HomeMy WebLinkAboutE & G ENGINEERS INC; 1973-07-03; 1018CITY OF CARLSBAD
SAN DIEGO COUNTY
CALIFORNIA
CONTRACT DOCUMENTS & SPECIFICATIONS
FOR
CONSTRUCTION OF TENNIS COURTS AT
LACUNA RIVIERA CITY PARK
CONTRACT NO. 1018
JUNE 6, 1973
DEPARTMENT OF PUBLIC WORKS
HUMTEH T. COOK
CITY ENGINEER
PARKS S RECREATION DEPT,
EDGAR Y. JOHNSON
DIRECTOR OF PARKS
AND RECREATION
1200 ELM AVENUE
CARLSBAD, CA 92008
PHONE
714-729-1181
- 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
Page 1
C
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
C
SEALED BIDS will be received at the Office of the City Clerk, City Hall,
1200 Elm Avenue, Carlsbad, California, until 10:00 AM, on the 21st
of June , 1973, at which time they will be opened and read,
for performing the work as follows:
Contract 1018
"The Construction of Tennis Courts at
Laguna Riviera City Park"
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 per cent 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 8 - Bidder *s Bond
4. Page 7 - Contractor's Financial Status
The documents shall be affixed with the appropriate signatures and titles
of the persons signing on behalf of the bidder. For corporations, the
signatures of the President or Vice-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.
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.
9
The City of Carlsbad reserves the right to reject any or all bids and to
waive any informality in such bids.
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 to execute the
Page 2.
contract and has set forth these items in Resolution No. 1723.
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 CONSTRUCTION OF TENNIS COURTS AT
LACUNA RIVIERA CITY PARK
CONTRACT NO. 1018
PROPOSAL
To the City Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
Gentlemen:
The undersigned declares that he has carefully examined the location
of the work, read the Notice Inviting Bids, examined the plans and
specifications, and hereby proposes to furnish all labor, materials,
equipment, transportation and services required to do all the work
to complete Contract 1018 in accordance with the plans, the specifi-
cations of the City of Carlsbad, and the special provisions, and that
he will take in full payment therefor the following unit prices for
each item complete to wit:
THE CONSTRUCTION OF TENNIS COURTS AT
LACUNA RIVIERA CITY PARK
\f
Page 3A
ALTERNATE NO. 1
WITH ELECTRICAL & LIGHTING SYSTEM
Item Approximate Items with Unit Prices or Unit Price Total
No. Quantity Lump Suras Written in Words In Figures Amounts
1. 1246 cubic yards excavation incl,
site grading at
per cubic yard //
*l. lo
2. 828 " tons decomposed (disintegrated")
granite base at
per ton
3. 14,991 sq. ft. of 4" P.C.C. reinforced
concrete court slabs and 4"
P.C.C. waiting areas incl.
painting and color coating
at
per square foot
4. 490 sq. ft., of 4" P.C.C. sidewalk
(7
per square foot
5. 2 each net post installations
incl. posts and footings,
ratchet tightener, net cable,
net and net,, strap anchor at
t/-XX
each <* / #•
32&00 ?li£fO.o&
Page 3B
ALTERNATE NO, 1
WITH ELECTRICAL & LIGHTING SYSTEM
Item Approximate
No. Quantity
Items with Unit Prices or
Lump Sums Written in Words
Unit Price
In Figures
Total
Amounts
6. lump sum Drain through curb structure
incl. removal & replacement
of concrete curb & gutter
and sidewalk, 7 lin. ft. of
• 6" asbestos cement pipe and
asphaltic concrete aprons
7.lump sum
C
8.lump sum
lump sum
6* and 12' chain link fence,
fabric, terminal posts, corner
posts, line posts, footings,
gates, brace rails, top rails
tension wires & appurtenances
lump sum
complete electrical & lighting
system per plans and specifi-
cations incl. light poles,
footings and any charges by
the utility company for connection
at the service point shall be
included in this item
lump sum
Total amount of bid alternate
no. 1 written in v/ords
Total in
figures
t>l
Page 3C
ALTERNATE NO. 2
WITHOUT ELECTRICAL & LIGHTING SYSTEM
Item Approximate Items With Unit Prices or Unit Price Total
No. _ Quantity _ Lump Sums Written in Words In Figures Amounts
1.1246 cubic yards excavation incl.
site grading at
Ct^7^<^\
per cubic yard
2.828 tons decomposed (disintegrated)
granite base at ^
per ton
3. 14,991 sq. ft. of 4" P.C.C. reinforced
concrete court slabs and 4"
P.C.C. waiting areas incl.
'painting and color .Coating
per square foot
4.4.90 sq. ft, of 4" P.C.C. sidewalk
at
square foot 3113,00
5.each net post installations
incl. posts and footings,
ratchet tightener, net cable,
net and net.strap anchor at
t
eacH c/ /
Page 3D
ALTERNATE NO. 2
WITHOUT ELECTRICAL & LIGHTING SYSTEM
w Item Approximate
No. Quantity
6.lump sum
lump sum
8.lump sum
Items With Unit Prices or
Lump Sums Written in Words
Unit Price
In Figures
Total
Amounts
Drain through curb structure
incl. removal & replacement
of concrete curb & gutter
and sidewalk, 7 lin. ft. of
6" asbestos cement pipe and
asphaltic concrete aprons
lump sum
61 and 12' chain link fence,
fabric, terminal posts, corner
posts, line posts footings,
gates, brace rails, top rails
tension v/ires & appurtenances
lump sum
electrical conduit and (3)
light standard footings, per
detail on the plans _
/'lump sum
Total amount of bid alternate
no. 2 written in words .
$00.00
Total in figures
(C
Page 4'
All bids c.re 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 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. 3o*£faf &
Identification Q £ a s ^ * pf .
The undersigned bidder hereby represents as follows: (a) That no
Councilman, officer, agent or employee of the City of Carlsbad, is
personally interested, directly or indirectly, in this contract, or
the compensation to be paid hereunder; that no representation, oral
or in writing, of the City Council, its officers, agents or employees,
has induced him to enter into this Contract, excepting only those
contained in this form of Contract and the papers made a part hereof
by its terms, and (b) That this bid is made without connection with
any person, firm or corporation making a bid for the same work, and
is in all respects fair and without collusion or fraud.
Accompanying this proposal is $f£iC4€f*S £)&??&
(cash,certified check,cashier's check
or bond)
in an amount not less that 10 per cent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the
Labor Code which require every employer to be insured against
liability for workmen's compensation or to undertake self-insurance
in accordance with the provisions of that code, and agrees to comply
with such provisions before commencing the performance of the work
of this contract.
(714) 546-4313
Phone Number
Page 5
£ '& G ENGINEERS. -
Bidder's Name
(SEAL)
1
Date Authorized SigjJature
Authorized Signature
T'ype 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:
WALTER TAYLOR
J OP Van
ELIZABETH TAYLOR
PRESIDENT
SECRETARY
Page 6
DESIGNATION OF SUBCONTRACTOR
The undersigned certified that he has used the subbids of the
following listed contractors in making up his bid and that the
subcontractors listed will be used for the work for which they
bid, subject to the approval of the City Engineer, and in accordance
with the applicable provisions of the specifications. No change
may be made in these subcontractors except upon the prior approval
of the City Council of the City of Carlsbad.
ITEM OF WORK SUBCONTRACTOR ADDRESS
1. _ . _ ; _ -
2. ELECTRICAL
3. C^L&R.ijJGr- _ /feixM/ep. RIDLEY
4. STfEL _ T?LUF STAR _ SAA/TEC•*™~™™*~™~™"lll— *™~"^^™"^"— •*"^™~™""*" n i^~^^^^^~~l~~~^^^tl^mm\ ^MMMI^i^B^V^I^^HB-«aBM
5.
6. _ __
. E&G- ENGINEERS
Bidder ' s Name
uthorized Signa-£ure
Type of Organisation
(Individual, Co-Partner ship or
Corporation)
E & G ENGINEERS
P. O. BOX 1276
HUNTINGTON BEACH. CALIF. 92647!
Address
Page 7
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY( ,
TECHNICAL ABILITY AND EXPERIENCE
(The Bidder is required to state what work of a similar character to
that included in the proposed contract he has successfully performed
and give reference which will enable the City Council to judge his
responsibility, experience, skill and business standing.)
The undersigned submits herewith a statement of his financial respon-
sibility. ;
The undersigned submits below a statement of the work of similar
character to that included in the proposed contract which he has
successfully performed.
rf> o
Signed
Know All Men By These Presents, That we, ....£.A..G..El1.gineers.,...Inc..
AMERICAN FIDELITY FIRE INSURANCE COMPANY
NEW YORK
BID BOND BOND NO. 04-306-1082181-H
P,0.,..Bpx..l276.
H.U.n1t.i.ng.tOn...B.ea.Ch.,...C3.1i.f., (hereinafter called the Principal), as
Principal, and AMERICAN FIDELITY FIRE INSURANCE CO., a corporation, organized and existing under the laws of the
State of New York and authorized to transact a general surety business in the State of Ne.VL.Yp.rk. ,
(hereinafter called the Surety), as Surety, are held and firmly bound unto C.lty...0.f ...C.3r.l.Sl?.3?J
(hereinafter called the Obligee) in the penal sum of
l.Q£..flP.t..$P...excee^ )
for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors
and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, That, whereas the.Principal has submitted or is about to submit
a proposal to the Obligee on a contract for C.O.nS.t.rU.C.t.i.0.n...0.f...t.eim1.S...C.QU.rtS
NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal shall, within such time as may
be specified, enter into the contract in writing, and give bond, with surety acceptable to the Obligee for the faithful
STATE OF CALIFORNIA )
) ss.
County of LOS ANGELES )
On this /$ _ day of <^fez>?z*-<' in the year 19 ?£, before me-.
MARJORIE FANTROY, a Notary Public in and for the County and State aforesaid,
personally appeared y^^^^M /^^^ ^/^^t _ known to me-g — ,
to be the person whose name is subscribed to the witMn 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.
OFFICIAL SEAL •
MARJORIE FANTROY {
NOTARY PUBLIC -CALIFORNIA *
PRINCIPAL OFFICE IN £
^^ LOS ANGELES COUNTY »
My Commission Expires March 29, 1977 *347
Page 8•
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, , as Principal, and
, as Surety, are held and firmly
t
bound unto the City of Carlsbad, California, in the sum of
Dollars ($ ) , lawful money of
the United States for the payment of which sum well and truly to be
made, we bind ourselves, jointly and severally, firmly be these presents,
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH:
That if the proposal of the above-bounden principal for:
The Construction of Tennis Courts at Laguna Riviera City Park,
Contract 1018,
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 nul-l 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 , 19 .
Corporate Seal (if corporation) ,____
Principal
(Attach Acknowledgement of
Attorney in Fact)
Surety
By
Title
_ (Notarial acknowledgement of execution by all PRINCIPALS and SURETY
^ must be attached.)
Page 9 '
CONTRACT
THIS AGREEMENT, made and entered into this 3rd day of
July > 19 73 by and between the City of Carlsbad,
California, hereinafter designated as the City, party of the first
x
part, and E & G Engineers. I nc. , 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
Contractor agrees with the City to furnish all materials and labor
for:
The Construction of Tennis Courts at Laguna Riviera
City Park Contract No. 1018, Alternate No. 1,
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 saidCplans 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 inconsequence 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 of the covenants
herein contained.
Page 10
4. The Notice to Bidders, Instructions to Bidders, Contractor's
Proposal, and the plans and specifications, and all amendments thereof
if when approved by the parties hereto, or when required by the City in
'**** accordance with the provisions of the plans and specifications, are
hereby incorporated in and made part of this agreement.
5. Pursuant to the Labor Code of the State of California, the
City Council has ascertained the general prevailing rates of per diem
wages for each craft or type of workman needed to execute the contract
and a schedule containing such information is included in the Notice
Inviting Bids and is incorporated by reference herein.
6. The Contractor shall assume the defense of and indemnify and
save harmless the City, the City Engineer, and their officers and
employees, from all claims, loss, damage, injury and liability of
every kind, nature and description, directly or indirectly arising
from the performance of the contract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage,
injury and liability, howsoever the same may be caused, resulting
directly or indirectly from the nature of the work covered by the
contract, regardless of responsibility for negligence.
IN WITNESS WHEREOF, the parties hereto have caused this contract
to be executed the day and year first above written.
CITY OF CARLSBAD, CALIFORNIA
Mayo'xT
ATTEST:
\- //City ClerkI
E &' G ENGINEERS ING.
Contractor
(Seal)
-
PRESIDENT
Title
s\ k *-
By
Title
Page 11
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, THAT ; 04-206-779814
WHEREAS, the City Council of the City of Carlsbad, State of
California, by Resolution. No. 3161 adopted JuTv 3. 1973 /
has awarded to E & G Engineers. Inc. , ,
hereinafter designated as the "Principal", a contract for:
The Construction of Tennis Courts at Laguna Riviera City Park
Contract No. 1018, Alternate No. 1,
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, provender
or other supplies or teams used in, upon, for or about the performance
of the work agreed to be done, or for any work or labor done thereon of
any kind, the Surety on this bond will pay the same to the extent
hereinafter set forth:
NOW, THEREFORE, WE F t fi FNRTNFFRS, TMC.
TFOPNTA
as Principal, hereinafter designated as the Contractor, and
FTPF tMSHMMCE COMPANY
as Surety, are held firmly bound unto the City of Carlsbad, in the sum
EIGHT
of SIXTEEN THOUSAND SIX HUNDRED FORTY TMO NINETY Dollars ($ ifitfid?.qa ) , 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 ahd administ-
rators, 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.
Pace 12
This bond shall inure to the benefit of any and all persons, companies
and corporations entitled to file claims under Section 1192.1 of the
Code of Civil Procedure so as to give a right of action to them or
their assigns in any suit brought upon this bond, as required by the
provisions of Section 4205 of the Government Code of the State of
California.
And the said Surety, for value received, hereby stipulates and agrees
that no change, extension of time, alterations or additions to the
terms of the contract or to the work to be performed thereunder or
the specifications accompanying the same shall in any wise affect
its obligations on this bond, and it does hereby waive notice of
any such change, extension of time, alterations or additions to the
terms of the 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 WHEREOF, this instrument has been duly executed by the
Principal and Surety above named, on the ?, day of
—** ' "- '
£ & G £NGIN£LHS
Contractor
STATE OF CALIFORNIA )
) ss.
County of LOS ANGELES )
On this 2y day of ^£^1 in the year 19 /3, before me
MARJORIE FANTROY, a Notary Public in and for the County and State aforesaid,
personally appeared A/~sJsr4?as* jL^QSjs* ^£sy^^/ known to me•*• * •*• •*• *_. **rj-^f5>Titf<^_r^Jmrt^I jr "'" t_^\ T ***-• \^fr^L-'rirf^_4f *1
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.
OFFICIAL SEAL •
MARJORIE FANTROY J
2 B^^^gP NOTARY PUBLIC -CALIFORNIA *
* v8G3v PRINCIPAL OFFICE IN J
* MSB*'' LOS ANGELES COUNTY »
* My Commission Expires March 29, 1977 *
AMERICAN FIDELITY FIRE INSURANCE COMPANY
West bury. New York
Power of Attorney
KNOW ALL MEN BY THESE PRESENTS: That AMERICAN FIDELITY FIRE INSURANCE COMPANY, a corpora-
tion of the State of New York does hereby make, constitute and appoint Dudley Holaday of Los Angeles, California its true
and lawful Attorney-in-Fact, with full power and authority, for and on behalf of the Company as surety, to execute and
deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recognizances or other written
obligations in the nature thereof, as follows:
Any and all bonds and undertakings in an amount not exceeding $50,000.00 in any single instance, for or on behalf
of this Company, in its business and in accordance with its charter, and to bind AMERICAN FIDELITY FIRE INSURANCE
COMPANY thereby, and all of the acts of said Attorneys-in-Fact, pursuant to these presents, are hereby ratified and confirmed.
This appointment is made under and by authority of the following Resolution adopted by the Executive Committee
of the Board of Directors of the Company at a meeting duly called and held on this 19th day of September, 1972.
"RESOLVED, that Dudley Holaday of Los Angeles, California be and is hereby appointed the true and lawful
Attorney-in-Fact of this Corporation, with full power and authority for and on behalf of this Corporation as surety to execute
and deliver, and affix the facsimile seal of the Corporation to bonds and undertakings in amounts not exceeding $50,000.00
in any one instance, each of which instruments shall be as valid and binding on this Corporation as if it had been signed by an
officer and as if the original corporate seal had been thereto manually affixed."
WITNESS WHEREOF, AMERICAN FIDELITY FIRE INSURANCE COMPANY has caused these presents to be
signed by its proper officer and its corporate seal to be hereunto affixed this 5th day of October 1972.
AMERICAN FIDELITY FIRE INSURANCE COMPANY
.illher H. Williams. Piesident
State of New York )
County of Nassau )
On this 5th day of October, 1972 before me personally came Luther H. Williams to me known, who, being by me
duly sworn, did depose and say: that he is President of American Fidelity Fire Insurance Company, the Corporation described
in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said
instrument is such corporate seal; that is was so affixed pursuant to authority given by the Executive Committee of the Board
of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to
be the act and deed of said corporation.
A.A f\
TYy.
Notary Public
ELIZABETH M. ROSELLE
NOTARY PUBLIC, State of New York
No. 30-8643115
State of New York ) Qualified in Nassau County
County of Nassau ) Commission Expires March 30, 1974
CERTIFICATE
I. the undersigned. Secretary of AMERICAN FIDELITY I'lRi' 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 f3 day of
A.D..|4^
Secretary
Page 13
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, that
: WHEREAS, the City Council of the City of Carlsbad, State of
California, by Resolution No^ 3161 adopted July 3, 1973
has awarded to E S- G Engineers, Inc.
hereinafter designated as the "Principal", a contract for:
The Construction of Tennis Courts at Laguna Riviera City Park
Contract No. 1018, Alternate No. 1,
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, E & 6 ENGINEERS. INC.
P.O. BOX 1276. HUNTINGTON BEACH. CALIFORNIA
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
EIGHTY FIVE NINETY SIX
sum of THIRTY THREE THOUSAND TWO HUNDRED Dollars ($ 33,285.96 ) , 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, 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-
cations accompanying the same shall in any wise affect its obligations
Page 14
on this bond, and it does hereby waive notice of any change, extension
of time, alterations or addition to the terms of the contract or to
the work or to the specifications.
In the event that any Principal above named executed this bond as
an individual, it is agreed that the death of any such Principal
shall not exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the
Principal and Surety above named, on the 20 day of July ,
19 73-
(Seal)
(Seal)
(Seal)E & G ENGINEERS
Contractor
Dudley Holaday -Attorney-in-fact
(Title)
(Seal)
(Seal)
American Fidelity Fire Insurance Co. (Seal)
Surety
STATE OF CALIFORNIA )
) ss.
County of LOS ANGELES )
On this day of in the year 19 J7% before me
MARJORIE FANTROY, a Notary Public in and for the County and State aforesaid,
personally appeared ^ e^i known to mee^i
e within ito 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.
OFFICIAL SEAL •
MARJORIE FANTROY J
NOTARY PUBLIC-CALIFORNIA *
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
My Commission Expires March 29, 1977 347 (5/73)
AMERICAN FIDELITY FIRE INSURANCE COMPANY
Wcslhurv. Now York
Power of Altorncy
KNOW ALL MEN BY THESE PRESENTS: That AMERICAN FIDELITY FIRE INSURANCE COMPANY, a corpora-
tion of the State of New York does hereby make, constitute and appoint Dudley Holaday of Los Angeles, California its true
and lawful Attorney-in-Fact, with full power and authority, for and on behalf of the Company as surety, to execute and
deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recognizances or other written
obligations in the nature thereof, as follows:
Any and all bonds and undertakings in an amount not exceeding $50,000.00 in any single instance, for or on behalf
of this Company, in its business and in accordance with its charter, and to bind AMERICAN FIDELITY FIRE INSURANCE
COMPANY thereby, and all of the acts of said Attorneys-in-Fact, pursuant to these presents,arc hereby ratified and confirmed.
This appointment is made under and by authority of the following Resolution adopted by the Executive Committee
of the Board of Directors of the Company at a meeting duly called and held on this 19th day of September, 1972.
"RESOLVED, that Dudley Holaday of Los Angeles, California be and is hereby appointed the true and lawful
Attorney-in-Fact of this Corporation, with full power and authority for and on behalf of this Corporation as surety to execute
and deliver, and affix the facsimile seal of the Corporation to bonds and undertakings in amounts not exceeding $50,000.00
in any one instance, each of which instruments shall be as valid and binding on this Corporation as if it had been signed by an
officer and as if the original corporate seal had been thereto manually affixed."
WITNESS WHEREOF. AMERICAN FIDELITY FIRE INSURANCE COMPANY has caused these presents to be
signed by its proper officer and its corporate seal to be hereunto affixed this 5th day of October 1972.
AMERICAN FIDELITY FIRE INSURANCE COMPANY
> \
I iilher H. Willunns. 1'iesidenl
State of New York )
County of Nassau )SS:
On this 5th day of October, 1972 before me personally came Luther H. Williams to me known, who, being by me
duly sworn, did depose and say: that he is President of American Fidelity Fire Insurance Company, the Corporation described
in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said
instrument is such corporate seal; that is was so affixed pursuant to authority given by the Executive Committee of the Board
of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to
be the act and deed of said corporation.
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, 1974
CERTIFICATE
I. the undersigned. Secretary o! AMERICAN I IDE1.ITY 1'IRE 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 setYorth 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
AD.
day of
Secretary
Page 15
CITY OF CARLSBAD
Laguna Riviera City Park Tennis Courts
Contract No. 1018
SPECIAL PROVISIONS
I. GENERAL REQUIREMENTS
A. Alternate Proposals
Two separate bid proposals for construction of the tennis courts
will be submitted by the contractor; Alternate No. 1 will include
an electrical and lighting system. Alternate No. 2 will not include
an electrical or lighting system. The City Council will award the
contract on the basis of comparison of bids for the two alternate
proposals.
B. Work To Be Done
The work to be done consists of constructing tennis courts as shown
on Carlsbad Drawing No. 170-8, sheets 1 through 5, including grading
the site, excavating, compacting the subgrade, installing compacted
base material and constructing two reinforced concrete tennis courts
with color coating, entry walks, fencing/ installing a lighting
system and miscellaneous drainage items.
C" Specifications and Drawings
The specifications for the work consist of the Standard Specifications
of the City of Carlsbad, the current Standard Specifications for
Public Works Construction (hereinafter designated S.S.P.W.C.) as
issued by the Southern California Chapters of the American Public
Works Association, and these Contract Documents and Specifications.
The drawings for the work are the drawings set forth in Item B above,
and the Standard Drawings of the City of Carlsbad.
D. Construction Schedule and Time of Completion
' " '" "I---T J- L_ . . .. . . . i IB I — .1 _._ . __Miirr.. _. ii 1-1 - ^ _
The construction schedule is to be submitted by the contractor per
Section 6-1 of the S.S.P.W.C.
The contractor shall begin work within fifteen (15) days after execu-
tion of the Contract Agreement and shall diligently prosecute the
work to completion within ninety (90) consecutive calendar days
from the date of execution of the Contract.
E. Qualifications of the Contractor
1' General - Because of the unusual nature of this work, the contractoi
must have extensive experience in the construction of concrete
tennis courts or similar work. Accordingly, each contractor shall
submit a list of all the concrete tennis courts or similar projects
he has constructed in the last five years along with his bid for
this project.
Page 16
All contractors and subcontractors shall possess a valid City
business license.
2. Pre-gualification of Concrete Finishers
The concrete playing surface of the tennis courts shall be
finished only by concrete finishers with at least five (5) years
experience in the trade and with extensive experience in applying
the required finish. Two weeks before starting to place the. con-
crete tennis court slabs, the contractor shall furnish the Engineer
a list of names and qualifications of the concrete finishers he
intends to employ on this portion of the work. The Engineer will
review the list and approve in writing the employment of the
finishers qualified by past experience in this type of work.
Only finishers who are pre-qualified in this manner shall be
employed" on this phase of the work. The names of additional
'finishers, together with their qualifications, may be submitted
in writing by the contractor from time to time. However, they
shall not be employed on this phase of the work until written
approval has been obtained from the Engineer, who will review the
qualifications within -a reasonable time.
Any finisher who cannot produce the required finish shall be re-
moved from this phase of the work and shall not again be used in
the finishing of the tennis court surfaces.
F. Construction Surveys
The City of Carlsbad will locate the outside corners of the tennis
court slabs and waiting areas and determine the elevations of these
corners, and establish a bench mark near the site. All other field
staking for the control of construction shall be the responsibility
of the contractor, and payment for this work shall be included in
the various contract unit prices and lump sum prices of the construc-
tion work.
G. Non-conforming Work
The contractor shall remove and replace any work not conforming to
the plans or specifications upon written order by the City Engineer.
Any cost caused by reason of his non-conforming work Shall be borne
by the contractor.
H. 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.
I. Coordination Between Contractors
The prime contractor and his subcontractors shall coordinate all the
work to be done under this contract. All electrical work under the
courts, light poles and footings, fence posts and footings, net posts
and footings shall be in place before slabs are constructed.
Page 17
II. EXCAVATION AND SITE GRADING
A. Excavation Specifications
Excavation shall conform to specifications of the S.S.P.W.C. with
Section 300 revised as follows:
"Roadway excavation shall mean general excavation of the site."
B. Disposal of Excess Excavation
Excess excavation may be deposited on the City park site immediately
westerly of the construction site under direction of the City Engineer.
C. Payment for Grading
Payment for grading,fill material and compaction shall be included in
the contract unit price bid for excavation, bid item no. 1 for alternate
no. 1 or alternate no. 2 and no additional payment will be made.
Page 18
III. DISINTEGRATED GRANITE
A. Specifications
Disintegrated granite will meet the specifications of S.S.P.W.C. with
Section 200-2.6.1 of the S.S.P.W.C. revised to read:
"The material shall conform to the following gradations:
Sieve Sizes Percentage Passing Sieve
1 1/2" 100
1" 90 - 100
#4 50 - 100
#30 25 - 55
#200 2-11
and Section 200-2.6.2 of the S.S.P.W.C. revised to read:
"The material shall also conform to the following requirements:
Test Method No. Minimum
R-value Calif. 301 76
sand equivalent Calif. 217 30
durability index Calif. 229 35
B. Alternate Substitute
Substitution of crushed aggregate base on a 1:1 basis conforming to
specifications of S.S.P.W.C. Section 200-2.2 may be utilized. No
addition in price from the proposal for disintegrated granite will
be allowed.
C. Payment
Payment for disintegrated granite material, placement and compaction
shall be at the contract unit price per ton in accordance with bid
item no. 2 for alternate no. 1 or alternate no. 2.
Page 19
IV. REINFORCED CONCRETE AND CONCRETE WORK
A. Concrete Work
The construction of reinforced slabs, waiting areas and sidewalks
shall conform to the concrete materials and construction sections
of the S.S.P.W.C. along with the following modifications and
additions:
1. Materials
The reinforced slabs of the tennis courts, the slabs of the
waiting areas and the sidewalks shall be constructed of transit
mixed concrete containing 5.5 sacks of portland cement per cubic
yard. The minimum 28 day compressive strength shall be 2500 PSI;
the maximum slump shall be 4 inches, and the maximum size of the
aggregate shall be 1 inch. The water-cement ratio shall be a
maximum of 7.2 gallons per sack. The add mixture shall be 3
ounces per 100 pounds of cement pozzolith 300, added at the
batch plant.
2. Placing and Finishing
The placing of the concrete for a half of a tennis court slab,
approximately 60 feet X 60 feet, shall be a continuous operation.
No control, contraction, expansion or construction joints shall
be placed in the interior of a slab.
The final surface of the courts shall be true to grade and shall
not vary more than 3/16" from a true plane when tested with an
8-foot straight edge. Testing shall be done as soon as the concrete
may be walked on and corrections made as needed. The contractor
shall furnish and have on the job at all times an 8-foot straight
edge for this purpose. Final float finishing shall be done in
both directions with a long handled float 8 inches wide and 6
feet long or equivalent approved by the City Engineer.
The final finish on the courts shall be obtained by using a steel
trowel in small circular movements to produce a "swirl" pattern
and a uniform, non-glassy surface texture. Attention is directed
to the General Requirements, Item E, Qualifications*of the Contrac-
tor, sub-heading 2 of these Special Provisions regarding the pre-
qualifications of the cement finishers employed in this phase of
work.
All other slabs and walks shall be finished with a steel trowel
and a fine-hair broom.
3. Curing
The slabs of the tennis courts and the waiting areas shall be
cured by the waterproof membrane method using clear polyethylene
sheeting with a minimum thickness of 6 mil. This sheeting shall
remain in place 7 days.
The walks shall be cured by the curing compound method.
Page 20
B. Steel Reinforcement for Concrete
Reinforcing steel and method of installation for the concrete slabs
will meet the specifications of the S.S.P.W.C. together with the
following requirements:
Concrete for the tennis courts shall be reinforced with No. 3
steel reinforcing bars placed at 12" centers both ways and 2"
from top of finish grade of the courts. No. 4 steel reinforcing
perimeter bars shall be placed around the outside edges of each
half-court slab 2" and 6" from the edge. Cubes of mortar blocks
may be used to support the steel.
Reinforcement shall be lapped a minimum of 40 diameters and
tightly wired together at each end of the splice where splices
are necessary and also wired at every alternate intersection
to assure the lines of bars will not be displaced when the
concrete is poured.
C. Expansion Joints
Expansion joint material and construction will meet the specifications
of the S.S.P.W.C. together with the following modifications:
Modifications as shown on the improvement plans, sheet 4, drawing
no. 170-8 shall take precedence over specifications as set forth
in the S.S.P.W.C.
D. Color Coating Courts and Waiting Areas
The concrete tennis court slab and waiting areas shall be colored
with Kemiko Colortone Finish, 6 to 8 weeks after the concrete has
been placed. Colortone Finish may be obtained from Kemiko, Inc.,
at 2443 North Naomi Street, Burbank, California, 91504, telephone
213-849-7753.
The playing area (inside the outer lines) shall be colored "Tennis
Court Green" (EB 31) and the surrounding area "Colorado Brown".
Two coats shall be applied to all areas with an extra "wear coat"
approximately 6 feet wide at each base line (total three coats).
The first coat and "wear coat" shall consist of Colortone Finish
with aggregate, the second coat shall be plain Colortone without
aggregate. At least 4 hours drying time shall be allowed between
coats.
No coloring will be permitted until the concrete court slabs are 6
to 8 weeks old, the exact time to be determined by the City Engineer.
Concrete shall be thoroughly clean, free of grease and oil stains,
then etched with a solution of 1 part muriatic acid to 4 parts of
water. The concrete shall be scrubbed with suitable stiff-bristled
brushes as the acid is being applied, or immediately thereafter.
A rotary powered scrubber is recommended.
After the acid scrubbing, the courts shall be washed clean and allowed
to dry overnight after sweeping off any puddles that remain after
washing, before applying Colortone Finish.
Page 21
E. Painti.ig Lines
After the Colortone Finish has dried a minimum of 2 hours, the tennis
court lines shall be laid out and chalk-lined. All measurements,
including diagonal check distances, shall be to an accuracy of 1/4-
inch, plus or minus. All lines shall be 2-inches wide, except the
base line, which shall be 3 and 1/2 to 4-inches wide. The center
service mark shall be 2-inches wide by 4-inches long. All line
dimensions shown on the Plan are to the outside edges of the lines,
except for the center service line, and center service mark, which
are to the center of the line.
Lines shall be painted with "Vyloid" white line paint, sold by Kemiko,
Inc., or equal approved by the City Engineer. The edges of the lines
shall be reasonably sharp and straight and dense enough to completely
cover the Colortone underneath.
F. Payment
Payment for material and construction of steel reinforced 4" P.C.C.
court slabs, 4" P.C.C. waiting areas, expansion joints, color coating
courts and waiting areas and painting lines shall be at the contract
unit price per square foot in accordance with bid item no. 3 for
alternate no. 1 or alternate no. 2.
Payment for 4" P.C-.C. sidewalk shall be at the contract unit price
per square foot in accordance with bid item no. 4 for alternate no. 1
or alternate no. 2.
C
Page 22
V. NET POSTS, NET STRAP ANCHOR AND NET
A. Materials and Installation
Net posts shall be furnished and embedded in 5.5 sack concrete in
footings 16" in diameter X 36" deep at locations shown on the plans.
They shall be placed 3.00 feet outside of the doubles line of the
court, measured from the outside edge of the line to the center of
the post, as shown on the plans. Pipe for net posts shall be 3 1/2"
O.D. galvanized steel pipe with suitable ratchet for tightening the
net cable on one post. Net posts may be obtained from Crafted Metals,
9364 Jamacha Road, Spring Valley, California, 92077, telephone 714-
469-0149 or approved equal.
Net strap anchor shall be a 3/8" X 8" galvanized steel eyebolt bent
or hooked so that it may be embedded in the concrete with the eye
protruding. The net strap anchor shall be placed in the exact center
of court as directed by the City Engineer.
Net to be a standard tennis court net, Wilson T1212, with center strap
No. T1412 or approved equal, including cable to support net.
B. Payment
Payment for net post installation including posts and footings,
ratchet tightener, net cable, net and net strap anchor shall be
at the contract unit price in accordance with bid item no. 5 for
alternate 1 or alternate 2.
Page 23
VI. CHAIN LINK FENCING
A. Specifications
Chain link fencing fabric, corner posts, terminal posts, line posts,
brace rails, top rails, tension wires, gate construction, footings
and appurtenances shall conform to the materials and construction
specifications for chain link fencing as set forth in the S.S.P.W.C.
together with the'following modifications:
Modifications as shown on the improvement plans, sheet 3, drawing
no. 170-8 shall take precedence over specifications as set forth
in the S.S.P.W.C.
B. Alternate Proposals
If -the City awards the contract based on alternate no. 2 (without
the electrical and lighting system), the following posts and footings
shall be required:
12' fence - four additional line posts and footings
12' fence - two additional modified line posts
6' fence - one additional modified terminal post
The additional cost for the posts and footings should be included
in the lump sum item for fence construction in item 7, bid proposal
for alternate no. 2. Light standard footings should be included in
item no. 8, bid proposal for alternate no. 2.
C. Coordination Between Contractors
The fencing contractor shall, coordinate his work with the electrical
contractor for alternate no. 1 and alternate no. 2. In alternate
no. 1, some light poles will be utilized for fencing purposes. (In
alternate no. 2, modified line and modified terminal posts will be
bolted to three light pole footings.)
All fencing posts and footings shall be in place before slab is
poured. See sheet 4, drawing 170-8 for details.
D. Payment •
Payment for 6' and 12' chain link fence fabric, terminal posts, corner
posts, line posts, footings, gates, brace rails, top rails, tension
wires and appurtenances shall be at the contract lump sum amount in
accordance with bid item no. 7 for alternate no. 1 or alternate no.
2 and no additional payment will be made.
Page 24
VII. ELECTRICAL SPECIFICATIONS - Alternate No. 1
A. General
All provisions in the General Conditions, Supplementary General
Conditions and any Addendum issued are part of sections of this
division.
B. Scope
The work under this section shall be complete in every respect.
Mention in these specifications, or indications or reasonable
implications on drawings, whereby articles, materials, operations
or methods related to execution of Electrical Wiring Systems are
noted, specified, drawn or described, thereby requires execution
of each item of work and provision of each such item and provision
of all labor, materials, equipment and appurtenances required for
execution thereof.
In general, work consists of, but is not limited to the following
items:
Detail arrangements with the electric utility company and verification
of exact location and requirements for previously selected service.
Electric service including underground ducts encased in concrete,
transformer pad, service entrance, metering equipment and main
disconnecting means.
All facilities not furnished by the serving utility company, or
charges levied by them to make electric service available.
Complete distribution system including panelboard, feeders in conduit
to panel and conduit only for future use.
Complete underground branch circuit wiring system including junction
and pull boxes.
Furnish and install all lighting poles, footings and fixtures complete
with lamps.#
Automatic lighting controls including all necessary devices.
Excavation, backfill and concrete work required to complete items of
this division.
Cleaning, patching, repairing and painting of damaged surfaces.
Submission of shop drawings for approval, including submission of
"As-Built" Record Drawings.
Any and all required tests and guarantees.
/•-"*
'"**** C. Coordination Between Contractors
The electrical contractor shall furnish and install poles, footings
Page 25
and conduits for pole-mounted lighting fixtures. His work shall be
coordinated with the fencing contractor. The fencing contractor
under alternate no. 1 will utilize some light poles for fencing
purposes.
Special Note: The drawing detail shall govern method of below grade
conduit entrance into pole interior.
All underground electrical work shall be completed in every respect
before court slab is poured.
D. Regulations and Codes
All work and materials shall be in full accordance with the latest
standards of the National Fire Protection Association, the National
Electrical Code, the State of California Administrative Code, all
local ordinances and any prevailing rules and regulations pertaining
to adequate protection and/or guarding of any moving parts or other-
wise hazardous location or working conditions, and legally constituted
public authorities having jurisdiction.
Should any changes be necessary in the Drawings or Specifications to
make work comply with these requirements, the contractor shall notify
the Engineer at once and cease work on all parts of the contract
which are affected.
E. Permits
The contractor shall take out any and all permits required for the
work. He shall notify the proper authorities from time to time and
have all work inspected and tested as required by ordinances and shall
present to the Owner/Engineer properly signed certificates of in-
spections. Acceptance of the work will not be considered until such
certificates have been delivered to the Owner/Engineer.
F. Delivery and Storage
All material shall be Underwriters' Laboratories approved unless other-
wise required and shall be delivered to the site at such stages of the
work as will expedite the work as a whole. They shall be there stored
in original cartons until ready for use in such manner as to permit
ready observation by the Engineer. This contractor shall make his
own provisions for delivery and safe storage of materials.
G. Locations
The drawings indicate diagrammatically the desired locations or
arrangements of conduit runs, outlets, equipment, etc., and are to
be followed as closely as possible. Proper judgement must be exercised
in executing the work so as to avoid conflict with aesthetic concepts
and to secure the best possible installation in available space and
to overcome difficulties owing to space limitations or interference
of project conditions wherever encountered.
In the event changes in the indicated location or arrangements are
necessary due to developed conditions, such changes shall be made by
Page 26
the contractor at no extra cost, providing no extra materials are
required and the change in location does not exceed ten lineal feet.
Coordinate in every way with all other trades in order to avoid
interference and insure a satisfactory job.
H. Examination of Site and Plans
Before submitting a proposal, each bidder shall carefully examine
all drawings and specifications. He shall also visit the site and
fully inform himself as to all existing conditions and limitations
applying to the work.
If, after such examination and study, it appears that any changes
from the drawings and specifications are necessary or desirable,
the bidder shall so state in writing to the Owner/Engineer together
with any change in cost involved.
. Any discrepancies on the drawings or in the specifications, variances
between drawings and specifications or between drawings and field
conditions shall be promptly brought to the Owner/Engineer's attention
in writing.
By the act of submitting a proposal, each bidder shall be deemed to
have made such examination of drawings and premises, and it will be
assumed that he is therefore familiar with and accepts and has based
his proposal upon such existing conditions and limitations applying
to the work.
The electrical contractor shall verify all dimensions, elevations,
and conditions and shall fit his work to existing and actual field
conditions.
I, Excavations
Do all excavating necessary for the proper installation of the
electrical work whether or not indicated on the drawings or specified.
J. Backfilling
No backfilling shall be placed covering work until same has been
inspected and approved. Build filled ground with select soil from
excavations or from outside sources. Use earth free from debris,,
spongy or perishable material, or rocks or hard lumps over 6 inches
in diameter. Deposit fill in 6-inch layers thoroughly wet down and
tamped. Bring level up evenly on both sides of trench.
K. Concrete Work
Concrete work for concrete envelopes shall be non-structural slab
type and shall be furnished and installed under this section of the
specifications.
L. Protection of Work
The contractor shall protect all work, materials and equipment from
damage from any cause whatever, and shall provide adequate and proper
Page 27
storage facilities during the progress of the work. He shall provide
for the safety and good condition of all work until final acceptance
of the work by the Owner, and shall replace all damaged or defective
work, materials and equipment before requesting final acceptance.
M. Grounding
Grounding shall be executed in accordance with the National Electrical
Code, applicable codes and regulations of the State of California, and
local authorities having jurisdiction.
Grounding conductors and conduit shall be terminated on a copper cold
water pipe with approved grounding clamps or shall be bonded. The
conductor shall constitute the neutral ground and the conduit shall
constitute the equipment ground. Where suitable copper cold water
pipe does not exist, the neutral and equipment grounds shall be
grounded to separate ground rods, size and length as required by
code.
All metallic conduit risers at either end of non-metallic duct runs
shall be grounded in an approved manner.
All non-metallic underground runs of duct or conduit shall contain a
code sized bare copper ground conductor in addition to the current
carrying conductors, and shall be terminated in an approved manner
on grounding type conduit bushings or grounding lugs inside junction
boxes.
The equipment grounding system shall be continuous from the service
ground, to service and panel/control enclosures, junction boxes and
lighting poles.
N. Cleaning of Equipment and Materials
All parts of the equipment and materials shall be thoroughly cleaned
of dirt, rust, cement, etc., and all cracks and corners scraped out
clean. Surfaces to be painted shall be carefully cleaned of grease
and oil spots and left smooth, clean and in proper condition to
receive paint finish.
0. Clean Up
This contractor shall remove from the site all surplus material,
debris, etc., caused by work of this section.
P. Workmanship and Materials
All workmanship shall be first quality in all respects and carried
out in a manner satisfactory to and meeting the approval of the
Engineer.
All materials, lighting fixtures, devices, appliances and equipment
shall be new and the best quality of their respective kinds, free
from all defects and of the make, brand or quality as specified.
They shall be in accordance with specifications and publications of
Page 28
the following:
AIEE - American Institute of Electrical Engineers
IEEE - Institute of Electrical & Electronic Engineers
NEMA - National Electrical Manufacturers Association
NFPA - National Fire Protection Association
CAC - California Administrative Code
NEC - National Electrical Code
Where applicable, all materials, fixtures, devices, equipment, etc.,
shall be listed by and bear the label of the Underwriters' Labora-
tories, Inc.
All apparatus, equipment, conduit systems, etc., shall be installed
and interconnected to form complete and working systems as herein
specified and shown on the drawings.
This contractor shall furnish and install all work necessary to make
complete working systems, whether or not shown or specified excepting
only those portions that are specifically mentioned herein or plainly
marked on the drawings as being furnished by other contractors.
Q. List of Materials
Within 10 calendar days after Award of Contract, the contractor shall
deliver to the Owner/Engineer 6 copies of complete lists of all
materials, fixtures, devices, panels, service equipment, cabinets,
etc., which he proposes to use for the electrical work. This list
shall set forth type, size, manufacturer and such other confirmation
required to identify all items. .
Within one week after receipt of approval of "material list1, the
contractor shall arrange for purchase and delivery of all materials,
fixtures and equipment required. He shall immediately arrange for
the submission of 'shop drawings' on all items so marked on the
material list. He shall immediately notify the Owner/Engineer any
inability to obtain suitable delivery of any material, fixtures or
equipment. Substitutions on account of inability to obtain delivery
will not be allowed as work progresses.
R. Substitutions
In these specifications and on the drawings, one or more makes of
materials, lighting fixtures, devices, apparatus, or appliances has
been specified for use in this installation. This has been done for
convenience in fixing the standard of quality, finish and design
required for this installation. The guaranteed performance of any
material, lighting fixtures, devices, apparatus or appliance which
the contractor desires to substitute for those mentioned herein shall
also conform to these standards.
Where no specific make or material, fixture, device, apparatus or
appliance is mentioned, any first-class, specification grade product
made by a reputable manufacturer may be used, providing it conforms
to the requirements of these specifications and meets the approval
of the Owner/Engineer.
Page 29
Any requests for approval of materials, fixtures, devices, equipment
or processes different from those specified shall be made within ten
calendar days after Award of Contract, in writing, or those items
shall be furnished and installed as specified.
S. Testing
Upon completion of work and adjustment of all equipment, test all
systems under the direction of the Owner's inspector to demonstrate
that all equipment furnished and installed and/or connected under
provisions of these specifications shall function electrically in
the manner intended and required.
Test all systems free from short circuits and grounds, free from
mechanical and electrical defects, and show insulation resistance
between phase conductors and between phase conductors and ground
to be not less than requirements of the National Electrical Code.
Test all circuits for proper neutral connections.
T. Guarantee
In addition to the guarantee set forth in the General Requirements
of the contract, the contractor shall provide a one (1) year guarantee
against defective material and faulty workmanship.
U. Payment
Payment for all the electrical work, lighting work,' lighting standards,
footings and appurtenances as shown on sheet 5 of drawing no. 170-8
and set forth in these electrical specifications, including any charees
by the utility company for connection at the service point, shall be
at the contract lump sum amount in accordance with bid item no. 8 for
alternate no. 1 and no additional payment will be made.
Page 30
VIII. ELECTRICAL SPECIFICATIONS - Alternate No. 2
A. Scope of Work
The work to be performed under this section shall be the installation
of 3/4" PVC conduit and (3) light standard footings with 3/4" galvan-
ized steel conduit in footings.
B. Coordination Between Contractors
The electrical contractor shall coordinate his work with the fencing
contractor, as three modified fence posts are to be bolted to the
light standard footings.
Footings shall be in place before slab is poured.
C. Payment
Payment for installation of the conduit and (3) footings per plans
shall be at the contract lump sum amount in accordance with bid item
no. 8 for alternate no. 2 .and no additional payment will be made.