
> ^r Mo
> *li
w »5
GB CO
3 §H ~
=37> >> HHc°O •*)
CO
r>
o
o>
Notary Public, Marion County, Indiana ry
My Commission Expires: March 9, 1983 ^
Notary Public
1. ONLY ONE P6WER OF ATTORNEY MAY BE ATTACHED TO A BOND.
2. POWER OF ATTORNEY MUST NOT BE RETURNED TO ATTORNEY IN FACT, BUT SHOULD REMAIN A PERMA-
NENT PART OF THE OBLIGEE'S RECORDS.
3. THIS POWER DOES NOT AUTHORIZE EXECUTION OF BONDS OF NE EXEAT OR ANY GUARANTEE FOR
FAILURE TO PROVIDE PAYMENTS OF ALIMONY SUPPORT OR WAGE LAW CLAIMS. OR BONDS FOR
CRIMINAL APPEARANCE.
Page 20
GENERAL PROVISIONS
1. PLANS AND SPECIFICATIONS
The specifications for the work shall consist of the 1979
edition of the Standard Specifications for Public Works
Cons truction hereinafter designated SSPWC, as issued by the
Southern Chapters of the American Public Works Association,
the City of Carlsbad supplement to the SSPWC, the Contract
documents and the General and Special Provisions attached
thereto. '..-•-. i
The Construction Plans consist of 2 sheet(s) •designated
as City of Carlsbad Drawing No. 208-9 '. The standard
drawings utilized for this project are the San Diego Area .-
Regional Standard Drawings, hereinafter designated SDRS, a_s
issued by the San Diego County Department.of Transportation,
together with the City of Carlsbad Supplemental Standard
Drawings. Copies of pertinent standard drawings are enclosed
with these documents.
2. WORK TO BE DONE
The work to be done shall consist of furnishing all labor, ;
equipment and materials and performing all operations neces-
sary to complete the project work as shown on the project plans
and as specified in the specifications.
3. DEFINITIONS AND INTENT
a)Engineer: .
The word "Engineer" shall mean the City Engineer or his
approved representative.
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 accom-
panying these provisions unless stated otherwise.
Page 21
c) Directions:
Where words "directed", "designated", "selected" or words
of similar import are used, it shall be understood that
the direction, designation or selection of the Engineer is
intended unless stated otherwise. The word "required" and
words of similar import shall be understood to mean "as
required to properly comple'te 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 oper- *
ations, labor, tools and equipment, and .further, including
the furnishing and installing of materials that are indi-
cated, 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 trans-
portation.
CODES AND STANDARDS
Standard specifications incorporated in the requirements of
the specifications by reference shall be those of the latest
edition at the time of receiving bids. It shall be understood
that the manufacturers or producers of materials so required
either have such specifications available for reference or are
fully familiar with their requirements as pertaining to their
product or material.
5. CONSTRUCTION SCHEDULE
A construction schedule is to be submitted by the Contractor
per Section 6-1 of the SSPWC at the time of the preconstruc-
tion conference.
Page 22
Coordination with the respective utility company for removal
or relocation of conflicting utilities shall be requirements
prior to commencement of work by the Contractor.
The Contractor shall begin work after being duly notified by
an issuance of a "Notice to Proceed" and shall diligently
prosecute the work to completion within ^5 consecutive
calendar days from the date of receipt of said ""N o t i c e 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 nonconforming
work shall be borne by the Contractor.
7. GUARANTEE
All work shall be guaranteed for one year after the filing of
a "Notice of Completion" and any faulty work or materials 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.
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 fr-om any obligation to fulfill this contract.
Page 23
,'
11. PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to
be inserted in this contract shall be deemed to be inserted
herein and the contract shall be read and enforced as though
it were included herein, and, if through mistake or otherwise
any such provision is not inserted, or is not correctly in-
serted, then upon application of either party the contract
shall forthwith be physically amended to make such insertion
or correction.
12. IHTENT 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
for any material, apparatus, equipment or process indicated
or specified by patent or proprietary names or by names of
manufacturer which she/he considers equal in every respect to
those indicated or specified. The offer made in writing,
shall include proof of the State Fire Marshal's approval (if
required), all necessary information, specifications and
data. If required, the Contractor, at her/his own expense,
shall have the proposed substitute, material, apparatus,
equipment or process tested as to its quality and strength,
its physical, chemical or other characteristics, and its
durability, finish, or efficiency, by a testing laboratory
as selected by the City. If the substitute offered is not
deemed to be equal to that so indicated or specified, then
the Contractor shall furnish, erect, or install the material,
Page 24
apparatus, equipment or process indicated or specified. Such
substitution of proposals shall be made prior to beginning of
construction, if possible, but in no case less than 10 days
prior to actual installation.
14. RECORD DRAWINGS ' '
The Contractor shall provide and ke'ep 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.
The City reserves and shall have the right, when confronted
with unpredicted conditions, unforeseen events, or emergen-
cies, to increas'e 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.
Page 25
17. SAFETY & PROTECTION OF WORKERS AND PUBLIC
The Contractor shall take all necessary precautions for the
safety of employees on the work and shall comply with all
applicable provisions of Federal, State and Municipal safety
laws and building codes to prevent accidents or injury to
. persons on, about or adjacent to the premises where the work
is being performed. He/she shall erect and properly maintain
at all times, as required by the conditions and progress of
the work, all necessary safeguards for the protection of
workers and public and shall post danger signs warning
against hazards created by such features of construction as
protruding nails, hoists, well holes and falling materials.
18. WATER FOR CONSTRUCTION
The Contractor shall obtain a construction meter for water
utilized during the construetion under this contract. The
Contractor shall contact the appropriate water agency for re-
quirements. Contractor shall include cost of water and meter
rental within appropriate items of proposal. No separate pay-
ment will be made.
19. SURVEYING
Surveying service for this project shall be performed by the
Contractor. Requirements of the Contractor pertaining to
this item are set forth in Section 2-9.5 of the SSPWC. Con-
tractor shall include cost of surveying service within appro-
priate items of proposal. No separate payment will be made.
Page 26
SPECIAL PROVISIONS FOR THE CONSTRUCTION OF THE
VALLEY STREET STORM DRAIN
CONTRACT NO. 1098
1. SPECIFICATIONS: The work covered herein shall be in accordance with the
Standard Specifications for Public Works Construction, as issued by the
Southern California Chapters of the American Public Works Association, and
these contract specifications, including any amendments thereto, insofar
as these may apply, and in accordance with the following Special Pro-
visions. In case of conflict between the Standard Specifications and
these Special Provisions, the Special Provisions shall take precedence
over and shall be used in lieu of such conflicting portions of either
the Standard Specifications or the general specifications. Work on City
of Carlsbad curbs, gutters, sidewalks, cross gutters, sewers, pavements
and waterlines shall conform to the standards of the City of Carlsbad.
2- LOCATION: The project is located within the City limits of the City of
Carlsbad. The main line is to be constructed from Buena Vista along
Valley Street to Elm Avenue.
3- CONSTRUCTION SEQUENCE: All storm drain structures shall be constructed
from the downstream end; except for portions which are specifically des-
ignated as being accelerated construction reaches by the Engineer due to
traffic problems anticipated or other situations where overriding public
interest governs or construction scheduling difficulties are being avoided.
4. CONSTRUCTION AND STRUCTURAL NOTES: All construction notes and structural
notes and symbols used on the plans direct the Contractor to perform the
operations indicated, supply materials required, and safeguard facilities.
They are shown for the convenience of the Contractor and clarity of the
drawings and specifications and shall not be the basis for claims of
extra work. Payment for those items of work shall be incorporated into
the items of work to which they pertain and other items and no separate
payment will be made for them.
5- SOIL BORINGS: The City does not represent that any soil boring informa-
tion shown on the plans shows completely the existing condition and does
not guarantee the interpretation of these records. The Contractor assumes
all responsibility for deductions and conclusions as to the nature of
materials to be excavated, the difficulties of making and maintaining the
required excavations, and of doing other work affected by the geology of
the site of work.
6« PROTECTIVE AND SECURITY FENCES: The Contractor shall construct and main-
tain continuous protective and security fencing (51 minimum height chain
link fence with posts at 10" intervals) around all excavations 3' or more
in depth or where the excavation is considered unsafe at lesser depths.
No access openings shall be left in the fence when workers are not present.
Fence shall be braced to stand against wind and be secure against collapse,
disassembly or destruction by unauthorized tampering. Fencing not under
Page 27
ownership of the Contractor may be used as protective fencing only when
specific permission for its use is secured from the Engineer. All costs
involved in constructing, maintaining, and removing this fence shall be
absorbed in the items of work for which it is used to protect.
7. SAFEGUARDING EXCAVATIONS AND STRUCTURES: In making excavations for the
project, the Contractor shall be fully responsible for providing and
installing adequate sheeting and/or timbering and bracing as may be neces-
sary as a precaution against slides or cave-ins, and to protect all existing
improvements of any kind, either on public or private property, fully from
damage. The Contractor shall make necessary repairs to or reconstruction
of any such improvements damaged, at his/her own expense and as directed
by the Engineer.
The Contractor shall remove any shattered rock or other loose material
which appears dangerous to workers or to structures. The fact that such
removal may enlarge the excavation beyond the required limits shall not
operate to relieve the Contractor from the necessity of making such removal,
and the Contractor shall be entitled to no additional compensation under any
contract item on account of such removal and enlargement.
It shall be the Contractor's responsibility to obtain all permits required
by the State of California, Division of Industrial Safety for excavations.
The Contractor shall comply with all the provisions of the State of
California Construction Safety Orders dealing with Excavations and Trenches.
Contractor shall further comply with the provisions of the California Occu-
pational Safety and Health Act of 1973 (Ch.993, Stats. 1973) and with all
rules, regulations, orders and standards adopted or issued pursuant thereto,
and with all other laws, regulations and standards relating to safety.
Copies of approved shoring methods and plans shall be supplied to the
Engineer prior to their use.
All materials required for sheeting, bracing and shoring shall be furnished
by the Contractor and upon completion of the work, except for such as may
be left in place, shall become the property of the Contractor.
All costs for labor, materials, and equipment required to design, construct,
repair, reconstruct and remove all shoring, sheeting, lagging, cribbing,
coffer dams, piling, or other means of supporting and excavations required
for the construction,of this project shall be included in the lump sum price
bid for shoring excavations.
8. TRAFFIC REQUIREMENTS IN CARLSBAD CITY STREETS: The Contractor shall arrange
his/her work in such a manner that the following traffic requirements are
satisfied:
A. Provide and maintain one 12-foot traffic lane during Contractor's normal
working hours and two 12-foot traffic lanes after normal working hours
for all streets. Any one street shall not be simultaneously reduced to
two lanes at more than one location.
Page 28
B. The complete closure of any street requires prior approval of the
Engineer.
C. Vehicular access to any property in the project area shall not be
blocked off.
9. TRAFFIC CONTROL IN CARLSBAD CITY STREETS: The traffic control includes
the construction of detours, street closures, and related work necessary
and required for the construction of the storm drain.
A. Notifications: The Contractor shall notify the following City depart-
. rnents 24 hours prior to the start of work on this project and 24 hours
prior to the closing or opening of a street or alley within the City
of Carlsbad:
Engineering Department - 438-5541
Police Department - 438-5511
Fire Department - 438-5521
The City of Carlsbad will furnish, at no charge to the Contractor,
"TEMPORARY NO PARKING" signs to be posted (and removed) by the
Contractor as required to facilitate progress of the work. The signs
shall be removed by the Contractor immediately when not required to
facilitate the work.
B. Barricades, Guards and Safety Provisions: To protect persons from
injury and to avoid property damage, adequate barricades, bridging,
construction signing, warning lights and guards as required shall be
placed and maintained during the progress of construction work and
until it is safe for traffic to use the street or highway. All piles
of material, equipment, pipe and other objects that may serve as ob-
structions to traffic shall be barricaded and have warning lights.
The warning lights shall be of intermittent flashing type, amber in
color and shall be working from one-half hour before dusk continually
until one-half hour after dawn the following morning, and when visi-
bility is poor. All safety rules and regulations of local and State
authorities shall be observed.
Portable delineators, including the base, shall be composed of a
material that has sufficient rigidity to remain upright when unattended
and shall be either flexible or collapsible upon impact by a vehicle.
The base shall be of such shape as to preclude roll after impact. The
base shall be of sufficient weight or shall be anchored in such a
manner that said delineator shall remain in an upright position.
If the portable delineators are damaged, displaced or are not in an
upright position, from any cause, said delineators shall immediately
be replaced or restored to their original location, in an upright
position, by the Contractor.
Page 29
The vertical portion of the portable delineators shall be predomi-
nantly orange color. The posts shall be not less than 2-1/4" in
width or diameter, if tapered, shall have a cross-sectional area of
not less than 100 square inches measured through the vertical axis
of the delineator, normal to the roadway. The minimum height shall
be 37 inches above the traveled way.
Fluorescent traffic cones shall be of good commercial quality,
flexible material suitable for the purpose intended. The outer
section of the portion above the base of the cone shall be a highly
pigmented fluorescent orange polyvinyl compound. The overall height
of the cone shall be at least 28 inches. The base shall be of suf-
ficient weight and,size or shall be anchored in such a manner that
the traffic cone will remain in an upright position.
C. Traffic Control: In order to expedite the passage of public traffic
through or around the work and where ordered by the Engineer, the
Contractor shall install signs, lights, flares, barricades and other
facilities for the sole convenience and direction of public traffic.
Also, where" directed by the Engineer, the Contractor shall furnish
competent flagpersons whose sole duties shall consist of directing
the movement of public traffic through or around the work. No
material or equipment shall be stored where it will interfere with
the free and safe passage of public traffic and at the end of each
day's work and at other times when construction operations are sus-
pended for any reason, the Contractor shall remove all equipment and
other obstructions from that portion of the roadway open for use by
public traffic.
Existing traffic signal and highway lighting systems shall be kept
in operation for the benefit of the traveling public during progress
of the work and other forces will continue routine maintenance of
existing systems.
The Contractor may be required to cover certain signs which regulate
or direct public traffic. The Engineer will determine which signs
shall be covered.
Construction operations shall be conducted in such a manner as to
cause as little inconvenience as possible to abutting property owners.
All streets and highways used by the Contractor shall be kept free of
debris, dust and rnud by the Contractor.
Personal vehicles of the Contractor's employees shall not be parked
on the traveled way at any time, including any section closed to
public traffic.
When entering or leaving roadways carrying public traffic, the Con-
tractor's equipment, whether empty or loaded, shall in all cases
yield to public traffic.
The provisions in this section may be modified or altered if, in the
opinion of the Engineer, public traffic will be better served and
Page 30
work expedited. Any proposed modifications shall be approved in
writing by the Engineer.
Whenever a lane closure is made, the Contractor shall close the lane
by placing fluorescent traffic cones, portable delineators, or other
devices approved by the Engineer, along a taper and along the edge
of the closed lane adjacent to public traffic. One telescoping flag
tree with flags shall be placed at the beginning and at the end of
the taper.
Whenever work is being performed adjacent to a lane carrying traffic,
the edge of lane or edge of pavement shall be delineated by placing
temporary portable delineators adjacent thereto.
Should the Contractor appear to be neglectful or negligent in furnish-
ing warning and protective measures as above provided, the Engineer
may direct attention to the existence of a hazard and the necessary
warning and protective measures shall be furnished and installed by
the Contractor at his/her expense. Should the Engineer point out
the inadequacy of warning and protective measures, such action on
the part of the Engineer shall not relieve the Contractor from re-
sponsibility for public safety or abrogate his/her obligation to
furnish and pay for these devices.
Full compensation for furnishing, placing, maintaining, replacing and
removing construction signing, barricades, delineators and traffic cones;
for covering signs as directed by the Engineer; and for furnishing flag-
persons shall be considered as included in the various contract items of
work involved and no separate payment will be made therefor.
10. DUST CONTROL: The Contractor shall furnish a water supply vehicle on the
job site. The Contractor shall apply water in the amounts and at inter-
vals as directed by the Engineer. The water supply vehicle and an operator
shall be available'upon a reasonable notice as determined by the Engineer
for after-^hour, weekend, or holiday dust control work. If the Contractor
is not available for dust control measures, the City will arrange for the
work to be performed by others and will deduct all equipment, labor, and
material costs thereof from the contract amount. The Contractor shall
place a 1" thick temporary pavement over storm drain trenches within
intersections as soon as they are backfilled to prevent dust from cross
traffic. The Contractor shall furnish a street sweeper vehicle on the
job site and shall sweep areas as directed by the Engineer.
All costs involved for dust control including supplying and operating water
supply vehicles, street sweepers, furnishing and placing temporary pavement
shall be absorbed in other items of work.
11. NOTIFICATION TO RESIDENTS AND PROPERTY OWNERS: It shall be the responsi-
Fflity of the Contractor to notify in writing all property owners and
residents along any street closed to traffic at least 24 hours prior to
closure. If driveways are to be closed, the property owner and/or resident
shall be notified in writing 24 hours in advance, and th'e period of closure
Page 31
shall be specified to the affected resident or property owner. All costs
involved in notification shall be absorbed in other items of work. In
the event of failure to notify by Contractor, the Contractor shall, at
the direction of the Engineer, restore property access immediately.
12, PROTECTION, RESTORATION AND CLEANUP OF EXISTING IMPROVEMENTS:
The Contractor shall be responsible for the protection, restoration or
replacement of any improvements existing on public or private property
at the start of work or placed there during the progress of work and not
specified or shown on the plans to be permanently removed, txisting im-
provements shall include, but are not limited to curbs, gutters, cross
gutters, sidewalks, driveways, lawns, shrubs, trees, fences and walls.
All existing improvements shall be reconstructed to equal or better the
existing improvements removed or damaged.
The Contractor shall select his/her equipment with a view of minimizing
the damage to street. The equipment or the type of construction method
used which tends to inflict unnecessary damage to the street, in the
judgment of the Engineer, may be ordered discontinued unless the Con-
tractor demonstrates, to the satisfaction of the Engineer, that modifi-
cations to his/her methods or equipment will not inflict unnecessary
damage to the street.
In submitting a bid, the Contractor will be deemed to have carefully
examined the site of the work and to have become acquainted with all
conditions relating to the protection and restoration of existing im-
provements. The City does not guarantee that all improvements are shown
on'the plans and it shall be the Contractor's responsibility to provide
in the bid for the protection and restoration of all existing improve-
ments except those otherwise specified herein.
All curbs, gutters, sidewalks and driveways shall be removed and replaced
to the next joint or scoring line beyond the actually damaged or broken
sections; or in the event that joints or scoring lines do not exist or
are three or more feet from the removed or damaged section, the damaged
portions shall be removed and reconstructed to neat, plane faces. All
new concrete shall match, as nearly as possible, the appearance of ad-
jacent concrete improvements.
The Contractor is required tg_.conduct concurrent cleanup operations as
the work proceeds. PortiohG- of^fe&e^j-ob other thaft-^be-se-alTowed in
Item 13 below shall be completely cleaned of dirt, debris, trench spoil,
equipment and construction material; and areas are to be completely
restored. An exception may be made for final repaying, except that all
areas shall be completely repaved and ready for final inspection within
a month (30 calendar days) subsequent to placement of conduit or stripping
of forms.
Dumping or storage of materials or storage of equipment in public rights-
of-way or private property requiring subsequent cleanup shall not be
Page 32 ^
permitted unless written permission is secured from the agency having
jurisdiction or owner of the property and submitted to the Engineer
and approved.
All costs involved in protection, restoration and cleanup of existing
improvements shall be included in other items of work.
13- MXIMUM LENGTH OF OPEN TRENCH: Except by special approval by the
Engineer, no more than one 500-foot reach or fractions thereof of storm
r drain pipe laying operations, including trenching and'backfill ing, shall
be under construction at any time. All costs involved to comply with
these requirements shall be included in the prices bid for various items
of work.
14. STORAGE OFJWIRIALS IN PUBLIC STREETS: No materials shall be stored
in public sidewalks or driveways. No materials shall be stored other
than those where the storm drain is to be constructed as part of this
contract, and then only within the limits of the construction subject
to the additional restrictions listed below.
A. Storm drain, sewer and water pipes may be stored on public streets
for a period not to exceed five working days.
!f-
B. Excavated and backfilling materials may be stored within £#0 feet
of the pipe laying operation only.
C. Construction equipment including shoring materials, fencing, and
forming materials- may be stored within 500 feet of the pipe laying
operation only.
All cost involved to comply with the above requirements shall be included
in the prices bid for various items of work.
1^" UTILITIES: Utilities for the purpose of these specifications shall be
considered as including, but not limited to pipe lines, conduits, trans-
mission lines, and appurtenances of "Public Utilities" (as defined in
the Public Utilities Act of the State of California) and those of private
industry, business or individuals solely for their own use or for use of
their tenants, and storm drains, sanitary sewers, street lighting and
traffic signal systems. The City'of Carlsbad and affected utility
companies have, by a search of^nown records, endeavored to locate and
indicate on the plans all utilities which exist within the limits of the
work. However, the accuracy or completeness of the utilities indicated
on the plans is not guaranteed. Service connections to adjacent property
may or may not be shown on the plans. It shall be the responsibility of
the Contractor to determine the exact location of all utilities and their
service connections. The Contractor shall make HIS own investigation
as to the location, type, kind of material, age and condition of existing
utilities and their appurtenances and service connections which may be
affected by the contract work, and in addition he shall notify the
City as to any utility, appurtenances and service connections located
which have been incorrectly shown on or omitted from the plans.
Page 33
The Contractor shall notify the owners of all utilities at least 48 hours
in advance of excavating around any of their structures. At the completion
of the contract work, the Contractor shall leave all utilities and appur-
tenances in a condition satisfactory to the owners and the City. In the
event of damage to any utility, the Contractor shall notify the owners of
the utility immediately.
The temporary or permanent relocation or alteration of utilities, including
service connections, desired by the Contractor for his own convenience
'shall be the Contractor's own responsibility, and he shall make all
arrangements regarding such work at no cost to the City.
In order to minimize delays to the Contractor caused by the failure of
other parties to relocate utilities which interfere with storm drain
structures, the Contractor, upon request to the City, may be permitted
to temporarily omit the portion of work affected by the utility. The
portion thus omitted shall be constructed by the Contractor immediately
following the relocation of the utility involved unless otherwise directed
by the City. Should the omitted portion of the work consist of concrete
pipe, thgj^pjjtrj^tpr maj(_cpjT]pJjej£™^4_£2J^tiQ]i.,by cpjis'J^cijng a trans-
ttioiuija^ictuisJiiJ:^will be made on a linear foot basis at the price bid for the pipe item^-... ~.~.~~ ~«~ ....... .~A— - ..... - - -.--•- ....... .- .- ••
The Contractor shall 'support and protect all utilities and service con-
nections found not to interfere with the permanent project work. It shall
be the Contractor's responsibility to provide continuous and safe operation
of all utilities protected and supported. The Contractor shall be respon-
sible for all damages and costs that may be caused by his/her failure to
protect and support utilities in a satisfactory manner.
Payment for protecting and supporting utilities are as follows:
A. All costs involved for protecting and supporting utilities shown
on the plans as "protect (utility)" shall be included in the
various items of work.
B. All costs involved for protecting and supporting utilities that
parallel the storm drain construction shall be included in the
price bid for storm drain construction. The definition of a
parallel utility for the purpose above shall be as follows: Any
utility which runs more or less parallel to the pipeline being
constructed and located more than two feet measured horizontally
from the outside diameter of the pipeline being constructed.
C. Payment for protecting and supporting all utility lines found
within the trench or structure excavation lines shall be included
in the price bid for the storm drain or structure.
Certain abandoned utility lines (mains and services, primarily gas) may
not be shown due to insufficient data on the project drawings. The
Contractor shall apply to the gas company or other utility company for
Page
assistance in identifying abandoned or out-of-service lines. The
Contractor shall take due precautionary measures to effect their
removal and ultimate abandonment.
The Contractor shall relocate all water service connections found to
interfere with permanent project work. All costs invo.lved to relocate
all water service connections shall be included in the various items of
work.
16. USE OF PAVEHENT SAWS: A concrete pavement saw shall, where practical,
be used in the removal of all existing concrete curbs, sidewalks and
gutters. A full depth of saw cut shall be used where possible. Mini-
mum depth of saw cut shall be 2/5 thickness of the concrete pavement.
Pavement saws need not be used for the removal of bituminous pavement
in the City streets. However, the bituminous pavement shall be saw cut
to a neat vertical line prior to paving. Concrete pavement cracked by
the Contractor's operations shall be sawn at removal lines determined
by the Engineer. In State of California rights-of-way, a concrete
pavement saw shall be used for the removal of all bituminous pavement.
Payment for the use of concrete or pavement saws shall be absorbed in
the items of work for which they are used.
17- ABANDONED UTILITIES AND STRUCTURES: Unless otherwise specified, gas
lines, sanitary sewers, storm drains, or other structures which have
been abandoned or are to be abandoned as a result of the construction
of this project and are found to interfere with construction, the inter-
fering portions shall be removed and the remaining exposed portions
sealed with an 8-inch wall of brick and cement mortar. All interfering
materials shall become the property of the Contractor and shall be dis-
posed of by him away from the site of work.
The costs of all such work specified in this section shall be absorbed
in the prices bid for the various items of work.
18« REMOVAL OF EXISTING PAVEMENT: The Contractor shall trim the existing
pavement to clean, straight, join lines as nearly parallel to the center
line of the storm drain as practical. Said straight lines shall be 30
feet minimum in length. No additional payment will be made for trimming
as it is considered part of bituminous or P.C.C. pavement removal.
Excavations in the pavement area or within 18" of the pavement (on partial
sections) shall be repaved as shown on the pavement replacement schedule.
If the pavement is cut to within three feet .of the edge of pavement or
lip gutter, the pavement shall be replaced to that edge. Severe damage
to the pavement due to the Contractor's operations shall be patched with
an equivalent section. Extensive damage on one side greater than 10% of
the pavement, area in any 250' reach shall be repaired with a one inch
pavement overlay and seal coat on asphaltic concrete sheets.
If existing P.C.C. pavement is cracked by the Contractor such that the
minimum dimension of the piece is less than four feet, the P.C.C. pave-
ment piece shall be removed and replaced at no cost to the City if one
edge lies adjacent to the pavement removal area.
All costs involved in the removal and disposal of existing pavement, in-
cluding P.C.C., A.C. over P.C.C. and A.C. shall be absorbed in the unit
prices bid for storm drain construction.
Page 35
19. TRENCH EXCAVATION: The Contractor shall obtain a RIght-of-Way Permit
from the City of Carlsbad prior to start of work.
Excavation for storm drain conduits shall be by open trenches with verti-
cal sides unless otherwise approved by the Engineer.
The trench clearance from excavated wall shall be shoring thickness plus
12 inches on each side of conduit, measured at top of pipe.
If, in the opinion of the Engineer, the maximum trench width shown on
backfill details is exceeded to the extent that the load on the pipe is
increased so as to require additional or another type of bedding or a
higher "D-load" strength pipe, such additional bedding or increased
strength of pipe shall be furnished and installed by the Contractor at
no additional cost to the City.
All excavated material unsuitable for trench backfill and excess exca-
vated material shall become the property of the Contractor and shall be
disposed of by him/her away from the site of work.
All costs involved for trench excavation and disposal of excess excavated
material and excavated material unsuitable for trench backfill shall be
included in the price bid for the construction of the storm drain.
20. DEV'IATERING AND CONTROL OF WATER: The Contractor's attention is directed
to the fact that portions of the project are subject to groundwater in-
filtration.
It shall be the Contractor's responsibility to dewater and to take all
necessary precautions to protect the construction and the existing improve
ments from damage due to infiltration of groundwater and water from any
other source, the Contractor shall take action as necessary such that any
ponding resulting from such discharge shall not result in the creation of
odors, breeding of mosquitoes,or the creation of other nuisance problems.
The Contractor shall not place concrete when the excavation is not com-
pletely dewatered and shall take all measures necessary to assure dewater-
ing is maintained until concrete is cured sufficiently to remove forms.
Payment for all dewatering operations and/or control measures for water
shall be included in other items of work.
21. STORM DRAIN BEDDING: The' subgrade or basement material on which the storm
drain is to be constructed shall be firm, thoroughly compacted and true to
grade.
The #3 or #4 crushed rock shall be natural rock and shall be mechanically
crushed with 100% passing the one inch sieve and 95% retained on a 3/8.
inch sieve and no more than 2% passing #20 sieve. The rock shall be com-
pacted mechanically after placement in the trench and shaped to receive
the pipe.
Page 36
Payment for all bedding materials, including furnishing, shaping, and ^^
compacting is included in the lineal foot price of the conduit being
constructed or absorbed in cost of the structure.
22. REINFORCED CONCRETE PIPE: Reinforced concrete pipe shall conform to
the provisions in Section 207-2.1 of the Standard Specifications and
be installed in accordance with the plans.
In lieu of any standard classes of pipe strength specified in the
Standard Specifications, reinforced concrete pipe shall have the
minimum "D-load" strengths as shown on the plans.
The specified "D-load" strengths for design of reinforced concrete pipe
are based upon the loads to which the pipe will be subjected upon com-
pletion of the project. Should the Contractor, as a result of his/her
construction methods, or for any other reason, subject the pipe to
loading which is greater than that for which the pipe was designed, it
shall be the Contractor's responsibility to take whatever steps are
required to strengthen or otherwise protect the pipe from damage. Pipe
stronger than that specified may be furnished at the Contractor's option
and expense.
All pipe joints shall conform to Section 65-1.06 of the Standard Specifi-
cations. The Contractor shall submit details of the pressurized jointing
methods for approval before construction with substantiating data on its
adequacy. Payment for pipe joints shall be included in the unit price
bid for R.C.P. in place.
All reinforced concrete pipe joints shall be mortared on the inside of
the pipe. The annular space in the inside joints of the pipe shall be
filled with mortar and finished smooth with a steel trowel. Said space
shall be finished as each section of pipe is installed for pipes 24
inches in diameter and smaller, and after the entire installation is
completed, for larger pipe. All reinforced concrete pipe shall be mor-
tared on the upper 270 degrees of the outside of the pipe.
Payment for reinforced concrete pipe shall be on a lineal foot basis and
shall include, but not be limited to, all materials and labor to furnish
and install the following items:
A. Placing and joining reinforced concrete pipe.
B. Removing and disposing of existing pavement of any type.
C. Furnishing and replacement of asphaltic concrete or P.C.C. pavement
and base material, including restriping or temporary striping.
D. Removing and disposing of existing concrete curbs, gutters, side-
walks, pavements and driveways.
E. Replacement of concrete curbs, gutters, sidewalks and driveways.
Page 37
F. Trench excavation and removal or abandonment of interfering utilities
and structures.
G. Removing and disposing of excess excavated materials.
H. Removing and disposing of excavated materials that are unsuitable
for trench backfill.
I. Dewatering of excavations. '
J. Furnishing, placement and compaction 6f trench backfill material
K. Shaping pipe bedding material and placing concrete supports for ex-
isting pipes.
L. Furnishing and placing or removal of brick and mortar seals.
M. Protecting and supporting of utilities.
N. Furnishing and placing "or preparing any joints or jointing material
required.
The above shall include full compensation for furnishing all labor, mate-
rials, tools, equipment, and incidentals, and for doing all work involved
in installing different sizes and classes of pipe including connecting
new pipe to existing facilities, complete in place, and furnishing and
disposing of water used for testing, as shown on the plans, and as speci-
fied in these specifications and the special provisions, and as directed
by the Engineer.
23> ASBESTOS-CEMENT PIPE: Asbestos-cement pipe shall conform to the provisions
of Section 207-6".2.1" of the Standard Specifications.
The Contractor may substitute asbestos-cement pipe for reinforced concrete
pipe on the following basis:
A. The inside diameter of the asbestos-cement pipe substituted shall be
equal to the inside diameter of the reinforced concrete pipe shown on
the plans.
B. Pipe strength substitution shall be per the following tables:
Class of asbestos-cement pipe Reinforced concrete pipe
requ i re d for j>u_b_st i tutjon "D-load "range per plans
Class II 800D to 1000D
Class III 1050D to 1350D
Class IV 1400D to 2000D
Class V 2050D to 3000D
C. All payment provisions for reinforced concrete pipe shall apply to
asbestos-cement pipe.
Page 38
24. TRENCH RESURFACING: Trench resurfacing shall conform to the require-
ments of Section 306 of the SSPWC and to these Special Provisions.
Aggregate base material shall be Class II and conform to the require-
ments of Section 301-2 of the SSPWC. u
Asphalt concrete shall be Type I-B-AR4000, except finish courses, and
shall conform to the requirements of Sections 203 and 302 of the SSPWC.
All finish courses shall be Type I-AR-4000.
Payment for the resurfacing, including the cost of asphalt concrete and
aggregate base, shall be considered included in the cost of the various
items of work and no additional payment will be made therefor.
25. TRENCHING AND BACKFILL: All trenching shall conform to the requirements
of Section 300 of the SSPWC and to these Special Provisions. The Con-
tractor shall obtain a right-of-way permit from the City Engineering
Department prior to any construction within the City right-of-way.
Where trenches cross pavement sections, the Contractor shall saw cut
along a straight line as nearly parallel to the center!ine of the storm
drain as possible to allow for clean join lines.
Backfill shall be compacted to 90% of maximum dry density as determined
by AST!"! test method number D1557-58T.
The cost of trenching and backfill, including pavement saw cutting, re-
moval and disposal, shall be considered as included in the unit prices
. paid for the various items of work and no additional payment will be
made therefor.
26• CONCRETE CATCH BASINS: The work shall conform to the requirements of
Section 303-1" of the SSPWC.
The unit price paid for each catch basin shall include all labor, materi-
als, equipment and operations necessary to construct the catch basin com-
plete and in place as shown on the project plans and as specified here-
in, including pipe connections and asphaltic apron.
27. PAVEMENT AND BASE REPLACEMENT: The Contractor shall replace all asphaltic
concrete pavement removed to construct the storm drain and appurtenances
thereto with base and pavement as shown on the plans.
All surfaces to be resurfaced shall be swept and cleaned prior to the pav-
ing operation. Asphaltic concrete pavement and base material shall be
replaced to the thicknesses shown in the pavement replacement schedule-
on the plans. A.C. pavement and base material shall conform to Section
24 above.
Page 39
Payment for pavement and base replacement shall be considered as included
in the unit prices paid for the various items of work and no additional
payment will be made therefor.
28. EXISTING ACCESS HOLES AND WATER AND GAS VALVE COVERS: The Contractor shall
adjust all existing access hole frames and covers and water and gas valve
frames and covers in work area to finish grades. All costs of complying
with the requirements of this paragraph shall be included in the prices
bid for the various items of work.
29• FINAL CLEANUP: The construction site shall be left in a neat and present-
able condition. The cost of site cleanup shall be considered as included
in other items of work and no additional payment will be made therefor.
30. STORM AND GROUNDWATER DAMAGE: The Contractor shall, throughout the entire
term of the contract, assume all risks and expenses of interference and
delay in the operations and the protection from or the repair of damage to
improvements being built by the Contractor under the contract as may be
_pagsed J^v_ werter^of .w^ajevar-quantity frjam jftoods. s.tprms, industrial waste,
irrigatio"n""underground, or other sources. However," the Contractor may
also assume full responsibility and expense of protecting or removing and
returning to the site of work, all equipment or materials under his/her
care endangered by any action of the elements.
Furthermore, the Contractor shall indemnify and save harmless the City
against all claims or suits for damage arising from his/her opertionas in
dewatering the work and control of water.
All works installed by the Contractor in connection with -dewatering and
control of water, but not specified to become a permanent part of the
project, shall be removed and the site restored, insofar as practical, to
original condition at the Contractor's expense.
Should a storm occur prior to the date upon which the work is completed
and sliQul-d)>debris_>o_rj3ither JUa.te/ijalj be, dejjgsj ted aswa ,re£ult_ Q^ S2Jd
storm in "orLj}pQn a*nVjyQrJ<s^or Tmpro'yements jj^wnatjaver nature constructed
jjncTer tTTe contract, the CorvtFactor ThaTV"immed^at*eTly remo^yT and TTi spose_ of
Tu"ch~de"p1asT'ted material and no a'o'ch'Tional compensation for" such removal
and'^is'p'osal will be madeT —— — — — ~ "*
The Contractor shall, at all times, when rainfall ^rjj^hjpr^djajnjge _f 1 pv
jire jjccurring OP ^HP prpiprt- have supervisory personnel and workers on
duty". During such times, the Contractor shall have readily available suf-
ficient material and equipment to protect the public from danager and io_
jarotect the projectjwgrk, as well as private oj^p^li^ property from dam-
^~ , _- • - — !_ _
The cost of such^ork is included in the unit prices bid for the various
items of work and no separate or additional payment will pe made trrerefor.
REMODELING OF HOUSE CONNECTION SEICRS: The Contractor shall remove all ex-
isting house connection sewers which interfere with a part of the permanent
work to be constructed under the contract. The Contractor shall reconstruct
Page 40
32.
or remodel said house connection sewers. When a house connection sewer
is found to occupy the space to be occupied by a part of the permanent
works, the Contractor shall notify the Engineer and the Engineer will
approve the remodeling method to be used.
The cost of such work is considered included in the prices bid for the
various items of work and no separate or additional payment will be made
therefor.
PAYMENT FOR A.C. AND A.D.: Will be made on the basis of estimated
amount only.Any extra amount required must be approved by the Engineer.