Loading...
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.