Loading...
HomeMy WebLinkAboutDon Hubbard Contracting Company; 1977-05-11; 1030CITY OF CARLSBAD S7\N DIEGO COUNTY California CONTRACT DOCUMENTS & SPECIFICATIONS FOR CONSTRUCTION OF WATERLINE IMPROVEMENTS IN SUNNYHILL DRIVE, MacARTHUR AVENUE, CLEARVIEW DRIVE, HIGHLAND DRIVE, HILLSIDE DRIVE, DATE AVENUE, OLIVE AVENUE, AND THE SANTA FE RAILROAD RIGHT OF WAY. Contract No. 1030 February, 1977 TABLE OF CONTENTS * 1 NOTICE INVITING SEALED PROPOSALS 3 PROPOSAL 6 BID BOND 7 DESIGNATION OF SUBCONTRACTORS 8 STATEMENT OF FINANCES 9 AGREEMENT AND CONTRACT 11 BOND FOR LABOR AND MATERIALS 13 BOND FOR FAITHFUL PERFORMANCE 15 SPECIAL PROVISIONS s~\Pago 1 C CITY OF C7'..r<LSRAD, CALIFORNIA NOTICE INVITING] RIDS SEALED BIDS will be received at the Office of the City Clerk, Cjty Hall, 1200 Elm Avenue, Carlsbad, California, until 3:00 p.m. on the _2_2nd day of _March _ , -1-977_/ at v.'hich time they v/ill be open- ed and read, for performing the work as follows: Construction of waterline improvements in Sunnyhill Drive, MacArthur Avenue, Clearview Drive, Highland Drive, Hillside Drive, Date Avenue, Olive Avenue, and the Santa Fe Railroad Right of Way. Contract No. 1030 Said work shall be performed in strict conformity with the specifi- cations therefor as approved by the City Council of the City of • Carlsbad on file in the Engineering Department. Reference is here- by 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 of the cunount bid. Such guaranty 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 by the bid requirements. The documents included within the .sealed bids which require comple- tion and execution are the following: • • 1. Proposal - Page 3. • ' 2. Designation of Subcontractors - Page 7. 3. Bidder's Bond - Page 6. 4. Contractor's Financial Status - Page 8. Said documents shall be affixed with the appropriate notaried 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 or /assistant Secretary are required and the corporate seal shall be affixed to all documents requiring signatures. In the , case of a partnership, the signature of at least one general partner is required. • • . All bids are to be compared on the basis of the Engineer's estimate. The estimated quantities are approximate only, being given solely as a basis for the comparison of bids. No bid will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division 3 of the Business and Professions Code. The contractor shall state his license number and classification in the proposal. The es-timated cost of the work is $ 80,000.00. Paae 2 Plans, Special Provisions and Contract Documents may be obtained at „•«-, the Engineering Department, City Hall, Carlsbad, California, at no <w cost to licensed contractors. A nonrefundable charge of $20.00 will be required for each set of plans, special provisions and ^con- tract documents for other than licensed contractors. It is requested that the plans and special provisions be returned within two weeks after the bid opening. > • The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. r A project tour will be conducted by the City of Carlsbad Engineering Department at 10:00 a.m. on March 16, 1977 . The general prevailing rate of wages for each craft or type of work- man needed to execute the contract shall be those as determined by the Director of Industrial Relations pursuant to the State of California Labor Code, Part 7, Chapter 1, Article 2, Sections 1770, 1773 and 1773.1. Pursuant to Section 1733.2 of said Labor Code, a current copy of applicable wage rates are 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 awarded to pay not less than the said specified prevailing rates of «cwv wages to all workmen employed by him in the execution of the contract. Also, the prime contractor shall be responsible to insure compliance with provisions of Section 1777.5 of the Labor Code of the State of California for all occupations with apprenticeships as required on public works projects above thirty thousand dollars ($30,000) or twenty working days. The amount of the bond to be given for the faithful performance of the contract for the said work, shall be one hundred percent of the contract price therefor, and-an additional bond in the amount equal to fifty percent of the contract price for said 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. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 4089 adopted on February 15, ' , 19 77 . DATED:February 16, 1977 MARGARET E'. "ADAMS, City Clerk NORA K. GARDINER, Deputy City Clerk Page 3 CITY OF CARLSBAD CONSTRUCTION OF WATERLINE IMPROVEMENTS IN SUNNYHILL DRIVE, MacARTHUR AVENUE, CLEARVIEW DRIVE, HIGHLAND DRIVE, HILLSIDE DRIVE, DATE AVENUE, OLIVE AVENUE AND THE SANTA FE RAILROAD RIGHT OF WAY CONTRACT NO. 1030 PROPOSAL To the City Council City of Carlsbad ' 1200 Elm Avenue Carlsbad, California Gentlemen: 92008 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 No. 1030 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: Item Approximate No. . Quantity & Unit 1.474 Lin.Ft. Article with unit price; or lum,o sum written in words 10" Class 150 asbestos cement waterline including bends, reducers, trenching, ' back-fij.1 and resurfacinc Dollars and _ per Lin. Ft.o Unit Price TOTAL 2." 2,686 Lin. Ft.8" Class 150 asbestos ceirent waterline including tees, bends, reducers, trenching, backfill and_ resurfacing at 3JSG3&A* and per Lin.Ft./ Dollars Page 3a "tern Approximate Article v;ith unit price or No. Quantity & Unit lump sum written in words 3. . 1,691 Lin.Ft. 6" Class 150 ctsbestos cenent waterline including tees, b2nds, reducers, trenching, backfill and resurfacing .at "~, and per Lin,. Cents Unit Price TOTAL 4.9 Each Fire Hydrant. Asseirfoly .including tee and valve complete in place and eadi Cents lo , to 5.1 Eacli 10" Gate Valve complete in place at and each 6.8 Each 8" Gate Valve, conplete,i at F and eacli Cents 7.5 Each 6" Gate, Valvev ccnplete j^n place at each 8.11 Each 1" Air and Vacuum Val\re Assembly -conplete in p,lace at Page 3b Item Approximate Article with unit price or No. Quantity & Unit lump s\m written in words 9.1 Each 8" end cap with 2" blow-off- assembly cornplete in at and each Cents Unit Price 'TOTAL 0' 10.1 Each 6" end cap with 2" blow-off asseirbly comolete in pj.ace at and each Dollars Celts 11 2 Each 2" copper water ser\dce and iiBter box conletejji at and eacli re— TOTAL (Figures) TOTAL (in words) Page 4- All bids arc 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 arc approximate only, being given solely as a basis for comparison of bids. _ . . < The undersigned has checked.carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in-making up this bid, The undersigned agrees that in case of default in executing'the required contract with necessary bonds and insurance policies within twenty (20) days from the date of award of contract by the City Council of the City of Carlsbad, the proceeds of check or bond accompanying this bid shall • become the property of the City of Carlsbad.. Licensed in accordance with the Statutes of the State of California ^ providing for the registration of contractors, License No,' Identification, 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 ofi:ice.rs, 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 in an amount not less than 10 n nr certified check, cashier's check bondj ceTft 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 ci.ga.inst .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. Pago 5 '75' 3- M3 7 ; '. Ar/ I^UftZrl Phone Number . • • Bidder. ls Name I '• - ' (SEAL) Date ' . • >^____y Authorized Signature __ _„._„__ ___________ ___ 7ait.hori/;ed Signature _.,__.L^ _ LcuLfLa£jdb4M ______Bidder's Address ' . Type csf 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: c c State of California County of San Diego ss: On March 22 ., 19 77 , before me, the undersigned, a Notary Public in and for said County, personally appeared R. W. Hertsch known to me to be the person whose name is subscribed to the within instrument as Attorney-in-Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged to me that : _he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and his own name as ROSALIE T. MAXWELL' „ J C"™'»3Sion Exp. Oct. 24. 1977 £ My Commission expires Notary Public in and .for said County Page 6 • * BIDDER'S BOND TO ACCOMPANY PROPOSAL ' ' '. . KNOW ALL MEN BY THESE PRESENTS, That we, DON HUBBARD CONTRACTING CO. 'f as Pr and UNITED PACIFIC INSURANCE COMPANY • as Surety,'are held and firmly •bound unto the City of Carlsbad, California, in the sum of ._IEN. PERCENT OF AMOUNT OF BID Dollars ($ - - IQ% - - ) , lawful money of • the United States for the payment of which, sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH: . That if the proposal of the above-bounden principal for: Construction of waterline improvements in Sunnyhill Drive, Mac/Arthur Avenue, Clearyiew Drive, Highland "Drive, Hillside Drive, Date Avenue, Olive Avenue, and the Santa Fe Railroad Right of Way. Contract No. 1030 in the City of Carlsbad, is accepted by the City Council of said City, and'if the above-bounden Principal shall duly enter into and execute a contract including required bonds and insurance policies within (20) twenty, clays frora the date of award of contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation "shall become null and void; otherwise it shall be and remain in full force and effect, and-the amount specified herein shall be forfeited to the said City. In the event that any Principal above named executed this bond 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 _22nd__ day of March , 19 77 . . ' 'Corporate Seal (if corporation) EON HUBBARD CONTRACTING-CO. A Princ/ipal I \ I / 1 (Attach Acknowledgement of ' 1\ ' [/_L.ty f| ^ \<--Y *• C D— Attorney in Fact) -^J_}j2uU ^S^J^t^^^sSL-- .li-4=d<«LkJL UNITED PACIFIC INSURANCE COMPANY Surety R. W. Hertsch • Title Attorney-! n-fact (Notarial acknowledgement of execution'.by all PRINCIPALS and SURETY must be attached.) . • PACIFIC HSTSU^A.3SrCE3 tr HOME OFFICE, TACOMA, WASHINGTON POWER OF ATTORNEY 'NOW ALL MEN BY THESE PRESENTS, That the UNITED PACIFIC INSURANCE COMPANY, a corporation duly organized under the laws of the .e of Washington, does hereby make, constitute and appoint R. W. HERTSCH of SAN DIEGO, CALIFORNIA- •in-fact, to make execute, seal and deliver for and on its behalf, and as its act and deed ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP- and to bind the UNITED PACIFIC INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and sealed and attested by one other of such officers, and hereby ratifies and confirms all that its said Attorney(s)-in-fact may do in pursuance hereof. This Power of Attorney is granted under and by authority of Section 37A of the By-Laws of UNITED PACIFIC INSURANCE COMPANY which provisions are now in full force and effect, reading as follows: SECTION 37A - ATTORNEYS-IN-FACT SECTION 1. The Board of Directors, the President, or any Vice-President or Assistant Vice-President shall have power and authority to: (a) appoint Attorneys-in-ract and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (b) to remove any such Attorney-in-fact at any time and revoke the power and authority given to him. SECTION 2. Attorneys-in-fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemm:y and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of'indemnity and other writings obligatory in the nature thereof. This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of ITED PACIFIC INSURANCE COMPANY at a meeting held on the 26th day of October, 1971, at which a quorum was present, and said Resolution ' <!i-S not been amended or repealed: "Resolved, that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile • signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF, the UNITED PACIFIC INSURANCE COMPANY has caused these presents to be signed by its Vice-president, and its corporate seal to be hereto affixed, this 21stday Of February 19 75 UNITED PACIFIC INSURANCE COMPANY STATE OF Washington ) COUNTY OF pierce ) "' 'nnthi, 21st dav of February , 19 '-*. personally appeared. Executive Vice-President MORRIS E. BROWN Executive, to me known to be the Vice-President of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged that he executed and attested the foregoing instrument and affixed the seal of said corporation thereto, and that Section 37A, Section 1 and 2 of the By-Laws of said Company and the Resolution, set forth therein, are still in full force. My Commission Expires: January 15 , 19 78 Notary Public in and for State of Washington Residing at. D. Keith Johnson • , Assistant Secretary of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the Ibove and foregoing is a true and correct copy of a Power of Attorney executed by said UNITED PACIFIC INSURANCE COMPANY, which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company this.day of March 19.17 'AjjisJJrm Secretary Pago V DESIGNATION OF SUBCONTRACTOR The undersigned certifies that-he has used the subbids of the following listed contractors in making up his bid and'that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in. accordance with the applicable provisions of the specifications No change may be made in these subcontractors except upon the prior approval of the City Council of the City of Carlsbad. ITEM OF VJORK SUBCONTR/iCTOR ADDRESS 1. 2. 3. 4. 5. 6. "Author*iked Sig:-iature c Type of Organization (Individual, Co-Partnership or Corporation) Address • ! Page 8 DIDDER'S STATEMENT OF F INAHCIM, RESP01-JS JB.TLJ.TY '. '.. TECHNICAL A33ILITY AND EXPERIENCE (The Bidder in required to state what v.'ork of a similar' character to that included in the proposed contract he has successfully. performed •and give refex-ence which will enable the City Council to judge his responsibility, experience, skill and business standing.) The undersigned submits herewith a statement of his financial respon- sibility. The undersigned submits below a statement of the work of similar character to that included in the proposed contract which he has successfully performed. n (I . . Page 9 CONTRACT' , THIS AGREEMENT, made and entered into this / / ' day of , 19~7Z' by and between the City of Carlsbad, California, hereinafter designated as the City, party of the first part, and Don Hubbard Contracting Co. __ , 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: Construction of waterline improvements in Sunnyhill Drive, MacArthur Avenue, Clearview Drive, Highland Drive, Hillside Drive, Date Avenue, Olive Avenue, and the Santa Fe Railroad Right of Way. Contract No. 1030. 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 unforeseen difficulties which may arise or be encountered in the prosecution of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance 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 o'f the covenants herein contained. . • 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and -the plans and specifications, and all amendments thereof Page 10 when approved by the parties hereto, or when required by the City in .accordance with the provisions .of the plans and specifications, are hereby incorporated in and made part of this agreement. 5. Pursuant to the Labor Code of the State of California, the CJ.ty 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 assinne the defence of and indemnify arid save harmless the City, the City Engineer,' and their officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility foa: negligence; and from any and all claims, loss, damage, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the parties hereto have caused this contract - to be executed the. day and year rirst above written. Uui-VkWDCa \ r* n n i-lt~ A r~* i- r\ v by ApoafcWed f I \ Title CITY OF CARLSBAD, CALIFORNIA ATTEST : May o City Clerk (Notarial acknowledgement of execution by all PRINCIPALS must be attached.) STATE OF CALIFORNIA, COUNTY OF^OO ANODIS D/ <2& ^^v tf ^^™ -*P «^- "^ '^r -™" — OFFICIAL SEAL JACK A. RUGAR NOTARY PUBLIC-CALIF. PRINCIPAL OFFICE IN _ SAN DIEGO COUNTY ' MY COMMISSION EXPIRES SEPT. 29 1977 ss. before me, the undersigned, a Notary Public in and for said State, personally appeared £/ u ft t>A £>Dft to be the_ -President, and- known to me to be the , known to me -Secretary of_ the Corporation that executed the within Instrument, known to me to be the persons who executed the within Instrument, on behalf of the Corporation herein named, and acknowledged to me that such Corporation executed the within Instrument pursuant to its by-laws or a resolution of its board of directors. WITNESS my hand and official seal. A n J Q NAME (TYPED OR PRINTED) Notary Public in and for said Sta ACKNOWLEDGMENT—Corp., Pres. S Sec., Wolcotts Form 223—Rev. 3-64 Page 11 LABOR AND MATERIAL BOND BOND fD90 98 Q9 KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS, the City Council of the City of Carlsbad, State of California, by Res. No. 5025 adopted April 5, 1977 has awarded to Don Hubbard Contracting Company '_ hereinafter designated as-the "Principal", a contract for: Construction of waterline improvements in Sunnyhill Drive, MacArthur Avenue, Clearview Drive, Highland Drive, Hillside Drive, Date Avenue, Olive Avenue, and the Santa Fe Railroad Right of Way Contract No. 1030 in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents on file in the Office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors shall fail to pay for any materials, provisions, pro- 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 do.ne thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW THEREFORE WE Don Hubbard Contracting Company as Principal, hereinafter designated as Contractor and UNITED PACIFIC INSURANCE COMPANY as Surety, are held firmly bound unto Forty-six Thousand, 'Seven Hundred the City of Carlsbad, in the sum of Forty-four and 67/100 Dollars ($ 46,744.67 )f said sum being 50 per cent 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, provender 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 C C This bond shall inure to the benefit of any and all persons,.companies and corporations entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the' provisions of Section 4205 of the Government Code of the State of California. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby -waive notice of any such change, extension of time,-alterations or additions to the .terms of the Contract or to the work or to the' specifications. In the event that any principal above named-executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above name^d, on the 26TH day jpf APRIL , 19 77.wt•f^^^f Jju^/ALV^4^A-J "•** _ifLv«A r\ U mr ~~ { ^ £-* r^ 1 ) (Seal) (Seal) Contractor (Seal) (Seal) (Seal) ^^C. H, COYLE, JR, ATTOKNEY-TJMFACT STATE OF CALIFORNIA, COUNTY OF LOG ANQCLE3 [) /Q CFRCiAl SEAL JACK A. ROGAR NOTARY PUBLIC - CALIF. PRINCIPAL OFFICE IN S,«N DIEGO COUNTY MY COMMISSION EXPIRES SEPT. 29 1977 J ss. ft it Ip o* unbefore me, the'undersigned,, a Notaty Public in and for said State, personally appeared M. pu bo A pel , known to me to be the .President, and , known to me to be the_-Secretary oL the Corporation that executed the within Instrument, known to me to be the persons who executed the within Instrument, on behalf of the Corporation herein named, and acknowledged to me that such Corporation executed the within Instrument pursuant to its by-laws or a resolution of its board of directors. WITNESS my hand and official seal. NAME (TYPED OR PRINTED) Notary Public in and for said State ACKNOWLEDGMENT-Corp., Pres. & Sec., Wolcotts Form 223—Rev. 3-64 State of California County of ss: before me, the undersigned, a Notary Public in and for said County, known to me to be the person whose name is On *»Tll * personally appeared Cj subscribed to the within instrument as Attorney-in-Fact of UNITED PACIFIC INSURANCE COMPANY,and acknowledged to me that he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and h 9 own name as Attorney-in-Fact. ..*««•>.•• My Commission expires _ BDU-1818 ED. 3/72 (CALIF. Q^^U^JL, Notary Public\ Notary Public in and for said County UNITED F-A.OIFIO I2STSUR-A.NCE3 HOME OFFICE, TACOMA, WASHINGTON POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the UNITED PACIFIC INSURANCE COMPANY, a corporation duly organized under the laws of the State of Washington, doe. hereby make, constitute and appoint C. H. COYLE, JR. of SAN DIEGO, CALIFORNIA - - - - its true and lawful Attorney-in-fact, to make execute, seal and deliver for and on its behalf, and as its act and deed ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP and to bind the UNITED PACIFIC INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and sealed and attested by one other of such officers, and hereby ratifies and confirms all that its said Attorney(sl-in-fact may do in pursuance hereof. This Power of Attorney is granted under and by authority of Section 37A of the By-Laws of UNITED PACIFIC INSURANCE COMPANY which provisions are now in full force and effect, reading as follows: SECTION 37A - ATTORNEYS-IN-FACT SECTION 1. The Board of Directors, the President, or any Vice-President or Assistant Vice-President shall have power and authority to: (a) appoint Attorneys-in-fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (b) to remove any such Attorney-in-fact at any time and revoke the power and authority given to him. SECTION 2. Attorneys-in-fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of UNITED PACIFIC INSURANCE COMPANY at a meeting held on the 26th day of October, 1971, at which a quorum was present, and said Resolution has not been amended or repealed: "Resolved, that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF, the UNITED PACIFIC INSURANCE COMPANY has caused these presents to be signed by its Vice-President, and its corporate seal to be hereto affixed, this 22nd day of July 19_7_4.. UNITED PACIFIC INSURANCE COMPANY STATE OF Washington COUNTY OF Pierce On this 22nd dav of July -. 19 74 personally appeared.MORRIS E. BROWN . to me known to be the Vice-President of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged that he executed and attested the foregoing instrument and affixed the seal of said corporation thereto, and that Section 37A, Section 1 and 2 of the By-Laws of said Company and the Resolution, set forth therein, are still in full My Commission Expires: January 15 78 Notary Public in and for State of Washington Residing at Tacoma D. Keith Johnson , Assistant Secretary of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the i above and foregoing is a true and correct copy of a Power of Attorney executed by said UNITED PACIFIC INSURANCE COMPANY, which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company this 26fflH day of APT?TT. 19, 77 WBDU-1431 ED.2-72 Paye 13 PERFORMANCE BOND BOND #U90 98 09 KNOW ALL MEN BY THESE PRESENTS',• that WHEREAS, the City Council of the City of Carlsbad, State of t California, by Res. No. 5025 adopted April 5, 1977 has awarded to Don Hubbard Contracting Company hereinafter designated as the "Principal", a contract for: Construction of waterline improvements in Sunnyhill Drive, MacArthur Avenue, Clearview Drive, Highland Drive, Hillside Drive, Date Avenue, Olive Avenue, and the Santa Fe Railroad Right of Way. Contract No. 1030. in the City of Carlsbad, in strict conformity with the drawings arid 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, Don Hubbard Contracting Company as Principal, hereinafter designated as the "Contractor", and UNITED PACIFIC "INSURANCE COMPANY ' -as Surety, are held and firmly boundNinety-three Thousand Four unto the City of Carlsbad, in the sum of Hundred Eighty-nine and 34/100 Dollars ($93,489.34 . ) , said sum being equal to 100 per cent of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors and assigns; for which payment/ well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns', jointly and severally, 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 abide by, and well and truly keep and perform the covenants, conditions and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent .• and meaning, and shall indemnify and save harmless the City of Carlsbad, t its officers and agents, as therein stipulated, then this obligation ' shall become null and void; otherwise it shall remain in full force • and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder, or the specifi- Page 14 .cations ctccojtipanying the some shall in any wise affect its' obligations on this bond, and it does hereby v;aive notice of any change, extension of time, alterations or addition .to the terms of the contract or to the v;ork or to the specifications. In the event that any Principal above named executed this bond as an -.individual, it is agreed that the death of any such Principal shall not exonerate the Surety from, its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by. the Principal and Surety above named, on the 25TH „ f^a.y °f .-.-.~APRIL ' J ^L' Contractor C. H. COYLE,\IR. ATTOKNEY-IN-FAI (Seal) (Seal) (Seal) STATE OF CALIFORNIA, COUNTY OF K»-AfWftfS-<y 0 t/ OFFICIAL SEAL JACK A. RU6A8 NOTARY PUBLIC - CALIF. \ PRINCIPAL OFFICE IN \ SAN DIEGO COUNTY^ ^ ^ MY COMMISSION EXPIRES ss. before me, Qo to be the_ e undersigned, a Notary Public in and for said State, p. onally appeared U o D b/j^cV _ , known to me to be the President, and __ , known to me -Secretary oL the Corporation that executed the within Instrument, known to me to be the persons who executed the within Instrument, on behalf of the Corporation herein named, and acknowledged to me that such Corporation executed the within Instrument pursuant to its by-laws or a resolution of its board of directors. WITNESS my hand and official seal. NAME (TYPED OR I Notary Public in and for said Stan ACKNOWLEDGMENT-Corp., Pres. & Sec., Wolcotts Form 223-Rev. 3-64 State of California County of S«n ss: April 26 C. ., 19 , before me, the undersigned, a Notary Public in and for said County, known to me to be the person whose name is On_ personally appeared subscribed to the within instrument as Attorney-in-Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged to me that he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and h • own name as Attorney-in-Fact. • ' !"IAL SCAL .=. T. MAXWELL jjj ••-;•:-C-.L-.-O^A ? ••'••.-••:"'.csiif.;fc . . - r ' •. l'l-J-7 ;•"VB>y'*MV"Ctxmmission expires BDU-1818 ED. 3/72 (CALIF.) Notary Public in and for said County UNITED IF-A.OIFTO INSURANCE OOMJP-AJfcTY HOME OFFICE, TACOMA, WASHINGTON POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS. That th. UNITED PACIFIC INSURANCE COMPANY, a corporation duly organized under the laws of the State of Washington, doe, hereby make, constitute and appo.nt C. H. COYLE, JR. of SAN DIEGO, CALIFORNIA its true and lawful Attorney-in-fact. to make execute, seal and deliver for and on its behalf, and as its act and deed ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP and to bind the UNITED PACIFIC INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and sealed and attested by one other of such officers, and hereby ratifies and confirms all that its said Attorney(sl-in-fact may do in pursuance hereof. This Power of Attorney is granted under and by authority of Section 37A of the By-Laws of UNITED PACIFIC INSURANCE COMPANY which provisions are now in full force and effect, reading as follows: SECTION 37A - ATTORNEYS-IN-FACT SECTION 1. The Board of Directors, the President, or any Vice-President or Assistant Vice-President shall have power and authority to: (a) appoint Attorneys-in-fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (b) to remove any such Attorney-in-fact at any time and revoke the power and authority given to him. SECTION 2. Attorneys-in-fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of UNITED PACIFIC INSURANCE COMPANY at a meeting held on the 26th day of October, 1971, at which a quorum was present, and said Resolution has not been amended or repealed: "Resolved, that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF, the UNITED PACIFIC INSURANCE COMPANY has caused these presents to be signed by its Vice-President, and its corporate seal to be hereto affixed, this 22nd dav of July 19 74. UNITED PACIFIC INSURANCE COMPANY STATE OF Washington COUNTY OF Pierce On thu 22nd of July ., 19 74 personally appeared.MORRIS E. BROWN , to me known to be the Vice-President of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged that he executed and attested the foregoing instrument and affixed the seal of said corporation thereto, and that Section 37A, Section 1 and 2 of the By-Laws of said Company and the Resolution, set forth therein, are itill in full force^ My Commission Expires: January 15 _J8_^»OBLICA» '/ Notary Public in and for State of Washington Residing at Tacoma I, D. Keith Johnson , Assistant Secretary of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the ,lft>G above and foregoing is a true and correct copy of a Power of Attorney executed by said UNITED PACIFIC INSURANCE COMPANY, which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company this_2£lHday "f. APRIL WBDU-1431 ED.2-72 Page 15 CITY OF'CARLSBAD WATERLINE IMPROVEMENTS IN SUNNYHILL DRIVE, MacARTHUR AVENUE, CLEARVIEW DRIVE, HIGHLAND DRIVE, HILLSIDE DRIVE, DATE AVENUE, OLIVE AVENUE, AND THE SANTA FE RAILROAD RIGHT OF WAY CONTRACT No. 1030 SPECIAL PROVISIONS A. GENERAL REQUIREMENTS 1. Work to be Done The work to be done consists of furnishing all labor, equipment, materials, and performing all operations for waterline improvements in Sunnyhill Drive, MacArthur Avenue, Clearview Drive, Highland Drive, Hillside Drive, Date Avenue, Olive Avenue, and the Santa Fe Railroad Right of Way. Plans and Specifj.^ations_ The specifications for the work consist of the Standard Specifications of the City of Carlsbad, the 1976 edition of Standard Specifications for Public Works Construction (hereinafter designated S.S.P.W.C.) as issued by the Southern California Chapter of the American Public Works Association, and these contract documents and specifi- cations. The construction plans consist of 10 sheets designated as City of Carlsbad Drawing No.' 185-1. The standard drawings utilized for this project are City of Carlsbad drawings. Copies of pertinent standard drawings are enclosed with these documents. Construction Schedule and Time of Completion A construction schedule is to be submitted by the contrac- tor per Section 6-1 of the S.S.P.W.C. Coordination with the respective utility company for removal or relocation of conflicting utilities shall be required prior to commencement of work by the contractor. Page 16 The contractor shall begin work within (15) days after being duly notified by an issuance of a "Notice to Proceed" and shall diligently prosecute the work .to completion within (90) consecutive calendar days from the date of commencement of said work. 4. Non co n f o r mi n g_ Wo r k 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 his nonconforming work shall be borne by the contractor. 5. Guarantee All" work shall be guaranteed for one year after completion, and any faulty work or materials discovered during the guarantee period shall be repaired or replaced promptly. 6• Water for Construction The contractor may obtain City of Carlsbad water for use on this project at locations approved by the City Engineer. There will be no charge to the contractor for City water utilized directly in completing his work. 7. Surveying Surveying service for this project shall be performed by the City of Carlsbad or their authorized agent. Requirements of the contractor pertaining to this item are set forth in Section 2-9 of the S.S.P.W.C. 8. Traffic Control Traffic shall be maintained in accordance with Section 7-10 of the S.S.P.WcC. The streets may be closed to through traffic, but access to the residences in the work area must be maintained at all times. 9. Measurement and Payment Quantities shall be measured on the basis of actual lengths and units installed. No additional payment shall be made for trenching, backfill, or pavement repair. Page 17 B- ASBESTOS CEMENT PRESSURE PIPE The installation of the asbestos cement pressure pipe shall be in accordance with Section 207--7 of the Standard Specifi- cations for Public Works Construction, 1976 edition, as modified by the following: 207-7 ASBESTOS CEMENT PRESSURE PIPE AND APPURTENANCES COATING All flange bolts and nuts shall be lubricated and coated with No-ox-id rust protection coating as manu- factured by Dearborn Chemical Company or equal. Fittings and valves shall be securely wrapped in plastic sheeting not less than 8 mils thick. GENERAL - Unless otherwise specified, all pipe appurte- nances shall comply with the appropriate standard drawing of the City of Carlsbad. GATE VALVES - Gate valves shall equal or exceed the requirements established by American Water Works Associ- ation Specification C-500. They shall be Mueller A 2380r Iowa List 14, or Renselaer List 13A. All gate valves shall be of the same size as the mains in which they are installed, unless otherwise indicated on the plans. Valves four inches (4") and over shall be iron bodied, solid bronze internal working parts, parallel faced, double disc with non-rising stem, and shall open by turning counter-clockwise. The valves shall be furnished with "0" ring stem seal, with cadmium plated bolts, operating nut, and the ends may be rubber ring, hub or flanged. Rubber ring ends shall conform to the pipe manufacturer's specifications. Where hub and flange valves are designated on the plans, the contractor may of his option install flanged valves with hub and flange adaptors, Smith-Blair or approved equal. Valves installed at end of mains shall be capped or plugged ajfter test. a) Three Inch (3") and Smaller Gate Valves; The body and all interior working parts, except the stem, shall be constructed of A.S.T.M. B-62 (85% copper, 5% tin, 5% zinc, 5% nickel) bronze. The stems shall be of bronze and have the additional strength requirements as specified below: Minimum tensile strength 60,000 psi Minimum yield strength 43,000 psi Minimum % elongation in 2" 10% Page 18 b) Four Inch (4") and Larger Gate Valves: Va1ves shall be iron body, bronze mounted, double disc, parallel seat with non-rising stem and shall open by turning counter-clockwise. Bronze for interior parts of valves shall be A.S.T.M.'B-62 (85% copper, 5% tin, 5% zinc, 5% nickel) bronze and shall contain not more than two percent (2%) aluminum nor more than seven percent (7%) zinc. Stems shall meet the strength requirements specified below: Minimum tensile strength 60,000 psi Minimum yield strength 32,000 psi Minimum % elongation in 2" VALVE BOXES - Valve boxes shall be Brooks Products, Inc., Valve Box No. 4TT or approved equal. All buried valves not in vaults shall be provided with valve boxes. THRUST BLOCKS - Concrete thrust blocks shall be in- stalled in every instance where the direction of the pipe changes 11% degrees or more at any joint or fitting, at all fire hydrants, at stub-ends of pipes and at other locations as shown on the plans and standard drawings. Bearing areas of thrust blocks shall normally be computed on the basis of a 225 psi internal pipe pressure and a soil bearing valve of 2000 psf. The dimensions of all thrust blocks shall be subject to the approval of the Engineer. All concrete thrust blocks shall be constructed in such a manner that concrete does not cover any joint or bear against any adjacent pipe. Thrust blocks shall be placed against undisturbed soil. Concrete for thrust blocks shall be 5-B-2000 and shall be cured a minimum of three days before any loads are applied. 211-2 COMPACTION TESTS 211-2.1 LABORATORY MAXIMUM DENSITY - Add the following to the first paragraph: The test method shall be modified by using 3 layers instead of 5 layers to provide a compactive effect of 33.750 ft.-lbs./cu. ft. 306-1 TRENCH EXCAVATION AND BACKFILL Page 19 306-1.1.3 MAXIMUM AND MINIMUM WIDTH OF TRENCH - Add the following: Unless specifically•authorized by the Engineer, trench width, measured at the top of the pipe, shall not ex- ceed the outside diameter of the pipe plus 24 inches, nor shall it measure less than the outside diameter plus 12 inches. 306-1.3.6 BACKFILL PLACEMENT REQUIREMENTS - Add the following: The top five feet of all trench backfill and all bedding shall be. compacted to 90 percent minimum relative compaction except that the top six inches of subgrade material shall be compacted to 95 percent minimum relative compaction. Backfill below five feet shall be compacted to 85% minimum relative compaction. 306-1.2 INSTALLATION OF PIPE 306-1.2.2 PIPE LAYING - Add the following: When installing asbestos cement pipe, fittings shall be supported independently of the pipe. Half-lengths (M.E.E.) of pipe shall be used in and out of each fitting and wherever pipe passes through a rigid structure. At least two lengths of pipe shall be placed between any ' two fittings not directly connected. Pipe may be cut by means of saws, pow-sr-driven abrasive wheels, or pipe cutters which will produce a square cut. No wedge-type roller cutters will be permitted. All exposed piping shall be adequately supported with devices of appropriate design. CONNECTIONS TO EXISTING WATER MAINS - Unless other- wise specified, all connections to existing water mains will be made by the Contractor. Before beginning any work, the Contractor shall contact the Water Superin- tendent of the City of Carlsbad Public Works Department . for permission and any special requirements. Dry connections to existing facilities shall be made at times which will cause the least inconvenience to the water consumers, and shall be planned in such a manner that the duration of any shutdown will be kept to a minimum. No additional compensation will be paid for overtime which may be necessary in making connections to existing facilities. When a dry connection to the existing main is made, at least two ounces of HTH (Calcium Hypochlorite) shall be placed in the pipe at each joint where the existing main is cut. All connections shall be made in the presence of the Engineer. Page 20 306-1.2.8 FIELD JOINTING OF PIPE - Except as modified herein, all joints shall be installed in strict accordance with the manufacturer's recommendations and the special provisions, and shall be provided with a protective coating at least equal to the protective coat on the pipe being joined. All flange bolts and nuts shall be lubricated and coated with No-ox-id rust protective coating as manufactured by Dearborn Chemical Company. 306-1.2.8 FIELD JOINTING OF ASBESTOS CEMENT PIPE - Add the following: The maximum allowable deflection at any joint shall be 2°. 306-1.4.5 WATER PRESSURE TEST - Delete the entire section and substitute with the following: After the pipe has been laid, the pipe line or any valved section of it shall be subjected to a hydro- static pressure test of 225 psi or fifty pounds per square inch (50 psi) in excess of the designated working pressure for the class of pipe being tested, whichever is greater, gauged at the low point of the line. Rubber gasket joints need not be exposed. The duration of the pressure test shall be four (4) hours and the test shall be conducted in the presence of the Engineer in the following manner: All air shall be expelled from the pipe. To accomplish this, if air valves or hydrants or other outlets are not available, taps shall be made at the high points in the pipe line to expel the air, and these taps shall be tightly plugged afterwards. The pressure in the pipe line shall then be pumped up to the specified test pressure. When the test pressure has been reached, the pumping shall be discontinued until the pressure in the line has dropped 25 psi, at which time the pressure shall again be pumped up to the specified test pressure. This procedure shall be repeated until four (4) hours have elapsed from the time the specified test pressure was first applied. At the end of the four (4) hour period, the pressure shall be pumped up to the test pressure for the last time. The leakage shall be considered as the total amount of water pumped into the pipe line during the four (4) hour period, including the amount required in reaching the test pressure for the final time. The water used shall be measured through a meter or by other means satisfactory to the Engineer. Leakage shall not exceed the rate of twenty (20)gallons per inch of diameter per mile of pipe per twenty-four (24) hours. Page 21 Any noticeable leak shall be stopped and all de- fective pipe, fittings, valves and other accessories discovered in consequence of the test shall be removed and replaced by the Contractor with sound material, and the test shall be repeated until the total leakage during a test of four (4) hours duration does not exceed the rate specified above. All thrust blocks and mortared joints shall be allowed to cure for at least three (3) days prior to testing. Large mains equipped with butterfly valves shall be tested at full test pressure with the valves open and closed. All labor, materials, tools and equipment for the testing shall be furnished at the expense of the Contractor. WATERLINESTERILIZATION - The Contractor shall dis- infect the lines by chlorination after the lines have been tested for leakage and flushed before they have been connected to the existing system. The lines may be disinfected during the leakage test, providing satisfactory means, acceptable to the Engineer, are provided to protect against chlorine damage in case of a leak. Chlorinated water shall be retained in the pipe line for at least 24 hours. After the chlorine treated water has been retained for the required time, the chlorine residual at the pipe extremities and at other representative points shall be at least 25 ppra. This procedure shall be repeated, if necessary, until samples of water show the mains to be in a sterile condition. During the chlorination, all valves and other appurtenances shall be operated while the pipe line is filled with heavily chlorinated water. All disinfecting procedures, unless otherwise specified, shall be in accordance with the AWWA, C-601, "Standard Procedure for Disinfecting Water Main." Following chlorination, all treated water shall be thoroughly flushed from the pipe line at its extremities. Page 22 C. TRENCHING, BACKFILL AND RESURFACING Trenching, backfill and resurfacing shall be done in accordance with Section 306-1 of the Standard Specifications. Excess excavated material shall be disposed of off-site. If disposal site is within the City, the site must be approved by City Engineer. D- CONSTRUCTION IN RAILROAD RIGHT OF WAY The Contractor shall meet all the requirements of the Atchison, Topeka and Santa Pe Railwciy Company, H. D. Fish, General Manager, 121 East 6th Street, Los Angeles, California 90014. Telephone (213) 628-0111, extension 2519, Railroad File Number BD-70064. In addition to those policies of insurance required by the City of Carlsbad, the Contractor shall secure and maintain contractual liability insurance as required by the Atchison, Topeka and Santa Fe Railway Company for work performed upon, beneath, or adjacent to their right of way as set forth below: 1. Regular Contractor's Public Liability Insurance with limits of not less than $500,000 for"all liability arising out of bodily injuries to, or death of, one person. $1,000,000 for all liability arising out of bodily injuries to, or death of, two or more persons in one accident or occurrence. 2. Regular Contractor's Property Damage Liability In- surance with limits of not less than $1,000,000 for each occurrence for all liability arising out of damage to or loss or destruction of property. 3. If any part of the work upon, beneath, or adjacent to the Atchison, Topeka, and Santa Fe Railway Company is subcontracted), the Contractor will provide the insxirance as set forth in Items No. 1 and No. 2 in behalf of the subcontractors to cover their operation. Also, the City of Carlsbad must be named as an additional insured. 4. Policies of Insurance satisfactory to the Atchison, Topeka, and Santa Fe Railway, which shall protect them against liability for injuries to, or death of persons, including their employes, resulting in whole or in part from the operations of the Contractor or any of his subcontractors, on or contiguous to Railroad property with limits of not less than $500,000 for all damages arising out o.r: bodily injuries or death of one person-. $1,000,000 for all damages arising out of bodily injuries to or death of two or more persons in any one accident or occurrence. Page 23 Policies of Insxirance satisfactory to the Atchison, Topeka and Santa Fe Railway which shall protect them against liability of property damage resulting from the operations of the Contractor or any of his sub- contractors with limits of not less than $1,000,000 for each occurrence. The Contractor shall furnish the Atchison, Topeka and Santa Fe Railway Company with certificates evidencing the Policies of Insurance required by Items 1, 2, and 3 above. The Contractor shall furnish the Atchison, Topeka and. Santa Fe Railway Company the original Policies of Insurance required by Items 4 and 5. The protective insurance for the railroad shall be in the name of the Atchison, Topeka and Santa Fe RaiIway Company. The Contractor will also post with the Atchison, Topeka and Santa Fe Railway Company an additional Surety Bond in the amount of one thousand dollars ($1,000.00). This bond is required to insure payment to the railroad for services of flagmen, inspectors, etc., furnished by the railroad during the Contractor's operations. The cost of all insurance policies, surety bonds, and fees for flagmen, inspectors, etc., furnished by the Atchison, Topeka and Santa Fe Railway Company shall be borne by the Contractor and compensation for these fees shall be included in the various contract unit prices and lump sum prices of the construction work and no additional pctyment shall be made. See Page 24, "Instructions for Obtaining Insurance for Pipeline License," furnished by the Santa Fe for further information concerning this matter. i i, L '. i .,-.', '._..''.•;.; ;...";;;.,-..- INSTRUCTIONS FOR OBTAINING INSURANCE FOR-PIPELINE LICENSE , " j' .V, ,"' ' '^'^(i'i\J c2P.';:".• iC D,J;7., :£/ t. tith S ,»——, —. «_, .. . „,,,_, „ : -I?---.- -.••:i"l.:7._L;.;.' C-'"1 V; Jl) Policy No. j Parag t" a ph i 7 -a j SALIENT ITEMS Furnish certificate in duplicate. Amounts ' as shown . Contractual liability. Description and location of project. Additional Insured - Name of Licen- see when contractor performs work. Sx Not less than 30 days cancellation notice. .; (Certificate must reflect the follow- "--•"ing or 'equivalent) : This policy does not contain any exclusion pertaining to r.ailway company agreements with save harmless provisions therein. FILE K>O. Name of Insurance Company Name of Insured: (Name of contractor or Licensee if no contractor involved) Public Liability Property Damage Liability Effec- tive Date (Actual Date) (Actual Date) Each Occurrence $ 500,000 1,000,000 Limit $1,000,GO< 1,OCO,00< Liability includes Contractual liability as per written Agreement. ©D3ascription and location of project: (brief description including street, city, state, etc.-)- • CITY &F o4ieo?B4£> Additional Insured: (Name of Licensee - when contractor involved) g/At least 30 days cancellation notice in writing. i Paraqraoh 17-b I SALIENT ITEMS vi/ Furnish 'orjU^^ _ m_____^, j»—V -/ Railway Company as Insured. Not less than 30 days cancellation. Note ; For train operation over tracks involved call : /f?.C ScJivfri- Off i Needles to Barstow fi So. Calif, area San Bernardino $t$ -f//e: (714) 884-2111 Ext. 258 Name of Insurance Company RAILROAD PROTECTIVE Policy No. e/Name of Insured:The Atchison, Topeka and Santa Fe Railway Co up any 121 E. 6th Street Los .Angeles, CA 90014 Public Liability Property Damage Liability Affective Date (Actual Date) (Actual Date) Each Occurrence $ 500,000 1,000,000 Limit $1,000,000 1,000,000 Description and location of project: (brief description including street, city, state, etc. Name of contractor: least 30 days cancellation notice in writing, SIDEWALK ^BROOKS OR EQUAL ( CONCRETE METER \ BOX,EXCEPT IN \ DRIVEWAYS WHERE \ CAST IRON TRArrtC •1 COVER MUST BE MIP-C 45° ELL MIP-C C-C COUPLING WHERE NEEDED TYPE K COPPER CQRR_STQP JONJES J - 50 pOPvD F7OO OR APPROVED EQUAL FLANGEX BALL V YVAT&8 METER TO RE ]N)STALLED ' BY THE CITY. C-C 9O°ELL NOTES WATER MAIN DOUBLE STRAP- CL-AMP =!EV!aLD BY- APR D 4-5-71 C.KA. CKA R.P. DATE. 4 -5 £> 1 9. JON=SJ-]S27 OR fOR^ FVG AMGL5 STOP SHM.L BE USED FOR 1^" METER -AND JOMeS J |S27 OPl FORD rV7 .FOP z" WITH v-AOLE DRILLED AS frwoso FOR KTH- FOR FLANG.E X. f=.|.p BALLVALVc.L'Sif rof<,O BFI2- -< AMD FOPtD Br 13-777 FCf2. I !^ " AND 2" V/iETEf^ RESpE USE SMITH-BLAIR STRAP SADDLES NO. 323 •• • " • BRONZE FOR ASBESTOS CEMENT PIPE AMD - . - NO.313 DUCTILE 1ROW FOR STEEL PIPE. .CORPORATION'STOPS AND SERVICE STOPS TO BE JAMES JONES OR MUELLER Or( FORD- .CORPORATION STOPS SHALL NOT BE PLACED IN MILLED SECTION OF ASBESTOS CEMENT WATER MAIN. -.- . - .....-• .FOR 1)^" SERVICE.USE No. 3S-S METER BOX. -FOR 2" SERVICE'USE NO. ee-s METER BOX. .COPPER TO COPPER JOINTS SHALL SE " 'SWEATED CONNECTIONS. . /'"BLACK FFLT TO BE USED AROUND METER BOX ..WHEN INSTALLED IN THE SIDEWALK. WHENEVER POSSIBLE SERVICE METEB, SHALL NOT . BE IWSTALLGD IN DRIV/E\VAYS.; .-_'• ." • .. 'PLASTiC PLUG SHALL BE P.ROV/OEDAT OUTLET S/OE &F THE CURB STOP Z COPPER WATER SERVICES c Kir. i r, nr PAR T v,r N T CITY OF CAR! SI?AD SCALE_.^N£..._.._ ^ sro. owe.'.. . BACK OF CURSi J OR SIDEWALK- "" 'ATER SUPPLY -VIEW A-A J-3700.— R-950 •. FIRE HYDRANT/'. •' OR APPROVED ,' 18' EQUAL ;-' SIDE \VALK -CLRB 8.GJTTER BREAK OFF SPOOL ; (6) BOLT HOLES. CAST IRON GATE VA1VE PER.STD.CAST IRON HYDRANTBURY - TOP FLANGED - '- 'BOTTOM iA.C. CARDBOARD ".'"' . OR EQUAL.. 'C THRUST BLOCK/. -;:""-• IJNSTAt LATIQN - '• • :~- SIDEWALK CONTIGUOUS TO CURB 1 ' * 16" TYP. TRENCH CLEARANCE f\ I HOSE AND STEAMER CONNECTIONS t SHALL HAVE NATIONAL STANDARD i THREADS. / . ' • .;--••• . LOCATE ADJACENT TO"CURB. IF,.. ! .-SWKJS NOT CONTIGUOUS. ^ ' . \ 3. ALL FIRE HYDRANTS SHALL •HAVE- PL AST 1C OR BRONZE CAPS, PAINTED > ACCORDING TO STD. PAINTING SPECS ! AS FAR DOWN TO 6" BELOW FINISHED! GRADE.AS POSSIBLE. IN PARKWAY__A 4. HYDRANT VALVE STEM SAND FOSE . CAPS TO HAVE STANDARD - PENTAGON NUTS. 2/4' SIDES. "• 5- ALL CAST IRON FITTINGS TO BE ; -' ' - FACTORY CEMENT LINED-AND > . -..;/..: c ASPHALT COATED. '•-.:• .-.;- ^.^ OC,T- 7. ALL BOLTS 8, NUTS WILL BE" 3/4'' & LU3RI-" '-BRICKSSEAT GATED WITH NO-OX-ID RUST PROTECTIVE V Yl -J COSTING AND ASPHALT COATED WITH NO MORE THAN 2 THREADS EXTENDED BErOND THE NUT. - - v . REVISED-BY -APPROVED * , T.NGR. 9-20-Gb <*2-7s QA.S.j.vr. o. s. K^v FIRE HYDRANT V INSTALLAflM : ENGINEERING DE ' .' CITY .OF CARLSE ^ " STQDV/G. - •• A CAST IR3.V Co\/£Rl ,MON ~ S K /P .5 URFA(. £. /_ //T //.O£. £, A?/i RKCD -77" f . AF7£'K J&/1V/K/G ) QUICK 'DRYING ENAMEL DAU's MARINE FIUISH5D TULIP YELLOW ^ 28*10, OK APrXOVfrEQUAL.. ..,•' •' DETAIL OF STEM V ! -• G:X7~£/-J-S / I D/A~VAP,!!=S • ' "..' THAN I.D-C!~FCAM. one acre Coe.t.Af!. '2-f>LAC£$ ljarj—'-' 5ZC.T/0/J B-I2 7b^ 9-2-;- \fJt-i-D& ~ C.KTA R.P. . CDATF.D £&& £5 -T B£ tf£M&J£D r^ /?/$£# Pxtox. To /A/5 ~ALlLAT/£> rf. C/A/S TALL U//7VV 2.'). . /. GATE VALVES & STEM WREMZUES <SHALL BE COATED WITH ASPHALT .'•'- •', ALL OVER THEIR SURFACES, THE.?-'' " LATTER REQUIRING TWO COATS.•.. / x - . . -,- - . !, 2. THE- CONTRACTOR SMLL L£AV£: ./", rt • 7776* ;w-r^/- cover "" RG'AOY TO ~.3£.r' ^ . C-C ' .3- f'XOVtDG \VXENCH. ' /s - ,. VALVE WELL ASSEMBLY ."!:' f'AND STEM WRENCH EXTENSION ;Cl'fV- Gl: CARLSBAD 3C.AL.rv- V'ON£. : W--'6"" ALHAM3RA FOUNDS CO. A-29612 12"CAST IRON VALVE BOX GOVi'R MARKED " T T ' VARIES -.3 "WHITESAND..-.T;YP DOUBLE s .SERVJCE CLAMP .STRAP TYPE 'K'COPPER SERVICE piPE \. • QURRTER SEND.' COUPLING OR . COPPER SWEAT -. ELL. C-C 9£>"ELL N O T E S : SERVICE CLAMPS' SHAL.L BE DUCTILE IRON FOR STEEL PIPE AND .: BRON21E F 2. GDRPjSIQP: -" 2 " J - 30 " OR APPROVE \ EQUAL 4- THE CONTRACTOR SHALL LEAVE THE BOX COVER UNSTAINED . AWD.READV-TO BE PAINTED. 'BLOW-OFFS SHAI LBE INSTALLED BY THE CONTRACTOR AT TiAE LOCATIONS SWOVv/N ONJ PLANS OR AS REQUIRED IN THE FIELD. ALL 'PIPE FJTT/N/GS 'IMS IDE THE VALVE BOX SMALL BE OE BRASS. ,., „ WELD ON IR irfT SLACK GOJPL'NK 5-3-75 CITY -12 X201 *1OGA. STL. piPE".':*.:••.•• L;ASPHALT COATED HOSE . THREAD CAP.-TYP MALE HOSE NIPPLE X2" MIP ADAPTER PESSANO NO. 7Gb R ' < • OR APPROVED EQUAL -TYP. j - 2,'\ FORD FIF ELL METER FLANGE . FV.-7 OR 2" 90°ST. ELL Si 2." FORD • No. 7/MGT- — — P-C ADAPTEPx,, -CORR STOP ' USE 2" J.>SO ORAPP^av'ED EQ'JAL 2" BLOW-OFF ASSEMBLY , L:NGINFER!NG DEPARTMENT , -•:-.' CITY OF CARLSR/\D . W-- / STD. D'.vVG. Al HAMBRA FOUNDRY CO. A-23612 12* CAST IRON VALVE BOX COVFR MARKED "WATbR"' 12'x 20' 10 GA. STEEL . PIPE ASPHALT COATED 1 COPPER TO COPPER JOINTS " x SHALL BE SWEATED "•;-•..:.-/:. CONNECTIONS. .-... -.,-':,-- 2.'-THE LENGTH OF PIPE BEFORE- THE END CAP SMALL BE'|'-G"MIN. iO 3-3" MAX-- - - 3. TUE TERM n D1A.' ON THIS PI-MS. SHALL Wt=AN THE OUTSIDE D!A- OF THE t.NP CAP. 2"MIP-C ELL 2"TAPPED ECCEMTRIC. ' • EHD CAP. 2* f VALVE No. /TV/- 7 21/2" THREAD BRASS ' CAP - DESSANO A/o. ?&/? 21/2" HOSE THREAD X 2" l.R THREAD MALE BRASS HOSE ADAPTER Ctf AW' D. EC. M <. . 2* BRASS 90° JTT/fVz.u// 2 "/://? /I/A 7 A? FL-~?.(ALL C ADAf=T£/? Z" TVPE K COPPER UNDISTURBED jChYNGR. .2' ,B4_OW -OFF .ASSEMBLY DEAD EI\ID UNES ~*r.~-:-' ENGINEERING 'CITY OF CARI.SI3AD SCAU-: NON' "~W-9' SfD.DXVG - O~~-~-H --M!P~C 9QrjELL I 1/2 " g, 2" -_CQRp STOP 1 fUSE~~J-- 1505' 11/2" AND 2" USE J-50 OR APPrtCVED EQUAL -WELD ON BLACK COUPLING ;...: 1 CONCREl'E OJR3 S. GUTTER Ay.*' :JV g •BROOKS No. 3S CONC. ft ' BO^.WITH ENJTEMSIQM &STL- COVER..;.- . - .-. ~~ RENSSELAIR _. ; AIR £ VACUUM VALVE FORD BJJ-"44.4 SERVICE STOP OF'% APPROVEP EQUAL ~ MIP-C- ADAPTER' — VARIES CORP. STOP \' . USE"J:1505 1V2" AND 2' USE J-50 OR APPROVED EQUAL STLCAr--• --> _t ..,,,_W....,,,-,^ S)0W BRASS ELBOW MIP-C 'ADAPTER BRASS ST l=LFSD', WOT DIPPED QA1Y. -f£K-' POSED PORTION PERFO- RATED.' - -•' ~ RP.ASS/9O? ST ELL ::::::;_Z:::TZI::IN- - .r~:r ^."Trr.rur.'zri'iirz.T^iB 90°EL30W PK/-.SS NIPPLE 2- REDiVOOD BLK. NO'l ES: ^ ]. ALL. PIPE- FITTINGS, VALVESSTOPS SHALL FSE coNS.'sOTHER: . " v 2. COPPER TO COPPER JOINTS -SrAlL BE SWEATED CONWECTIONS. MIP-C 90°ELL TYPE 'K'COPPER. SERVICE PIPE .— 3. BEND ON j^2 D1A. AND LARG'IR ' S-.J.ALL SE MADE WITH A QL'AHir.R BEND OR A BROK1ZE SWEAT F'.J... 4. P^rORATlONSSMML BE STARTED t|" F-iDMTHE TOP AT 5" O C. VERT SRAC'G G ROWS R_Pv^ . BY .APR 'SPACED. . ' SMITH BLAIR DOUBi.E STR/\P. BRONZE SERVICE CLAMP -FOR A.C. PIPE. . USE DUCTILE IRON FOR STEEL PIPE, , DATE CITY E'MGR AIR & VACUUM VALVE . :•;• ' ;,; ASSEMBLY BELOW SURFACE ENGINEERING DEPARTMENT - "CITY OF CAW SH R-P SCALf . w-ii STD.'DV,'G. ' f "V / G V. ANCJ-10R GLOCK. WINGS OV OVZft&UG TRENCHES SHALL BE EXTZUOEO OfJE (I ) D<A BFYOVD THE UNDISTURBED —1 SOrt 77/fc- 7^M ^/-^ • 0/v/ r///S /^^&. <J«4LL //f/W 77/£ OUTSIDE D/AMETtR&TkEAr?V*TEHANCE INVOLVED- ? COUCXC-TG- BIOCK FOR IZ" AMD Lfi^GEft fiEQijIRE SPECIAL. OCFS/GM J° >3£ AP^OVhD BY THE CITY ENGtUEGft- =l THF °=vrKS TV AT /A// 77X1L LY SUPfVPT' Th'Z - _ &&WFVRT£NWCE SHALL ftEST CfJLV OH H TRENC& WIDTH PL AM —-i*—><3 //0/4- MIL ^^ H^^w^ ^/^ I DlA. "ZRr-T* J3/VCKS" ELEVATION 3LK.WJMQ PLAN ELEV, I— * — „]—REV. ^••••-. IDAT! : CONCRETE, VALVE ANCHOR " " 1 ' -." ': AND BLOCK . ' ':"'"v ENGINL-:LRING DLF:ARTME_NT '. • CITY OF CARI.SRAD 9-/5-75 CKA SCALE 1JO_';E " ~~W:!3s TD. DWG. _ "" ^v: - ic-^ii '• ( fSs • I - I" r ' T? r->^'-icr" °^I . ' r' • L f -< -S'Z' " "• f>-' l_A •"-•* a ( • _ -K t- — ^ ^ "' - - ' J-l CAKD3DARD -— SU PAR ATOP,v-ii«n'in* DIAMETER Ip" 12" AFUIAj'rjV) 2.5O 4-50" 8-00. 10.00 --^.r •" -• 30" 40" 40" i:;;Lpru ( c " TcsT1' 24" 30" 3&" ELEVATION L J p!A. U-- NOftM AL TK^NCH 'T^D^f.^ WALL (SEE W- ISj) kl^j^l' * L-ARG^ER THAW 12" P!A- REQUIRE 5PGC1AL DESIGN- * TUG AftCA/B Fi'iUPCG /iKG STIU- SUr^JtlCTTO C'-'AM^E DirpENDiK'S.OU Til U SOU- CHAR ACT':R;^riCS AKIO pprxip1 SATiSrACTo;-5^ TOT^L: CITV rrN'&uj'.-"-^ TO JUSTIPV THtrALTCrRATlc-tO S!J.ALL Bfc" S'^MlTT^D * I F!s!G'm'(l) Al-JD bEPTlA(o) SHC^iVW OKI T9i£ TABLE ABOVE COh'Rt'SPOMD TO t/iCH OTHER. r^-^.- :.'•] -'--- -. 3r?ICK5 SEAT—-SV'MIKJ. TVP- DsJSSR ALL PiPS APPOKT&K! AK)CE=S AS ReUlPfDBYTK lUATELR £>UPT.. y ,j^-4 "l,,,(i fitpa ~&ij&^^^ "'"^ ~a~~**r£:p;. C=7lTp^ s*s:^:.:C:.j;>i;;.:;...jinT { DIA: TV P. ^——S/*^*: -^' •". ~~ fY:j=^r^- H 2»SSI"L P- ,,/s THE: VOLUME Oi- COWC. TO RESIST UPLIPT 1KI THtf ABOVE ASSEMBLY TO 8if CALCOLArtO J-OR APPROVAL BV TUB CITV EJv/GIKJCftiR. !.PAY £..„... C'VY I^NGR. CONCRETE THRUST BLOCKS ENGINflF.RING DEPARTMENT ' ' *CITY OF CAR1.SSAD SCALE W -14 STD. D','G. I / DIA. \Us - r-J -CLASS' P,1 CONCRETE KJ o T B s: I. UNLESS OTHERWISE SPCCl^lCrD, THE 7'HRUST BLOCK QM TUl'3 PR/VAMMC WILL E^V; REQUIRED OJLV WUL£R<£ THE Dir-pCfRL;k!llAL BETWEEN MAIN DlAMcTCRS IS PROM 2 TO I21S4CHGS. SPKC1AU Dr^3\G,N Is. REcQU;P,l£i> POP. LARGER. DirT£RENTlAL: 2 TNE TLTRM ' DIA' ONJTUIS DRAWING K/EA, TH15 OUTSIDE D!Ak/,t:fKR OF THE . MAIN. IN! OV-IRDUG TfACNCl-1, TH ' f3LOCK . WIM G S S NA L L BB EXT ENDED PSJE-'O") P'.A. iNl'fO AN3 UNJDlSTURBeD SOIL-. .. . 3. -UNLESS APPROUF.Q aVTiAE WATCRSUPT. NO Pi1 LesSTUAK! 3'-3" ^ F-YC^'„'[;>;M(S ^'-6." SHAL £e IK)STALLED Nf^V-TTo PLAN J.-.vT fW^" ' ' •°"']: J:?:!i^fcl^^r^iffj DIFFERENTIAL •2" $ 4" ' G" ' a" 4 10" 12'" ' VV OWE ' D!A. ,. 1^ D!A. 2 D1A. PJflNP: BARS '2 -"^3 '""" BOTH WAYS AS INDICATED aro. TRENCH" w ._ / DIA- If"7i3 ,i?'1i:-lin^lrll •-•'V.^Ty • piT^r-i^L'^iii'.''/ f-'1' -• "^ / .!••( .. o TO • o <= W D1A. WIN. «1C't-b DATE ,. .__:... CITY F.NGR. '.r;.-. REDUCER THRUST. BLOCK: ." ENGINEERING DEPARTMENT CITY OF CARLSBAD SCALE _._. . .w-is STO. DWG. FiKi. GRAOG-- :r t-OL!JJ G T U Z UJiti_ c i WZ O N ft1Ub a. IDZ GN ai D0 2, — — UJ Z G M LU tL --i i in 0) -> Ga 1 C\ °G \ P T 1 I ^ j C v^. o 0) SCHEDULE OF TRENCHES D!A. OF PIPE ^4 "AND SMALLER 6 "AND 8" jo "THRU ^^" 24" AND LARGER M1N1MLJM WIDTH OF TRENCH • 20".- PIPEO.D. PLUS 16" . PIPE O. D. PLUS 15" PIPE O. D. PLUS 24" rRIVER SAND IN PLACES £ NEEDED AS DIRECTED BYTWc CJTV EN&lNcER. ^KJ^gxgJ^ 1. COMPACTJOK! MAYBE 5%. LESS OM UNDEVELOPED AREAS AND EASEMENTS NOT SUBJECT TO VEHICULAR TRAFFIC. .R.I DATE nifv I-:NGR. PIPE BEDDING AND TRENCH' BACKFILL FOR WATER MAINS E N G! N K E R ! N G. D E PA R T!«', F. N T CITY 0(:.CA;U.S8AD SCALE" w- STD. PWG. 6 COMMERCIAL UNION ASSURANCE COMPANIES . * BOSTON, MASSACHUSETTS COMMERCIAL UNION INSURANCE COMPANY (Name of Insurance Company) CERTIFICATE OF INSURANCE Dote AmL 26> 1977 1& to ttrttfjj that the Company named above has issued a policy or policies, covering in accordance with the terms thereof, to the insured named below. It is the intention of the Company that in the event of cancellation of the policy or policies by the Company during the periods of coverage as stated herein/_|g__days written notice of such cancellation will be mailed to the party to whom this Certificate is issued, at the address stated below. This Certificate of Insurance neither affirmatively nor negatively amends, extends or alters the coverage afforded by the policy or pol- icies issued by the Company as indicated above. Name And Address Of Party To Whom This C CITY OF CARLSBAD 1200 ELM AVENUE CARLSBAD, CA 92008 ertificate Is Issued Name And Address Of Insured DON HUBBARD CONTRACTING CO. , INC. 46 ENCINITAS BLVD. ENCINITAS, CA 92024 Description of Motor Vehicle * . ' * " *™ nr npor^,.,nn« nt in<nr«4 CONST'^CTT. ON OF VrVnffiTarTNK IMPR' *V KMKNT& jtoj^fa '' '~ *"A f'i ^^Ik^P Place of Garaging or "^ V ^ z& 5** Hi " TYPE OF POLICY STANDARD WORKMEN'S COMPENSATION I EMPLOYERS' LI AIILITT GENERAL LIABILITY BODILY INJURY , Premises Operations Elevators Independent Contractors Products Completed Operations Contractual PROPERTY DAMAGE Premises Operations Elevators Independent Contractors Products Completed Operations Contractual AUTOMOBILE LIABILITY BODILY INJURY Owned Automobiles Hired Automobiles Non-owned Automobiles PROPERTY DAMAGE Owned Automobiles Hired Automobiles Non-owned Automobiles "IT IS HEREBY UHDERSTOC BE CANCELLED, MATERIAL! TO LAPSE UNTIL TEN (10) REDUCTION IN COVERAGE 1 l^WTB* CITY fflF ^A FT Sfffj X*POLICY HUMBERT POLICY PERIOD EFFECTIVE EXPIRATION . X x x x 2_ D76 30 49 tt tt •t ti 11/1/76it n ti it n 11/1/77JJ./J./// tt n n it Y Y Y Y Y, T ti n it ti it N tt tin n tt n H tt n tut ti it tt j_ II II tt tt tt tt n n tt Y Y Y D Y D Yn ti It 11 LND AGREED THI CHANGED, NOR 1 MTS AFTER REG! HE CITY CLERl It II tt T THE POLK HE ABOUNT C IPT OF A WB OF CARLSB4 AvmYnrr/YKf AT jhis Certificate of Insurance is not valicTunless it is countersignea '• * Absence of an "X" in these spaces means that insurance is not afforded with respect to the coverages or hazards opposite thereto, t If more than one kind of insurance Is written on one policy, the policy | i number need not be repeated. it tt ti Y TO WHICH F COVERAGE ITTEN NOTK D." LIMITS OF LIABILITY STATUTORY $ Coverage B $ Each Occurrence ( Aggregate Products $ j Aggregate Comp. Operations . $1,000,000 $ Aggregate Oper. $ Aggregate Protective ( Aggregate Products ( Aggregate Comp. Operations $ Aggregate Contractual ! $ Each Person $ $1,000,000 Bo*0e8uiwnct 1 $ COMBINED EoehOeetBtwK» j SINGLE LIMIT THIS CERTIFICATE REFERS MAY NOT REDUCED, NOT THE POLICY ALLOWED X OF SUCH CANCELLATION OR by a duly Authorized representative ot the Company \^x fr-'V«CV,-A t-'v. • ^ 'v •'• "•C'^C" (Authorized Representative) 2. JNSURED'S COPY