HomeMy WebLinkAboutFreeman General; 1982-04-06; 1114CITY OF CARLSBAD
San Diego County
California
CONTRACT DOCUMENTS & SPECIFICATIONS
for
RECOATING OF ELM RESERVOIR
'1.5 MILLION GALLON TANK
INTERIOR COATING SYSTEM
CONTRACT NO..1114
JANUARY, 1982
TABLE OF CONTENTS
ITEM PAGE
t
NOTICE INVITING BIDS 1
PROPOSAL 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL 8
DESIGNATION OF SUBCONTRACTORS 9
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 11
BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE 12
CONTRACT 13
LABOR AND MATERIAL BOND 16
PERFORMANCE BOND 18
GENERAL PROVISIONS ' 19
SPECIAL PROVISIONS '23
1200 ELM AVENUE pf \Sjg/ !i TELEPHONE:
CARLSBAD, CALIFORNIA 92008 V\Jr\ffj!''l (714)438-5621
Citp of Cartebab
JANUARY 18, 1982
TO: PLANHOLDERS
FROM: VICKI BURKIN
SUBJECT: RECOATING ELM RESERVOIR - CONTRACT NO.
ADDENDUM NO. 1
tn. <• >
There will be a pre-job tour of the reservoir on Wednesday, January 27,
1982 at 9:00 a.m. If you wish to attend this inspection, please be
present at the job site.
The reservoir is located on Elm Avenue just east of Donna Drive and can
be reached by exiting the freeway on Elm and heading east to the end of
Elm.
Vicki Burkin
Engi neer ing
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
ORIGINAL
Sealed bids will be received at the Office of the Purchasing Agent,
City Hall, 1200 Elm Avenue, Carlsbad, California, until 4=00 PM on
the 4th day of February , 19 82 at which time they
will be opened and read for performing the wor.k as follows:
RECOATING OF ELM RESERVOIR 1.5
MILLION GALLON TANK INTERIOR
COATING SYSTEM - CONTRACT 1114
Said work shall be performed in strict conformity with the specifi-
cations therefore as approved by the City Council of the City of
Carlsbad on file in the Engineering Department. Reference is hereby
made to said specifications for full particulars and description of
said work.
No bid will be received unless it is made on a proposal form fur-
nished by the Engineering Department. Each bid must be accompanied
by cash, certified check or bidder's bond made payable to the City
of Carlsbad for an amount equal to at least ten percent (10%) of the
amount of bid; said guarantee to be forfeited should the bidder to
whom the contract is awarded fail to furnish the required bonds and
to enter into a contract with the City within the period of time
provided for by the bid requirements. The bidders' security of the
second and third lowest responsive bidders may be withheld until the
contract has been fully executed. The cash,, cashier's checks or
certified checks submitted by all other unsuccessful bidders shall be
returned to them within ten (10) days after the contract is awarded,
and their bidders' bonds shall be of no further effect.
The documents included within the sealed bids which require com-
pletion and execution are the following:
1. Proposal
2. Bidder's Bond
3. Designation of Subcontractors
4. Bidder's Statement of Financial Responsibility
5. Bidder's Statement of Technical Ability and Experience
Said documents shall be affixed with the appropriate notarized signa-
tures and titles of the persons signing on behalf of the bidder. For
corporations, the signatures of the president or vice-president and
secretary are required and the corporate seal shall be affixed to all
documents requiring signatures. In the case of a partnership, the
notarized signature of at least one general partner is required.
Page 2
All bids are to be compated 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. The estimated cost of the work is $25,000
No bid shall be accepted from a contractor who has not been licensed in
accordance with the provisions of Chapter 9, Division 3 of the Business
and Professions Code. The contractor shall state his/her 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 for the first set. Additional sets are available
for a non-refundable fee of $7. $0 '_ per set.
The City of Carlsbad reserves the right to reject any or all bids and to
waive any minor irregularity or" informality in such bids.
The general prevailing rate of wages for each craft or type of v/orker
needed to execute the contract shall be those as determined by the Di-
rector of Industrial Relations pursuant to the .State of California Labor
Code, Part 7, Chapter 1, Article 2, Sections 1770, 1773 and 1773-1.
Pursuant to Section 1773-2 of said Labor Code, a current copy of appli-
cable wage rates is on f5 l.e in the Office of the City'Clerk of the City
of Carlsbad.
It shall be mandatory upon the contractor to whom the contract is award-
ed to pay not less than the said specified prevailing rates of wages to
all workers employed by him/her in the execution of the contract.
The contractor shall comply with the provisions of Section 1773-8 of the
California Labor Code with regard to travel and subsistence payments.
Also, the prime contractor shall be responsible to insure compliance
with the provisions of Section 1777-5 of the California Labor Code of
the State of California' for all occupations with apprenticeships as re-
quired on public works projects above thirty thousand dollars ($30,000)
or twenty (20) working days or for specialty contractors not bidding
for work through a general or prime contractor involving more than two
thousand dollars ($2,000) or more than f.ive (5) working days.
The amount of bond to be given for the faithful performance of the con-
tract for said work shall be one hundred percent (100%) of the contract
price therefor, and an additional bond^frT^en amount equal to fifty per-
cent (50%) of the contract price for/slad work shall be given to secure
the payment of the claims for any ma\e_rj^f or supplies furnished for
the performance of the work contracted to be done by the contractor for
any work or labor of any kind done thereon.
Partial and final payments on this contract shall be in accordance with
Section 9 of the 1979 edition of "Standard Specifications for Public
Works Construction".
Page 3
The Contractor may, at his/her option, substitute securities, as specified
by Government Code Section 163^0, for the retention held on this contract.
At the request and expense of the Contractor, securities equivalent to the
amount withheld may be deposited with the City or with a state oc' federally
chartered bank as the escrow agent who shall pay such monies to the Con-
tractor upon satisfactory completion of the contract. The Contractor shall
be the beneficial owner of any securities substituted for monies withheld
and shall receive any interest on the monies.
Approved by the City Council of the City of Carlsbad, California,
by Resolution No. 6750 > adopted on the •5th day of
January , 19 82 .
,.^A_yys~ir±o~_^/\_. i/\ V^LLSU^-^KJ^^VT- ,
Aletha L. Rautenkranz, City Clerk }
CITY OF CARLSBAD
CONTRACT NO. 1114
Page 4
City Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
PROPOSAL
Ofi'lG'/M/a
The undersigned declares he/she has carefully examined the location
of the work, road the Notice Inviting Bids, examined the
Specifications, and hereby proposes to furnish all labor, materials,
equipment, transportation and services required to do all the work
to complete Contract No. 1114 in accordance with the
Specifications of the City of Carlsbad, and the special provisions
and that he/she will take in full payment therefor the following
unit prices for each item complete, to wit:
Iten Article w/Unit Price or
No. Lump Furn Written in Words
1 1.5 million-gallon tank
interior coating system at
Dollars
Cents
Approximate
Quantity & Unit
Lump S utn
TOTAL
it" :*__wt .iu**MnttiifflC.
per lump sum.
Addendum(a) No(s).
is/are included in this proposal,
has/have been received and
Page 5
All bids are to be computed on the basis of the given estimated
quantities of work, as indicated in this propo.sal, times the unit
price as submitted by the bidder. In case of a discrepancy between
words and figures, the words shall prevail.
^tfX^J^Xcm^
i
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 re-
quired contract with necessary bonds and insurance policies within
twenty (20) days from the date of award of contract by City Council
of the City of Carlsbad, the proceeds of check or bond accompanying
this bid shall become the property of the City of Carlsbad.
Licensed in accordance with the Statutes of the State of California
providing for the registration of contractors, License No.
Identification <*~~~^J>
The undersigned bidder hereby represents as follows:
1. That no Councilperson, 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/her to enter into this contract, excepting
only those contained in this form of contract and the
papers made a part of hereof by its terms; and
2. 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 JDC? /VjP
(Cash, Certified Check, Bond or Cashier's Check)
in an amount of not less than ten percent (10%) of the total bid
price.
Page 6
The undersigned i's aware- of the provisions of Section 3700 of ther ••"'-
Labor Code which require evary employer to be insured against
liability for workers' 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. .f
The undersigned is aware of the provisions of the State of California
Labor Code, Part 7, Chapter 1, Article 2 relative to the general pre-
vailing rate of wages for each craft or type of worker needed to
execute the contract and agrees to coraply with its provisions.
Phone Number
Z-
' Date
Bidder's Address
Bidder's
Authorized Signature
.Authorized Signature
Typ'e of Organization
(individual, Corporation,
Partnership)
List below names of President, Secretary, Treasurer and Manager if a
corporation, and names of all partners, if a partnership:
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY
ALL PRINCIPALS MUST BE ATTACHED)
(CORPORATE SEAL)
•airfgvr » tr*^
feClSAL
STATE OF CALIFORNIA .
COUNTY OF San Diego
1 'Pn-March 18. 1982
> SS.
before me,
the undersigned, a Notary Public in and for said County and State,
personally appeared***Gregg Freeman****
-~ tw
O •
_whose name.isto be the person.
within instrument and acknowledged that
same.
, known to me
subscribed to the
ne executed the
SAFECO
FOR NOTARY SEAL OR STAMP
f,-OTAffv ->3r-c - CALIFORNIA
S.v! 0!"GO CO'-'fiTY
STATE OF CALIFORNIA, COUNTY OF SAN DTROO . SS.
On.; 3 / ,<,.. ^ ... . ,_,. ( , before me a Notary Public, within and for the said
County and State, personally appeared P C.KAUST .known
to me to be the person whose name is subscribed to the within instrument as the Attorney-in-Fact of and
for the AMWEST SURETY INSURANCE CO., and acknowledged to me that he subscribed the name of the
ANJWEST SURETY INSURANCE CO. thereto as Surety, and his own name as Attorney-in-Fact.' i£5S2K~Tri??I3CK3CTE:le!«rw^mi-,—~~~
08 1-77 1M
JUDITH C. SHIVELT jd
NOIA8T PUSLIC • CAUFOiJNIA S
PRINCIPAl OFFICE IN fe
SAN OIHGO COUNTY Rj
M/ Commission Expires May 20, 1533 jfl
/
NOTARYjtJBL.IC
^"""%
Page 7
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS:
That we, f~K<?_*K«ti>S_ (tt*s,-**<£.L » as Principal,
and /?<". :/^Ti^^~f~l £~ffi3/?^-f .,•" /AJ - ^-tV ' » as Surety, are held
and firmly bound unto the City7of Carlsbad, California, in the sum
>•" &f ~\of /"isyy/::><£~l'>Ccirt7~(./O'vi &/~ S//c? /?/fio£//\/T~ ^BfQ /// Dollars
($ - — - — /*fc? %?---—)>lawful money of the United States for the pay-
ment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH:
That if the proposal of the above-bounden principal for:
RECOATING OF ELM RESERVOIR 1.5 MILLION GALLON TANK INTERIOR COATING
SYSTEM - CONTRACT NO. 1114
in the City of Carlsbad, is accepted by the City Council of said CT~* \
City, and if the above-bounden Principal shall duly enter into and «L „. ^
execute a contract including required bonds and insurance policies "^ * ?
within twenty (2.0) days from the date of award of contract by the
City Council of the City of Carlsbad, being duly notified'of said
award, then this obligation shall become null and void; otherwise, it
shall be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event 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'und'er this bond,
IN WITNESS WHEREOF, we hereunto set our hands and seals this
day of 2 - J ,
Corporate Seal (If Corporation)
Principal
By
Title (Notarial acknowledgement of
execution by all PRINCIPALS and
(Attach acknowledgement of SURETY must be attached.)
Attorney in Fact)
AHHWEST SURETY I^SUBAKCE CmiPAFiY
LOS ANGELES, CALIFORNIA
BOND NUMBER:
BID DATE :PREMIUM: BBSU
KNOW ALL MEN BY THESE PRESENTS, That
........................................................................................................................................... (hereinafter called the Principal), as
Principal, and AMWEST SURETY INSURANCE COMPANY, a corporation, organized and existing under the laws of
the State of California and authorized to transact a general surety business in the State of ...... f£.,f.$.j[.l..T..£.£..}3'.l..&. ............ •.
_ .
(hereinafter called the Surety), as Surety, are held and firmly bound unto ...... X.5..C ....... .^..'..XX- ........ {?.IITI7. ..........................
(hereinafter called the Obligee) in the penal sum of ....... ~^L.^.^..^. ................. .percent ( ........ jjQf ................. .%) not to exceed
jC4.<.'S,.e» ........ ZrLo.Vfc^.^JaflL; ........ jfit.nwft^. ........... C2.Q..J/.L&.&. ............... Dollars ($....3y..<2O.£?....:~7. ........ )
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 .../tet.cci.fl.'n'. ............ &../..<£v. ........ U.^^..e.'T..U'..<f..(..^. ................................... —
NOW, THEREFORE, if the Raid 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 perfor-
mance of the said contract; or if the Principal shall fail to do so, pay to the Obligee the damages which the obligee may suffer
by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise remain in full
force and effect.
SIGNED, SEALED AND DATED this J>. day of L.f~.!?.. ,19.
(7/78)
AMWEST SURETY INSURANCE CO.
6301 Owensrnouth Avenue
Woodland Hills, Ca 91367
(213)704-1111
N2 18320
KNOW ALL MEN BY THESE PRESENTS. TLu
CORPORATION does hereby make, constitute arv:i .\r-x-y-
SURETY INSURANCE CO?.'. PA NY, A CALIFORNIA
ANDY FAUST— P.C. FAUST— JOHM °- HILTON— J,F. HM..TON— ARTYCE "cGUIRE— S.G. HEFLIN
JOANNE BURDETTE— ELAINE f.'GSS— THAC! ROTHW^LS.— JOY ASHfv1Of!i£— REGAN D. JAMES
its true and lawful Attorney(s)-in-Fact, with fun power and authority for and on behalf of the company as surety, to execute and
deliver and affix the seal of the company •!:.-- -riao if a seal is required, bond-;, undertakings, recognizances or other written
obligations in the nature thereof, as follows:
CONTRACT, LICENSE. PERMIT, MISCELLANEOUS, COURT BONDS, TO $250,000.00
and to bind AMWEST SURETY I?.'": ijr'AK;CE COMPANY thereby, and nil of the acts of said Attorneys-in-Fact, pursuant to
these presents, are hereby ratified and confirmed. This appointment is mode under and by authority of the following provi-
sions of the By-Laws of the company, which are now in full force and effect:
Article III, Section 7 «f ;h» By-Laws of AMWEST SURETY INSURANCE COMPANY
This Power of Attorney is seined and sealed by facsimile under and by the authority of the following resolutions adop-
ted by the board of director oi A.V.'.YSIST SURETY INSURAMCE COMPANY at a meeting duly held on December 15, 1975.
RESOLVED that the president or any vice-president, in conjunction with the secretary or any assistant secre-
tary, may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the
appointment in t:jch case, for and on bi.-half of t!i-;> company to execute and deliver and affix the seal of the com-
pany to bonds, undr-rtnkinov recognizances, and suretyship obligations of all kinds; and said officers may remove
any such a;ic;nty-in iact or -.--;•,:.•,: >;:;;; revoke any power of attorney previously granted to such person.
RESOLVED FURT HER that any bond, undertaking, recognizance, or suretyship obligation shall be valid
and binding upon the company
(i) when signed by the president or any vice-president and attested and sealed (if a seal be required) by any
secretary or assistant secretary; or
(ii) when signed by the president or any vice-president or secretary or assistant secretary, and countersigned
and sealed (if a seal be required) by a duly authorized attorney-in-fact or agent; or
(iii) when duiy executed ar.ci siiaiixi (if a seal be required) by on" or more attornnys-in-fact or agents pur-
suant to and within the limits of the authority evidenced by the power of attorney issued by the company to such
person or person?.
RESOLVED FURTHER That the signature of any authorized officer and the seal of the company may be
affixed by facsimile to any pov.er of attorney or certification thereof authorizing the execution and delivery of
any bond, undertaking, recognizance, or other suretyship obligations of the company; and such signature and seal
when so usud snail h;1v-; the same force and effect as though manually affixed.
IN WITNESS WHEREOF, AMWEST SURETY INSURANCE COMPANY has caused these presents to be signed by its
proper officer, and its corporate seal to be hereunto affixed this 1st _ day of__M§Z _ 19 °* .
MWEST SURETY INSURANCE COMPANY
President
Secretary
STATE OF CALIFORNIA, COUNTY OF LOS ANGELES - ss
On this.1stday of.May A.D., l£i_, personally came before me Richard H. Savage
and Marg£ Schneider to me known to be tne individuals and officers of AMWEST SURETY INSURANCE COM-
PANY,CALIFORNIA who executed the above instrument, and they each acknowledged the execution of the same, and being
by me duly sworn, did severally depose and say: that they are the said officers of the corporation aforesaid, and that the seal
affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers
were duly affixed and subscribed to the said instrument by the authority of the board o'f directors of said corporation.
OFFICIAL SEAL
JANICE DRUEZ
NOTARY PUBIIC CAUfORNIA
PRINCIPAL OFHCE IN
LOS ANGB £S COUNTY
My Commission [xp. Ian 6. 19$4
(SEAL)
Notary Public
STATE OF CALIFORNIA, COUNTY OF LOS ANGELES - ss
CERTIFICATE
I, the undersigned, secretary of the AMWEST SURETY INSURANCE COMPANY , a California corporation,
DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked;
and furthermore, that the provisions of the By-Laws of the company and the Resolutions of'the board of directors set forth
in the Power of Attorney, are now in foice.r i
Siqned and sealed at.
AW-2
this._ day of
Secretary
DifMMAI Page 8nlbirlAL
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies he/she has used the subbids of the
following listed contractors in making up his/her bid and that the
subcontractors listed will be used for the work for which they bid,
subject to the approval of the City Engineer, *and in accordance
with applicable provisions of the specifications. No changes may
be made in these subcontractors except upon the prior approval of
the City Engineer of the City of Carlsbad. The following infor-
mation is required for each subcontractor. Additional pages can
be attached, if required:
Full Complete
Items of Company Address Phone No.
Work Name w/Zip Code w/Area Code
Page 9
DESIGNATION OP SUBCONTRACTORS - continued
The bidder is to provide the following information on the subbids of
all the listed subcontractors as part of the sealed bid submission.
Additional pages can be attached if required.
Type of State Carlsbad Amount
Contracting Business of
Full Company Name License & No. License No.* Bid ($ or %)
*Licenses are renewable annually by January 1st. If no valid license
indicate "NONE". Valid license must be obtained prior to submission of
signed contracts.
Bidder s Company Name
(Notarize or
Corporate Seal) />. o, /3<?* /
Bidder s Complete Address
.-•''* _~^/r\ ; r ^ ^^
Authorized Signature
Page 10
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a notarized or sealed statement of
his/her financial responsibility.
ATT/9
Signature
(Notarize or
Corporate So.al)
Automated BookkeepL^
and
Tax Service F[
008 '
714-434-6087
1241 Elm, Suite D H
Carlsbad, CA 92008 '
January 26, 1982
THE ACCOMPANYING BALANCE SHEET OF FREEMAN
GENERAL AS OF DECEMBER 31, 1981 HAS BEEN COM-
PILED BY ME.
A STATEMENT OF CHANGES IN FINANCIAL POSITION
FOR THE PERIOD ENDED DECEMBER 31, 1981, HAS NOT
BEEN PRESENTED. GENERALLY ACCEPTED ACCOUNTING
PRINCIPLES REQUIRE THAT SUCH A STATEMENT BE PRE-
SENTED WHEN FINANCIAL STATEMENTS PURPORT TO PRESENT
FINANCIAL POSITION AND RESULTS OF OPERATIONS.
A COMPILATION IS LIMITED TO PRESENTING IN THE
FORM OF FINANCIAL STATEMENTS INFORMATION THAT IS THE
REPRESENTATION OF OWNERS. I HAVE NOT AUDITED OR
REVIEWED THE ACCOMPANYING FINANCIAL STATEMENTS AND,
ACCORDINGLY, DO NOT EXPRESS AN OPINION OR ANY OTHER
FORM OF ASSURANCE ON THEM.
Sue Gibson
FREEMAN GENERAL ' J r
BALANCE SHEET
DECEMBER 31, 1981
UNAUDITED - FOR INTERNAL USE ONLY
ASSETS
CURRENT ASSETS
CASH IN BANK - BOA $ 9,917.00
CASH IN BANK - SECURITY 869.00
CASH IN BANK - PAYROLL 98.00
DEPOSITS 1,380.00
ACCOUNTS RECEIVABLE 47,000.00
TOTAL CURRENT ASSETS $ 59,264.00
PROPERTY & EQUIPMENT - Schedule (1)
Trucks & Autos - Estimated Value 79,771.00
Equipment - Estimated Value 117,422.00
Office Furniture - Estimated Value 1,637.00
TOTAL PROPERTY & EQUIPMENT $ 198,330.00
TOTAL ASSETS g_258,094.00
LIABILITIES
CURRENT LIABILITIES
PAYROLL TAXES PAYABLE $ 4,676.00
ACCOUNTS PAYABLE - Schedule (2) 25,488.00
NOTE PAYABLE - SECURITY 12,500.00
NOTE PAYABLE - 81 CHEVY TRK .3,494.00
TOTAL CURRENT LIABILITIES $ 46,158.00
LONG-TERM LIABILITIES •
NOTE PAYABLE - 81 CHEVY TRK • 4,468.00
CAPITAL
GREGG FREEMAN, CAPITAL $ 103,734.00 ' ,
CRAIG FREEMAN, CAPITAL 103.734.00
TOTAL CAPITAL - 207,468.00
TOTAL .LIABILITIES AND CAPITAL $ 258,094.00
FREEMAN GENERAL
SUPPORTING SCHEDULE (1)
December 31, 1981
r
Autos & Trucks
1962 Dodge Truck
1973 Chevrolet Pickup
1972 Porshe
1975 Jacquar
Semi truck, trailer and
Dodge Boom Truck
1981 Chevy 4 WD Pickup
72 Dodge Motor Home
1981 Chevy 4x4 Pickup
Date
Acquired
1-2-80
1-2-80
12-17-80
12-6-80
6-81
6-81
6-81
3-81
$ 3,092.00
5,500.00
3,514.00
7,047.00
24,000.00
10,000.00
12,000.00
14,618.00
$ 79,771.00
Office Furniture 8-80 $ 1,637.00
Continued
FREEMAN GENERAL
SUPPORTING SCHEDULE (1)
December 31, 1981
Date
EQUIPMENT Acquired
Miscellaneous tools 1-80
Spray Equipment 1-80
Hose, Nozzles, Misc. 1-80
Sandblast hoods - 1-80
Bridge planks 1-80
Cable grabs 1-80
Sky Climber 1-80
Compressor - Diveles 40 • 1-80
Compressor Binks 1-80
Sandblast pot 1-80
Sandblast pot 1-80
Staging Equipment 1-80
Spiders 1-80
Airless Sprayer 1-80
Air Hammer 1-80
Sandblast pots . 1-80
900 CFM Compressor 1-80
Hose " 7-80
Hose 7-80
375 CFM Compressor 7-80
Miscellaneous equipment 8-80
Hose 9-80
Pump - 11-80
Staging . 10-80
Hose 10-81
Tow Bar 6-81
12 rolls cable 1981
Sandblast hood - 1981
Sandblast hoses 1981
Painting equipment - Spray Guns 1981
Painting equipment - Hose for Spray
Equipment 1981
Painting equipment - Air Mixers 1981
Tank Staging 1981
(6) Traffic Beacons 1981
100 Cones 1981
Stands 1981
Light Board 1981
Light Trailer 1981
2 Generators 1981
6 Lights 1981
800 ft. Electrical Cord 1981
1,531.00
2,151.00
1,812.00
967.00
4,858.00
265.00
1,325.00
1,883.00
471.00
1,767.00
442.00
1,855.00
3,092.00
566.00
58.00
599.00
30,000.00
300.00
628.00
18,000.00
9,174.00
406.00
3,844.00
547.00
892.00
689.00
2,500.00
1,500.00
1,800.00
3,000.00
1,500.00
800.00
3,000.00
2,400.00
1,500.00
800.00
2,000.00
4,000.00
3,500.00
500.00
500.00
Total Equipment $ 117.422.00
FREEMAN GENERAL
SUPPORTING SCHEDULE (2)
December 31, 1981
ACCOUNTS PAYABLE - DECEMBER 31, 1981
Automated Bookkeeping & Tax Service
ZZZ Sanitation
Bill Anderson Tire
Monterey Sand Company
Frazee Paint
KTA-Tater Associates
Visa - AUCO
Rancho Auto Supply
Shadle, Hunt & Hagar
Kelly-Moore Paint
Traffic Safety Services
R & D Sweeping
Vista Equipment Rentals
Visa - First Interstate Bank
» 500.00
128.00
46-0.00
2,859.00
12,931.00
148.00
1,804.00
630.00
30.00
19.00
4,500.00
280.00
29.00
1,170.00
$ 25,488.00
Page 11
BIDDER'S STATEMENT OF
TECHNICAL ABILITY AND EXPERIENCE
The Bidder is required to state what work of a similar character to
that included in the proposed contract he/she-has successfully
performed and give references, w'ith telephone numbers, which will
enable the City to judge his/her responsibility, experience and skill.
An attachment can be used if notarized or sealed.
79 _ X^^ OS* -fact- jSf£~ yy/^sJ? *-<*^<>M/07f,*:* J* /*
'' f
T
. f ' ' /
cY
•-L
(Notarize or
Corporate Seal)
•~- -,
CONTRACT
THIS AGREEMENT, made and entered into this jt ^ day of flf ({( j,
19 %2 , by and between the City of Carlsbad, California, hereinafter
designated at "CITY", party of the first part, and
hereinafter designated as "CONTRACTOR", party
of the second part. ;
WITNESSETH: 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 City, the Contractor agrees
with the City to furnish all materials and labor for:
RECOATING OF ELM RESERVOIR 1.5 MILLION GALLON TANK INTERIOR COATING
SYSTEM - CONTRACT NO. 1114
and to perform and complete in a good -workerlike manner all the work
pertaining thereto shown on the plans and specifications therefor;
to furnish at his/her own proper cost and expense all tools,
equipment, labor and materials necessary therefor (except such
materials, if any, as in the said specifications are stipulatd to
be furnished by City), and to do everything required by this
agreement and the said plans and specifications.
%»,..•
2. For furnishing all said materials and labor, tools and equipment,
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 unfore-
seen difficulties which may arise or be encountered in the prose-
cution of the work until its acceptance by the City, and for all
risks of every description connected with the work; also, for all
expenses incurred by or in consequence of the suspension of discon-
tinuance of work, except such as in said specifications are expressly
stipulated to be borne by the City; and for well and faithfully com-
leting the work and the whole thereof, in the manner shown and de-
scribed in the said plans and specifications, the City will pay and
the Contractor shall receive in full compensation therefore 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 said Contractor to employ,
and does hereby employ 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 in accordance with the
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.
J n ° 8
E U Vj t I \J*<L Page 13
4. The Notice to Bidders, Instructions to Bidders, Contractor's
Proposal, and the Plans and Specifications, and all amendments
thereof, when approved by the parties hereto, or when required by
the City in accordance with the provisions of the plans and speci-
fications, are hereby incorporated in and made a 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 worker needed to execute the con-
tract and a schedule containing such information is in the City
Clerk's office and is incorporated by reference herein.
6. The Contractor shall assume the defense of and indemnify and hold
harmless the City, and its 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 responsibility for negligence; and
from any and all claims, loss, damage., injury and liability, howso-
ever the same may be caused, resulting directly or indirectly from
the nature of the work covered by the contract, regardless of respon-
sibility for negligence.
7. Contractor shall cause the City to be named as an additional insured
on any policy of liability or property damage insurance concerning
the subject matter or performance of this contract taken out by the
Contractor.
8. The Contractor shall cause the City to be named as an additional
insured on any workers' compensation insurance policy taken out by
Contractor concerning the subject matter of this contract. If Con-
tractor has no workers' compensation insurance policy covering the
subject matter of this contract, then Contractor shall either:
1. Acquire such a policy naming the City as an additional insured
prior to the start of any work pursuant to this contract, or
2. Shall assume the defense and indemnify and save harmless the
City and its officers and employees from all claims, loss,
damage, injury and liability of every kind, nature and descrip-
tion which would otherwise be covered by such workers' compen-
sation insurance policy regardless of responsibility for
negligence.
9. The Contractor shall submit to the City the policies mentioned in
Paragraphs 7 and 8 or proof of workers' compensation self insurance
prior to the start of any work pursuant to this contract.
10. Any controversy or claim in an amount up to $100,000 arising out of
or relating to this contract or the breach thereof may be settled
by arbitration in accordance with the construction industry rules of
Page
the American Arbitration Association and judgment upon the award
rendered by the arbitrator(s) may be entered in any California court
having jurisdiction thereof. The award of the arbitrator(s) shall
be supported by law and substantial evidence as provided by the
California Code of Civil Procedure, Section 1296.
11. The prime contractor shall maintain and make available to the City
of Carlsbad, upon request, records in accordance with Sections 177&
and 1812 of Part 7, Chapter 1, Article 2 of the California Labor
Code. If the contractor does not maintain the records at his/her
principal place of business as specified below, he/she shall so in-
form the City of Carlsbad by certified letter accompanying the return
of this -contract. The contractor shall notify the City by certified
mail of any change of address of such records. • ,
IN WITNESS WHEREOF, the parties hereto have caused this contract to be
executed the day and year first above written.
CITY OF CARLSBAD, CALIFORNIA
Contractor
(Seal)
Principal Place of Business
^Tu
Title
NOTARIAL ACKNOWLEDGEMENT OF EXECUTION
OF ALL PRINCIPALS MUST BE ATTACHED
STATE OF CALIFORNIA ) ^ Attached to Recoating Elm Reservior
COUNTY OF. ......... Saix Diego ...................... J Contract #1114 Document
On ..... April-l.-19.8iZ ...................... -, before me, the undersigned, a Notary Public in and for said State, personally appearedr Gregg freeman
......................................................................................................................................... known to rne to be.a...g««rral...&artner ..............................
of the partners of the partnership that executed the within Instrument, and acknowledged to me that such partnership executed the same.
WITNESS my hand and official seal.
................ J^j.!^.
(Seal) «»«*•••«•»««••••••••*•»•••••»• (Notary Public's Signature)
CALL J ....... Theresa. Simmons
* (K^z - Typed or Printed)
* Notary Public in and for said State
My C&:,,;;; - .
5297
MIS 3SOO IO-63* 25 Partnership Notarial Acknowledgment
pwsnsji /
ORIGINAL
Page 15
LABOR AND MATERIAL BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of
California, by Resolution No . g g & / adopted /Wfl£CH 2,
_ has awarded to /^K&^/MAM &£&&&&{.„
_ , hereinafter designated as the "Principal", a
contract for:
RECOATING OF ELM RESERVOIR 1.5 MILLION GALLON TANK INTERIOR
COATING SYSTEM - CONTRACT NO. 1114
in the City of Carlsbad, in strict conformity with the drawings
and specifications and Bother 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/her 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 Fr&CM**. £><?„<-,*!
as Principal, hereinafter designated as Contractor, and /)mu.*<3V-r
< ..-^ -ry /-i -s uxv*^-^ ^.^^pst* Y _ as Surety, are held
firmly^ bound unto the City of/CarLsbad in the sura of fjt-^-f TL,,-;^
r foe.-*- %- Dollars ($ '< "Ji.
said sum being fifty pe'r cent (50%) of the estimated amount payable
by the City of Carlsbad under the terms of the contract, for which
payment well and truly to be made we bind ourselves, our heirs,
executors and administrators, successors, or assigns, iointly and
severally, - firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/
her subcontractors fail to pay for any materials, provisions, pro-
vender or other supplies, or teams used in, upon, for, or about the
performance of the work contracted to be done, or for any other
work or labor thereon of any kind, or for amounts due under the
Unemployment Insurance Code with respect to such work or labor,
that the Surety or Sureties will pay for the same, in an amount not
exceeding the sum specified in the bond, and also, in case suit is
brought upon the bond, a reasonable attorney's fee, to be fixed by
the court, as required by the provisions of Section 4204 of the
Government Code of the State of California.
Page 16
This bond shall inure to the benefit of any and all persons, com-
panies 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.
In the event any Jontractor above named executed this bond as an
individual, it is agreed the death of any such Contractor shall not
exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed, by the
Contractor and Surety above named, on the % 2_ day of { rl~>
. 19
(Notarize or Corporate
Seal for each Signer)
Contractor
•r- ••
nr >. -. • •*«, |U r\ I u t.' 1»\L-w a
STATE OF CALIFORNIA, COUNTY OF.bAN..JjLEGQ.-... ss.
, before me a Notary Public, within and for the saidQn m _.
County and State, personally appeared P C.FAUST
to me to be the person whose name is subscribed to the within instrument as the Attomey-in-Fact of and
for the AMW EST SURETY INSURANCE CO., and acknowledged to me that he subscribed the namp of the
AMWEST SURETY INSURANCE CO. thereto as Surety, and his own name as Attomey-in-Fact
ASI.1 08 > 1 ! >M
OFFICIAL SIM
JUDITH C. SHIVELY
NOTARY POBUC • CAIIFOSNIA
PRINCIPAt OFFICE IN
SAN DISCO COUNT?
My Gxnnuulon Expire. M*y 20,1985
S
Page 17
PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of Cali-
fornia, by Resolution No. &g> Ol adopted MARCH ?*
has awarded to
hereinafter designated as the "Principal", a contract for:
RECOATING OF ELM RESERVOIR 1.5- MILLION GALLON TANK INTERIOR COATING
SYSTEM - CONTRACT NO. 1114
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 con-
tract and the terms thereof require the furnishing of a bond for the
faithful performance of said contract;
NOW, THEREFORE, WE, f/*^^ ^^*sJ \ ,
as Principal, hereinafter designated as the "Contractor", and
as Surety, are held and firmly bound unto the £ity/of Carlsbad, in
the sum of C^i^-r,-.' rJ^-^^A-^S) JrL-r llt^J^-./} --f- Dollars.
($ /7 ^c^^L- ), said sum being equal to 100 per ce/it (100%) 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
Contractor, his/her 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/her 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.
Page 18
And said Surety, for value received, hereby stipulates and agrees
that no change, extension of time, alteration or addition to the
terms of the contract or to the work to be performed thereunder or
the specifications accompanying the same shall not affect its
obligations on this bond, and it does hereby waive notice of any
change, extension of time, alterations or addition to the terms of
the contract or to the work or to the specifications.
In the event that any Contractor above named executed this bond as an
individual, it is agreed that the death of any such Contractor shall
not exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the
Contractor and Surety above named on the "22^ day of (^L,
(Notarize or Corporate
Seal for Each Signer)
T
Surety
STATE
On.
•: OF CALIFORNIA, COUNTY OF .SAN DIRGQ ss.
., before me a Notary Public, within and for the said
County and State, personally appeared P C.FAUST , km.wn
to me to be the person whose name is subscribed to the within instrument as the Attorney-in-Fart of and
for the AMWEST SURETY INSURANCE CO., and acknowledged to me that he subscribed the name of The
AMWEST SURETY INSURANCE CO. thereto as Surety, and his own name as Attorney-m-Fact.
ASI.l 08 I > f \M
JUDITH C. SmVELY
NOTARY PUBUC - CALIFORNIA
PRINCIPAL OFFICE EN
SAX DIEGO COUNTY
My Comminnfon Expir** May 20,
P
AMWEST SURETY INSURANCE CO.
,^ 6301 Owensmouth Avenue
Woodland Hills, Ca 91367
(213)704-1111
8378
POWER OF-ATTORNEY^\
KNOW ALL MEN BY THESE PRESENTS, That AMWEST SURETY INSURANCE COMPANY,^ CALIFORNIA
CORPORATION does hereby make, constitute and appoint^ ^c^V, -jk "VJf £V'"-"\ " "*% j'»£* Ik
ANDY FAUST-P.C. FAUST-JOHN B. HILTON-J.K HILTON-ARTYCE McGUIRE-S.G. HEFUN
JOANNE BURDETTE-ELAINE MOSS—TRACI ROTHWELL-JOY ASHMORE— REGAN D. JAMES\
its true and lawful Attorney(s)-in-Fact, with full power ancfautho'rity 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: * ' '" ' " "
CONTRACT, LICENSE?PERMIT? MISCELLANEOUS, COURT BONDS, TO $250,000.00 , „
and to bind AMWEST SURETY INSURANCE, COMPANY thereby, and all of the acts of said Attorneys-m-Facti pursuant to
thase presents, are hereby ratified andiconfirmed. This appointment ts made under and by authority of!the foltowing provi-
sions of the By-Lavs of the company,.which.are now m full force and effects' \ •*••••" '*£&.
Article 11!, Section 7 of the.By-tiaws of AMWESTSURETY INSURANCE COMPANY /-' ^f%
This Power of Attorney.ts.signe^and sealed by facsimile undetand by the authority of the following' resolutions adorj
ted by the board of directors of. AMWEST SURETY INSURANCE COMPANY at a meeting du!yv held on December 15.1975-5
RESOLVED that the,president or any vice-presidencfn conjunction with the-secretary Or any assisfa*nt?iScre-~
tary, may appoint attGK*eys>fn-f act or agents-with authority as defined or limited in the instrument evidencing the
appointment in each»casW'for andf on faehaff of the company to execute and deliver and affix the, seat of f1 *
," pany to bondsv-trndertalinngs^reclgnizances. and.suretyship obligations of all kinds; and said officersrxt any such attorney4n-fact or agent and revoke any powe/ of atiorneyprewiously granted to such persomv-"'^'^*
„,-«.«,.,,•-«-*'; .,**) ,r-r,Aa. -• bond, undeFtakrngTrecoontzance "or suretyship'obliqation shalibe'r
and I
i signeeFby the president o*r'3ny«vice-pre<,ident or secretary or assistant secretary, and countersigned
_ seaf be required) b^ a duly authorized attorney-in-fact or^gentr.orr;/w^5*^»^<ll5^?'*s**aas^®
hen duSy'executed arld-seatedjif a seal be required) by one?or moire: attorneys-fn-fact oc,
•^•^ .L^,,—'-. « ^._ authpr,ty evidenced by the power oftattofnev-Issued,by thecompafmtosiichl
LJ RTHER
affi3*ed*iJy-»facsimite'to any powei
Narthe signature of any authorized officer and the seal of the company may be
i of attorney or certification thereof author«rr^the,executicir» and deliveryk'of|r, _______ ...__. r _____ ,
bond^undertaking, recognfzai Ice, or other suretyship obligations of the company; and such, signature and seal
Swhew so used shall have the same- force and effect as though manually affixed. -• 'Pf.vA'.-tl^lS^IsiJfe^l'^'-^fe-y '"'--:y !
IN WITNESS WHEREOFf'AMWEST SURETY INSURANCE COMPANY has caused thesrpnreents to be signed by its
proper officer, and its corporate seal to be hereunto affixed this 1st _ day of__Mf2 _ .19__°JL:
,MWEST SURETY INSURANCE COMPANY
President
STATE OF CALIFORNIA, COUNTY OF LOS ANGELES - ss
Secretary
On this.1stday of.May A.D., T&L, personally came before mfe Richard H. Savage
anri Marge Schneider to me known to be the individuals and officers of AMWEST SURETY INSURANCE COM-
PANY,CALIFORNIA 'who executed the above instrument, and they each acknowledged the execution of the same, and being
by me duly sworn, did severally depose'and say: that they are the said officers of the corporation aforesaid, and that the seal
affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers
were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation.
i.
- OFFICIAL SEAL
JANICE DRUEZ
NOTARY PWeilC CALIFORNIA
PRINCIPAL OFFICE IN
LOS ANG€LES COUNTY
Hj Commission Ex p. Jan. 6. 1984
"II
I
j
(SEAL)
STATE OF CALIFORNIA, COUNTY OF LOS ANGELES - ss
CERTIFICATE
!, the undersigned, secretary of the AMWEST SURETY INSURANCE COMPANY , a California corporation,
DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked,
and furthermore, that the provisions of the By-Laws of the company and the Resolutions of the board of directors set forth
in the Power of Attorney, are now in force.
Signed and sealed at
AW-2
('• ».:'"•!;> I
\Jt It "Oi i» \ll \$—
Page 19
GENERAL PROVISIONS
1. SPECIFICATIONS
The specifications for the work shall be the latest edition of
the Standard Specifications for Public Works Construction, hereinafter
designated SSPWC, as issued by the Souther Chapters of the American
Public Works '\ssociation, the City of Carlsbad supplement to the SSPWC,
the contract documents and the General and Special Provisions attached
thereto.
2. WORK TO BE DONE
The work to be done shall consist of furnishing all labor, equipment
and materials and performing all operations necessary to complete the
project work as shown in the specifications.
3. DEFINITIONS AND INTENT
a) Engineer:
The word "Engineer" shall mean the City Engineer or his approved
representative.
b) Directions:
Where words "directed", "designated", "selected" or words of similar
import are used, it shall be understood that the direction, designa-
tion or selection of the Engineer is intended unless stated other-
wise. The word "required" and words of similar import shall be under-
stood to mean "as required to properly complete the work as required
and as approved by the City Engineer" unless stated otherwise.
c) Equals and Approvals:
Where the words "equal", "approved equal", "equivalent" and such words
of similar import are used, it shall be understood such words are fol-
lowed by the expression "in the opinion of the Engineer" unless stated
otherwise. Where the words "approved", "approval", "acceptance", or
words of similar import are used, it shall be understood that the
approval, acceptance, or similar import, of the Engineer is intended.
d) Perform and Provide:
The word "perform" shall be understood to mean the the contractor, at
her/his expense, shall perform all operations, labor, tools and equip-
ment, and further, including the furnishing and installing of materi-
als that are indicated, specified, or required to mean that the con-
tractor, at her/his expense, shall furnish and install the work, com-
plete in place and ready to use, including furnishing of necessary
labor, materials, tools, equipment and transportation.
Page 20 r
[
CODES" AND STANDARDS 0. i< , •?.'; 4 '• jrt
iiiUi
Standard specifications incorporated in the requirements of the
specifications by reference shall be those of the latest edition at
the time of receiving bids. It shall be understood that the manu-
facturers or producers of materials required either have such speci-
fications available for reference or are fully familiar with their
requirements as pertaining to their product or material.
5. CONSTRUCTION SCHEDULE r
A construction schedule is to be submitted by the Contractor per
Section 6-1 of the SSPWC. The Contractor shall begin work within
15 days after being duly notified by issuance of a "Notice to Pro-
ceed" and shall prosecute the work to completion within 30 consecu-
tive calendar days.
6. NONCONFORMING WORK
The Contractor shall remove and replace any work not conforming to
the specifications upon written order by the City Engineer. Any cost
caused by reason of this nonconforming work shall be borne by the Con-
tractor.
7. GUARANTEE
All work shall be guarantee for one year after the filing of a "Notice
of Completion" and any faulty work or materials discovered during the
guarantee period shall be repaired or replaced by the Contractor. Con-
tractor shall sign the Guarantee Form as provided on the last page of
these contract documents.
8. MANUFACTURER'S INSTRUCTIONS
Where installation of work is required in accordance with the product
manufacturer's directions, the Contractor shall obtain and distribute
the necessary copies of such instructions, including two copies to the
City Engineer.
9. INTERNAL COMBUSTION ENGINES
All internal combustion engines used in the construction shall be
equipped with mufflers in good repair when in use on the project with
special attention to City Noise Control Ordinance No. 3109, Carlsbad
Municipal Code, Chapter 8.A8.
10. CITY INSPECTORS
All work shall be under the observation of a City Construction Inspector
and/or the City's authorized reprsentative. Inspectors shall have free
access to any or all parts of work at any time. Contractor shall fur-
nish inspectors with such information as may be necessary to keep him
fully informed regarding progress and manner of work and character of
materials. Inspection of work shall not relieve Contractor from any
obligation to fulfill this contract.
0R If-!1''!''» | -' Page 21s iiU h ':
11. PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to
be inserted in this contract shall be deemed to be inserted
herein and the contract shall be read and enforced as though
it were included herein, and, if through mistake or otherwise
any such provision is not inserted, or is not correctly in-
serted, then upon application of eit'her party the contract
shall forthwith be physically amended to make such insertion
or correction.
12. INTENT OF CONTRACT DOCUMENTS
The Contractor, her/his subcontractors and materials suppliers
shall provide and install the work as indicated, specified
and implied by the contract documents. Any items of work not
indicated or specified, but which are essential to the comple-
tion of the work, shall be provided at the Contractor's ex-
pense to fulfill the intent of said documents. In all
instances throughout the life of the contract, the City will
be the interpreter of the intent of the contract documents
and the City's decision relative to said intent will be final
and binding. Failure of the Contractor to apprise her/his
subcontractors and materials suppliers of this condition of
the contract will not relieve her/him of the responsibility
of compliance.
13. SUBSTITUTION OF MATERIALS
The proposal of the bidder shall be in strict conformity with
the drawings and specifications and based upon the items indi-
cated or specified. The Contractor may offer a substitution
for any material, apparatus, equipment or process indicated
or specified by patent or proprietary names or by names of
manufacturer which she/he considers equal in every respect to
those indicated or specified. The offer made in writing,
shall include proof of the State Fire Marshal's approval (if
required), all necessary information, specifications and
data. If required, the Contractor, at her/his own expense,
shall have the proposed substitute, material, apparatus,
equipment or process tested as to its quality and strength,
its physical, chemical or other characteristics, .and its
durability, finish, or efficiency, by a testing laboratory
as selected by the City. If the substitute offered is not
deemed to be equal to that so indicated or specified, then
the Contractor shall furnish, erect, or install the material,
Page 22
apparatus, equipment or process indicated or specified. Such substi-
tution of proposals shall be made prior to beginning of construction,
if possible, but in no case less than 10 days prior to actual installa-
tion.
PERMITS AND FEES
The Contractor is responsible for securing for and paying for all re-
quired permits and fees. ' .
15. SAFETY AND PROTECTION OF WORKERS AND PUBLl'c
The Contractor shall take all necessary precautions for the safety of
employees on the work and shall comply with all applicable provisions
of Federal, State and Municipal safety laws and building codes to pre-
vent accidents or injury to persons on, about or adjacent to the premises
where the work is being performed. He/she shall erect and properly
maintain at all times, as required by the conditions and progress of
the work, all necessary safeguards for the protection of workers and
public and shall post danger signs warning against hazards created by
the work under this contract.
16. WATER FOR CONSTRUCTION
The Contractor shall obtain a construction meter for water utilized
during the construction under this contract. The Contractor shall con-
tact the appropriate water agency for requirements. Contractor shall
include cost of water and meter rental within lump sum bid price. No
separate payment will be made.
On
Page 23
SPECIAL PROVISION'
A. GENERAL REQUIREMENTS
1.01 Work to be Done
The work to be done consists of furnishing all labor, equipment,
materials, and performing all operations for recoating Elm Reser-
voir 1.5 million gallon tank interior coating system.
1.02 Quali ty Assurance
a. Surface Preparation: Surface preparation will be based upon
comparison with: "Pictorial Surface Preparation Standards
for Painting Steel Surfaces", SSPC-Vis 1 ASTM Designation 200;
"Standard Methods of Evaluating Degree of Rusting on Painted
Steel Surfaces of New Steel Airblast Cleaned with Sand Abra-
sive", NACE Standard TM 01-70; and as described below.
To facilitate inspection, the Contractor shall, on the first
day of sandblasting operations, sandblast metal panels fur-
nished by the Inspector to the standard specified. These pan-
els shall be equivalent to the tank plate stock with minimum
. measurements of 8-1/2" by 11" (216 mm x 280 mm). After agree-
ing a specific panel meets the requirements of the specifica-
tions, the panel shall be initialed by the Contractor and In-
spector and coated with a clearn, non-yellowing finish. Panels
• shall be prepared for each type sandblasting specified and shall
be utilized by the Inspector throughout the duration of sand-
blasting operations.
b. No coating shall be applied: When the surrounding air tempera-
ture or the temperature of the surface to be coated is below
AO degrees F. (L\. b degrees C) ; to wet or damp surfaces, or in
rain, snow, fog or mist; when the temperature is less than five
degrees above the dewpoint; when it is expected the air temp-
erature will drop below kO degrees F. (k.h degrees C) or less
than five degrees above the dewpoint within eight hours after
application of the coating.
If such conditions are prevalent, coating shall be delayed or
postponed until conditions are favorable. The day's coating
shall be completed in time to permit the film sufficient drying
time prior to damage by atmospheric conditions.
c. Thickness and Holiday Checking: Thickness of coating shall be
checked with a non-destructive, magnetic type thickness gauge.
Coating integrity of interior coated surfaces shal1 be tested
with an approved inspection device. Non-destructive holiday
detectors shall not exceed Gj-]/2 volts nor shall destructive
holiday detectors exceed the voltage recommended by the manu-
facturer of the coating system. For thickness between 10 and
20 mils (0.25 mm and 0.50 mm) a non-sudsing type wetting
agent, such as Kodak-Flo, shall be added to the water prior to
Page 2h
wetting the detector sponge. All pinholes shall be marked,
repaired in accordance with the Manufacturer's
printed recommendations and retested. No pinholes or
other irregularities will be permitted in the final
coating. In cases of dispute concerning film
thickness or "holidays" the O.wner or his
representative's calibrated instruments and
measurements shall predominate. Wide film thickness
discrepancies shall be measured and verified with a
micrometer or other approved measuring instrument.
d. Inspection Devices: The Contractor shall furnish,
until final acceptance of coating, inspection
devices in good working condition for detection of
holidays, and measurement of dry-film thickness of
coating and paint. The Contractor shall also furnish
U.S. Department of Commerce, National Bureau of
Standards certified thickness calibration plates to
test accuracy of dry-film thickness gauge and
certified instrumentation to test accuracy of holiday
detectors.
Dry-film thickness gauges shall be made available for
the Inspector's use at all times until final
acceptance of application. Holiday detection
devices shall be operated in the presence of the
Inspector.
e. Accept able Devices : Acceptable devices include, but
are not limited to: KD "Bird Dog" non-destructive
holiday detector for coatings to 20 mils (0.50 mm)
dry-film thickness; Tinker-Rasor Models AP and AP-w
holiday detectors for coatings in excess of 20 mils
(0.50 mm) dry-film thickness; and "Inspector" units
for dry-film thickness gauging. Inspection devices
shall be operated in accordance with the
Manufacturer's instructions.
f. Warranty Inspection: Warranty inspection shall be
conducted during the eleventh month following
completion of all coating work. All defective work
shall be repaired to meet the original specifications and to
the satisfaction of the Engineer. This inspection may be
scheduled earlier or later to meet the needs of the water sup-
ply of the City, but in no case shall it be later than on year
and one month from the date of completion of the coating work.
1.03 Safety and Health Requirements:
A- General: In accordance with requirements of the latest revision
of the OSHA regulations for construction, the Contractor shall
Page 25
provide and require use of personal protective lifesaving
equipment for persons working in or about the project site.
Head and Face Protection and Respiratory Devices:
Equipment shall include protective helmets conforming
to the requirements of ANSI.2 latest revision, and
shall be worn by all persons while in the vicinity of
the work. In addition, workers engaged in or near the
work during sandblasting shall wear eye and face
protection devices meeting the requirements of latest
revision of ANSI Z87.1 and OSHA Regulations for
sandblasting operations, and air purifying, half-mask
or mouthpiece respirator with appropriate filter.
Vent ilat ion : Where ventilation is used to control
potential exposure as set forth in Section 1910.94 of
the OSHA Regulations for Construction, ventilation
shall reduce the concentration of air contaminant to
the degree a hazard does not exist. Methods of
ventilation shall meet requirements set forth in ANSI
.ANSI Z9.2, lastest revision.
Sound Levels: Whenever the occupational noise
exposure exceeds the maximum allowable sound levels
•as set forth in Table D-2 of Subpart C, Section
1926.52 of the OSHA Regulations for Construction, the
Contractor shall provide and require the use of
approved ear protective devices.
Illuminat ion : Adequate illumination shall be
provided while work is in progress. Whenever
required by the Inspector, the Contractor shall
provide additional illumination and necessary
supports to cover all areas to be inspected. The
level of illumination for inspection purposes shall
be determined by the Inspector.
Temporary Ladders and Scaffolding: All temporary
ladders and scaffolding shall conform to the
applicable requirements of Subpart L, Section
1926.45 and 1926.451 of the OSHA Regulations for
Construction. They shall be erected where requested
by the Inspector to facilitate inspection and be
moved by the Contractor to locations, requested by the
Inspector.
Page 26
by the Inspector to facilitate inspection and be
moved by the Contractor to locations requested by the
Inspector.
PRODUCTS
2.01 General
F "" I' f
Ohlbi^AL
Products specified are those which have been
evaluated for the specific service. Requests for
product substitution shall be approved in writing
prior to date of bid. Product substitutes shall have
a successful five year record on projects of a
s imilar nature.
All Materials shall be brought- to the job site
in original sealed containers. They shall not be used
until owner's representative has inspected contents
and obtained data from information on containers or
label. Materials exceeding storage life recommended
by the Manufacturer shall be'rejected.
All coatings shall be stored in enclosed structures
to protect them from weather and excessive heat or
cold. Flammable coatings must be stored to conform
with City, County and State safety codes for
flammable coating materials. Emulsion type coatings
shall be protected from free z-ing.
2.02 Interior Coating Materials
Interior coating materials shall conform to the
requirements of applicable AWWA Standards and the
following requirements:
1. Coal Tar base T&O coating for all interior
surface base coats shall be a high build, coal
tar base T&O coating conforming to requirements
of AWWA Standard D102-78, Inside System No.6.
Coal Tar T&O coating shall be Engard 800 Super
Tank Coating or approved equal.
A
c0fVT»o (y
l '
Qpff \l, ' ''»j Paee 27
2.03 Disinfection Materials
Disinfection materials shall conform to the requirements
of AWWA Standard D102, latest revision.
C. EXECUTION
3.01 General :
a. All coating shall conform to applicable standards of
the National Association of Corrosion Engineers and the
Steel Structures Painting Council Manual. Material
applied prior to approval of surface by the Inspector
shall be removed and re-applied to the satisfaction
of the Inspector at the expense of the Contractor.
b. Work shall be performed by skilled craftspersons
qualified to perform the required work in a manner
comparable with the best standards of practice.
Continuity of personnel shall be maintained and
transfers of key personnel shall be coordinated with
Owner's rep-res ent at ives .
c. The Contractor shall provide a supervisor at the work
site during cleaning and application operations. The
supervisor shall have the authority to sign and
change orders, coordinate work and make decisions
pertaining to the fulfillment of the contract.
d. Dust, dirt, oil, grease or any foreign matter that
will affect the adhesion or durability of the finish
must be removed by washing with clean rags dipped in
a grease solvent and wipe with clean dry rags. Slag
and weld metal accumulation and spatters shall be
removed by chipping and grinding. All sharp edges
shall be peened, ground or otherwise blunted as
required by the Inspector.
e. The Contractor's coating equipment shall be designed
for application of materials specified and shall be
maintained in first class working condition.
Compressors shall have suitable traps and filters to
remove water and oils from the air. Contractor's
equipment shall be subject to approval of Owner's
representative.
Page 28
Application of the first coat shall follow immedi-
ately after surface preparation and cleaning and
within an eight-hour working day. Any cleaned areas
not receiving first coat within eight-hour period
shall be recleaned prior to application of first coat
3.02 Surface Preparation
General: The latest revision of the following
surface preparation specifications of the Steel
Structures Painting Council and the National
Association of Corrosion Engineers shall form a part
of the specification:
1. Solvent Cleaning (SSPC-SPl); Removal of oil,
grease, soil and other contaminants by use of
solvents, emulsions, cleaning compounds, steam
cleaning or similar materials and methods, which
involve a solvent or cleaning action.
2. Hand Tool Cleaning (SSPC-SP2): Removal of loose
rust, mill scale and other detrimental foreign
matter to degree specified by hand chipping,
scraping, sanding and wire brushing.
3- Power Tool Cleaning (SSPC-SP3); Removal of
loose rust, loose mill scale and other
detrimental foreign matter degree specified by
power wire brushing, power impact tools or power
sanders .
4. Commercial Blast Cleaning (SSPC-SP6 and NACE
No . 3 )~1Blast c leaning unt il at least two-th ird s
of each element of surface area is free of all
visible residues.
5. Brush-off Blast Cleaning (SPPC-SP7 and NACE No.
4) "1 Blast c leaning To remove loose r us t , loos e
mill scale and other detrimental foreign matter
to degree specified.
6 . Near-White Blast Cleaning (SSPC-SPIO and NACE
No.2) :Blastcleaning to nearly white metal
cleanliness until at least 95 percent of each
element of surface area is free of all visible
res idues .
Page 29
Field blast cleaning for all surfaces shall be dry
sandblasting unless otherwise directed.
Maximum particle size of abrasives used in blast
cleaning shall be that which will produce a profile
in accordance with recommendations of the
Manufacturer of the specified system.
Sand used in blast cleaning operations shall be
washed, graded and free of contaminants that would
interfere with adhesion of coating.
During blast cleaning operations, caution shall be
exercised to insure that existing coating is not
exposed to abrasion from blast cleaning.
The Contractor shall keep the area of his work in a
clean condition and shall not permit blasting
materials to accumulate to constitute a nuisance or
hazard to the prosecution of the work or operation of
the existing facilities.
Blast-cleaned surfaces shall be dry cleaned prior to
'application of specified coatings. No coatings shall
be applied over damp surfaces.
Interior welds shall be neutralized with an approved
solvent such as Engard 88 Thinner or coal tar base
solvent naphtha. Petroleum base solvents shall not
be used.
Interior surface preparation is referenced to top of
lower ring which is 10 feet above outside footing.
1. Surfaces above Top of Lower Ring
All surfaces shall be blast cleaned to "Near-
White Metal" in conformance to Steel Structures
Painting Council Surface Preparation
specification SSPC-SP10, or National Association
of Corrosion Engineers Surface Finish, NACE No.
2, lastest revison.
. .„ ' - r~—\
Page 30
2. Surfacesbelow Topof lower Ring
All surfaces shall be inspected jointly by the
Contractor and the Owner's representative to
determine the condition of existing coatings.-
The Owner's representative shall* then designate
the surface condition and cleaning shall be
performed as noted below. Any areas overlooked
during the joint inspection shall not relieve
the Contractor from completely preparing
surfaces.
•(a) All rusting or otherwise defeetive areas
shall be blast cleaned to "Near-White
Metal" in conformance with Steel .Structures
Painting Council Surface Preparation
Specification SSPC-SP10 or National
Association of Corrosion Engineers Surface
Finish NACE No.2, latest revision.
Remaining coating shall be firmly bonded to
the substrate, with standblast edges
feathered. Extreme care shall be exercised
to insure that remaining coating is not
damaged by cleaning operations.
' All f i rmly bond e d area s shall be "brush-
off" blast cleaned to remove surface
contaminants in conformance with Steel
Structure Painting Council Surface
Preparation Specification SSPC-SP7 or
National Association of Corrosion Engineers
Surface Finish NACE No. 4, latest revision.
Extreme care shall be exercised to insure
that remaining coating'is not damaged by
cleaning operations.
3.03 Application
Coating application shall conform to the requirements
of Steel Structures Painting Council Paint
Application Specifications SSPC-PA1, latest revision,
•for "Shop, Field and Maintenance Painting" and
National Association of Corrosion Engineers
recommended practices.
r «* I' ->" •• "_
I ' "' *
ORIGINAL Page3'
b. Thinning shall be permitted as recommended by the
manufacturer and approved by the Inspector.
c. Each application of coating shall be applied evenly,
free of brush marks, sags, runs, with no evidence of
poor workmanship. Care shall.be exercised to avoid
lapping on glass or hardware.:. Coating shall be
sharply cut to lines. Finished surfaces shall be
free from defects or blemishes.
d. Protective coverings or drop cloths shall be used to
protect floors, fixtures and equipment. Care shall
be exercised to prevent coating from being spattered
onto surfaces which are not to be coated. Surfaces
from which material cannot be removed satisfactorily
shall be recoated as required to produce a finish
satisfactory to the owner.
e. All material shall be applied as specified.
f. All welds and irregular surfaces shall receive a
brush coat of the specified product prior to
application of the first complete coat.
g -. After proper drying interval, spot coated areas shall
be carefully inspected to determine if existing
coating edges have lifted. If necessary, repairs
shall be performed, utilizing procedures as specified
herein.
3.04 Coating of Interior Surfaces
a. After completion of surface preparation as previously
specified, all bare metal and/or other defective
areas shall receive a 10 mil (0.25 mm) thick coat of
high build Coal Tar Base T&O coating specified under
Item 1 "Interior Coating Materials". No prime coat
shall be used under T&O coating.
b. After specified drying interval of areas coated in
3.04a, complete interior surfaces shall receive a
1 mil (0.18 mm) thick coat of high build Coal Tar
Base T&O coating specified under Item 1, "Interior
Coating Materials".
ORIGINAL •'•••
Application of the T&O coating shall be by airless
spray method. At least 24 hours must be allowed
between coats or until the first coat has dried firm.
T&O coating shall be stirred with a slow speed power
mixer until a smooth consistency is obtained.
Material shall be thinned in accordance with
Manufacturer's written recommendations.
«
Upon completion of recoating operations, holiday
detection shall be performed, using only the
specified low voltage instrument.
3.05 Disinfection
Disinfection of interior surfaces shall be performed in
the presence of the Inspector in accordance with AWWA
Standard D102, lastest revision, third method and the
following requirements:
(a) Disinfection shall be performed after protective
coatings have been applied to the interior
surface s.
(b) Prior to disinfecting, the complete interior
shall be washed down with clean water and
thoroughly flushed out.
(c) All interior surfaces shall then be jet washed
with a chlorine solution having a content of 300
P.P.M. to 500 P.P.M. Chlorine solution
accumulated on the bottom shall be drained to
waste. Rinsing with clear water is not
required.
3.06 Cleanup
Upon completion of the work, all staging, scaffolding and
containers shall be removed from the site or destroyed in
a manner approved by the Owner. Coating spots and oil or
stain upon adjacent surfaces shall be removed and the job
site cleaned. All damage to surfaces resulting from the
work of this section shall be cleaned, repaired or
refinished to the satisfaction of the Inspector at no cost
to the Owner.
Page 33
rjs F—'--.'—3
GUARANTEE FORM
The undersigned hereby guarantees that the Recoating of Elm Reservoir 1.5
Million Gallon Tank Interior Coating System, Contract No. 111A, which the
undersigned performed for the City of Carlsbad has been done in accordance
with the specifications and that the work as installed will fulfill the re-
quirements of the guarantee required by the specifications. The undersigned
agrees to repair or replace any or all of its work, together with any other
adjacent work which may be displaced by so doing, that may prove to be de-
fective in workership or materials within a period of one year from the date
of filing of the Notice of Completion for the project, ordinary wear and
tear and unusual abuse or neglect excepted.
In the event of our failure to comply with the above-mentioned conditions
within a reasonable period of time, as determined by the City of Carlsbad,
after being notified in writing by the City, we, collectively or separately,
do hereby authorize the City of Carlsbad to proceed to have said defects
repaired and made good at our expense, and "we will honor and pay the costs
and charges therefor upon demand.
The undersigned further agrees to be present for a warranty inspection to
be conducted during the eleventh month following the completion of the coat-
ing work. All defective work shall be repaired to meet the original speci-
fications and to the satisfaction of the Engineer. This inspection may be
scheduled earlier or later to meet the needs of the water supply of the
City, but in no case shall it be later than one year and one month from the
date of completion of the coating work.
Contractor
By
Title