Loading...
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