HomeMy WebLinkAboutDakeno Inc; 1972-09-26; 1009c
CITY OF CARLSBAD
SAN DIEGO COUNTY
CALIFORNIA
CONTRACT DOCUMENTS £- SPECIFICATIONS
FOR
THE DEMOLITION OF AN EXISTING SEWAGE
TREATMENT DISPOSAL FACILITY
CONTRACT NO. 1009
/**""
W TABLE OF CONTENTS
Page
1 NOTICE INVITING SEALED PROPOSALS
3 PROPOSAL
6 DESIGNATION OF SUBCONTRACTORS
7 STATEMENT OF FINANCES
8 BID BOND
9 AGREEMENT AND CONTRACT
11 BOND FOR LABOR AND MATERIALS
13 BOND FOR FAITHFUL PERFORMANCE
15 SPECIAL PROVISIONS
16 GENERAL CONDITIONS
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the Office of the City Clerk, City Hall,
1200 Elm Avenue, Carlsbad, California, until 10:00 A.M., on the 28th^
cjj: August , 1972^ at which time they will be opened and read,
V r performing the work as follows:
Contract #1009
The demolition of an existing Sewage Treatment Disposal Facility
in the vicinity of Carlsbad Blvd. and State Street.
'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 least 10 percent of the amount bid.
The documents included within the sealed bids which require completion
and execution are the following:
1. Page 3 - Proposal
2. Page 6 - Designation of Subcontractors
3. Page 7 - Bidder's Bond .
4. Page 8 - Contractor's Financial Status
The documents shall be affixed with the appropriate signatures and titles
the persons signing on behalf of the bidder. For corporations, the
gnatures of the President or Vice-president and Secretary or Assistant
Secretary are required and the Corporate Seal shall be affixed to all
documents requiring signatures. In the case of a partnership, the signa-
ture 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. _ N
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 others
than licensed contractors. It is requested that the plans and special
.-provisions be returned within 2 weeks after the bid opening.
f 3 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 A.M., on August 21 , 1972.
Page k.
In accordance with the provisions of Section 1770 of the Labor Code,
the City Council of the City of Carlsbad has ascertained the general
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
execute the contract and has set forth these items in Resolution No,
A copy of said Resolution is available in the office of the City Clerk
in the City of Carlsbad.
C-
Page 3
CITY OF CARLSBAD
THE DEMOLITION OF AN EXISTING
SEWAGE TREATMENT DISPOSAL FACILITY
CONTRACT NO. 1009
PROPOSAL
To the City Council
City of Carlsbad
1 200 Elm Avenue
Carlsbad, California 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 1009 in
accordance with the plans, the specifications 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 :
DEMOLITION OF AN EXISTING SEWAGE
TREATMENT DISPOSAL FACILITY
TOTAL
ITEM QUANTITY ARTICLE AMOUNT
1. Lump Sum Demolition of an existing
Imhoff Tank, old Pump
House, Bypass Chamber,
Appurtenances, removal 5-
disposal of existing sludge
/& .The Lump Sum of
/
€ +, V < *).'*?• (4 -( -T-sr-*., ~Do1 1 a rs and
' _ Cents $
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'crror in
the extension of a unit price, the corrected extension shall be cal-
culated 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 within ten (10) days, not
including Sunday, after having received notice that the contract
is ready .for signature, 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. ^fr^y//' (
Identification £s*—~ ^I • ••
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 mace
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, cashier's
check or bond)
in an amount not less than 10 percent 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.
'-I•-{£,'(-'£}
Page 5
Phone Number Bidder's Name
(SEAL)
Date Authorized Signature
"v.
Authorized Signature/ • /
Bidder's Address
y
Type of Organization
(Individual, Corporation, Co-
partnership)
List below names of President, Secretary, Treasurer and Manager if
a corporation, and names of all co-partners if a co'-partnership:
DESIGNATION OF SUBCONTRACTOR
Page 6
The undersigned certifies that he has used the ^subbids of the
following 1'isted contractors in making up his bid and that the sub-
ontractors 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. Ko 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
2.
5.
6.
Bidder's Name
Authorized Signature
Type oif Organization
(Individual, Co-Partnership or
Corporation)
••• j
Address
\
Page 7
DIDDER'S STATEMENT OP 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
^dbility.
The .undersigned submits below a statement of the work of similar
character to that included in the proposed contract which he has
successfully performed.
./
if, ^//:'i>.?r2-£. stf <t'-'cSAS. &&' '*'/' .*S\<^i *-'.--. 'r-SJS'^
C
Pa^e 8BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS, Bond No. 04-306-1081300
That we, DAKENO. INC. _ _ , as Principal, and
1920 Missouri, Riverside, California 92507
f"""'AMERICAN FIDELITY FIRE INSURANCE COMPANY _ , as Surety, are held and firmly
bound unto, the City of Carlsbad, California, in the sum of 10% of Bid not
to Exceed FIVE HUNDRED AND NO/100 Dollars ($500.00 _ ) / lawful money of
the United States for the payment of which sum well and truly to be
.jnade, 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:
THE DEMOLITION OF AN EXISTING SEWAGE
TREATMENT DISPOSAL FACILITY CONTRACT NO. 1009
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 for such construction and shall execute and deliver the two
(2) bonds described in the "Notice Inviting Bids" within ten (10) days
(not including Saturday and Sunday) from the date of the mailing of a
notice to the above-bounden Principal by and from said City of Carlsbad
that said contract is ready for execution, 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
as an individual, it is agreed that the death of any such Principal
shall not exonerate the surety from its obligations under this bond.
IN WITNESS WHEREOF, We hereunto set our hands and seals this
day of Auust- _ . _ , 19 7?' .
Corporate Seal (if Corporation) DAKENO. INC.
Principal
(Attach Acknowledgement of By
Attorney in Fact) .
. . AMERICAN FIDELITY,FIRE INSURANCE COMPANY
By
CarIton Mann
Title Attorney-in-Fact '
(Notarial acknowledgement of execution by all PRINCIPALS and SURETY
must be attached.)
STATE OF CALIFORNIA )
) ss.
County of LOS ANGELES )
On this 28th •. day of August jn the year 19 72, before me
MARY RUTH RANGE, a Notary Public in and for the County and State aforesaid,
personally appeared Carlton Mann known to me
to be the person whose name is subscribed to the within instrument and known
to me to be the Attorney-in-Fact of AMERICAN FIDELITY FIRE INSURANCE COMPANY,
and acknowledge to me that he subscribed the name of the said Company thereto
as surety, and his own name as Attomey-in-Fact.
OFFICIAL SEAL
MARY RUTH RANGE
NOTARY PU3UC-CALIFCPNIA
LOS ANGELES COUNTY _
My Commission Expires June 26,197G
i»^^.^vii^iix^ik>xJuNli^tf«yw^>i.
AMERICAN FIDELITY FIRE INSURANCE COMPANY
c
Westbury, New York
Power of Attorney
KNOW ALL MEN BY THESE PRESENTS: That the American Fidelity Fire Insurance Company, a Corporation in the
State of New York, having its principal office in Westbury, State of New York, pursuant to the following resolution, adopted
by the Board of Directors of the said Company on the 18th day of February, 1969, to wit:
"The President, or any Vice-President, or other officer designated by the Board of Executive Committee shall have
authority, severally, to make execute and deliver a power of attorney constituting as Attorney-in-Fact such persons, firms
or corporations as such officer may select from time to time."
does hereby make, constitute and appoint Carlton Mann of Los Angeles, in the State of California, its true and lawful
attorney(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowl-
edge and deliver in its behalf, and as its act and deed, as follows:
Any and all bonds not exceeding $50,000.00
and to bind American Fidelity Fire Insurance Company thereby as fully and to the same extent as if such bond or under-
taking was signed by the duly authorized officers of the American Fidelity Fire Insurance Company, and all the acts of said
Attorney(s) pursuant to the authority herein given, are hereby ratified and confirmed.
%
IN WITNESS WHEREOF, the American Fidelity Fire Insurance Company has caused these presents to be signed by its
President and/or its Vice-President, and its Corporate Seal to be hereto affixed.
State of New York )
County of Nassau )SS:
AMERICAN FIDELITY FIRE INSURANCE COMPANY
Luther H. Williams, President
On this 8th day of April, 1 97 1 , before the subscriber, a Notary Public of the State of New York in and for the County
of Nassau duly commissioned and qualified, came Luther H. Williams of the American Fidelity Fire Insurance Company,
to me personally known to be the individual and officer described herein, and who executed the preceding instrument, and
acknowledged the execution of the same, and being by me duly sworn, deposed and said, that he is the officer of said
Company aforesaid, and that the seal affixed to the preceding instrument in the Corporate Seal of said Company, and the
said Corporate Seal and signature as an officer were duly affixed and subscribed to the said instrument by the authority and
direction of the said Corporation, and that the resolution of said Company, referred to in the preceding instrument, is now
in force.
IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my official seal at Westbury, New York the
day and year above written.
Try.
State of New York )
County of Nassau )SS:
Notary Public
ELIZABETH M. ROSELLE
NOTARY PUBLIC, State of New York
No. 30-8643115
Qualified in Nassau County
Commission Expires March 30, 1972
CERTIFICATE
I, the undersigned, President of AMERICAN FIDELITY FIRE INSURANCE CO. a stock corporation of the State of
New York, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains
in full force and has not been revoked; and furthermore, that the Resolution of the Board of Directors, as set forth in the
Certificate of Authority, are now in force.
Signed and Sealed at the Home Office of the Company, at Westbury, Long Island, New York. Dated this 28th day of
August A.D., 19 72
Luther H. Williams, President
Page 9
£.ON;TRA£T
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 DAKENO, 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:
THE DEMOLITION OF AN EXISTING SEWAGE
TREATMENT DISPOSAL FACILITY CONTRACT NO. 1009'
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 said
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 unforseen
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 of discontinuance of
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.
Page 10
*
4. The Notice to Didders, Instructions to Didders, Contractor's
Proposal, and the plans and specifications, and all amendments thereof
when approved by the parties hereto, or when required by the citv in
accordance with the provisions of the plans and specifications, are
*m*er.eby 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 offiqers and
employees, from all claims, loss, damage, injury and liability of
. every kind, nature-'and description, directly or indirectlv 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. f
IN WITNESS V7HERSOF, the parties hereto have caused this contract
to be executed the day and year first/aSjove written.
LSBAD, CALIFORNIA
Mayor
• •«
ATTEST:
/
*• mm»\ !••!•••_• • mT_ JL_- -~—i ..,-it jf _T _-~L-HJI. . i _. _• —
\ • . . : Title
Droved as to form:
•*** -sis*1*1"111
/
f City Attorney
* . :\
•/. tnrial acknov/ledgement of execution by c.ll PRIi:CIP7%LS
S\_ must be attached.)
Page 11
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, THAT Bond No. 04-306-1081613
WHEREAS, the City Council of the City of Carlsbad, State of
California, by motion adopted September 5, 19,72 ,
has awarded to DAKENO. INC.
hereinafter designated as the "Principal", a contract for:
The demolition of an existing sewage
treatment disposal facility,Contract No. 1009.
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 pr'p-
vender 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 nAKRNfi,
as Principal, hereinafter designated as the Contractor and_
AMERICAN FIDELITY FIRE INSURANCE COMPANY
as Surety, are held firmly bound unto the City of Carlsbad, in the
sum of ONE THOUSAND EIGEf ffUNDREp FIFTY Dollars ($ 1,850.00 ) , said
sum being 50 percent 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 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 12
This bond shall inure to the benefit of any and all persons, companies
and corporations entitled to file claims under Section 119?.l 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.
V
And the said Surety, for value received, hereby stipulates and aarees
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 Contractor 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 V7HEREOF, this instrument has been duly executed by the
Principal and Surety above named, on the gpth dav of S tambar, 1972 . - soptomDor
Corrfe^ctor
FIRK^NSURjiSbs COMPANY (Seal)
By
Marvin D. Uritz,
Surety
STATE OF CALIFORNIA )
) S3.
County of LOS ANGELES )
On this _2Q_th_day of September in the year 19?2__J before me
MARY RUTH RANGE, a Notary Public in and for the County and State aforesaid,
personally appeared Marvin D. Uritz known to me
to be the person whose name is subscribed to the within instrument and known
to me to be the Attorney-in-Fact of AMERICAN FIDELITY FIRE INSURANCE COMPANY,
and acknowledge to me that he subscribed the name of the said Company thereto
as surety, and his own name as Attorney-in-Fact.
OFFI'^.A), SEAL
MARY RUTH RANGE
NOT/-',<Y PUBLIC-CALIFORNIA \
LOS ANGELES COUNTY I
My Commission Lxpires June 26,1976 [
Page 13
PERFORMANCE BOND
Bond No. 04-306-1081613
KNOW ALL 'MEN BY THESE PRESENTS, that
WHEREAS, the City Council of the City of Carlsbad, State of
California, by motion adopted September 5? 1972
, has awarded to DAKENO, INC.
hereinafter designated as the "principal", a contract for:
The demolition of an existing sewage
treatment disposal facility, Contract No. 1009
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 contract and the terms thereof require the furnishing of a
bond for the Faithful Performance of said contract;
NOW, THEREFORE, WE, DAKENO. INC.
as Principal, hereinafter designated as the "Contractor", and
AMERICAN FIDELITY FIRE INSURANCE COMPANY
as Surety, 'are held and firmly bound unto the City of Carlsbad, in
the sum of TifitEE THQFISAMP SEW.N miwriRKn Dollars ($; 3f7QQ.oo ) /
said sum being equal to 100 percent of the estimated amount of the
contract, to be paid to the said City or its cextain 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
Principal, his or its heirs, executors, administrators, successors
or assigns, shall in all things stand to and abdi.de by, and well and
truly keep and perform the covenants, conditions and agreements in
the said contract and any alteration thereof ma.de as therein pro-
vided 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 mtull and void; other-
wise it shall remain in full force and virtue.
Page 14
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 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 on any such Principal
shall not exonerate the Surety from its obligations under this
bond.
IN WITNESS vrHSREOF, this instrument has been duly executed by the
Principal and Surety above named, on the 2Qth day of
September _, 19 72_.
r**
)f INC.
BS-^•frv *-e=
ix4-
(Seal)
Seal)
(Seal)
AMERICANfrflDELITY FIRE IMSimAfQ/CQMPANY (Seal)
Marvin D. Urltz, Attorney-ln?
Surety
_(Seal)
(Seal)
STATE OF CALIFORNIA )
) ss.
County of LOS ANGELES )
W,-
On this 20th _day of September in the year 19 72, before me
MARY RUTH RANGE, a Notary Public in and for the County and State aforesaid,
personally appeared Marvin P. Uritz known to me
to be the person whose name is subscribed to the within instrument and known
to me to be the Attorney-in-Fact of AMERICAN FIDELITY FIRE INSURANCE COMPANY,
and acknowledge to me that he subscribed the name of the said Company thereto
as surety, and his own name as Attorney-in-Fact.
MAHY RUTH RANGE
., p ••"^E^.ES COUNTY
MyCor!imissiontxpifesJune26,lg/6
STATE
COMPENSATION
INSURANCE
FUND
P. 0. Box 807, San Francisco, California 94101
September 18, 1972
CERTIFICATE OF WORKMEN'S COMPENSATION INSURANCE
City of Carlsbad
1200 Ha Av*.
Carlsbad, Calif. 92008
This is to certify that we have issued a valid Workmen's Compensation insurance policy in a form approved by the California
Insurance Commissioner to the employer named below for the policy period indicated.
This policy also covers the liability of the employer under the United States Longshoremen's and Harbor Workers' Compensation Act.
This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer.
We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration.
EMPLOYER
<y
PRESIDENT
Dakeno Inc.
1920 Missouri St.
Kiv«r*i<le, Calif. 9^507
312296.72 1-5-72A-5-73
Job: Contract #1009
SCIF FORM 262A (BEY. 8-68)DUPLICATE
It 1s hereby endorsed and agreed that the policy to which this
certificate covers may not be cancel lid, materially changed nor
the amount of coverage therefore reduced nor the policy allowed
to lapse until 10 days after receipt by the City of Carlsbad, City
Hall, Carlsbad, Ca. of a registered written notice of such cancellation
or reduction of coverage.
It 1s further agreed that the City of Carlsbad, City Hall, Carlsbad,
Ca. 1s Included as additional Insured but only with respect to operations
performed by the flamed Insured for the City of Carlsbad.
' Page ?.5
SPECIAL PROVISIONS
1. WORK TO BE DON?:
The work to be done consists in general of furnishing all
labor, materials, equipment, transportation, etc., and
performing all operations required for a complete demolition
of an existing sewage treatment plant, including.' Imhoff Tank,
bypass chamber, and old pump house, all in
conformance with the plans, specifications, City Standard
Specifications and these Special Provisions.
2. ' TIKP LIMIT
The contractor shall complete the work in every detail within
thirty (30) consecutive calendar days from the date of execution
of the contract.
3. INCREASED OR DECREASED QUANTITIES & NEW ITEMS OF WORK
The City reserves 'the right to make such alterations in the plans
.or in . the quantities of work as may be considered necessary.
Such alterations will be in writing and shall not be considered
as a waiver of any conditions of the contract nor to invalidate
any of the provisions thereof. Compensation for such alterations
shall be as provided in Section 3 of the Standard Specifications,
except as otherwise provided in these Special Provisions.•»>,,•.--
4.'- LINES AND ELEVATIONS '
Prior to starting any work the City forces will stake out the
work and establish all reference points and elevations necessary
for proper execution of the work under this contract.
Stakes and marks set by the Engineer shall be carefully preserved
by the Contractor. In case such stakes and markings are destroyed
or damaged by reason of the Contractor's operations, the cost of
replacing or restoring them will be deducted from any monies due
or to become due the Contractor.
.5. COORDINATION • . .
' *
City forces will be engaged from time to time in operations
within the work area. The Contractor shall conduct his opera-
tions in such a fashion as to avoid unnecessary delay or
hindrance to such forces.
Page 16
,#«****•-
C
6. GENERAL CONDITIONS
All concrete structures to be removed to 3' below existing
grade. Reinforcing steel exposed in that portion below 3'
shall be removed approximately flush with remaining structure.
The use of explosives
prohibited.
for any of the work is expressly
Due care shall be taken to protect trees, shrubs, plants, etc.
Existing fence around work site is to remain in place at all
times. When no work is being done, the gate shall be locked.
Special attention is called to Section 7-10.5 of the Gity
Standard Specifications regarding hours of work.
Disposal of Imhoff tank to be made on
designated by the Engineer. Under no
s i te in an area to be
circumstances, shall
any disposal be made in the Buena Vista Lagoon. All concrete
shall be broken, and disposed of so that no portion shall
rest more than 3' above existing grade in the disposal area.
All steel exposed in broken concrete shall be removed flush
to the concrete after placing.
Contractor shall remove all sludge and sewage from the Imhoff
Tank and dispose of it at an offsite location-approved by the
City Engineer. Bidders may obtain approval prior to sub-
mitting bids by contacting the Public Works Department at
(71*0 729-1181, extension 3*+.
The existing pump house shall be demolished and disposed of
offsite. Concrete foundation shall be removed.
Reference is hereby made to attachment "A" drawing 165-^,
for details of existing structures.
Full compensation for conforming to the requirements of this
article, not otherwise provided for, shall be considered as
included in the Lump Sum Bid and no additional allowance will
be made therefor.
All work is to be done in conformance with City of Carlsbad
Standard Specifications and their special provisions.