Loading...
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.