HomeMy WebLinkAboutHorizon's Construction; 1982-06-14; 1116CITY OF CARLSBAD
San Diego County
California
CONTRACT DOCUMENTS & SPECIFICATIONS
for
SUNNYHILL DRIVE STORM DRAIN
CONTRACT NO. 1116
TABLE OF CONTENTS
ITEM • PAGE
NOTICE INVITING BIDS 1
PROPOSAL 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL 8
DESIGNATION OF SUBCONTRACTORS . 9
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 11
BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE 12
CONTRACT 13
LABOR AND MATERIAL BOND 16
PERFORMANCE BOND 18
GENERAL PROVISIONS 19
SPECIAL PROVISIONS 27
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchasing Agent,
City Hall. 1200 Elm Avenue, Carlsbad, California, until 4:00 PM on
the 3Q day of APRl L » 19 8 2 at which time they
will be opened and read for performing the work as follows:
SUNNYHILL DRIVE STORM DRAIN
CONTRACT No. 1116
Said work shall be performed in strict conformity with the specifi-
cations therefor as approved by the City Council of the City of
Carlsbad on file in the Engineering Department. Reference is hereby
made to said specifications for full particulars and description of
said work.
No bid will be received unless it is made on a proposal form fur-
nished by the Engineering Department. Each bid must be accompanied
by cash, certified check or bidder's bond made payable to the City
of Carlsbad for an amount equal to at least ten percent (10%) of the
amount of bid; said guarantee to be forfeited should the bidder to
whom the contract is awarded fail to furnish the required bonds and
to enter into a contract with the City within the period of time
provided for by the bid requirements. The bidders' security of the
second and third lowest responsive bidders may be withheld until the
contract has been fully executed. The cash, cashier's checks or
certified checks submitted by all other unsuccessful bidders shall be
returned to them within ten (10) days after the contract is awarded,
and their bidders' bonds shall be of no further effect.
The documents included within the sealed bids which require com-
pletion and execution are the following:
1. Proposal
2. Bidder's Bond
3. Designation of Subcontractors
4. Bidder's Statement of Financial Responsibility
5. Bidder's Statement of Technical Ability and Experience
Said documents shall be affixed with the appropriate notarized signa-
tures and titles of the persons signing on behalf of the bidder. For
corporations, the signatures of the president or vice-president and
secretary are required and the corporate seal shall be affixed to all
documents requiring signatures. In the case of a partnership, the
notarized signature of at least one general partner is required.
Page 2
All bids are to be compared on the basis of the Engineer's estimate.
The estimated quantities are approximate only, being given solely as
a basis for the comparison of bids. The estimated cost of the workis $ ^0/940
No bid shall be accepted from a contractor who has not been licensed
in accordance with the provisions of Chapter 9, Division 3 of the
Business and Professions Code. The contractor shall state his/her
license number and classification in the proposal.
Plans, special provisions and contract documents may be obtained at
the Engineering Department, City Hall, Carlsbad, California, at no
cost to licensed contractors for the first set. Additional sets are
available for a non-refundable fee of $8.00 per set.
The City of Carlsbad reserves the right to reject any or all bids and
to waive any minor irregularity or informality in such bids.
The general prevailing rate of wages for each craft or type of worker
needed to execute the contract shall be those as determined by the
Director of Industrial Relations pursuant to the State of California
Labor Code, Part 7, Chapter 1, Article 2, Sections 1770, 1773, and
1773.1.
Pursuant to Section to Section 1773.2 of said Labor Code, a current
copy of applicable wage rates is on file in the Office of the City
Clerk of the City of Carlsbad.
It shall be mandatory upon the contractor to whom the contract is
awarded to pay not less than the said specified prevailing rates of
wages to all workers employed by him/her in the execution of the
contract.
Also, the prime contractor shall be responsible to insure compliance
with provisions of Section 1777.5 of the California Labor Code of the
State of California for all occupations with apprenticeships as re-
quired on public works projects above thirty thousand dollars ($30,000)
or twenty (20) working days or for specialty contractors not bidding
for work through a general or prime contractor involving more than
two thousand dollars ($2,000) or more than five (5) working days.
The amount of bond to be given for the faithful performance of the
contract for said work shall be one hundred percent(100%)of the
contract price therefor, and an additional bond in the amount equal to
fifty percent (50%) of the contract price for said work shall be
given to secure the payment of the claims for any material or supplies
furnished for the performance of the work contracted to be done by the
contractor for any work or labor of any kind done thereon.
Page 3
Partial and final payments on this contract shall be in accordance
with Section 9 of the 1979 edition of "Standard Specifications for
Public Works Construction". .
The Contractor may, at his/her option, substitute securities, as
specified by Government Code Section 16340, for the retention held
on this contract. At the request and expense of the Contractor,
securities equivalent to the amount withheld may be deposited with
the City or with a state or federally chartered bank as the escrow
agent who shall pay such monies to the Contractor upon satisfactory
completion of the contract. The Contractor shall be the beneficial
owner of any securities substituted for monies withheld and shall
receive any interest on the monies.
Approved by the City Council of the City of Carlsbad, California,
by Resolution No. ^> g j ff , adopted on the ^ day of
, 19
(3
DateV " 1 ! Aletha L. Rautenkranz, City Clerk}
Page 4
CITY OF CARLSBAD
CONTRACT NO. 1116
PROPOSAL
City Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
BEST
ORIGINAL
The undersigned declares he/she has carefully examined the location of
the work, read the Notice Inviting Bids, examined the Plans and
Specifications, and hereby proposes to furnish all labor, materials,
equipment, transportation and services required to do all the work to
complete Contract No. 1116 __ in accordance with the Plans and
Specifications of the City of Carlsbad, and the special provisions and
that he/she will take in full payment therefor the following unit
process for each item complete, to wit:
Approximate
Item Article w/Unit Price or Quantity Unit
Ho. Lump Sum Written in Words & Unit _ Price TOTAL
1.18" R.C.P. at
Dollars 175 L.F.
„. /-\ <C~Cj
" / 72. , -
Cents
2.
per lineal 'foot
Type H Curb Inlet (SDRS D28)
with Local Depression ^/7U?-
Dollars lea.IO&G.
Cents
3.
per each
Type B Curb Inlet (SDRS D- 10)
with Local
1 ea.
TOTAL DWORDS
TOTAL IN FIGURES ff> /<f-,^ 7-
^Addendum(a) No(s).
received and is/are included in this proposal.
has/have been
V?il^a'
Page 5
All bids are to be computed on the basis of the given estimated
quantities of work, as indicated in this proposal, times the unit
price as submitted by the bidder. In case of a discrepancy between
words and figures, the words shall prevail. In case of an error in
the extension of a unit price, the corrected extension shall be
calculated and the bids will be computed as indicated above and
compared o- the basis of the corrected totals.
The undersigned has checked carefully all of the above figures and
understands that the City will not be responsible for any errors or
omissions on the part of the undersigned in making up this bid.
The undersigned agrees that in case of default in executing the re-
quired contract with necessary bonds and insurance policies within
twenty (20) days from the date of award of contract by City Council
of the City of Carlsbad, the proceeds of check or bond accompanying
this bid shall become the property of the City of Carlsbad.
Licensed in accordance with the Statutes of the State of California
providing for the registration of contractors, License.No.
I f ' (/Identification £?EJ\J&Z-fi(L, £~fV (c> f fc E£^( flf fy f\
The undersigned bidder hereby represents as follows:
1. That no Councilmember, officer, agent or employee of the
City of Carlsbad is personally interested, directly or
indirectly, in this contract, or the compensation to be
paid hereunder; that no representation, oral or in writing,
of the City Council, its officers, agents or employees,
has induced him/her to enter into this contract, excepting
only those contained in this form of contract and the
papers made a part hereof by its terms; and
2. That this bid is made without connection with any person,
firm or corporation making a bid for the same work, and is
in all respects fair and without collusion or fraud.
Accompanying this proposal is
(Cash, Certified Check, Bond or Cashier's Check)
in an amount of not less than ten percent (10%) of the total bid
price.
- •"•>:
State of.CALIFORNIA
County of SAN DIEGO I ss.jretyledgementOn this 29th
R.W. KASSEL
ha ic an aHnrnou.in.fnrt ni
rfaynf "Pr"
. Al 1 ied Fi del i ty
to me known, who,
Insurance Co.
, 19 , ... , beforn me personally cams
being by me duly sworn, did depose and say tha
the corporation described in and which executed the within instrument; that he knows the corporate seal of said corporation;
that the seal affixed to the within instrument is such corporate seal, and that he.signed the said instrument and affixed the said
seal as Attorney-in-Fact by authority of the Board of Directors'of said corporation and by authority of this office under the
Standing Resolutions thereof.
My commission expires.
(Notary Public)
CB-407 (0/81)
OFFICIAL SEAL
DEAN ALDEN BURDEAU
NOTARY PU3I.IC - CALIFORNIA
Principal Olfice in San Diego County
My Commission txp. Aug. 6, 1S32
Page 6
The undersigned is aware of the provisions of Section 3700 of the
Labor Code which require every employer to be insured against
liability for workers' compensation or tp undertake self-insurance in
accordance with the provisions of that code, and agrees to comply
with such provisions before commencing.the performance of the work of
this contra t.
The undersigned is aware of the provisions of the State of California
Labor Code, Part 7, Chapter 1, Article 2 relative to the general pre-
vailing rate of wages for each craft or fype of worker needed to
execute the contract and agrees to comply with its provisions.
//3d
Phone Number
Authorized Signature
Bidder's Addr es s
Authorized Signature
Type of Organization
(individual, Corporation,
Partnership)
List below names of President, Secretary, Treasurer and Manager if
corporation, and names of all partners, if a partnership:
< L, ^
B.
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY
ALL PRINCIPALS MUST BE ATTACHED)
(CORPORATE SEAL)
"»V»"«'," • " •,".,". "I,™ I*-".*. . .^iNlV
OfflCI/.l. SEAI
DEAN AL.D;:N DURDEAU
p;;:i!!C • CALlfuSi^lA
ti, ,.,:,!;! O.'i.a- n Sin Oicf,j C.iunty
My C;:.:);uis.io.iT/.p. Aug. 6. 1532
ALLIED FIDELITY INSURANCE CO.
6320 North Rucker Road • Indianapolis, Indiana 46220
POWER OF ATTORNEY
AC N2 004240
KNOW ALL MEN BY THESE PRESENTS: That this Power-of-Attorney is not valid unless attached to the bond which it
authorizes executed. It specifies the LIMIT OF THE AGENTS AUTHORITY AND THE LIABILITY OF THE COMPANY,
HEREIN.
THE AUTHORITY OF-THE ATTORNEY-IN-FACT and THE LIABILITY OF THE COMPANY
SHALL NOT m * * * FOUR HONORED THOUSftHC DOLLAR?* * *
USE OF MORE THAN ONE POWER VOIDS THE BOND
ALLIED FIDELITY INSURANCE CO., an Indiana corporation, having its principal office in the City of Indianapolis. State
of Indiana, does hereby make, constitute and appoint: R T W. KASSFI
in the City of SAN DIEGO
its true and lawful attorney-in-fact, at
., County of.
-SAN DIEGO MISSION
SAN DIEGO State of CALIFORNIA
in the State ofCAL I FORNI.A
to make, execute, seal and deliver for and on its behalf, and as its act and deed, bonds, and undertakings in behaif of court
fiduciaries, who under the jurisdiction of a court, administer property held in trust; public official bonds; license and permit
bonds; tax, lien, and miscellaneous bonds; required by Federal, State, County, Municipal Authority, or other obligees, provided
that the liability of the company as surety on any such bond executed under this authority shall not in any event.exceed the sum
•shown above.
THIS POWER VOID IF ALTERED OR ERASED
This power not valid unless used before December 31, 1985
The acknowledgment and execution of any such document by the said Attorney-In-Fact shall be as binding upon the Com-
pany as if such bond had been executed and acknowledged by the regularly elected officers of this Company.
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following By-Law
adopted by the Board of Directors of Allied Fidelity Insurance Co. at a meeting duly called and held on the 5th day of September,
1969.
"Article V, Section 12, The President shall have power and authority to appoint, or delegate to other Corporate Officers, the
appointment of ... Attorney{s)-in-Fact. and authorize them to execute, on behalf of the Company as Surety, bonds and
undertakings, recognizances, contracts of indemnity, and other writings obligatory in the nature thereof; and he may at any
time in his judgment remove any such appointee(s) and revoke the authority given to them; and with respect to any Certified
Copy of any Power of Attorney, the signatures of any issuing or attesting officer, and the seal of the Company, may be affix-
ed to such Power of Attorney or to any certificate relating thereto, by facsimile; and such facsimile signatures and facsimile
seals shall be valid and binding on the Company, in the future, with respect to any bond, undertaking or instrument of
suretyship, to which it is attached."
IN WITNESS WHEREOF, Allied Fidelity Insurance Co. has caused its official seal to be hereunto affixed and these presents
to be signed by its duly authorized officers this 25th day of November, 1980.
ALLIED FIDELITY INSURANCE CO.
BY O.
PresidentSecretary
THIS POWER DOES NOT AUTHORIZE
THE EXECUTION OF BONDS FOR LOAN GUARANTEES
SS:STATE OF INDIANA
COUNTY OF MARION
On this 25th day of November. 1980, before me a Notary Public, personally appeared H.O. CROQUART and T. L. E ADS. who
being by me duly sworn, acknowledged that they signed the above Power of Attorney as President and Secretary of the said
ALLIED FIDELITY INSURANCE CO. and acknowledged said instrument to be the voluntary act and deed of said Corporation.
2 5z a>O h3
M
II^ Z
r B
a G?. coZ W~, o
oo
Notary Public, Marion County. Indiana rv
My Commission Expires: March 9, 1983 ^
Notary .Public
1. ONLY ONE POWER OF ATTORNEY MAY BE ATTACHED TO A BOND.
2. POWER OF ATTORNEY MUST NOT BE RETURNED TO ATTORNEY IN FACT. BUT SHOULD REMAIN A PERMA-
NENT PART OF THE OBLIGEE'S RECORDS.
THIS POWER DOES NOT AUTHORIZE EXECUTION OF BONDS OF NE EXEAT OR ANY GUARANTEE FOR
FAILURE TO PROVIDE PAYMENTS OF ALIMONY SUPPORT OR WAGE LAW CLAIMS. OR BONDS FOR
CRIMINAL APPEARANCE.
Page 8
DESIGNATION OF SUBCONTRACTORS
The unde.r-signed certifies he/she has used the subbids of the
following listed contractors in making up his/her bid and that the
subcontractors listed will be used for the work for which they bid,
subject to the approval of the City Engineer, and in accordance
with applicable provisions of the specifications. No changes may
be made in these subcontractors except upon the prior approval of
the City Engineer of the City of Carlsbad. The following infor-
mation is required for each subcontractor. Additional pages can
be attached, if required:
Full Complete
Items of Company Address Phone No.
Work __ Name _ w./Zip Code _ ' w/ Are a Code
Page 9
DESIGNATION OF SUBCONTRACTORS - continued
The bidder is to provide the following information on the subbids of
all the listed subcontractors as part of the sealed bid submission.
Additional pages can be attached if required.
Full Company Name
Type of State
Contracting
License & No.
Carlsbad
Business
License No.*
Amount
of
Bid ($ or %)
*Licenses are renewable annually by January 1st. If no valid license
indicate "NONE". Valid license must be obtained prior to submission of
signed contracts.
(Notarize or
Corporate Seal)
Bidder's Company Nane
3 fcrfr rnnz-4
Bidder's .Complete Address
Subscribed to fjnd sworn before me this 29th day or7
1982A_^{
OFFICIAL SEAL HP ' '
DEAN ALDEN BURDEAU 5
NOTARY PUBLIC • CALIFORNIA 5
Principal Oilice in San Diego County •,
My Commission Exp. Aug. 6, 1982
Page 10
BIDDER'S STATEMENT. OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a notarized or s-ealed statement of
his/her financial responsibility.
ox
(Notarize or
Corporate Seal)
Subscribed to and sworn before me this 29th day of April , 1982
/x/A^
gnature /
OFFICIAL StAL
.ifc-«*-•»DEAN ALDEN BURDEALT
NOTARY punLIC • CAUFDRNIA
P'inci"al Of(ice in San Diega County
.....I?.
6&GDILL & STIRLING
CERTIFIED PUBLIC ACCOUNTANTS GLENNEYRE BUILDING * 360 GLENNFr'RE, SUITE F
LACUNA BEACH, CALIFORNIA 92651
714-494-^090
March 16, 1982
To the partners
Horizons Construction
The accompanying balance sheet of Horizons Construction
(a partnership) as of December 31, 1981, and the related
income statement and statement of changes in financial posi-
tion for the year then ended have been compiled by us.
A compilation is limited to presenting in the form of
financial statements information that is the representation
of the partners. We have not audited or reviewed the accom-
panying financial statements and, accordingly, we do not
express an opinion or any other form of assurance on them.
C0GDILL & STIRLING
ACCOUNTANCY CORPORATION
HORIZONS CONSTRUCTION
(a partnership)
BALANCE SHEET
December 31, 1981
Assets
Current assets ?
Cash $ 2,010
Certificate of deposit, 14.5%,
due July 1982 - 18,500
Trade accounts receivable 32,755
Construction in progress 9,600
Total current assets 62,865
Property and equipment, at cost, less
accumulated depreciation of $16,455 37 ,675
$100,540
Liabilities arid Partners'*' Capital
Current liabilities:
Accounts payable and accrued expenses $ 10,120
Short-term obligations and current
portion of installment notes
payable 48,237
Total current liabilities 58,357
Installment notes payable 9,988
Partners' capital:
Beginning of year 54,499
Partners' draw (61,099)
Net income, per accompanying statement 38,795
32,195
$100,540
See accountants' compilation report.
See accompanying notes to financial statements.
I N
HORIZONS CONSTRUCTION
(A PARTNERSHIP)
COME STATEME N T
TWELVE MONTHS ENDED
DECEMBER 31* 1981
SALE S AND OTHER REVENUE
CONTRACT SALES
COST OF SALES-DIRECT:
MATERIAL PURCHASES
DIRECT LABOR
PAYROLL TAXES
WORKERS' COMPENSATION
SUBCONTRACTORS
EQUIPMENT RENTAL
BONDING FEES
PLANS AND SPECS
LICENSES AND FEES
OTHER DIRECT COSTS
GROSS PROFIT
INDIRECT & ADMIN EXPENSES:
ADVERTISING
BANKCHARGES
DEPRECIATION
DUES AND SUBSCRIPTIONS
EQUIPMENT FUEL 79 FORD
EQUIP
EOUI P
EQUIP
EQUIP
EQUIP
EQUIP
EQUI P
FUEL 70 CMC
FUEL DIESEL
REPAIRS 79 FORD
REPAIRS
REPAIRS
70 CMC
72 B. HOE
74 LOAD
OTHER
& TRUCK
REPAIRS
REPAIRS
INSURNCE AUTO
INSURANCE GENERAL
INTEREST EXPENSE
LEGAL AND ACCOUNTING
OFC SUPPLIES & POSTAGE
PROFIT SHARING.
PROMOTION/ENTERTAINMENT
RENT
SMALL TOOLS
TELEPHONE
OTHER INDIRECT
S254,949
I M •••••••••••§«
254, 949
66,575
19,736
1,406
2, 730
44,421
27,078
4,024
85
390
2,554
168,999
85/950
NET INCOME OR (LOSS)
100.Or
ico.tn
26. 1
7.7
.6
1. 1
1 7.4
10.6
1.6
.2
1.0
6S.3
33.7
100
56
9,400
150
2,419
1,593
2,123
1,015
131
1, 391
1,263
1, 371
436
5,426
2,829
186
791
8,349
176
5,663
514
1,276
497
47,155
slaTTTs
3.7
.1
.9
.6
.8
.4
. 1
.5
.5
.5
.?
2.1
1.1
. 1
.3
3.3
.1
2.2
.2
.5
.2
13.5
15.2
SEE ACCOUNTANTS1 COMPILATION REPORT.
MHTPC; -i'n RTMANTT AT, STATftNTRNTS .
HORIZONS CONSTRUCTION
(a partnership)
STATEMENT OF CHANGES IN FINANCIAL POSITION
For the year ended December 31, 1981
Working capital was provided by:
Operations -
Net income $38,795
Expense not requiring use of
working capital - depreciation 9,400
- 48,195
Installment notes payable 4,832
53,027
Working capital was used for:
Partners' draw 61,099
Purchase of construction and trans-
portation equipment 28,930
Payment of installment -notes payable 3 ,169
93,198
Decrease in working capital $40,171
Changes in components of working capital:
.Increase (decrease) in current assets -
Cash . $ 61
Certificate of deposit 18,500
Accounts receivable and construc-
tion in progress ( 12 ,683)
5,878
(Increase) in current liabilities -
Accounts payable and accrued
expenses ( 1,937)
Short-term obligations and current -.
portion of installment notes
payable ( 44,112)
(46,049)
Decrease in working capital ( 40,171)
Working capital, beginning of year 44,679
Working capital, end of year $ 4 f508
See accountants' compilation report.
See accompanying notes to financial statements.
HORIZONS CONSTRUCTION
(a1 partnership)
NOTES TO FINANCIAL STATEMENTS
BUSINESS AND ACCOUNTING POLICIES
Horizons Construction was formed in 1978 by Kirby L.
Pray and Marilyn B. Richey as a general partnership engaged
in construction. A summary of the partnership's significant
accounting policies is as follows:
Sales and recognition of income - Income from contract
sales is recognized using the percentage-of-completion method.
Depreciation - Depreciation on construction and trans-
portation equipment is provided on both the straight-line
and accelerated methods over their estimated useful lives
of three to five years.
Income taxes - The partnership is not subject to income
taxes; income is reported on the partners' individual income
tax returns.
SHORT-TERM OBLIGATIONS AND INSTALLMENT NOTES PAYABLE
At December 31, 1981 the partnership had notes payable
to a-bank under various loan agreements. During the year,
the highest balance owed was $58,225 and the average balance
was $20,100.
The partnership had an unsecured short-term loan payable
of $25,000 which was payable interest only at prime plus
1 1/2% (17.25% at yearend.) This loan was paid off in January,
1982.
The partnership also had a short-term loan of $18,500
payable interest only at 16.5%, due within 30 days. In January,
1982, this loan was extended to July, 1982 with an increase
in the interest rate to 21.5%. This loan is secured by the
$18,500 certificate of deposit.
The partnership has three installment notes payable
-totalling $14,725 which are secured by equipment. The weighted
average interest rate is 16.4% and monthly .payments total
$580. These loans mature at various dates through 1985.
See accountants' compilation report.
-2-
PROFIT-SKARING PLAN
During 1981, the partnership established a Keough-type
profit-sharing plan for the partners and employees of the
partnership. Under the plan, the partnership may contribute
up to fifteen percent of eligible compensation. Contributions
to the plan for 1981 totalled $8,349, of which $5,844 was
accrued at December 31, 1981.
See accountants' compilation report,
Page 11
BIDDER'S STATEMENT OF
TECHNICAL ABILITY AND EXPERIENCE
The Bidder is required to state what work of a. similar character to
that included in the proposed contract he/she has successfully
performed and give references, with telephone numbers, which will
enable the City to judge his/her responsibility, experience and skill
An attachment can be used if notarized or sealed.
/A A .
O
(Notarize or
Corporate Seal)
Signature
'Subscribed to and sworn before me this 29th day of April, 1982
^^Afvv
OFFICIAL SEAL ^
DEAN ALDEN BURDEAU 5
NOTARY PUBLIC • CALIFORNIA jl
-Pr!pcjpjil_0_fficc in San Dieco County ^
My Commfssidn'txp. AUR. 6. 1982 I"
Page 12
CONTRACT
THIS AGREEMENT, made and entered into this f LJ + ^ day of__-_
, by and between the City of Carlsbad, California, hereinafter__
designated as "CITY", party of the first part, and /-/<?yf/Z<?/vjf
_ hereinafter designated as "CONTRACTOR", party
of the second part .
WITNESSETH: The parties hereto do mutually agree as follows:
1. For and in consideration of the payments and agreements hereinafter
mentioned to be made and performed by City, the Contractor agrees
with the City to furnish all materials and labor for:
SUNNYHILL STORM DRAIN - CONTRACT NO. 1116
and to perform and complete in a good skillful manner all the work
pertaining thereto shown on the plans and specifications therefor;
to furnish at his/her own proper cost and expense all tools,
equipment, labor and materials necessary therefor (except such
materials, if any, as in the said specifications are stipulated to
be furnished by City), and to do everything required by this
agreement and the said plans and specifications.
For furnishing all said materials and labor, tools and equipment,
and doing all the work contemplated and embraced in this agreement,
also for all loss and damage arising out of the nature of the work
aforesaid, or from the action of the elements, or from any unfore-
seen difficulties which may arise or be encountered in the prose-
cution of the work until its acceptance by the City, and for all
risks of every description connected with the work; also, for all
expenses incurred by or in consequence of the suspension of discon-
tinuance of work, except such as in said specifications are expressly
stipulated to be borne by the City; and for well and faithfully com-
pleting the work and the whole thereof, in the manner shown and de-
scribed in the said plans and specifications, the City will pay and
the Contractor shall receive in full compensation therefor the lump
sum price, or if the bid is on the unit price basis, the total price
for the several items furnished pursuant to the specifications,
named in the bidding sheet of the proposal, as the case may be.
The City hereby promises and agrees with said Contractor to employ,
and does hereby employ said Contractor to provide the materials and
to do the work according to the terms and conditions herein contained
and referred to for the price aforesaid and in accordance with the
conditions set forth in the specifications; and the said parties for
themselves, their heirs, executors, administrators, successors and
assigns, do hereby agree to the full performance of the covenants
herein contained.
Page 13
4. The Notice to Bidders, Instructions to Bidders, Contractor's
Proposal, and the Plans and Specifications, and all amendments
thereof, when approved by the parties hereto, or when required by
the City in accordance with the provisions of the plans and speci-
fications, are hereby incorporated in and made a part of this
agreement.
5. Pursuant to the Labor Code of the State of California, the City
Council has ascertained the general prevailing rates of per diem
wages for each craft or type of worker needed to execute the con-
tract and a schedule containing such information is in the City
Clerk's office and is incorporated by reference herein.
6. The Contractor shall assume the defense of and indemnify and hold
harmless the City, and its officers and employees, from all claims,
loss, damage, injury and liability of every kind, nature and
description, directly or indirectly arising from the performance of
the contract or work regardless of responsibility for negligence; and
from any and all claims, loss, damage, injury and liability, howso-
ever the same may be caused, resulting directly or indirectly from
the nature of the work covered by the contract, regardless of respon-
sibility for negligence.
7. Contractor shall cause the City to be named as an additional insured
on any policy of liability or property damage insurance concerning
the subject matter or performance of this contract taken out by the
Contractor.
8. The Contractor shall cause the City to be named as an additional
insured on any workers' compensation insurance policy taken out by
Contractor concerning the subject matter of this contract. If Con-
tractor has no workers' compensation insurance policy covering the
subject matter of this contract, then Contractor shall either:
1. Acquire such a policy naming the City as an additional insured
prior to the start of any work pursuant to this contract, or
2. Shall assume the defense and indemnify and save harmless the
City and its officers and employees from all claims, loss,
damage, injury and liability of every kind, nature and descrip-
tion which would otherwise be covered by such workers' compen-
sation insurance policy regardless of responsibility for
: negligence.
9. The Contractor shall submit to the City the policies mentioned in
Paragraphs 7 and 8 or proof of workers' compensation self insurance
prior to the start of any work pursuant to this contract.
10. Any controversy or claim in an amount up to $100,000 arising out of
or relating to this contract or the breach thereof may be settled
by arbitration in accordance with the construction industry rules of
Page 14
the American Arbitration Association and judgement upon the award
rendered by the arbitrator(s) may be entered in any California court
having jurisdiction thereof. The award of the arbitrator(s) shall
be supported by law and substantial evidence as provided by the
California Code of Civil Procedure, Section 1296.
11. The privs contractor shall maintain and make available to the City of
Carlsbad, upon request, records in accordance with Sections 1776 and
1812 of Part 7, Chapter 1, Article 2 of the California Labor Code.
If the contractor does not maintain the records at his/her principal
place of business as specified below, he/she shall so inform the City
of Carlsbad by certified letter accompanying the return of this con-
tract. The contractor shall notify the City by certified mail of any
change of address of such records.
IN WITNESS WHEREOF, the parties hereto have caused this contract to be
executed the day and year first above written.
Contractor
(Seal)
(Notarial acknowledgement of
execution by ALL PRINCIPALS
must be attached.)
Attorney
Title
By
Title
Contractor's Principal Piece of Business
CITY OF£ARLSBAD, CALIFORNIA
By
Mayor
ATTEST:
L^City Clerk
TO 1944 CA (8.74)
(Individual)
STATE OF CALIFORNIA
COUNTY OF_
•On
State, personally appeared.
\ ss.
TITLE INSURANCE
ANDTRUST
AT1COR COMPANY
I
.before me^ the undersigned, a Notary Public in and for said
KUX
5! to be the pers _whose name
_, known to me
subscribed
W
I
to the within instrument and acknowledged that,
executed the same.
WITNESS my hand and official seal.
Signal J&&
OFFICT/H SEAL
NNETTE MARIE D'ACQ
FARY PUBLIC - CAUFC
SAN DIEGO COUNTY
My comm. expires APR 19, 1985
(This area for official notarial seal)
Bond # 02041
Page 15
LABOR AND MATERIAL BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of
California, by Resolution No. adopted May 18, 1982
has awarded to Horizons Construction
, hereinafter designated as the "Principal",a
contract for:
SUNNYHILL STORM DRAIN - CONTRACT NO. 1116
in the City of Carlsbad, in strict conformity with the drawings
and specifications and other contract documents on file in the
Office of the City Clerk.
WHEREAS, said Principal has executed or is about to execute said
contract and the terms thereof require the furnishing of a bond
with said contract, providing that if said Principal or any of
his/her or its subcontractors shall fail to pay for any materials,
provisions, provender or other supplies or teams used in, upon for
or about the performance of the work agreed to be done, or for any
work or labor done thereon of any kind, the Surety on this bond
will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, WE Horizons Construction
as Principal, hereinafter designated as Contractor, and
Insurance Company _ s _ as Surety, are held
firmly bound unto the City of Carlsbad in the sum of Seven Thousand
One Hundred Forty Eight and 75/100- ------- Dollars ($ 7.148.75 T
said sum being fifty per cent (50%) of the estimated amount payable
by the City of Carlsbad under the terms of the contract, for which
payment well and truly to be made we bind ourselves, our heirs,
executors and administrators, successors, or assigns, 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, pro-
vender or other supplies, or teams used in, upon, for, or about the
performance of the work contracted to be done, or for any other
work or labor thereon of any kind, or for amounts due under the
Unemployment Insurance Code with respect to such work or labor,
that the Surety or Sureties will pay for the same, in an amount not
exceeding the sum specified in the bond, and also, in case suit is
brought upon the bond, a reasonable attorney's fee, to be fixed by
the court, as required by the provisions of Section 4204 of the
Government Code of the State of California.
Page 16
this bond shall inure to the benefit of any and all persons, com-
panies and corporations entitled to file claims under Section
1192.1 of the Code of Civil Procedure so as to give a right of
action to them or their assigns in any suit brought upon this bond,
as required by the provisions of Section 4205 of the Government.
Code of the State of California.
In the event any Contractor above named executed this bond as an
individual, it is agreed the death of any such Contractor shall not
exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the
Contractor and Surety above named, on the 25th day of Hay
, 19 82 .
Horizons Construction
(Notarize or Corporate
Seal for each Signer)
Contractor
Subscribed 2:' :••.-•--
ir)isleiInsurance Company
l I
R.W. Kassel, Attorney-In-Fact
Surety
% JZANNETTE MARIE D'ACQUISTO
•'"' MUiAKY PUBL.'L. • ^AHI-OK.MIM
SAN -DIEGO COUNTY
comm. expires APR 19, 1985
i • i """ii-T^f^-*"1"^--
^ OFFICIAL SEAL
§4 JEANNETTE MARIE D'ACQUISTO K
1-H NOTARY PUBLIC - CALIFORNIA
SAN DIEGO COUNTY }
My comm. expires APR 19,
Bond # 02041
Page 17
PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of Cali-
fornia, by Resolution No. adopted Hav 18. 1982 >
has awarded to Horizons Construction.
hereinafter designated as the "Principal1, a contract for:
SUNNYHILL STORM DRAIN - CONTRACT NO. 1116
in the City of Carlsbad, in strict conformity with the drawings and
specifications and other contract documents now on file in the Office
of the City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said con-
tract and the terms thereof require the furnishing of a bond for the
faithful performance of said contract;
NOW, THEREFORE, WE, Horizons Construction ,
as Principal, hereinafter designated as the "Contractor", and
Carlisle Insurance Company
as Surety, are held and firmly bound unto the City of Carlsbad, in
the sum of FORTEEN THOUSAND TWO HUNDRED NINTY-SEVEN 50/100 Dollars
($ 14,297.50 ), said sum being equal to 100 per cent (100%) of
the estimated amount of the contract, to be paid to the said City or
its certain attorney, its successors and assigns; for which payment,
well and truly to be made, we bind ourselves, our heirs, executors
and administrators, successors or assigns, jointly and severally,
firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bo.unden
Contractor, his/her or its heirs, executors, administrators,
successors or assigns, shall in all things stand to and abide by,
and well and truly keep and perform the covenants, conditions, and
agreements in the said contract and any alteration thereof made as
therein provided on his/her or their part, to be kept and performed
at the time and in the manner therein specified, and in all respects
according to their true intent and meaning, and shall indemnify and
save harmless the City of Carlsbad, its officers and agents, as
therein stipulated, then this obligation shall become null and void;
otherwise it shall remain in full force and virtue.
Page 18
And said Surety, for value received, hereby stipulates and agrees
that no change, extension of time, alteration or addition to the
terms of the contract or to the work to be performed thereunder or
the specifications accompanying the same shall affect its
obligations on this bond, and it does hereby waive notice of any
change, extension of time, alterations or addition to the terms of
the contract or to the work or to the specifications.
In the event that any Contractor above named executed this bond as an
individual, it is agreed that the death of any such Contractor shall
not exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the
Contractor and Surety above named on the 25th day of May
, 19 82 •
Horizons Construction
(Notarize or Corporate
Seal for Each Signer)Contractor
Carlisle Insurance Company
R.W. Kassel, Attorney-In-Fact
Surety
OFFICIAL SEAL
JEANNETTE MARIE D'ACQUISTO
NOTARY PUBLIC - CALIFORNIA
SAN DIEGO COUNTYMyjjomm. expires APR 19, 1935
POWER OF ATTORNEY
N-° "02041
CARLISLE INSURANCE COMPANY
3435 Wilshire Blvd., Los Angeles, CA 90010
KNOW ALL MEN BY THESE PRESENTS: that CARLISLE INSURANCE COMPANY, a corporation duly organised
under the laws of the State of California, and having its principal office in the city of Los Angeles, State of California, hereby
make, constitute and appoint _ _ . . . . _ , _ _
R.W. Kassel
of the City of
San Diego
and State of
California
its true and
lawful Attorney-in-Fact with full power and authority hereby conferred to sign, seal and deliver in its behalf as surety, any and all
kinds of surety bonds, and to bind CARLISLE INSURANCE COMPANY, thereby as fully and to the same extent as if such
instruments were signed by the duly authorized officers of said Company, and all the acts of said Attorney-in-Fact pursuant to the
authority hereby given, are hereby ratified and confirmed.
IN WITNESS WHEREOF, the said CARLISLE INSURANCE COMPANY, has caused these presents to be executed
*»y its officers, with its corporate seal affixed this date of
STATE OF CALIFORNIA
COUNTY OF LOS ANGELES
On this date of January 5, 1982 t before me, a Notary Public of the Statrof California, in and for the County of
Los Angeles, duly commissioned and qualified came FRANK V. McCLILLOUGH, President of CARLISLE INSURANCE COMPANY, a California
Corporation, to me personally known to be the individual and officer described herein, and who executed the preceding instrument and acknowledged the
execution of the same, and being by me duly sworn, deposed and said that he is the officer of said Company and that the seal affixed to the preceding instrument
is the Corporate Seal of said Company and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the
authority and direction of the said Company, pursuant to the following Resolution adopted January 4,1982, by the Directors of said Company, and now in force,
to wit:
"Resolved that the President, Secretary or any Vice President shall have the power and authority to appoint Attorneys-in-Fact, and authorize them to
execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and
he may at any time in his judgment remove any such appointees and revoke the authority given to them."
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at the City of Los Angeles the day and year first written above.
OFFICIAL SEAL
ILLEANE R. MANN
NOTARY PUBLIC • CALIFORNIA
PRINCIPAL OFFICE IN
LOS ANOELES COUNTY
My Commission Exp. Nov. 30,1982 Notary Public
Hay 25, 1982
c4)
State of CALIFORNIA
County of SAN DIEGO SS.
On this
25th
day of.
May
.,19.
82 before me personally came
R.W. KASSEL to me known, who, being by me duly sworn, did depose and say that
•5 he is an attorney-in-fact of.
Carlisle Insurance Company
the corporation described in and which executed the within instrument; that he knows the corporate seal of said corporation;
that the seal affixed to the within instrument is such corporate seal, and that he signed the said instrument and affixed the said
seal as Attorney-in-Fact by authority of the Board of Directors of said corporation and by authority of this office under the
Standing Resolutions thereof.
My commission expires-
CB-407 (9/81)
OTFICIAL SEAL
DEAN ALDEN BURDEAU
NOTARY PUBLIC • CALIFORNIA
Principal Office in San Diego County
My Commission Exp. Aug. 6, 1982
Page 19
GENERAL PROVISIONS
1. PLANS AND SPECIFICATIONS
The specifications for the work shall consist of the latest
edition of the Standard Specifications for Public Works
Construction hereinafter designated SSPWC, as issued by the
Southern Chapters of the American Public Works Association,
the City of Carlsbad supplement to the SSPWC, the Contract
documents and the General and Special Provisions attached
thereto.
The Construction Plans consist of 1 sheet(s) designated
as City of Carlsbad Drawing No. 217-6 The standard
drawings utilized for this project are the San Diego Area
Regional Standard Drawings, hereinafter designated SDRS, as
issued by the San Diego County Department of Transportation,
together with the City of Carlsbad Supplemental Standard
Drawings. Copies of pertinent standard drawings are enclosed
with these documents.
WORK TO BE DONE
The work to be done shall consist of furnishing all labor,
equipment and materials and performing all operations neces-
sary to complete the project work as shown on the project plans
and as specified in the specifications.
3. DEFINITIONS AND INTENT
a) Engineer:
The word "Engineer" shall mean the City Engineer or his
approved representative.
b) Reference to Drawings:
Where words "shown", "indicated", "detailed", "noted",
"scheduled" or words of similar import are used, it shall
be understood that reference is made to the plans accom-
panying these provisions unless stated otherwise.
Page 20
c) Directions :
Where words "directed", "designated", "selected" or words
of similar import are used, it shall be understood that
the direction, designation or selection of the Engineer is
intended unless stated otherwise. The word "required" and
words of similar import shall be understood to mean "as
required to properly complete the work as required and as
approved by the City Engineer" unless stated otherwise.
d) Equals and Approvals:
Where the words "equal", "approved equal", "equivalent"
and such words of similar import are used, it shall be
understood such words are followed by the expression "in
the opinion 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 approval, acceptance, or similar import of the
Engineer is intended.
e) Perform and Provide:
The word "perform" shall be understood to mean that the
Contractor, at her/his expense, shall perform all oper-
ations, labor, tools and equipment, and further, including
the furnishing and installing of materials that are indi-
cated, specified, or required to mean that the Contractor,
at her/his expense, shall furnish and install the work,
complete in place and ready to use, including furnishing
of necessary labor, materials, tools equipment and trans-
port at ion.
CODES AND STANDARDS
Standard specifications incorporated in the requirements of
the specifications by reference shall be those of the latest
edition at the time of receiving bids. It shall be understood
that the manufacturers or producers of materials so required
either have such specifications available for reference or are
fully familiar with their requirements as pertaining to their
product or material.
CONSTRUCTION SCHEDULE
A construction schedule is to be submitted by the Contractor
per Section 6-1 of the SSPWC at the time of the preconstruc-
tion conference.
Page 21
Coordination with the respective utility company for removal
or relocation of conflicting utilities shall be requirements
prior to commencement of work by the Contractor.
The Contractor shall begin work after being duly notified by
an issuance of a "Notice to Proceed" and shall diligently
prosecute the work to completion within 15 consecutive
calendar days from the date of receipt o"f said ^Notice to
Proceed."
NONCONFORMING WORK
The Contractor shall remove and replace any work not conforming
to the plans or specifications upon written order by the City
Engineer. Any cost caused by reason of this nonconforming
work shall be borne by the Contractor.
GUARANTEE
All work shall be guaranteed for one year after the filing of
a "Notice of Completion" and any faulty work or materials dis-
cove.red during the guarantee period shall be repaired or re-
placed by the Contractor.
8. MANUFACTURER'S INSTRUCTIONS
Where installation of work is required in accordance with the
product manufacturer's directions, the Contractor shall obtain
and distribute the necessary copies of such instructions, in-
cluding two copies to the City Engineer.
9. INTERNAL COMBUSTION ENGINES
All internal combustion engines used in the construction shall
be equipped with mufflers in good repair when in use on the
project with special attention to City Noise Control Ordi-
nance No. 3109, Carlsbad Municipal Code, Chapter 8.48.
10. CITY INSPECTORS
All work shall be under the observation of a City Construc-
tion Inspector. Inspectors shall have free access to any or
all parts of work at any time. Contractor shall furnish in-
spectors with such information as may be necessary to keep
her/him fully informed regarding progress and manner of work
and character of materials. Inspection of work shall not re-
lieve Contractor from any obligation to fulfill this contract.
Page 22
11. PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to
be inserted in this contract shall be deemed to be inserted
herein and the contract shall be read and enforced as though
it were included herein, and if, through mistake or otherwise,
any such provision is not inserted, or is not correctly in-
serted, then upon application of either party the contract
shall forthwith be physically amended to make such insertion
or correction.
12. INTENT OF CONTRACT DOCUMENTS
The Contractor, her/his subcontractors and materials suppliers
shall provide and install the work as indicated, specified
and implied by the contract documents. Any items of work not
indicated or specified, but which are essential to the comple-
tion of the work, shall be provided at the Contractor's ex-
pense to fulfill the intent of said documents. In all
instances throughout the life of the contract, the City will
be the interpreter of the intent of the contract documents
and the City's decision relative to said intent will be final
and binding. Failure of the Contractor to apprise her/his
subcontractors and materials suppliers of this condition of
the contract will not relieve her/him of the responsibility
of compliance.
13. SUBSTITUTION OF MATERIALS
The proposal of the bidder shall be in strict conformity with
the drawings and specifications and based upon the items indi-
cated or specified. The Contractor may offer a substitution
for any material, apparatus, equipment or process indicated
or specified by patent or proprietary names or by names of
manufacturer which she/he considers equal in every respect to
those indicated or specified. The offer made in writing,
shall include proof of the State Fire Marshal's approval (if
required), all necessary information, specifications and
data. If required, the Contractor, at her/his own expense,
shall have the proposed substitute, material, apparatus,
equipment or process tested as to its quality and strength,
its physical, chemical or other characteristics, and its
durability, finish, or efficiency, by a testing laboratory
as selected by the City. If the substitute offered is not
deemed to be equal to that so indicated or specified, then
the Contractor shall furnish, erect, or install the material,
Page 23
apparatus, equipment or process indicated or specified. Such
substitution of proposals shall be made prior to beginning of
construction, if possible, but in no case less than 10 days
prior to actual installation.
14. RECORD DRAWINGS
The Contractor shall provide and keep up to date a complete
"as-built" record set of transparent sepias, which shall be
corrected daily and show every change from the original draw-
ings 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 this
purpose may be obtained from the City at cost. This set of
drawings shall be kept on the job and shall be used only as a
record set and shall be delivered to the Engineer on comple-
tion of the work.
15 . PERMITS
The general construction, electrical and plumbing permits
will be issued by the City of Carlsbad at no charge to the
Contractor. The Contractor is responsible for all other re-
quired licenses and fees.
16 . QUANTITIES IN THE SCHEDULE
The quantities given in the schedule, for unit price items,
are for comparing bids and may vary from the actual final
quantities. Some quantities may be increased and others may
be decreased or entirely eliminated. No claim shall be made
against the City for damage occasioned thereby or for loss of
anticipated profits, the Contractor being entitled only to
compensation for the actual work done at the unit prices bid.
The City reserves and shall have the right, when confronted
with unpredicted conditions, unforeseen events, or emergen-
cies, to increase or decrease the quantities of work to be
performed under a scheduled unit price item or to entirely
omit the performance thereof, and upon the decision of the
City to do so, The City Engineer will direct the Contractor
to proceed with the said work as so modified. If an increase
in the quantity of work so ordered should result in a delay
to the work, the Contractor will be given an equivalent exten-
sion of time.
Page 24
17. SAFETY & PROTECTION OF WORKERS AND PUBLIC
The Contractor shall take all necessary precautions for the
safety of employees on the work and shall comply with all
applicable provisions of Federal, State and Municipal safety
laws and building codes to prevent accidents or injury to
persons on, about or adjacent to the premises where the work
is being performed. He/she shall erect and properly maintain
at all times, as required by the conditions and progress of
the work, all necessary safeguards for the protection of
workers and public and shall post danger signs warning
against hazards created by such features of construction as
protruding nails, hoists, well holes and falling materials.
18. WATER FOR CONSTRUCTION
The Contractor shall obtain a construction meter for water
utilized during the construction under this contract. The
Contractor shall contact the appropriate water agency for re-
quirements. Contractor shall include cost of water and meter
rental within appropriate items of proposal. No separate pay-
ment- will be made.
19 . SURVEYING
Surveying service for this project shall be performed by the
Contractor. Requirements of the Contractor pertaining to
this item are set forth in Section 2-9.5 of the jyyyi£_. Con-
tractor shall include cost of surveying service within appro-
priate items of proposal. No separate payment will be made.
Page 25
20 . Street Closures, Detours, Barricades
The Contractor shall not close any street within the City of
Carlsbad without first obtaining the approval of the City
Engineer. Barricading, traffic control, and detour diagrams
shall be submitted by the Contractor as required by the City
Engineer. The Contractor's attention is directed to the
traffic control requirements of the Special Provisions.
The Contractor shall provide and install barricades,
delineator warning devices, and construction signs in
accordance with the Model Work Area Traffic Control Handbook
(WATCH) prepared by the Southern California Chapter of the
American Public Works Association. During adverse weather or
unusual traffic or working conditions, additional traffic
devices shall be placed as directed by the City Engineer.
All traffic signs and devices shall conform to the current
State of California, Department of Transportation, "Manual of
Warning Signs, Lights, and Devices for use in Performance of
Work upon Highways", unless otherwise approved by the City
Engineer.
The Contractor shall provide and maintain 48 inch high
reflectorized cones at 20 feet on center with ribbon along
walkways of high pedestrian use, so designated by the
Engineer.
During paving operations barricades may be supplemented with
minimum size 18 inch high traffic cones and delineators such
that spacing between barricades and/or cones or delineators
is no greater than 25 feet. At all access points such as
intersecting streets, alleys, and driveways, barricades
and/or cones shall be provided at 5 foot intervals so as to
prevent vehicular access to the paving area. Where access
from an intersecting street is prohibited, a "Road Closed"
sign shall be provided at the nearest prior intersection.
"No Left Turn" signs shall be provided wherever required by
the City Engineer.
When oneway access from a side street or alley is permitted,
barricades and cones shall be provided at 5 foot intervals
for a distance of 50 feet on either side of the centerline of
the intersecting street or alley.
Should the Contractor fail to furnish a sufficient number of
traffic and/or pedestrian safety devices, the City Engineer
will place such necessary items and the Contractor shall be
liable to the City for providing such devices in accordance
with the following provisions:
Page 26
a) For placing barricades - $5.00 per barricade for
the first day or any part thereof and $2.00 per
barricade per day for each day thereafter or any
part thereof.
b) For flashers - $2.50 per flasher for the first day
or any part thereof and $1.00 per flasher per day
for each day thereafter or any part thereof.
c) For traffic cones - $1.00 per cone for each day or
any part thereof.
d) In the event that the services of the City are
required between the hours of 6:00 PM and 7:00 AM,
during the normal week or at any time on Saturday,
Sunday, or a City holiday, there shall be an
additional charge to the above set forth minimums
of $25.00 for each'service trip required.
Judgment as to adequate or sufficient barricading shall be that
which is adequate or sufficient in the opinion of the Engineer.
The Contractor shall relocate, preserve, and maintain the visi-
bility of all existing signs within the project limits which
affect the flow of traffic, as directed by the City Engineer.
Any signs which are damaged or found to be missing during the
course of construction shall be replaced by the Contractor at
his expense as directed by the City Engineer. All other signs
that interfere with the course of work and are not necessary for
the safe flow of traffic will be removed and replaced by the
City. Traffic control signs include Stop Signs, Speed Limit,
Parking Restrictions, and other regulatory signs.
Page 27
SPECIAL PROVISIONS
1. Trenching and Backfill
All trenching shall conform to the requirements of Section
300 of the SSPWC and to these Special Provisions. The Con-
tractor shall obtain a right-of-way permit from the City
Engineering Department prior to any construction within the
City right-of-way.
Where trenches cross pavement sections, the Contractor shall
saw cut along a straight line as nearly parallel to the
center line of the storm drain as possible to allow for
clean join lines.
Backfill shall be compacted to 90% of maximum dry density as
determined by ASTM Test Method No. D1557-58T.
The cost for the trenching and backfill, including the pave-
ment saw cutting, removal and disposal, shall be considered
included in the unit prices paid for the storm drain pipe,
and no additional payment will be made therefor.
2. Trench Resurfacing
Trench resurfacing shall conform to the requirements of
Section 306 of the SSPWC and to these Special Provisions.
The roadway structural section shall be 2" A.C. on 6" A.B.
Aggregate base material shall be Class II and conform to the
requirements of Sections 301-2 of the SSPWC.
Asphalt concrete shall be Type I-B-AR-4000 and shall conform
to the requirements of Sections 203 and 302 of the SSPWC.
Payment for the resurfacing, including the cost of the
asphalt concrete and aggregate base, shall be considered in-
cluded in the cost of the various items of work, and no
additional payment will be made therefor.
Page 28
Concrete Pipe
The vork shall conform to the requirements of Sections 207
and 306 of the SSPWC and to these Special Provisions.
The reinforced concrete pipe shall have a minimum loading
classification of 1350-D. Asbestos cement pipe shall have a
minimum loading classification of 2000-D (Class IV).
The unit price paid for each lineal foot of storm drain pipe
shall include all materials, labor and equipment necessary
to install the pipe complete and in place as shown on the
plans and as specified in these Special Provisions, includ-
ing the saw cutting, trenching, excavation, backfilling and
resurfacing, and grading.
Concrete Catch Basins and Local Depression
The work shall conform to the requirements of Section 303.1
of the SSPWC and to these Special Provisions.
The bid price paid for these items shall include all the
materials, equipment, excavation, labor and operations
necessary to construct catch basin and local depression
complete and in place as shown on the plans and as specified
in these Special Provisions, and no additional payment will
be made therefor.
Utilities
Handling of the
of Section 5 of
utilities
the SSPWC
shall conform to the requirements
It shall be the Contractor's responsibility to determine the
exact location of all utilities and their service connections
The Contractor shall notify the utility companies at least
48 hours in advance of excavating around their facilities.
Relocation of utilities, grading and overlaying of street,
construction of A.C. berm removal and disposal, shall be in-
cluded in the unit prices paid for the storm drain pipe and
no additional payment will be made thereafter.
Page 29
7. Cleanup
Upon completion of construction and before final acceptance
the Contractor shall remove all rubbish, trash and debris
from the site resulting from the operation. The site shall
be left in a neat and clean condition acceptable to the
Engineer.
8. Dust Control
The Contractor shall furnish a water supply vehicle on the
job site. The Contractor shall apply water in the amounts
and at intervals as directed by the Engineer. The water
supply vehicle and an operator shall be available upon a
reasonable notice as determined by the Engineer for after-
hour, weekend, or holiday dust control work. If the
Contractor is not available for dust control measures, the
City will arrange for the work to be performed by others and
will deduct all equipment, labor, and material costs thereof
from the contract amount. The Contractor shall place a 1"
thick temporary pavement over storm drain trenches within
int ers-ect ions as soon as they are backfilled to prevent dust
from cross traffic. The Contractor shall furnish a street
sweeper vehicle on the job site and shall sweep areas as
directed by the Engineer.
All costs involved for dust control including supplying and
operating water supply vehicles, street sweepers, furnishing
and placing temporary pavement shall be absorbed in other
items of work.
REVISION
D
- 2-#4Q3
* ~~ ~- ~\J
FACE OF CURB
PLAN
ALHAMBRA FOUNDRY
24"FRAME 8 COVER
PLATE A 1531 OR
APPROVED EQUAL
SEE DETAIL B-203
OR
NOTE 9)
+4018 ^
h
UP TO
8-0"
UP TO
IS'-O"
"t"
6"
8"
SECTION A-A
NOTES: '
1. HORIZONTAL PROTECTION BAR SHALL BE USED WHEN INLET OPENING IS MORE
THAN 8 INCHES. SEE STD. PLAN B-203 OR B-204 FOR DETAILS.
2. STEPS REQUIRED WHEN "h" IS GREATER THAN 4'-0". SEE STD. B-203.
3. OUTLET MAY BE MADE IN ANY DIRECTION.
4. PIPE INLETS AND OUTLETS SHALL BE AT BOTTOM OF BASIN UNLESS OTHERWISE SPECIFIED.
5. ALL EXPOSED CONCRETE SURFACES SHALL CONFORM IN GRADE, COLOR AND FINISH TO ALL
. ADJOINING CURB AND WALK. i
6. ALL WALL AND BASE REINFORCING STEEL SHALL BE I /9 INCHES CLEAR FROM INSIDE FACE
OF STRUCTURE. *
7. WHEN "W" EXCEEDS 8 FEET, USE STO. PLAN B-202. .
8. ALL CONCRETE SHALL BE CLASS "A".
9. "h" SHALL BE 4' MIN. FOR MAINTENANCE PURPOSES IF POSSIBLE.
DATE
Dec79
BY
R.A.H.
"ITY OF GARDEN GROVE DEPARTMENT OF PUBLIC WORKS & DEVELOPMENT
OIR6CTOH
DATE
CATCH BASIN- TYPE OS
(CURB OPENING-SMALL)
STD. PLAN
B- 201