Loading...
HomeMy WebLinkAboutGRBAVAC CONSTRUCTION CO INC; 1991-10-22; 33091 CITY OF CARLSBAD San Diego County California + 1 i I I 1 lo B I U I I I I I CONTRACT DOCUMENTS AND SPECIAL PROVISIONS 1 FOR HOLLY BRAE/ALDER SEWEXLJNE CONTRACT NO. 3309 10/3/90 Rev. P 1 TABLE OF CONTENTS Itern m NOTICE INVITING BIDS ........................................... 1 CONTRACTOR’SPROPOSAL 4 BIDDER’S BOND TO ACCOMPANY PROPOSAL 9 DESIGNATION OF SUBCONTRACTORS ............................... 11 BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY .................. 12 BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE 14 i ........................................ 1 I I e 1 B It I 1 B 1 1 ........................... 1 .......... NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID 15 .............................. CONTRACT - PUBLIC WORKS It LABOR AND MATERIALS BOND .................................... 2L PERFORMANCEBOND 2f ...................................... ........................................... b ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION ................................. 28 RELEASEFORM 3; ............................................... I SPECIAL PROVISIONS I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION ............................ 3: 11. SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION MATERIALS ......... 4: 10/3/90 Re7 f fT 1 N I CITY OF CARLSBAD, CALIFORNIA NOTICE I"ING BIDS Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 120C Carlsbad Village Drive (formally Elm Avenue), Carlsbad, California, until 4:OO P.M. on the 12th day of August, 1991, at which time they will be opened and read, for performing thc P f work as follows: HOLLY BRAE/ALDER SEWERLINE CONTRACT NO. 3309 The work shall be performed in strict conformity with the specifications as approved by thc City Council of the City of Carlsbad on file with the Municipal Projects Department. Thc specifications for the work shall consist of the latest edition of the Standard Specification of Public Works Construction, hereinafter designated as SSPWC, as issued by the Southen Chapters of the American Public Works Association. Reference is hereby made to thc specifications for full particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-ownec businesses. No bid will be received unless it is made on a proposal form furnished by the Purchasin; Department. Each bid must be accompanied by security in a form and amount requirec by law. The bidder's security of the second and third next lowest responsive bidders ma. be withheld until the Contract has been fully executed. The security submitted by all othe unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days afie the Contract is awarded. Pursuant to the provisions of law (Public Contract Code Sectioi 22300), appropriate securities may be substituted for any obligation required by this notic or for any monies withheld by the City to ensure performance under this Contract. Sectio 22300 of the Public Contract Code requires monies or securities to be deposited with th City or a state or federally chartered bank in California as the escrow agent. The documents which must be completed, properly executed, and notarized are: 1 I 1 t t iD E R it I I I I I 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Midavit 10/3/90 Re ? 2 All bids will be compared on the basis of the EngineeJs Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer': Estimate is $150,000. No bid shall be accepted from a contractor who is not licensed in accordance with tht provisions of California state law. The contractor shall state their license number expiration date and classification in the proposal, under penalty of perjury, pursuant tc Business and Professions Code Section 7028.1 5. The following classifications art acceptable for this contract: "A" or a combination of C-8. C-12, C-13. C-27. C-29, C-32 C-42, in accordance with the provisions of state law. If the Contractor intends to utilize the escrow agreement included in the contrac documents in lieu of the usual 10% retention from each payment, these documents mus be completed and submitted with the signed contract. The escrow agreement may not bf substituted at a later date. Sets of plans, special provisions, and Contract documents may be obtained at thc Purchasing Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue) Carlsbad, California, for a non-refundable fee of $10.00 per set. The City of Carlsbad reserves the right to reject any or all bids and to waive any mino irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute thi Contract shall be those as determined by the Director of Industrial Relations pursuant tc the Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2 o the Labor Code, a current copy of applicable wage rates is on file in the Office of thf Carlsbad City Clerk. The Contractor to whom the Contract is awarded shall not pay les than the said specified prevailing rates of wages to all workers employed by him or her b the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions c Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 1721 shall apply to the Contract for work. A pre-bid meeting and tour of the project site will not be held. All bids are to be computed on the basis of the given estimated quantities of work, a indicated in this proposal, times the unit price as submitted by the bidder. In case of discrepancy between words and figures, the words shall prevail. In case of an error in th extension of a unit price, the corrected extension shall be calculated and the bids will b computed as indicated above and compared on the basis of the corrected totals. i I 1 I 1 t I 80 t I I I r. I 1 B 6 10/3/90 Re- f I 3 All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of 1 I 1. 1" rejection of bid. Bonds to secure faithful performance of the work and payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) and fifty percent (SO%), respectively, of the Contract price will be required for work on this project. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City for a period of one (1) year from the date of formal acceptance of the project by the City. The Contractor shall be required to maintain insurance as specified in the Contract. Anj additional cost of said insurance shall be included in the bid price. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 91-201, adopted on the 2nd day of 3uly, 1991. i P I t I B I 1 a 1 I IE 1 49L2574ea hkha L. R&he%ar&&-y Clerk b zi&/ Date 10/3/90 Re\ r 4 ! CITY OF CARLSBAD CONlXACI' NO. 3309 HOLLY BWALDER SEWERLINE CONTRACTOR'S PROPOSAL. t I I I 1 1 I L t I B I 4 Cutoff Wall at 3 EA 3b llcoo'Oo a 31000' I Y City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read thf Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to fumkk all labor, materials, equipment, transportation, and services required to do all the work tc complete Contract No. 3309 in accordance with the Plans and Specifications of the City 0, Carlsbad, and the Special Provisions and that he/she will take in full payment therefor thc following unit prices for each item complete, to wit: BID ALTERNATE I Approximate Item Quantity Unit No. Item Description and Unit Price Total 1 8" Extra Strength Vitrified Clay or PVC Pipe at Q q5* Q0 6 7 Y15-75" Manhole at 6 EA &J 1"3\o;xTa 3 Sewer Lateral at 18 EA z,m@ a x\m 785 LF 2 33 5 Restore Private Property at LS * lo~codoo 6 lOdY.I Total amount of Bid Alternate I in words: Total amount of Bid Alternate I in numbers: $ 1. Rx,. Do\' 10/3/90 Re% t I 5 1 1 BID ALERNAE II Approximate Item Quantity unit No. Item Description and Unit Price Total 1 8" Extra Strength Vitrified f I Clay or PVC Pipe at 673 LF d \\Q'Oo gt ~~l320 4 Sewer Lateral at 18EA ' 21m O0 Sl 36rBOt 2 Jack Pipe Sta. 7+70 to Sta. 8+82 Complete In Place at 112 LF I II 1 I 1 B I IC 11 u i. 3 Manhole at 6EA * 2'm 15m 003 i 5 Restore Private Property at LS a Io,~*ooc /O,(y-JJ' and r& Total amount of Bid Alternate I1 in words: Total amount of Bid Alternate I1 in numbers: $ \?>$ I-- k Price(s) given above are firm for 90 days after date of bid opening. Bidders must bid on both bid alternatives. Addendum(a) No(s). has/have been received and is/are included in this proposal. If a bid or alternate bid item is left blank with no bid amount shown, such bid: will be subject to rejection. The Undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any error or omissions of the part of the Undersigned ir making up this bid. The Undersigned agrees that in case of default in executing the required Contract witk necessary bonds and insurance policies within twenty (20) days from the date of award 01 Contract by the City Council of the City of Carlsbad, the proceeds of the check or bonc accompanying this bid shall become the property of the City of Carlsbad. I I i i; si 1' of /y ,J \q \ I/< \ /LL',jW \,? fb/ / fl LP (y ,p ,& 83 10/3/90 Rev f *y 6 The Undersigned bidder declares, under penalty of perjury, that they are licensed to dc business or act in the capacity of a contractor within the State of California and that thej are validly licensed under license number -r$q 7 A cf LY J classification 73 - C L which expires on 4 - ;3 0 9 Xhis statement is true and correct and has the legal effeci of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuanl to the Business and Professions Code shall be considered nonresponsive and shall bc rejected by the City. 5 7028.15(e). In all contracts where federal funds are involved, nc bid submitted shall be invalidated by the failure of the bidder to be licensed in accordanct with California law. However, at the time the contract is awarded, the contractor shal be properly licensed. Public Contract Code 5 20104. The Undersigned bidder hereby represents as follows: II 1 1 I I 1 ! II b t 1. That no Council member, officer agent, or employee of the City of Carlsbad i: personally interested, directly or indirectly, in this Contract, or the compensation tc be paid hereunder; that no representation, oral or in writing, of the City Council its officers, agents, or employees has inducted hidher to enter into this Contract excepting only those contained in this form of Contract and the papers made a par hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporatioi making a bid for the same work, and is in all respects fair and without collusion o fraud. Accompanying this proposal is (Cash, Certified Check, Bond or Cashier's Check) e I for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of Section 3700 of the Labor Code whicl requires every employer to be insured against liability for workers' compensation or ti undertake self-insurance in accordance with the provisions of that code, and agrees ti comply with such provisions before commencing the performance of the work of thi Contract and continue to comply until the contract is complete. 8 E 1 ...e I I: I ...e ...e .... .... 10/3/90 Rei t 7 The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. II IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: 't (1) (2) (3) Place of Business Name under which business is conducted Signature (given and surname) of proprietor I 1 c (Street and Number) City and State (4) Zip Code Telephone No. E t II I, E I i II I I IF A PARTNERSHIP, SIGN HERE: (1) (2) Name under which business is conducted Signature (given and surname and character of partner) (Note: Signaturt must be made by a general partner) e (3) Place of Business (Street and Number) B City and State Zip Code Telephone No. 10/3/90 Ret ? October 3, 1991 TO: PURCHASING OFFICER e FROM: Risk Manager & HOLLY BRAE/ALDER SEWERLINE Although Planet Insurance went from A:X to A-:XI, in the new guide, they were rated as A:X at the time of the initial bid. I would recommend acceptance of the insurance provided for this pro j ect . RJG: jgj c: City Attorney 0 e COUNTY OF ) On August 12, 1991 , before me, said State, personally appeared Gordon Grbavac the undersigned, a Notary Public in and for 8 l 1 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted G t+a 0 $- (-&& A t a (2) I i 1 n 8 t I I 8 I I I I I V*P - ?w+&.3-+ Title Impress Corporate Seal herc (3) Incorporated under the laws of the State of Ca\ico~~iQ [?PA * (4) Place of Business y%\ 0. Lon2den (Street and Number) City and State a<Cd\ ex, G\ HLJ(LI& c m\5 4 (5) Zip Codeq\mT Telephone No. chi% NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if i partnership, list names of all general partners, and managing partners: 10/3/90 Re\ P 5 le 0 it BIDDER’S BOND TO ACCOMPANY PROPOSAL, KNOW ALL PERSONS BY THESE PRESENTS: I I 1 I 1 u 4, .... B I .... 8 1 .... I I .... I P 8 administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH thatjf the proposal of the above-bounden Principal for: ;” &/&A - 9 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within ter (10) days from the date of award of Contract by the City Council of the City of Carlsbad. being duly notified of said award, then this obligation shall become null and void otheiwise, it shall be and remain in full force and effect, and the amount specified hereir shall be forfeited to the said City. .... .... .... .... .... .... .... 10/3/90 Rev. 1__------- -- - _--l_ll_l , in the yeai On this 12th day of before me, the undersigned. a Notary Public in and for said State, personally , personally knc within lnstunent on behalf of the Corporation thereln named, and acknowledged 1 the Corporation executed it WITNESS my hand and official seal August Iss COUNTY OF LOS ANGELES ~lsPY.....r.... UI...n'...~.~~~==*~~*"=~. Gordon Grbavac : . VtkztY BYRNE . (Or proved 10 me on the basis of satisfactory evidence) to be the person who exe NCYARY PUBLIC STpTE OF CALIFORNIA 71 IiiCI?$L OFFICE IN OS AMGELES COUNTY xpires May 10, 1994 $ ...... I .... x...-***.*.*----g ,/" -*--.' a, /fy&5z! </ d25~/ &9L( ,//- 11 \-=-zz-- ACKNOWLEDGMENT-Corporatlan-Woicolts Form ZZZCA X-Rev 5 82 ,"Notary Pdznd for said State 01982 WOLCOTTS INC (price class 8 2) --___-___ ~ I__-- --- State of California, County of Los Angeles } ss: , - o before me Notary of I , personally known to me (or proved On this personally appeared on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as the Attorney-ti of PLANET INSURANCE COMPANY, and acknowledged to me that PLANET INSURANCE COMPANY execute instrument. 1991 12th August , in theyear '(%a D. HUNS1 NGER e,".ORY ..Y.EI,b....l ~~~~~~UI.~~~~~~=~~~~~**~~~~~~~~~~"'''~ %IAW BYRNE . STA E OF CALlFOENlA : NOTARY PbBLIC . g : /4f-t r *_ i LOS A~G:LES COUNTY r,.:., Co~;?l;sllOn. Expires May IQ, 1994 E ,rr.s"CL"..,)ll....... -..*s*- ~/#+&&[/ &- yJ ~ %( .;/ j,/:S'Q M$ Commission expires 1 ,19- -Y L 'Wbtary PubljplNand for said County BDP-1818 ED. 6/83 (CALIF.) /' - __I- -- -- - ____ ._ f I 9 5, I 1( In the event Principal executed this bond as an individual, it is agreed that the death o Principal shall not exonerate the Surety from its obligations under this bond. RINCIPAL, this lg* day of SURETY this/2'@ day of t 1 19 E. 19 x. SURETY: 1 I I --- - _-- -- _-_ Tohfl B. hMS/hUN printed name of Attorngy-in-Fact Grr3p K Godm B (print name here) 1' TF&'t C3fh- ro* -t* (attach corporate resolution showing (title and organization of signatory)&.%nc, current power of attorney) (title and organization of signatory) (Proper notarial acknowledge of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) I I 1 4 *= 1 5 P 1 APPROVED As TO FORM: VINCENT F. BIONDO, JR. City Attorney BY'- , * KAREN J. HIRAYA Deputy City Attorney 10/3/90 Rev. x- L-AV t I- IIV a u HAAV CE COMPANY b Y r e& HEAO OFFICE, SUN PRAIRIE, WISCONSIN POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS. That the PLANET INSURANCE COMPANY. a corporation duly organized under the laws of Wisconsin, does hereby make, constitute and appoint * JOHN D. HUNSINGER Of GLENDALE, CALIFORNIA --- its true and lawful Attorney-in-Fact to make. execute, seal and deliver for and on its behalf. and as its act and deed ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSH. and to bind the PLANET INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and otl obligatory in the nature thereof were signed by an Executive Officer Of the PLANET INSURANCE COMPANY and sealed and attested by < such officers, and hereby ratifies and confirms all that its said Attorney@)-in-Fact may do in pursuance hereof. This Power of Attorney is granted under and by authority of Article VI1 of the By-Laws of PLANET INSURANCE COMPANY wh effective September 21. 1981. which provisions are now in full force and effect reading as follows: ARTICLE Vi1 - EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board of Directors, the President the Chairman of the Board. any Senior Vice President any Vice President or Assistant Vic or other officer designated by the Board of Directors shall have power and authority to (a) appoint Attorneys-in-Fact and to authorize then on behalf of the Company. bonds and undertakings, recognizances. contracts of indemnity and other writings obligatory in the nature 3 (b) to remove any such Attorney-in-Fact at any time and revoke the power and authority given to him. 2. Attorneys-in-Fact shall have power and authority. subject to the terms and limitations of the power of attorney issued to them. to c deliver on behalf of the Company, bonds end undertakings. recognizances. contracts of indemnity and other writings obligatory in the nat The corporate seal is not necessary for the validity of any bonds and undertakings. recognizances. contracts of indemnity and other writing in the nature thereof. i 3. Attorneys-in-Fact shall have power and authority to execute affidavits required to be attached to bonds. recognizances. contracts c or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Corn(: copies of the By-Laws of the Company or any article or section thereof. This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the 8oard of l PUWET INSURANCE COMPANY at a meeting held on the 29th day of March, 1982. at which a quorum was present and said Resolution hi amended or repealed: 0 "Resolved. that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of anc or any certificate relating thereto by facsimile. and any such power of attorney or certificate bearing such facsimile signatures or lacs seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF, the PLANET iNSURANCE COMPANY has caused these presents to be signed by its Vice President and its corpo be hereto affixed. this 15th day of February 19 91 '\ii ' I STATE OF Washington King COUNTY OF On this 15th day of to me! known to be the Vice-president of the PLANET INSURAN instrument and affixed the seal of said corporation thereto. and that Art set forth therein. are still in full force. My Commission Expires: Februa nd acknowledged that he e 1. 2. and 3 of the By-Lsws , May 15 ,19 94 .1) 1. Keith A. Poling , Assistant Secretary of the P above and loregoing is a true and correct copy of a Power of Attorney executed by said and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company this * 1 Assistant Secretary BDP-1431 1182 1 e 11 U I 1 I R I I. I I I I I 1 II 1 DESIGNATION OF SUBCONTRACTORS The Contractor certifies he/she has used the sub-bids of the following listed Contractors in making up his/her bid and that the sub-contractors 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 and Section 4100 et seq. of the Public Contracts Code - "Subletting and Subcontracting Fair Practices Act." No changes may be made in these subcontractors except upon the prior approval of the City Engineer of the City of Carlsbad. The following information is required for each sub-contractor. Additional pages can be attached if required: I. Items of Complete Address Phone No. Work Full Company Name with Zip Code with Area Code M.H- 6s w COn5h~~t22n Eo. Bo< I834 - 3~i\t 5in rr;)0cco.j @a, 92069 614 -727- 10/3/90 Rev. ?,* 1 1 1. 1 8 1 1 8 I Urn 1 I I I 1 I I I DESIGNATION OF SUBCONTRACTORS (continued) The bidder is to provide the following information on the subbids of all the listel subcontractors as part of the sealed bid submission. Additional pages can be attached, 1 required. I@ Type of State Contracting Carlsbad Business Amount of Bid Full Companv Name License & No. License No.* I$ or %I * Licenses are renewable annually. If no valid license, indicate "NONE." Valid license must be obtained prior to submission of signed Contracts. 10/3/90 Rev. P Grgo & Gordon Grbavac Construction Coo Inc. Statement of Pinancial Condition 0.. .) February 29, 1991 Assets Current Assets Cash In Banks-General Accounts $ 66,723.64 Accounts Receivable & Retained Earnings Contracts 48,809.36 $ 115,5: Fixed Assets Autos -Trucks-Trailers 11,886.00 Less: Depreciation Reserve (2,377.20) 9,5( Other Assets 0 Loans to Officers/Stockholders 2 , 350 00 Prepaid Federal 8c State Taxes I, 100.00 Prepaid Insurance Expense 1,3836.97 Prepaid Interest Expense 2,961.12 7,794 TOTAL ASSETS $? 32,835 - LIASILITIl3S AND STOCKHOLDEHS EQUITY Current Liabilities Accounts Payable/Material Suppliers/ Contracts Yayable/Community Bank Federal Corporate Taxes 8,295.10 $ 20,010, Subcontracts $ 8,597045 Current portion 3,117.48 0 Other Long Term Liabilities Contracts Payable/Comnunity Bank Notes Payable/Sto ckholders 25,500,OO Deferred Corporate Federal Taxes 3,282.90 Long Term 9 , 31 3.55 , 38 -_ ,. 09 $e, Stockholders Equity Capital Stock- 2000 Shares Issued 20,000,OO Ketained Earnings (Exhibit B) 54,733.41 74,7331 Total Liabilities & Stockholders Equity $132; 839 c c I. 4 .. Grgo 6c Gordon Grbavac Construction Co. inc. a' Notes to Accompany Statement of Financial Condition February 29, 3.991 Summary of Significant Accounting Policies The cor2oration maintains its general books and report: for cash purposes on the accrual-basis method of accoul This financial statement has been prepared on the Rccn method. The deferred corporate tax liability is generated by -til income earned through ,balance sheet date, the results c which have recognized in the accompanying balance sheet but which has not yet been recognized $or tax reporting 0 pruposeso Checking hccount/Bus. Acct. # 0666-049556 Wells Fargo Bank P.C.Box 1387 Arcadia,Ca. 91006 - Accounts Heceivable Contracts & Retentions City of Corona $ 6,263.00 City of Pasadena 4,280.93 Dorfman Construction Co. 24 9 905 o 00 Prkacin Co. 6, 227043 J.F.J. Co. 5,040000 , Tapia & Sons 1,140.00 Sable Court Ltd 250.00 Bali Const. Co. 703 p 00 * 48,809.36 - --.I //2 Yre,jared By &///a/ -f/.CJ Mike Papac-w c Accountant t - Grgo & Gordon Grbavac Construction Co. Inca Statement of Operating Costs eC Retained Earnings * February 29, 1991 Gross Revenue Earned Income Contracts $ 254,52505 Construction Contracts Costs Materials/Subcontracts/Equip. Rentals/ Equip. Haint./Supplies %148,774047 Other Job Costs/T3onds eC Ins. Expo/ Interest Expense 24,445.86 173,220.: Gross Profits 81,305d 0 General & Administrative General Office Expenses 5,869.68 Professional 3,024.37 Eidding & Promotional 3,722.39 Depreciation 2,377 . 20 14,993.61 Net Profits-before Corporate $ 66,311.41 Taxes Yrovision Pcr Corporate Taxes 11,578.OC Xet Profits to Retained Earnings $ 54,733.34' e c - ..' L >* * II II I D II I 8 I I. 1 I l 1 1 I I t If BIDDER'S STATEMENT OF FINANCIAL RESPONSIBIW Bidder submits herewith a statement of fmancial responsibility. P 10/3/90 Rev. P U 1L BIDDER’S STATEMEBIT 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, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. ;. I 1 8 1 I I. I I 1 8 II 8 8 1 8 Name and Address 10/3/90 Rev. P 1 1 15 NON-COLLUSION AFFIDAtrIT TO BE EXECUTED BY BIDDER AND SUBMIlTED WITH BID State of California 1 P 1 I I a of 1 I I I I 8 I 1 1 being first duly sworn, deposes and says that he or she is Tr~5ih+ (Title) the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone shall refrain from bidding that the bidder has not in any manner, directly or indirectly, sought by agreement communication, or conference with anyone to fix the bid price, or ol that of any other bidder, or to fix any overhead, profit, or cost element of advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and further, that the bidder has not, directly or indirectly submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay any fee to any corporation, partnership, company association, organization, bid depository or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that affidavit was executed on the Pday of b Subscribed and sworn to before me on t 8 (NOTARY SEAL) E.*-='."r*Tt=l.=..aC~~~~~~-~~~~,~~~"ry,~y.n....'......,.EIY. J fsl ,fi .? t' 2 'k' R j'J E s S -2s AI8G;:ES CCiJNTY 3 L Erpires rky io, 7994 j '.''-~..-6.*jl...".... ..,....*..,..,. 2 10/3/90 Re! r.. 16 '. a CONTRACT - PUBLIC WORKS This agreement is made thisdday of 8- , 199L_, by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "Ci@'), and Grgo & Grodon Grbavac Const. Co., Inc. whose principal place of business is 481 W. LonRden Ave., Arcadia CA 91007 (hereinafter called "Contractor".) City and Contractor agree as follows: 1. - Description of Work. Contractor shall perform all work specified in the Contract documents for: HOLLY BWALDER SEWERLING PROJECT NO. 3309 (hereinafter called "project") Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract 2. 0 Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Bidder's Statements of Financial Responsibility and Technical Ability, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the Special Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. 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 completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through 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 subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 9/04/91 Rev. Q l 1 17 Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per Section 9-3 of the Standard Specifications for Public Works Construction. The closure date for each monthly invoice will be the 30th of each month. Invoices from the Contractor shall be submitted according to the required City format to the City's assigned project manager no later than the 5th day of each month. Payments will be delayed if invoices are received after the 5th of each month. The final retention amount shall not be released until the expiration of thirty-five (35) days following the recording of the Notice of Completion pursuant to California Civil Code Section 3184. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. Contractor Responsible for Unforeseen Conditions. Contractor shall be responsible for all loss or damage arising out of the nature of the work 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. Contractor shall also be responsible for expenses incurred in the suspension or discontinuance of the work. However, Contractor shall not be responsible for reasonable delays in the completion of the work caused by acts of God, stormy weather, extra work, or matters which the specifications expressly stipulate will be borne by City. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: f 4- 1 1 1 I I I I 1 I 1 I 1 -, c 1 5. b 6. 7. 10/3/90 Rev. 0 b I 18 Material that Contractor believes may be material that is hazardous waste, as defined in Section 251 17 of the Health and Safety Code, that is required to be removed to a Class I, Class 11, or Class 111 disposal site in accordance with provisions of existing law. Subsurface or latent physical conditions at the site differing from those indicated. Unknown physical conditions at the site of any unusual nature, differeni materially from those ordinarily encountered and generally recognized a: inherent in work of the character provided for in the contract. A. i) B. 1 I I I b I I I I I C. I City shall promptly investigate the conditions, and if it finds that the condition: do materially so differ, or do involve hazardous waste, and cause a decrease 01 increase in contractor's costs of, or the time required for, performance of any par of the work shall issue a change order under the procedures described in thi: 1 contract. In the event that a dispute arises between City and Contractor whether tht conditions materially differ, or involve hazardous waste, or cause a decrease 0: increase in the contractoJs cost of, or time required for, performance of any par of the work, contractor shall not be excused from any scheduled completion datc provided for by the contract, but shall proceed with all work to be performec under the contract. Contractor shall retain any and all rights provided either bl contract or by law which pertain to the resolution of disputes and protest: between the contracting parties. Chanae Orders. City may, without affecting the validity of the Contract, orde changes, modifications and extra work by issuance of written change orders Contractor shall make no change in the work without the issuance of a writtei change order, and Contractor shall not be entitled to compensation for any extri work performed unless the City has issued a written change order designating ii advance the amount of additional compensation to be paid for the work. If ( change order deletes any work, the Contract price shall be reduced by a fair anc reasonable amount. If the parties are unable to agree on the amount o reduction, the work shall nevertheless proceed and the amount shall b determined by litigation. The only person authorized to order changes or extr work is the Project Manager. The written change order must be executed by th City Manager or the City Council pursuant to Carlsbad Municipal Code Sectioi 8. I 3.28.172. 10/3/90 Rei c I I I I I I I I 6 1 I I I I I 15 Immiaration Reform and Control Act. Contractor certifies he is aware of tht requirements of the Immigration Reform and Control Act of 1986 (8 US( Sections 11 01 -1525) and has complied and will comply with these requirements including, but not limited to, verifying the eligibility for employment of al agents, employees, subcontractors, and consultants that are included in thi: Contract. Prevailinn Wane. Pursuant to the California Labor Code, the director of thi Department of Industrial Relations has determined the general prevailing rate o per diem wages in accordance with California Labor Code, Section 1773 and i copy of a schedule of said general prevailing wage rates is on file in the office o the Carlsbad City Clerk, and is incorporated by reference herein. Pursuant tc California Labor Code, Section 1775, Contractor shall pay prevailing wages Contractor shall post copies of all applicable prevailing wages on the job site. Indemnification. Contractor shall assume the defense of, pay all expenses o defense, and inded and hold harmless the City, and its officers an( employees, from all claims, loss, damage, injury and liability of every kind, naturr and description, directly or indirectly arising from or in connection with thi performance of the Contractor or work; or from any failure or alleged failure o Contractor to comply with any applicable law, rules or regulations includin; those relating to safety and health; except for loss or damage which was cause1 solely by the active negligence of the City; and from any and all claims, loss damages, injury and liability, howsoever the same may be caused, resultin: directly or indirectly from the nature of the work covered by the Contract, unles the loss or damage was caused solely by the active negligence of the City. Thl expenses of defense include all costs and expenses including attorneys fees fo litigation, arbitration, or other dispute resolution method. Insurance. Contractor shall procure and maintain for the duration of the contrac insurance against claims for injuries to persons or damage to property which ma arise from or in connection with the performance of the work hereunder by th Contractor, his agents, representatives, employees or subcontractors. (A) COVERAGES AND LIMITS - Contractor shall maintain the types c t 9* 10. I 11. 12. coverages and minimum limits indicted herein: 10/3/90 Rei -G I I 20 1. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insureds. I) I 1 I 1 I a I 1 I I I I 2. Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. Workers' Comuensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. 3. (B) ADDITIONAL PROVISIONS - Contractor shall ensure that the policies of insurance required under this agreement contain, or are endorsed tc contain, the following provisions. General Liability and Automobile I Liability Coverages: 1. The City, its officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased. hired or borrowed by the contractor. The coverage shall contair no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. The Contractor's insurance coverage shall be primary insurance a: respects the City, its officials, employees and volunteers. An3 insurance or self-insurance maintained by the City, its officials employees or volunteers shall be in excess of the contractor': insurance and shall not contribute with it. Any failure to comply with reporting provisions of the policies shal not affect coverage provided to the City, its officials, employees 01 volunteers. Coverage shall state that the contractor's insurance shall applj separately to each insured against whom claim is made or suit i: brought, except with respect to the limits of the insurer's liability 10/3/90 Rev 2. 3. 4. b I I I 21 I I 1 1 I a I 1 t I 1 R I (C) "CLAIMS MADE" POLICIES - If the insurance is provided on a "claims made" basis, coverage shall be maintained for a period of three years following the date of completion of the work. (D) NOTICE OF CANCELLATION - Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be suspended, voided, canceled, or reduced in coverage or limits except after thirty (30) days' prior written notice has been given to the City by certified mail, return receipt requested. t (E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS - Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim 1 administration and defense expenses. (F) WAlVER OF SUBROGATION - All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (G) SUBCONTRACTORS - Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (H) ACCEPTABILITY OF INSURERS - Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A:V, as specified by City Council Resolution No. 90-96. VERIFICATION OF COVERAGE - Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before work commences. COST OF INSURANCE - The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 1 (I) (J) 10/3/90 Rev. P I I 22 1 I 1 I 1 1 1 I I i I .... 1 Claims and Lawsuits. Contractor shall comply with the Government Tort Claim Act (Section 900 et seq of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach oj this agreement. Maintenance of Records. Contractor shall maintain and make available at no cos1 to the City, upon request, records in accordance with Sections 1776 and 1812 oi Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does no1 maintain the records at Contractois principal place of business as specifiec above, Contractor shall so inform the City by certified letter accompanying thc return of this Contract. Contractor shall nom the City by certified mail of ani change of address of such records. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing wit1 Section 1720 of the Labor Code are incorporated herein by reference. Security. Securities in the form of cash, cashier's check, or certified check ma] be substituted for any monies withheld by the City to secure performance of thi: contract for any obligation established by this contract. Any other security tha is mutually agreed to by the Contractor and the City may be substituted foi monies withheld to ensure performance under this Contract. Affirmative Action. Contractor certifies that in preforming under the purchasr order awarded by the City of Carlsbad, he will comply with the County of Sa1 Diego Affirmative Action Program adopted by the Board of Supervisors, includinj all current amendments. Provisions Required by Law Deemed Inserted. Each and every provision of lav and clause required by law to be inserted in this Contract shall be deemed to bc inserted herein and included herein, and if, through mistake or otherwise, an! such provision is not inserted, or is not correctly inserted, then upon applicatioI of either party, the Contract shall forthwith be physically amended to make sucl insertion or correction. f 13. 14. 15. 16. 6 17. 18. .... .... .... 10/3/90 Re\ -k I I - _-~- , in the year On this 17th day of before me, the undersigned, a Notary Public in and for said State, personally , personally kna (or proved to me on the basis of satisfactory evidence) to be the person who exe within instrument on behalf of the Corporation therein named, and acknowledged the Corporation executed it WITNESS my hand a Sep t ember LOS ANGELES Iss Gordon Grbavac blrc in and for said State ACKNOWLEDGMENT-Corporation-Wolcotts Form 222CA X-Rev 5 82 INC (price class 8 2) --_1_1_ 11_ II --._1___ 1 23 Additional Provisions. Any additional provisions cf this agreement are set forth in the "General Provisions" or "Special Provisions" attached hereto and made a part hereof. ) 19. Grgo IL. Gordon Grhavac Construct 1 I 1 1 I NOTARIAL ACKNOWLEDGEMENT OF Contractor EXECUTION BY ALL SIGNATORIES MUST BE A'ITACHED (CORPORATE SEAL) -- APPROVED TO AS TO FORM: T< (yj? 8 Title 6 VINCENT F. BIONDO, JR. City Attorney By: I I 1 *' B I 1; 9 - ./ G3.e ATTEST: Deputy City Attorney ti &a / 10/3/90 Rev G I 24 LABOR AND MATERIALS BOND BOND NO. P2185286 WHEW, the City Council of the City of Carlsbad, State of California, by Resolution No. 91-280 , adopted SeDtember 3, 1991 , has awarded to Grgo & Gordon Grbavac Const. Co.. Inc. (hereinafter designated as the "Principal"), a Contract for: e HOLLY BRAFJALDER SEWERLINE PROJECI' NO. 3309 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 and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon 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, 7 as Principal, (hereinafter designated as the "Contractor"), and Planet Insurance ComF as Surety, are held firrnly bound unto the City of Carlsbad in the sum of sixty-seven thousand, nine hundered fiftv-four and 50/100--------------- Dollars ($ 67,954.50 ), said sum being fifty percent (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, jointly 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, provender, 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, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor that the Surety will pay for the same, not to exceed the sum specified in the bond, and, also, in case suit is brought upon the bond, costs and reasonable expenses and fees, including reasonable attorney's fees, to be fixed by the court, as required by the provisions of Section 3248 of the California Civil Code. This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commencing with Section 3082). Grgo & Gordon Grbavac Const. Co.. Inc. 0 4 10/3/90 Rev. September day of , in the year 19 On this before me. the u ersi ed a o r Public in and for said State. personally ap! , personally known (or proved to me on the basis of satisfactory evidence) to be the person who executt within instrument on behalf of the Corporation therein named, and acknowledged to m the Corporation executed it. WITNESS my hand an 17th F STATE OF CALIFORNIA COUNTY OF LOS ANGELES t?or!fofi d'rtkvac c in and for said State ACKNUWEffiMENT-~a!~-WWWIIS Fwm 222CA-X-RN 5-82 01982 WOLCOTTS. INC (W M 8 2) t 22 In the event that Contractor is an individual, it is agreed that the death of any suck Contractor shall not exonerate the Surety fkom its obligations under this bond. Executed by CONTRACTOR this l7 t I’ I Executed by SURETY this I? t ’’ day of - day of September 19 91. September J 19-. 91 CONTRACTOR: SURETY: Girgo & Gordon Grbavac Construction Co., Planet Insurance Company 1 1 I 1 1 I! t 8 I I I I I I (Name of Surety) J 4 JOI-IN D. IIUNSINGER I’ 9 (print name here) printed name of Attorney-in-Fact (attach corporate resolution showing current power of attorney) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only onr officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary unda corporate seal empowering that officer to bind the corporation.) ‘y* I. APPROVED As TO FORM: VINCENT F. BIONDO, JR. City Attorney By: Q. LtLd I KARENJ.HIRMA Deputy City Attorney 10/3/90 Rev P 26 PERFORMANCE BOND BOND NO. P2185286 PREMIUM: $2,718.00 e WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 91-280, adopted September 3, 1991 , has awarded to Grgo & Gordon Grbavac Const. Co., Inc. , (hereinafter designated as the "Principal"), a Contract for: HOLLY BWALDER SEWERLINE PROJECf NO. 3309 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance of said Contract; NOW, THEREFORE, WE, Grgo & Gordon Grbavac Const. Co., Inc. , as Principal, (hereinafter designated as the "Contractor"), and Planet Insurance Company , as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of one hundred thrity-five thousand, nine hundred nine--------------- Dollars ($ 135,909.00 ), said sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to 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, their 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 Contract and any alteration thereof made as therein provided on 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, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety 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 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. 0 10/3/90 Rev. COUNTY oF LOS ANGELES I 8 27 I ! CONTRACTOR: SURETY: p. 8’ 1 I b 1 I r* 1% I I Id I r I In the event that Contractor is an individual, it is agreed that the death of any suck Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this Executed by SURETY this 17th day of 17th ? day of September , 19-. 91 September ,19%. Grgo & Gordon Grbavac Construction Co., Planet Insurance Company (attach corporate resolution showing current power of attorney) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: VINCENT F. BIONDO, JR. City Attorney .a By: % /A4 { KAREN J. HIRATA-‘ Deputy City Attorney 10/3/90 Rev. YLl+AA.G-l- l.LWZ5UHANCE CC,MplqpY-Y HEAD OFFICE. SUN PRAIRIE, WISCONSIN POWER OF AlTORNEY KNOW ALL MEN BY THESE PRESENTS. That UM PUNET INSURANCE COMPANY. n corporation duly orgnnlzed under (he inw of Wisconsin. does hereby make. constitute and appoint -a JOHN D. HUNSINGER Of GLENDALE, CALIFORNIA --- its true and lawful Attorney-in-Fact to make. execute. seal and deliver lor nnd on ita behall. and as icI ad nnd deed ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYS€ and to bind the PLANET INSURANCE COMPANY thereby as fully and lo the same extent as if such bonds and undertakings and ( obligatory in the nature thereof were signed by an Executive Officer 01 the PLANET INSURANCE COMPANY and sealed and attested bj such officers. and hereby ratilies and confirms all that Ib said Attorney(s)-in-Fad may do in pursuance herd. This Power of Attorney is granted under and by authority of Arlicle VI1 of the By-Lsws of PLANET lNSURANCE COMPANY w effective September 21. 1981. which provisions are now In full brce and effect. reading as follows: ARTICLE VI1 - EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board of Directors. the President the Chairman of the Board. any Senior Wce President. any Vice President or Assistant VI or olher officer designated by the Board of Directors shall have power and authority lo (a) appoint Allorneys-in-Fact and to authorize the on behall of the Company. bonds and undertakings. recognizances. ContracIs 01 indemnity and other writings obligatory in the nature @) IO remove any such Attorney-in-Fact at any time and revoke the power and authority given to him. 2. Attorneys-in-Fact shall have power and authority. subject lo the terms and limitations of the power of attorney issued IO Ihem. to deliver on behalf of the Company. bonds and undertakings. recognizances. contracts of indemnity and other writings obligatory in the N The corporate seal is not necessary for the validity of any bonds and undertakings. recognizances. contracts of indemnity and other writin in the nature thereof. 3. Attorneys-in-Fact shall have power and authorily (0 execute affidavits required to be attached to bonds. recognizances. contracts or other conditional or obligatory undertakings and they ahall also have power and aulhority to certify the linancial statement of lhe Con copies of the By-Laws of the Company or any article or section thereof. This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board 01 PLANET INSURANCE COMPANY at a meeting held o(1 the 291h day of March. 1982. at which a quorum was prmnt. and said Resolution amended or repealed: 0 “Resolved. that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of al or any cedificate relating thereto by facsimile. and any such power of anorney or certificate bearing such facsimile signalures or fac seal shall be valid and binding upon the Company and any such power so execuled and cettified by facsimile signatures and lacsimi shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is anached.” IN WTNESS WHEREOF. the PLANET INSURANCE COMPANY has caused these presents to be signed by its Vice President. and its cor1 be hereto affixed. this 15th day d February 19 91 -. STATE OF Washington On this 15th day of .IS g 1 . personally appeared L to me known to be the Vice-President 01 the PLANET INSURA instrument and affixed the seal of said cotporation thereto. and tha set forth therein. are still in lull force. King COUN‘PI OF ’ ’ My Commission Expires: tary Public in and loc the S May 15 .lQ 94 Residing at Tacoma 1, Keith A. Poling and effect IN WITNESS WHEREOF. I have hereunto set my hand and affixed the seal 01 said Company this , Assistant Secretary of the PLANET INSURANCE COMPANY. do hereby cI a&ve and fwegoing is a true and correct copy d a Power of Attorney executed by said P Io 1 Assislant Secretary ~~~-1431 7/82 RGV INSURANCE AGENCY 1119 W. Glenoaks Blvd. P.O. Box 10190 Grgo & Gordon Grbavac Construction Co. Inc. 481 West Longden Ave. Arcadia, CA 91007 ECA 14428966 ALL OWNED AUTOS SCHEDULED AUTOS ECA 14428990 HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL W MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER N CITY OF CARLSBAD ATTN: RUTH FLETCHER 1200 CARLSBAD VILLAGE DR. CARLSBAD, CA 92008 GRGO & ON GRBAVAC a”lUJCTION kdt, Eff. 10/16/91 ECA 14428966 * O:.If.31 I.‘, 1.’.1 {:I fJ1 l:Al I.lA 1.~1: 1% \ (<ii/.lli! 1,’ - 1 fit:; I NOO(<!;(.td(:N 1. (;I{AN(:(:!; 1 If\: l’Ot.l<;Y l’~.t:AStI !?[:A0 lr ~AflCfUC[Y. AOOII‘10NAC INSURED - OWNERS, LESSEES OR a CON?-f?ACTORS (FORM [3) I Itch C<N~C~C w(iic‘iiI ith)<fific\ ccisrtr.1iicc oiovc(lc<t crrr(lcc ((IC fo(lowcci(: COMMCI?CIAI. GCNCRAC tlAOlLl TY COVCRAGC PAI?I. SCf{Foclc F CITY OF CARISBAD 1200 Carlsbad Village Dr. Carlsbad, CA 92008 Namc of Pcrsoci or ITS OFFICIALS, mmms AND V0-E ((I no entry appears above. information required to compfcic this cndorscmcnt will lx shown in the Dcdara as applicable lo this cndorscmml.) WHO tS AN lNSUREO (Section It) is amended to indude as an insured the person or organization shown in Schedule. but only with respect lo liability arising out of “your work’. lor that insured by or for you. me Insurance provided by this e&orsawnt with thc additiondl insured rimed above is primary. other insurancle afforded to the additional insurd shall apply as ex-s of and not mntribue with the inswane afforded 0 by this endorscmcnt- 0 CG 20 lo 11 85 co(ty~~~f~(. (~1Su~J~1CC SCIVICCS Otfp. -- lm.. 1904 ,,,,.. ,---u,.c~\.,L.~\<~-I ~II~\IX\SL.J ttt~ I LICIL~. I k.C-j\4@tLftLJ 11 \.14111 I C11.L-l WAIVER OF TRANSFER RIGt-iTS Of- t?ECOVER\' AGNNS OTf-1ERS * e '1 111s cndorscciicnl ciiodtfics (fiSwJncc (irclvctlcd ucidcr ~'IC tollowtol: COMhK KIAC CCNCHAC ClAO1CITY COVCHACC PARl. OwN€RS AN0 CONTRACTORS PROTECTIVE LIAOiLIrY CovCRAGf PAHT . sc ti L3U LE Nomc ol Pereon or Orgsdratlan: SEE BETm (If no entry appears above, information required to complete this tndorsamcnt will be shown in the Oedaral as applicable to (his endorsement.) We waive any right of recoverywe may have against the person or organization shown in the Schedulc becaw paymcnts we make Cor injury or damage arising out ot "your work" donc undcr a contract with that pcrso organization. The waiver applies only to theperson or organization shown in the Schedulc. . CITY OF CARISBAD 1200 Carlsbad Villaqe Dr. Carlsbad, CA 92008 ITS OFFICIAIS, mIQ- AND VOLLhTEmS P 0 ~ -_ -- -. --.-- - -_ --__ -- ----_ . - -. - - . -- ---__ -- - --- ._ ~~~l)'f~~tl~ Irl:CJrJfICC 5CfvtCCI ()[flee.. [(IC . Iquc - I .rG 2404 11 85 STATE INSURANCE P.O. BOX 807, SAN FRANCISCO, CA 94101-0807 COMPENSATION @ Fu N D CERTIFICATE OF WORKERS' COMPENSATION INSURANCE 5 d E" 1 25: POLICY NUMBER: 1 i 5 :, 2 8 4 - 5 ~ . CERTIFICATE EXPIRES: 5, - 1 - g 2 r 2 Li 1 LL I 1G 4 -- A~ I s L~~ 2331~1~~~' LiA5.Lsb~*2p r,x 32L ???- r?7$ ?- L This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer. We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which thrs. certificate of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. - e EMPLOY E R r i, d & (7'32':JLC "X L i I: c :.Le LL\C, 48 - "lo Lt,j;i";E?, LYL',, * t COPY FOR INSURED'S FILE SClF 10262 (REV. 10-86) I I 21 I I 1 I I I b I I I I 1 I 1 OPTIONAL, ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION F This Escrow Agreement is made and entered into by and between the City of Carlsbac whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafte called "Ciw' and whos address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agre as follows: 1. Pursuant to Section 22300 of the Public Contract Code, Contractor has the optio to deposit securities with Escrow Agent as a substitute for retention earning required to be withheld by City pursuant to the public works contract entere into between the City and Contractor for in th amount of dated (hereinafter referred to as the "Contract"). A copy of said contract is attached a Exhibit "A". When Contractor deposits the securities as a substitute for Contrac earnings, the Escrow Agent shall notify the City within ten (10) days of th deposit. The market value of the securities at the time of the substitution sha be at least equal to the cash amount then required to be withheld as retentio under the terms of the Contract between the City and Contractor. Securities sha be held in the name of City of Carlsbad and shall designate the Contractor as th beneficial owner. Prior to any disbursements, Escrow Agent shall verify that th present cumulative market value of all securities substituted is at least equal t the cash amount of all cumulative retention under the term of the Contract. The City shall make progress payments to the Contractor for such funds whic otherwise would be withheld from progress payments pursuant to the Contrac provisions, provided that the Escrow Agent holds securities in the form an amount specified above. Alternatively, the City may make payments directly to Escrow Agent in th amount of retention for the benefit of the City until such time as the escroi 2. 3. I created hereunder is terminated. P 10/3/90 Re 1. 1 2 I 1 I I I I, I 1 I 8 1 .... 8 II .... I Contractor shall be responsible for paying all fees for the expenses incurred b Escrow Agent in administering the escrow account. These expenses any paymer terms shall be determined by the Contractor and Escrow Agent. The interest earned on the securities or the money market accounts held i escrow and all interest earned on that interest shall be for the sole account c Contractor and shall be subject to withdrawal by Contractor at any time and fro1 time to time without notice to the City. Contractor shall have the right to withdraw all or any part of the principal in th Escrow Account only by written notice to Escrow Agent accompanied by writte authorization from City to the Escrow Agent that City consents to the withdraw: of the amount sought to be withdrawn by Contractor. The City shall have a right to draw upon the securities in the event of default E the Contractor. Upon seven (7) days written notice to the Escrow Agent fro] the City of the default of the Contractor, the Escrow Agent shall immediate1 convert the securities to cash and shall distribute the cash as instructed by tE City. Upon receipt of written notification from the City certifying that the Contractc has complied with all requirements and procedures applicable to the Contrac Escrow Agent shall release to Contractor all securities and interest on deposit le: escrow fees and charges of the Escrow Account. The escrow shall be close immediately upon disbursement of all monies and securities on deposit an payments of fees and charges. Escrow Agent shall rely on the written notifications from the City and tl- Contractor pursuant to Sections 6 thru 8 and 10, inclusive, of this agreement an the City and Contractor shall hold Escrow Agent harmless from Escrow Agent release and disbursement of the securities and interest as set forth in Sections thru 8 and 10. ? 4* 5. I 6. 7. 8. 9. .... .... .... .... f 10/3/90 Re 3( The names of the persons who are authorized to give written notices or tc receive written notice on behalf of the City and on behalf of Contractor i] connection with the foregoing, and exemplars of their respective signatures ar as follows: For City: Title I I 1 U I II I, I I i 1 I 1 1 8 10. ? Name I Signature Address For Contractor: Title I Name Signature Address For Escrow Agent: Title Name Signature Address P 10/3/90 Rei 3 At the time the Escrow Account is opened, the City and Contractor shall deliver to th Escrow Agent a My executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officer on the date first set forth above. 1 For City: Title 'r I I 1 1 Name Signature I Address For Contractor: Title Name I Signature Address For Escrow Agent: Title b Name I Signature Address I I I I 1 1 8 P 10/3/90 Re 3; I 1 RELEASE FORM THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS NAME OF CONTRACTOR: ? 1 PROJECT DESCRIPTION: PERIOD WORK PERFORMED: The above-named Contractor hereby acknowledges payment in full for all compensatioi of whatever nature due the Contractor for all labor and materials furnished and for al work performed on the above-referenced project for the period specified above with thi exception of contract retention amounts and disputed claims specifically shown below. RETENTION AMOUNT FOR THIS PERIOD: $ I 1 I I 1 I I I I 1 I 8 DISPUTED CLAIMS DESCRIPTION OF CLAIM AMOUNT CLAIMED The Contractor further expressly waives and releases any claim the Contractor may haw of whatever type or nature, for the period specified which is not shown as a retentio; amount of a disputed claim on this form. This release and waiver has been mad voluntarily by Contractor without any fraud, duress or undue influence by any person o entity. Contractor further certifies, warrants, and represents that all bills for labor, materials, an work due Subcontractors for the specified period have been paid in N1 and that the partie signing below on behalf of Contractor have express authority to execute this release. DATED: I, PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporation, etc.) By: I Title: By: Title: 10/3/90 Re P 3 I I SPECIAL PROVISIONS I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION ? I 1-1 TERMS 1 I i I I I I I I i 1 I To Section 1-1, add: A. Reference to Drawings: Where words "shown," "indicated," "detailed," "noted," "scheduled," or words of simil; import are used, it shall be understood that reference is made to the plans accompanyin these provisions, unless stated otherwise. B. Directions: Where words "directed," "designated," "selected," or words of similar import are used, shall be understood that the direction, designation or selection of the Engineer is intendec unless stated otherwise. The word ''required' and words of similar import shall 1: understood to mean "as required to properly complete the work as required and i approved by the City Engineer," unless stated otherwise. b C. Equals and Approvals: Where the words "equal," "approved equal," "equivalent," and such words of similar imp0 are used, it shall be understood such words are followed by the expression "in the opinio of the Engineer," unless otherwise stated. Where the words "approved," "approval "acceptance," or words of similar import are used, it shall be understood that the approva acceptance, or similar import of the Engineer is intended. 111 D. Perform and Provide: The word "perform" shall be understood to mean that the Contractor, at her/his expensi shall perform all operations, labor, tools and equipment, and further, including tf furnishing and installing of materials that are indicated, specified or required to mean thi the Contractor, at herfis expense, shall furnish and install the work, complete in place an ready to use, including furnishing of necessary labor, materials, tools, equipment, ar transportation. 10/3/90 Re P I I 34 1-2 DEFINITIONS Modify Section 1-2 as follows: Agency - the City of Carlsbad, California Engineer - the Project Manager for the City of Carlsbad or his approved representative 24 CONTRACXBONDS Modify Paragraph 3 as follows: Contractor shall provide two good and sufficient surety bonds. The "Payment Bond' (Material and Labor Bond) shall be for not less than 50 percent of the contract price tc satisfy claims of material suppliers and of mechanics and laborers employed by contract01 on the project. Add: The Payment Bond and the Performance Bond shall be kept in full force and effect by thf Contractor during the course of this project. Both bonds shall extend in full force an( effect and be retained by the City for a period of one (1) year from the date of forma acceptance of the project by the City. ? I I I I I I I 1, 8 I 1 8 I I b 2-5 PLANS AND SPECIFICATIONS To Section 2-5.1, General, add: The speciffcations for the work are the Standard Specifications for Public Work, Construction, 1985 Edition, the 1986 supplement, and the January, 1986 Standard Specia Provisions, hereinafter designated SSPWC, as issued by the Southern California Chapter o the American Public Works Association, and these General Provisions. The Construction Plans consist of one (1) sheet designated as City of Carlsbad Drawing No 300-4. The standard drawings utilized for this project are the latest edition of the & Dieno Area Regional Standard Drawinns, hereinafter designated SDRS, as issued by the Sa Diego County Department of Public Works, together with the City of Carlsbac Supplemental Standard Drawings. Copies of pertinent standard drawings are enclosed wit1 these documents. To Section 2-5.3, Shop Drawings, add: 10/3/90 Rei P I 8 3! Where installation of work is required in accordance with the product manufacture? direction, the Contractor shall obtain and distribute the necessary copies of sucl instruction, including two (2) copies to the City. f I To Section 2-5, add: 2-5.4 Record DrawinEs: The Contractor shall provide and keep up-to-date a complete "as-built" record set o transparent sepias, which shall be corrected daily and show every change from the origina drawings and specifications and the exact "as-built'' locations, sizes and kinds of equipment underground piping, valves, and all other work not visible at surface grade. Prints for thi purpose may be obtained from the City at cost. This set of drawings shall be kept on thl job and shall be used only as a record set and shall be delivered to the Engineer up01 completion of the work. I I I I I 1 I I I I I I 4-1 MATERIALS AND WORKMANSHIP To Section 4-1.3.1 , Inspection Requirements, General, add: All work shall be under the observation of the Engineer or his appointed representative The Engineer shall have free access to any or all parts of work at any time. Contract0 shall furbish Engineer with such information as may be necessary to keep her/him full: informed regarding progress and manner of work and character of materials. Inspectior of work shall not relieve Contractor from any obligation to fulfill this Contract. Modify Section 4-1.4, Test of Materials, as follows: Except as specified in these Special Provisions, the Agency will bear the cost of testinl materials and/or workmanship where the results of such tests meet or exceed thc requirements indicated in the Standard Specifications and the Special Provisions. The cos of all other tests shall be borne by the Contractors. At the option of the Engineer, the source of supply of each of he materials shall bc approved by him before the delivery is started. All materials proposed for use may bc inspected or tested at any time during their preparation and use. If, after trial, it is fount that sources of supply which have been approved do not furnish a uniform product, or i the product from any source proves unacceptable at any time, the Contractor shall furnisl approved material from other approved sources. After improper storage, handling or an; other reason shall be rejected. 4 I 10/3/90 Re\ r. I 3t All backfill and subgrade shall be compacted in accordance with the notes on the plans anc the SSPWC. Compaction tests may be made by the City and all costs for tests that mee or exceed the requirements of the specifications shall be borne by the City. Said tests may be made at any place along the work as deemed necessary by the Engineer The costs of any retests made necessary by noncompliance with the specifications shall bt borne by the Contractor. Add the following section: 1 I I I I I I I c I 4-1.7 Nonconforminn Work The contractor shall remove and replace any work not conforming to the plans o specifications upon written order by the Engineer. Any cost caused by reason of thi nonconforming work shall be borne by the Contractor. I 5-1 LOCATION Add the following: The City of Carlsbad and affected utility companies have, by a search of known record: endeavored to locate and indicate on the Plans, all utilities which exist within the limit of the work. However, the accuracy of completeness of the utilities indicated on the Plan is not guaranteed. 54 RELOCATION Add: The temporary or permanent relocation or alteration of utilities, including servic connection, desired by the Contractor for his/her own convenience shall be the Contractor own responsibility, and he/she shall make all arrangements regarding such work at no co: to the City. If delays occur due to utilities relocations which were not shown on the Plan it will be solely the City's option to extend the completion date. In order to minimize delays to the Contractor caused by the failure of other parties t relocate utilities which interfere with the construction, the Contractor, upon request to th City, may be permitted to temporarily omit the portion of work affected by the utility. Tf portion thus omitted shall be constructed by the Contractor immediately following tE relocation of the utility involved unless otherwise directed by the City. b I I 10/3/90 Re a P 1 I I 37 6-1 CONSTRUCTION SCHEDULE Mom this section as follows: A construction schedule is to be submitted by the Contractor per the following: r 1 1. The prime contractor is required to prepare in advance and submit at the time of the project preconstruction meeting a detailed critical path method (CPM) project schedule. This schedule is subject to the review and approval of the City. 2. The schedule shall show a complete sequence of construction activities, ident*g work for the complete project in addition to work requiring separate stages, as well as any other logically grouped activities, The schedule shall indicate the early and late start, early and late finish, 50% and 90% completion, and any other major construction milestones, materials and equipment manufacture and delivery, logic ties, float dates, and duration. The prime contractor shall revise and resubmit for approval the schedule as required by City when progress is not in compliance with the original schedule. The prime contractor shall submit revised project schedules with each and every application for monthly progress payment identifying changes since the previous version of the schedule. I D 1 I I b I I 1 I 1 I 1 1 3. 4. The schedule shall indicate estimated percentage of completion for each item of work at each and every submission. The failure of the prirne contractor to submit, maintain, or revise the aforementioned schedule (s) shall enable City, at its sole election, to withhold up to 10% of the monthly progress payment otherwise due and payable to the contractor until the schedule has been submitted by the prime contractor and approved by City as to completeness and conformance with the aforementioned provisions. 5. 10/3/90 Re P I I I I 3 No changes shall be made to the construction schedule without the prior written approv: of the Engineer. Any progress payments made after the scheduled completion date sha not constitute a waiver of this paragraph or any damages. Coordination with the respective utility company for removal or relocation of conflictin utilities shall be requirements prior to commencement of work by the Contractor. t 6-7 TIME OF COMPLETION The Contractor shall begin work within ten (10) calendar days after receipt of the "Notic to Proceed" and shall diligently prosecute the work to completion as follows: Phase I: Construct sewer main, laterals and manholes on Alder and Holly Brae, pave an open roads to traffic (30 days). Phase 11: Construct remaining portion of sewer line Sta. 7+70 to 8+83 and all other WOI I I P including cleanup (30 days). Hours of work - All work shall normally be performed between the hours of 7:OO a.m. ar sunset, from Mondays through Fridays. The contractor shall obtain the approval of tf Engineer if he/she desires to work outside the hours state herein. Contractor may work during Saturdays and holidays only with the written permission ( the Engineer. This written permission must be obtained at least 48 hours prior to SUC work. The Contractor shall pay the inspection costs of such work. I b I I 1 e I I 1 6-8 COMPLETION AND ACCEPTANCE I Add the following: All work shall be guaranteed for one (1) year after the filing of a "Notice of Completioi and any faulty work or materials discovered during the guarantee period shall be repain or replaced by the Contractor, at his expense. 6-9 LIQUIDATED DAMAGES If the individual completion dates for Phase I and Phase 11 are not met, the Contractor w be assessed the sum of $SOO.OO per day for each day beyond the completion date for Pha I and $300.00 per day for Phase I1 as liquidated damages for the delays. Any progre payments made after the specified completion date shall not constitute a waiver of th paragraph or of any damages. 10/3/90 Re P I I 35 7-5 PERMITS Modify the first sentence to read: The agency will obtain, at no cost to the Contractor, all encroachment, right-of-way grading, and building permits necessary to perform work for this contract on City property in streets, highways (except State highway right-of-way), railways or other rights-of-way Add the following: Contractor shall not begin work until all permits incidental to the work are obtained. r a I I k b I 1 T 1 1 I 1 ci 7-8 PROJECT AND SITE MANAGEMENT To Section 7-8.1, Cleanup and Dust Control, add: Cleanup and dust control shall be executed even on weekends and other non-working da) at the City's request. Add the following to Section 7-8: 7-8.8 Noise Control All internal combustion engines used in the construction shall be equipped with mufflei in good repair when in use on the project with special attention to City Noise Contrc Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. I I 7-10 PUBLIC CONVENIENCE AND SAFETY Add the following to Section 7-10.4, Public Safety: 7-10.4.4 Safety and Protection of Workers and Public The Contractor shall take all necessary precautions for the safety of employees on the wo and shall comply with all applicable provisions of Federal, State and Municipal safety la\ and building codes to prevent accidents or injury to persons on, about, or adjacent to tl premises where the work is being performed. He/she shall erect and properly maintain all time, as required by the conditions and progress of the work, all necessary safeguarl for the protection of workers and public, and shall use danger signs warning again hazards created by such features of construction as protruding nails, hoists, well holes, ai falling materials. 10/3/90 RE ? I I 4( I I I It 7-13 LAWS TO BE OBSERVED Add the following: Municipal ordinances which affect this work include Chapter 11.06. Excavation an( Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds for use in the proposed construction project which would be subject to Section 1601 o Section 1603 of the Fish and Game Code, such conditions or modifications establishec pursuant to Section 1601 of the Fish and Game Code shall become conditions of th contract - 8 FACILITIES FOR AGENCY PERSONNEL Delete this section. t I 9-3 PAWENT 1 1, of retention. Modify Section 9-3.2, Partial and Final Payment, as follows: Delete the second sentence of the third paragraph having to do with reductions in amour 18 SURVEYING Contractor shall employ a licensed land surveyor or registered civil engineer to perfon necessary surveying for this project. Requirements of the Contractor pertaining to this itei are set forth in Section 2-9.5 of the SSPWC. Contractor shall include cost of surveying service within appropriate items of proposal. No separate payment w be made. Survey stakes shall be set and stationed by the Contractois surveyor for curbs at 5 intervals (25’ intervals for curves), curb returns at BCR, 1/4, 1/2, 3/4, and ECR, header sewers, storm drains, and structures (4 corners min.). Rough grade as required to satis cut of fill to finished grade (or flowline) as indicated on a grade sheet. Contractor shall transfer grade hubs for construction and inspection purposes to crown lii base grade of streets as required by Engineer. ii 1 P E I I D 1 10/3/90 Rt rp I 41 Contractor shall protect in place or replace all obliterated survey monuments as per Section 8771 of the Business and Professional Code. Contractor shall provide Engineer with 2 copies of survey cut sheets prior to commencing construction of surveyed item. 11 WATER FOR C0NSI"RUCTION The Contractor shall obtain a construction meter for water utilized during the constructior under this contract. The Contractor shall contact the appropriate water agency foi requirements. The contractor shall include the cost of water and meter rental withir appropriate items of the proposal. No separate payment will be made. i I li T n i b I 1 P a 4 i I 1 P 10/3/90 Re7 y. L 1 4: t 8 s I Io I I, I I I 1 s I I 1 t 11. SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION MATERIALS 10/3/90 Re if I' 43 SECTION 01001 GENERAL TERMS AND CONDITIONS PART 1 - GENERAL i 1.01 SCOPE . II I L 1 I I ID I B 0 J. I I This section defines the general conditions and terms associated with this project and establishes supplementary standard documents which are part of the Contract Documents. The work to be performed under this project shall consist of furnishing all plant, tools, equipment, materials, supplies, and manufactured articles, and for furnishing all transportation, services, including fuel, power, and water and essential communications, and the performance of all labor, work, or other operations required for the fulfillment of the contract, in strict accordance with the specifications, schedules, and drawings, all of which are made a part hereof, and including such detail sketches as iuay be furnished by the Engineer from time to time during the construction in explanation of said drawings. The work shall be complete, and all work, material, and services not expressly called for in the specifications, or not shown on the drawings which may be necessary for complete and proper construction to carry out the contract in good faith shall be performed, furnished, and installed by the Contractor at no increase in cost to s the Owner. 1.02 SUPPLEMENTARY DEFINITIONS In addition to or in lieu of the terms and definitions referenced in other parts of the Contract Documents, wherever the following terms and definitions are used, the intent and meaning shall be as follows: (1) City; Owner: The City of Carlsbad (2) Council: The City Council of the City of Carlsbad (3) Engineer: The City Engineer of the City of Carlsbad, acting either directly or through properly authorized agents or representatives. (4) Drawings or Plans: All drawings, plans, maps, I profiles, diagrams, delineating the work on the project. f 41 5' I' 1.03 SUPPLEMENTARY PLANS AND SPECIFICATIONS In addition to the requirements of the plans and specifications, entitled, "Construction of the Holly Brae Lane Sewer", the following standards shall be considered in this entirety as part of the Contract Documents. Where there is a conflict between standards or between the standards listed below and the plans and specifications, the more stringent requirement shall govern. All conflicts shall be immediately brought to the attention of the f t s 1 B I b I I P I I 8 i I 1E Engineer. A. STANDARD SPECIFICATIONS: The "Standard Specifications for Public Works Construction", 1988 Edition, as written and promulgated by the Joint Cooperative Committee of the Southern California Chapter of the American Public Works Association and Southern California District of the Associated General Contractors of California, complete with the "Regional Supplelzlent Amendments" prepared by the San Diego County Department of Public Works. This standard is herein referenced as "Standard Specifications " or "Green Book". B. CARLSBAD STANDARDS: The "Standard Design Criteria for the Design of Public Works Improvements in the City of Carlsbad" approved by the City Engineer on June 19, 1987. This standard is herein referenced as "City Standards". C. STANDARD DRAWINGS: The "San Diego Area Regional Standard Drawings" recommended by the Regional Standards Committee and published by the San Diego County Department of Public Works. This standard is herein references as "SDRSD". De ASTM STANDARDS: The applicable standards of the American Society of Testing and Materials, herein referenced as "ASTM". E. AWWA STANDARDS: The applicable standards of the American Water Works Association, herein referenced as "AWWA". 1.04 SERVICE OF NOTICE The delivery of any notice, instruction, claim or protest or other written communications, personally to the Contractor or his Superintendent or to the Engineer, or to f 3> 45 the City Clerk of the City of Carlsbad shall constitute service thereof upon the Contractor, the Engineer, or to the Owner, respectively. The depositing in a post-paid wrapper directed to the official address of the Contractor, the Engineer, or the Owner in any post office mail box regularly maintained by the post office, or any notice, instruction, claim or protest, or other written communication, shall be deemed sufficient service thereof upon the Contractor, the Engineer, or the Owner, respectively, and the date of service shall be the day following the date of such mailing. The official address of the Contractor shall be the address given in the accepted proposal or such other address as the Contractor may subsequently designate in writing to the Engineer and to the Owner. The official address of the City Engineer is City of Carlsbad, 2075 Las Palmas Drive, Carlsbad, CA 92009, or such other address as the Engineer may subsequently designate in writing to the Contractor and to the Owner. The official address of the Owner is City of Carlsbad, 2075 Las Palmas Drive, Carlsbad, CA 92009, or such other address as the Owner may subsequently designate in writing, to the Contractor and to the Engineer. i 5 1 I I 0 I b 1, I li a I s I 1E 1.05 ADDITIONAL PLANS The Contractor will be furnished sufficient sets of plans to properly complete the work. There will be no charge for such plans and specifications. 1.06 TRAFCIC AND ACCESS In addition to the requirements of Section 7-10.1 of the Standard Specification governing Traffic and Access, the Contractor shall conform to the following supplementary requirements : (1) If a street must be completely closed for proper construction operations, prior approval of the Engineer shall be obtained. Applications for a street closure shall be made to the authority having jurisdiction at least 14 days prior to the street closure in order to determine necessary signing and detour requirements. (2) All traffic lanes shall be a minimum width of 11 feet unless otherwise specified. In addition to the lane width specified herein, the Contractor shall maintain a minimum clearance of five feet to excavatiom and a minimum clearance of two feet to f 46 U' I' I 1 s I E I I, ff E B E I I i I curbs, barricades, and to other vertical obstructions. (3) The Contractor shall submit for the Engineer's approval seven (7) working days prior to any traffic control and time schedule for those phases of construction making such rerouting necessary. The Contractor shall cooperate with local authorities relative to handling traffic through the area and shall make his own arrangements relative to keeping the working area clear of parked vehicles. t Adequate drainage facilities shall be provided to maintain the traveled pavement surface in a condition free froln ponded or running water. Water shall not be diverted from existing courses or ponded onto private property without the express permission, in writing, from the property owner. 1.07 INTERPRETATION OF PLANS AND SPECIFICATIONS Figured dimensions on drawings shall govern, but work not dimension shall be as directed. Work not particularly shown or specified shall be the same as similar parts that are shown or specified. Large scale details shall take precedence over smaller scale drawings as to shape and details of construction. Specifications shall govern as to materials, workmanship, and installation procedures. Drawings and specifications are intended to be fully cooperative and to agree. The specifications calling for the higher quality material or workmanship shall prevail. In the event of any discrepancy between any drawings and the figures thereon, the figures shall be taken as correct. In the event of any doubt or question arising respecting the true meaning of the specifications, reference shall be made to the Engineer whose decision thereon shall be final. 1.08 CONTROL OF WORK A. SUPERINTENDENCE: The Contractor shall designate in writing a competent supervisor for the work, who must be personally present on the premises where the work is done. The Contractor shall designate an authorized representative who shall have the authority to represent and act for the Contractor, and any written or verbal directions or requests of the Owner's representative delivered to such representative shall have the same force and effect as if delivered to the Contractor. Said authorized representative shall be present at the E i 47 I site of the work at all times while work is actually in progress on the contract. When work is not in progress and during periods when work is suspended, arrangements acceptable to the Owner's representative shall be made for any emergency work which may be required. The Contractor's supervisor shall have the authority to B sign any change order, coordinate the work of all subcontractors, and make other decisions pertaining to the contract. ? 3. ADVANCE NOTIFICATION: It shall be the Contractor's responsibility to determine and notify those agencies requiring advance notification for inspection or other purposes before beginning construction in any area of concern to said agency. A minimum of 48 hours' advance notice shall be given to the various agencies before beginning construction in the area unless specific advance times and requirements are stated in these special provisions or required by the District. The names arid telephone numbers for the respective agencies are listed in the plans or in the special provisions. 1 I I 1 t b 5 1 i I I I 8 I C. INSPECTION: The Owner's representative shall at all times have access to the work during construction and shall be furnished with every reasonable facility for ascertaining full knowledge respecting the progress, workmanship, and character of materials and equipment used and employed in the work. Whenever the Contractor varies the period during which work is carried on each day, he shall give due notice to the Owner's representative so that inspection may be provided. Any work done in the absence of the Owner's representative will be subject to rejection. All installations which are to be backfilled or otherwise covered shall be inspected by the Owner's representative prior to backfilling or covering and the Contractor shall give due notice in advance of backfilling or covering to the Owner's representative so that inspection may be provided. The inspection of the work shall not relieve the Contractor of any of his obligations to fulfill the contract as prescribed. Defective work shall be made good and unsuitable materials and equipment may be rejected notwithstanding the fact that such defective work and unsuitable materials and equipment have been previously I. S' 48 inspected by the Owner's representative or that payment therefore has been included in an estimate for payment. i' f I I E 1 b 0 I B P Q 1 D. PRESERVATION OF PROPERTY: The Contractor shall exercise due care to avoid injury to existing improvements or facilities, utility facilities, adjacent property and trees and shrubbery that are not to be removed. G All trees and shrubbery that are not to be removed, and pole lines, fences, signs, survey markers and monuments, buildings and structures, conduits, pipelines under or aboveground, sewer and waterlines, all highway or street facilities, and any other improvements or facilities within or adjacent to the work shall be protected from injury or damage, and the Contractor shall provide and install suitable safeguards to protect such objects from injury or damage. If such objects are injured or damaged by reason of the Contractor's operation, they shall be replaced or restored at the Contractor's expense to a condition as good as when the Contractor entered upon the work or as good as required by the plans and specifications if any such objects are a part of the work being performed. 9 The fact that any such pipe or other underground facility is not shown on the plans shall be relieve the Contractor of his responsibility under this article. In addition to any requirements imposed by law, the Contractor shall shore up, brace, underpin, and protect as may be necessary, all foundations and other parts of all existing structures adjacent to and adjoining the site of the work which are in any way affected by the excavations or other operations connected with the performance of the work. Whenever any notice is required to be given by the Owner or the Contractor to any adjacent or adjoining landowner or other party before commencement of any work, such notice shall be given by the Contractor. E E. DRAINAGE PRECAUTIONS: Upon completion of each workday, the Contractor shall take all necessary preventative measures to avoid the impounding of storm runoff or nuisance water within the construction area, or upon private property. 3 F. WATER POLLUTION CONTROL: The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution and shall conduct and schedule his operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. f i i I I I I 31 I, a I I I I I 8 il 45 1.09 EXISTING UTILITIES AND IMPROVEMENTS Copies of the construction plans have been sent to the various utilities for thei use in determining any necessary relocation of facilities. Additionally, a request has beel made to check said plans for errors, omissions or discrepancies. It shall be the Contractor' responsibility to contact the various utilities to determine the extend and time required fo any and all relocations and for reconstructions of utility facilities. A time extension Wil be granted to the Contractor where utility relocations and/or reconstructions interfere wit1 Contractor's work. There will not be, in any case, any additional compensation given tc the Contractor by the City for any delays to the project caused by the activities of aq c Utility. The fact that existing utilities and improvements, either above or below th ground surface, are not shown on the drawings shall not relieve the Contractor of liabilit for complete and careful protection of said improvements from damage as specified hereir All repairs to damaged utilities and improvements shall be inspected an approved by an authorized representative of the improvement owner before bein concealed by backfill or other work. I PAYMENT: Payment for supporting, protecting, and in case of damage repairing utilities shall be included in various items of work and no other compensation will b made. 1.10 UTILITY SERVICE INTERRUPTION In all cases of alteration or relocation of service connections, the Contractor sha notify the residence being affected a minimum of four (4) hours prior to said alteration c relocation and the service connection shall be returned to service in an amount of the tim not to exceed four (4) hours. Interruption of service to commercial establishments sha only be done during hours which the commercial establishment is closed. 1.11 MAINTENANCE AND GUARANTEE The Contractor hereby guarantees that the entire work constructed by him undc the contract will fully meet all requirements of the contract as to quality of workmanshi and materials furnished by him. The Contractor hereby agrees to make, at his ow expense, any repairs or replacements made necessary by defects in materials c workmanship supplied by him that become evident within one (1) year after the date ( final payment, and to restore to full compliance with the requirements of the5 specifications all parts of the work which during the one (1) year period are found to 1: deficient with respect to any provisions of the specifications. f 1 5c t i I d s I I t 1 4 li I 5 ]E 1 Replacement of earthfill or backfill, where it has settled below the required finish surfaces, shall be considered part of such repair work, and any repair of resurfacing constructed by the Contractor, which becomes necessary be reason of settlement, shall be likewise considered part of such repair work unless the Contractor shall have obtained a statement in writing from the affected private owner or public agency releasing the Owner from further responsibility in connection with such resurfacing. c The Contractor shall make all repairs and replacemehts promptly upon the receipt of written order from the Owner. If the Contractor fails to make such repairs and replacements promptly, the Owner may do the work and the Contractor and his surety shall be liable to the Owner for the cost thereof. 1.12 SAFETY In accordance with generally accepted construction practices, the Contractor shall be solely and completely responsible for conditions of the jobsite, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all OSHA, state and federal laws, rules, regulations, and orders relating to safety of the public and workmen. b It is the Contractor's responsibility to acquaint himself with and abide by these regulations during all phases of construction. The Owner will not be responsible for ensuring the Contractor's compliance with said regulations. The Contractor shall hold harmless and indemnify the Owner and its agents for any damages caused by failure to abide by said regulations. The Contractor shall include any and all costs associated with compliance with said safety requirements in the appropriate bid items of work to be performed. 1.13 CONTRACTOR'S CONSTRUCTION SCHEDULE Within ten days after execution of the contract, the Contractor shall deliver to the Owner's Representative a construction progress schedule in a form satisfactory to the Owner's representative showing the proposed dates of commencement and completion of each of the various parts of the work and the anticipated amount of each monthly payment that will become due the Contractor in accordance with the progress schedule. During the course of construction of the work, the t I @ 51 Owner may require the Contractor complete portions of the project, including backfill compaction, testing, paving, and site cleanup, before the Contractor will be allowed tc proceed with other portions of the project. The specific requirements and limits of this if necessary for the contract, are shown on the plans. PIPE JACKING If City elects to jack the pipe between Sta. 7+70 and 8+82.21, pipe jacking shall bi performed per Section 306-2 of the SSPWC. Jacking steel casing shall be per Section 306 2.3 of the SSPWC. After the installation of jacked casing and sewer pipe, the spacl between the two pipes shall be backfilled with gunite concrete. Contractor shall submit details of jacking pit bracing, casing, and jacking head as require! per Section 306-2. Submittals for jacking operation shall be delivered to the City ten (10 days prior to the jacking operation has begun. PAYMENT Payment for pipe jacking shall be included in the price bid for pipe jacking and sha include costs of jacking pipe casing, cement grout sewer pipe, installation, jacking pit: bracing, and all other costs necessary to have a complete and operating sewer line. N other compensation will be made. ? I I 4 a II I I 1 Q 1 I s E 1 b t 52 8 SECTION 01060 SAFETY AND HEALTH 1.01 SAFETY AND HEALTH REGULATIONS i I 6 I B I t L e 8 a I I 1 I The Contractor shall comply with Safety and Health Regulations for Construction, promulgated by the Secretary of Labor under Section 107 of the Contract Work Hours and Safety Standards Act, as set forth in Title 29, C.F.R. Copies of these regulations may be obtained from Labor Building, 14th and Constitution Avenue, NW, Washington, DC 20013. The Contractor shall also comply with the provisions of the Federal Occupational Safety and Health Act, as amended. 1.02 TRENCH SAFETY AND SHORING OF EXCAVATION In accordance with Section 6500 of the Labor Code, and Section 7-10.4.1 of the Standard Specifications, the Contract shall obtain a permit for the excavation of trench which is five feet or more in depth and into which a person is required to descend. The permit shall be obtained from Division of Industrial Safety. The Contractor shall furnish all labaor, equipment, and materials required to design, construct and remove all sheeting, shoring and bracing or other equivalent method of support for the walls of open excavations required for the construction of this project. Excavation for any trench or structure 5 feet or more in depth shall not begin until the Contractor has received approval from the Engineer of the Contractor's detailed plan for worker protection from the hazards of caving ground. Such plan shall be submitted at least 5 days before the Contracator intends to begin excavation and shall show the details of the design of shoring, bracing, sloping or other provisions to be made for worker protection during such excavation. No such plan shall allow the use of shoring, sloping or a protective system less effective than that required by the Construction Safety Orders of the Division of Industrial Safety, and if such plan varies from the shoring system standards established by the Construction Safety Orders, the plan shall be prepared and signed by an Engineer who is registered as a Civil or Structural Engineer in the State of California. a f 1. 53 ? Prior to the beginning of excavations requiring shoring, the Contractor shall designate in writing to the Engineer, someone whose responsibility it is to supervise the project safety measures and someone whose responsibility it is to supervise the installation and removal of sheeting, shoring and bracing. @ 1 Ir i I 1 @ b I 1 II II 1 I 1 I In addition to shoring the excavations in accordance with the minimum requirements of the Industrial Safety Orders, it shall be the Contractaor's responsibility to provide any and all additional shoring required to support the sides of the excavation against the effects of loads which may exceed those derived by using the vriteria set forth in the Industrial Safety Orders. The contractor shall be solely responsible for any damages which may result from his failure to provide adequate shoring to support the excavation under any or all of the conditions of grading which may exist, or which may arise during the construction of the project. 1F 54 r # I II 11 a I b c 1 I I I I 1 1 SECTION 01500 CONTRACTOR'S OPERATIONS AND UTILITIES 1.01 GENERAL c A. SECURITY The Contractor shall at all times be responsible for the security of his tools and equipment. The Owner will not take any responsibility for missing or damaged equipment, tools, or personal belongings. ------- B. ------ OFFICE During the performance of the contract the Contractor shall maintain a suitable office at the work site which shall be the headquarters of the Contractor's representative. The Contractor's office shall be located in an area approved by the Owner. C. ------ PARKING Parking shall be as designated by the Owner. I 1.02 ENVIRONMENTAL CONTROL SITE CONDITIONS A. -------_I Throughout all phases of construction, including suspension of work, and until final acceptance of the project, the Contractor shall keep the work site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping, and sprinkling with water, or other means as necessary. During inclement weather, the Contractor shall preserve all access roadways and walkways in serviceable condition. Existing drainage facilities shall be kept free of debris and silt, Water shall not be allowed to accumulate and stand upon the site. Should the Contractor fail to take the measures necessary, in the opinion of the Engineer, to control dust, mud or drainage within 6 hours of written notification that such measures are required, the Owner reserves the right to implement the necessary actions and deduct all costs thereof from payments due the Contractor. B. ---- CLEANUP Materials and equipment shall be removed from the site as soon as they are no longer necessary and upon completion of the work. Before final inspection the entire work site shall be cleared of equipment, unused materials and rubbish so as to present a satisfactory clean and neat appearance. E 4' 5E a lr n s i I t b l 8 --- II I I 1 1 1 All cleanup costs shall be included in the Contractor's total lump sua for the work. Excess excavated material shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. c Failure of the Contractor to comply with the Engineer's cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. AIR POLLUTION CONTROL c* --------------- The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority, 2.01 PERMIT REQUIREMENTS A. GENERAL A number of permits will be required before construction activities may begin. The Contractor shall obtain all additional permits and licenses. The Contractor shall be familiar with and comply with all of the conditions and requirements of the permits. Without purporting to be complete, a brief description of the permits known by the Engineer to be required follows. ------- B. BUSINESS LICENSE The Contractor and all subcontractors are required to obtain a business license from the City of Carlsbad prior to commencing work. TRENCHING PERMIT c* -------- The Contractor shall process and keep on file for review by the Engineer, all necessary trenching permits, as required in Section 01060. 2.02 CONTRACTOR'S UTILITIES POWER A* -- The Contractor shall provide and pay for construction power used at the job site. f 8 8 5( ? B. WATER B The Contractor shall provide and pay for all water required for the project. The Contract0 shall be responsible for the integrity and protection of all existing water supply equipmen1 C. TELEPHONE The Contractor shall make provisions for mobile phone service used at the job site. Th cost for the service shall be borne by the Contractor. D. SANITARY FACILITIES The Contractor shall make provisions for sanitation facilities at the job site. E. STAGING AREA For the convenience of the Contractor, a staging area has been offered by the owner of vacant lot at the southwest corner of the Holly Brae cul-de-sac. The Contractor ma contact the property owner for proper arrangements. All necessary City permits shall E obtained prior to the utilization of the vacant lot. II B 1 I Q: b I I II I I s I I P I I 5 f B. WATER 1 The Contractor shall provide and pay for all water required for the project. The Contract( shall be responsible for the integrity and protection of all existing water supply equipmen C. TELEPHONE The Contractor shall make provisions for mobile phone service used at the job site. TI cost for the service shall be borne by the Contractor. D. SANITARY FACILITIES The Contractor shall make provisions for sanitation facilities at the job site. E. STAGING AREA For the convenience of the Contractor, a staging area has been offered by the owner of vacant lot at the southwest corner of the Holly Brae cul-de-sac (see attached Letter 1 Offer). The Contractor may contact the property owner for proper arrangements. I li s I C I I II I 8 8 1 I I t I 57 8 8 1 I a i C 8 I i II 8i II; SECTION 01620 PROTECTION OF MATERIALS, EQUIPMENT AND EXISTING UTILITIES P 1.01 GENERAL Materials and equipment shall be shipped, handled, stored, and installed by methods which will prevent damage to the items. Damaged items will not be permitted as part of the work except in cases of minor damage that have been satisfactorily repaired and are acceptable to the Engineer. I 1.02 PIPE Pipe and appurtences shall be handled, stored, and installed as recommended by the manufacturer. Pipes with soft coating such as coal tar enamel, paint, or the like shall be stored to protect the coating from physical damage or other deterioration and shall only be handled with padded, wide slings. Pipes shipped with interior bracing shall have the bracing removed only when recommended by the pipe manufacturer. 1.03 PROTECTION OF EXISTING UTILITIES The Contractor's responsibility regarding location and protection of existing utilities shall be as specified in Section 5 of the Standard Specifications. Every effort has been made to show on the Plans the service connections from existing gas, water, sewer, electrical and telephone mains. However, the information shown is merely the best estimate from the information available and does not purport to be 100 percent complete nor accurate with regard to location of service connections. In accordance with Section 5 of the Standard Specifications, the Contractor shall assume every parcel is serviced by utility mains present in the street, and no further compensation will be given to the Contractor for location and protection of service connections not shown or shown inaccurately on the Plans. 3.01 PIPE DELIVERY AND STORAGE Pipe shall be delivered to the job site and stored in accordance with the requirements of the Standard Specifications and the pipe manufacturer. 1. t I 1 58 I 0 I 8 I I I 1, 1 I II I I I I PIPING SECTION 15055 PART 1 - GENERAL t 1.01 DESCRIPTION A. SCOPE: This section describes general installation requirements and appurtenances for the sewer pipe. Specifications for specific pipe materials are included in the following sections, B. TYPE: The Holly Brae Lane Sewer shall be constructed of vitrified clay pipe or polyvinyl chloride pipe. PART 3 - EXECUTION 3.01 MANHOLES Unless otherwise shown, manholes shall have four feet-diameter bases with two feet-diameter extension shafts to grade. Construction shall be in accordance with San Diego Regional Standard Drawing Number S-17 with Drawing Number M-1 ring and cover. Iron castings shall conform to Section 206-3 of the Standard Specifications. Manh o 1 e s including all interior surfaces underneath of manhole cover and ring, shall be lined with one of the following two systems: A. PLASTIC LINER: The plastic liner shall be "T-Lock", as manufactured by Ameron, or approved equal. Material shall be in accordance with Section 210-2 of the Standard Specifications. The application of and surface preparation for the liner shall be in strict accordance with the manufacturer's recommendations. B. SPRAY COATING: The spray coating shall be a high solids content polyurethane hybrid, and shall be Durathane 100, or approved equal. The thickness of the coating shall be 50 mils on concrete and 30 mils on any ferrous surface. The coating shall be applied in strict accordance with the f m 55 a II I I I I C I I I 1 t I I 1 3.02 RESURFACING TEMPORARY RESURFACING A* --------------- All trenches across traffic lanes, where it becomes necessary to remove any existing surfacing or pavement, shall be provided with temporary trench cover. t m Temporary trench cover shall be well compacted surfacing material and shall be a minimum of two inches (2") thcik. The mineral aggregate shall, with a tolerance of five percent (5%), conform to the grading specified for three-eights inch (3/8") maximum aggregate. Bituminous binder to be mixed with the mineral aggregate shall be liquidd asphalt grade MC-3, with or without a cutback, or SC 3 or 4 and shall be between five percent (5%) and six percent (6%) by weight of the dry mineral aggregate. I Temporary trench cover surfacing material shall be stockpiled on the job site and shall be placed within six (6) hours after completion of trench backfill and compaction. Temporary trench cover shall be properly maintained until permanent trench cover is placed. B. PERMANENT RESURFACING --------------- Permanent street resurfacing shall be in accordance 1 with SDRSD Number G-24, Type "B". F 8 60 manufacturer's recommendations. The concrete surfaces to be sprayed shall receive acid, followed by water washes. I I I 8 I IC I b 1 I 8 I 1 I i The spray coating material shall have the following physical properties: r Colors: Cream, gray or black Density Cured Coating: 10.84 lb/gal (SG 1.30) Tensile Strength: 2500 psi at 25 degrees C (77 degrees F) Bond Strength: 1500 psi on steel Flexibility: No effect bending 0.5 ma plate coated with 20 mils of CPM over 8-am mandrel degrees C (77 degrees F) Elongation: Recoverable: 67% at 25 Compressibility: 4200 psi Surface Hardness: 57 Shore D at 25 degrees C Abrasion Resistance: Weight loss .0102 gas on (77 degrees F) 11-10 wheel; Taber Abraser 1000 gms at 1000 cycles Thermal Conductivity: .0175 btu/ht ft degrees F Permeability: ,0358 U.S. Perms 3.02 TRENCHING AND PIPE LAYING Trench excavation shall be as shown, and in accordance with Section 306-1.1 of the Standard Specifications. Pipe laying shall be in accordance with the Standard Specifications and the manufacturer's instructions. I 3.03 BACKFILL AND BEDDING Bedding shall encompass the area shown and shall be as specified in the subsequent specifications for specific pipe materials. Backfill shall be in accordance with Section 306-1.3 of the Standard Specifications and shall be densified by mechanical compaction or jetting to meet the compaction requirements shown. No extra payment will be made for imported backfill if it is necessary to meet the requirements of these specifications and the plans. 3.04 TESTING AND CLEANING Pipe shall be air tested in accordance with Section 306-1.4,4 of the Standard Specifications. If groundwater is present at the pipe invert, then the pipe shall be subjected to an infiltration test in accordance with Section 306-1.4.3 t s 61 of the Standard Specifications. The pipe shall be cleaned in accordance with the Carlsbad Standards. ili B I If I II I Ir, i I I 1 I II I I 3.05 RESTORATION OF SURFACE IMPROVEMENTS it All curbs, gutters, pavement and striping which are damaged or destroyed during construction of the shall be returned to no less than their original condition. Pavement shall be restored as s p e c i f i e d b e 1 o w ’. - -._ - t I 62 I. VITRIFIED CLAY PIPE SECTION 15056 PART I - GENERAL I. 1.01 DESCRIPTION 8 II I I 8 Ir, 1 I I I li I I I A. SCOPE: This section specifies vitrified clay pipe, which is one of pipe material alternatives for the Holly Brae Lane Sewer. B. TYPE: Vitrified clay pipe shall be the extra strength type with polyurethane compression joints. PART 2 - PRODUCTS Vitrified clay pipe shall conform to the requirements of ASTM C700 and Section 207-8 of the Standard Specifications. Joints shall conform to ASTM C425 and Section 208-2.3 of the Standards Specifications. I PART 3 - EXECUTION 3.01 FACTORY TESTING The pipe shall be subjected to a Bearing Test and Hydrostatic Pressure Test at the place of manufacture in accordance with Section 208-8.5 of the Standard Specifications and ASTM C301. 3.02 PIPE REPAIR Vitrified clay pipe may be repaired in accordance with Section 207-8.6 of the Standard Specifications. 3.03 FIELD TESTING AND CLEANING Vitrified clay pipe shall be tested and cleaned in accordance with Section 15055 of these Specifications. f m 63 3.04 BEDDING I I E i I I I ID I 1 I I I 111 8 8 Bedding for vitrified clay pipe shall be well-graded, angular, crushed rock. All rock shall pass a one-inch sieve and no more than 10% shall pass a #4 sieve. I. 3.05 JOINTING Field jointing of vitrified clay pipe shall be in accordance with Section 306-1.2.3 of the Standard Specifications. F I I' POLYVINYL CHLORIDE PIPE SECTION 15057 if PART 1 - GENERAL I 8 1 I I b I II li I I I 8 8 1.01 DESCRIPTION A. SCOPE: This section provides specifications for polyvir chloride pipe which is one of the alternatives for the Hol Brae Lane Sewer. B. TYPE: Polyvinyl chloride pipe shall be furnished WI elastomeric gasketed. PART 2 - PIPE AND JOINTS Polyvinyl pipe shall be in accordance with Sect] 207-17 of the Standard Specifications. Joints shall elastomeric and watertight. PART 3 - EXECUTION 3.01 TESTING AND CLEANING The polyvinyl chloride pipe shall be tested a cleaned in accordance with Section 15055 of the specifications. 3.02 BEDDING Bedding for polyvinyl chloride pipe shall well-graded, angular, crushed rock. All rock shall pass one-inch sieve and no more than 10% shall pass a #4 sieve. e 3.03 JOINTING Field jointing of polyvinyl chloride pipe shall be accordance with Section 306-1.2.9 of the Standa P Specifications. I R 6 SEWER LATERALS Refer to the attached City of Carlsbad Standard Drawing SS3 for laterals. The following revisions are made: P 1 U I I I U UD 1 I 1 I I I I U 1. All laterals six (6) feet or shallower will be constructed with 'WY connection. All laterals deeper than six (6) feet shall be constructed with a 90" lon sweep. All lateral cleanouts will be constructed one (1) foot into the prival property. All lateral stubs shall extend one (1) foot beyond the cleanout. 2. 3. 4. P 967 Recording requested by: 0) 1 CITY OF CARLSBAD 1 1 When recorded mail to: 1 1 City Clerk 1 City of Carlsbad 1 1200 Carlsbad Village Drive 1 Carlsbad, CA 92008 ) Space above for Recorder’s Use Notice is hereby given that: 1. 2. 3. 4. 5. 6. 7. NOTICE OF COMPLETION The undersigned is owner of the interest or estate stated below in the property hereinafter desc The full name of the undersigned is City of Carlsbad, a municipal corporation. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California, 9201 The nature of the title of the undersigned is: In fee. A work of improvement on the property hereinafter described was completed on June 15, 1 S The name of the contractor, if any, for such work of improvement is Grbavac Construction Corn The property on which said work of improvement was completed is in the City of Carlsbad, C of San Diego, State of California, and is described as follows: Project No. 3309, Hollv Brae I Alder Avenue Sewer Line. The street address of said property is Hollv Brae Lane - Alder Avenue. 8. YERiFiCkiiBM CF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, Cali1 , 192 accepted the above described w( 92008; the City Council of said City on X&Pr 22 completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on ,&@ . 2 3 , 19Qat Carlsbad, California. CITY OF CARLSBAD City Clerk EXHIBIT 3