HomeMy WebLinkAboutPeter C David Company; 1984-08-07; 3085WTE IT- DON’T SAY Imr
Date 10-5
TO Municipal Projects Reply Wanted
From Deputy City Clerk UNO Reply Necessary
Re: Contract f3085 - Peter C. David - Central Business Storm Drain
Our records indicate that it is time to release the remaining 25% of the
Performance Bond for the above contract. Need your authorization to
release. Please let me know if release is O.K., or if we need to retain
the bond.
Thanks.
AIGNER FORM NO. 55032 PR
WIUTE IT-IION’T SHY IT INTER-DEPARTMENT MEMORANDUM
A M.
TO Muni. Projects DATE 4/24 19 87 P. M.
Re: Bond Release - Contract No. 3085 - Peter C. David
Central Business Storm Drain
It is time to release the Labor 6 MaterialsBond for the
above contract. Need your authorization to release
the bond. Please notify if release is O.K.
Thanks.
Karen K.
Deputy City Clerk
REPLY ON THIS SHEET FROM
I
STANDARD ~NTER OEPT. MEMO FORM 11-24-PD WILMER SERVlC6 &NE
b 0
1200 ELM AVENUE TELE
CARLSBAD, CALIFORNIA 92008 (714)
Office of fhe City Clerk
ditp of darIs’ba’b
September 16, 1986
Peter C. David Co.
63831 Newhope St.
Garden Grove, CA 92643
Re: Bond Release - Contract No. 3085 - Central Business Storm Drain
The Notice of Completion for the above referenced contract has
recorded. Therefore? we are releasing 75% of the Performance
Bond, The Ohio Casualty Insurance Company Bond No. 2-432-643. Please
consider this letter as your notification that $520,110.15 of the
Performance Bond is hereby released. We are required to retain the
remaining 25% for a period of one year. At that time, if no claims
have been made, it will be released.
The Labor and Materials Bond will be released six months from the
date of recordation of the Notice of Completion, on February 11, 1987
A copy of the Notice of Completion has been enclosed for your
records. g%&fi eputy City Clerk
Enc .
m 341169
. -.__ .-
m 4 1377
Recording Requested By and Return To:
City Clerk City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
ic)-* [%;I &$ 1 / pi; 2:
COUFdTY RECCRDER VERA 1. ti'LE i L-
NOTICE OF ACCEPTANCE
ENGINEERING
To All taborers and Material Men and to Every Other Person
Interested:
YOU WILL PLEASE TAKE NOTICE that on March 24, 1986, the
Engineering project consisting of the construction of the
Central Business Storm Drain (Project No. 3085) on which Peter
C. David Company was the Contractor, and The Ohio Casualty
Insurance Company was the surety, was completed.
CITY OF CARLSBAD
L&J 7iL4.4.4- - A55~ City tngyneer
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the City , 1986, accepted tl-
above described work as + corn let d and ordered that a Notice of
Council of said City on
Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on , 1986 at Carlsbad,
California.
CITY OF CARLSBAD 6- \
A A L. RAUTENKRANZ
City Clerk
‘W w
CITY OF CAWLSBAD
1200 Elm Avenue Carlsbad, CA 92008
(619) 434-5601
PURCHASE ORDER CHANGE REQUEST
Vendor No. 538 Purchase Order No. I260 I
i Date 7- 7
Vendor pGcK CI @ VrD cor Account No. 816 - 8a
Change
Reason For Change: DD + 67 .3 0 l I 5,7
GflMGE ~~~~ db". 3
A.5 Srrs "'7 Kc, do. rm-
--JJLa$k Approved Purchasing Agent -2jL -
-- .-.ra,r.n-
.* e 0
L
1200 ELM AVENUE
CARLSBAD, CA 92008-1989
Office of the City CIerk
QCitp of QCarIs’fia’b
July 11, 1986
Vera L. Lyle
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation is the following described document:
Notice of Completion - Engineering
Central Business Storm Drain - Project No. 3085
Peter C. David Company, Contractor
Our staff has determined that the recordation of this document
is of benefit to the City; therefore, it is requested that the
fees be waived.
Thank you for your assistance in this matter. g*J* Deputy City Clerk
Enc .
--- -- - ---. 0 ---~--.-.--.. -J ULIU A.CCL4LI.I L"< 0 e Citj;, Clerk
,City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
NOTICE OF COUPLETION
ENGINEERING
To All Laborers and Material Men and to Every Other Per:
Interested:
YOU WILL PLEASE TAKE NOTICE that on March 24, 1986,
Engineering project consisting of the construction of
Central Business Storm Drain (Project No. 3085) on wh
Peter C. David Company was the Contractor, and The 01
Casualty Insurance Company was the surety, was completed.
CITY OF CARLSBAO
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the C
Council of said City on Ti CY cf=+ , 1986, accep
the above described work as completed and ordered tha
Notice of Completion be filed.
I declare under penalty of perjury that the forego
is true and correct.
Executed on - 9 , 1986 at Carlsb California.
CITY OF CARLSEAD
&F+ R~TENKRsA Q -
City Clerk d
a 0
CITY OF CARLSBAD
PUBLIC WORKS PROJECT CHANGE ORDER
CHANGE ORDER NO: 3 DATE : CONTRACT NO: 3085
PURCHASE ORDER NO: 12601 BUDGET NO: 30-18-30-3085
CONTRACTOR'S NAME: Peter C. David Co.
PROJECT NAME AND NO: Central Business Storm Drain - No. 3085
REASON/PURPOSE FOR CHANGE:
a. The contract drawings identify a 10 inch diameter A.C. water
line crossing the storm drain trench at station 4+55. The
protection of this facility is the responsibility of the
Contractor.
The Contractor requested the Costa Real MWD to reconstruct a
portion of this facility. The Costa Real MWD replaced a portion
of the water main and billed the City $811.09 for this work on a time and materials basis. The invoice has been forwarded to the
Contractor for payment. The Contractor has refused to pay for
these services.
b. The grade and elevation of the alley was lowered by virtue of Item i of Change Order No. 2. At that time, August 15, 1985, the
base of a structure at station 20+00 had been constructed. The
revised alley elevation precludes the construction of the manhole
shaft, cone and top in accordance with contract documents.
c. During construction yielding and unstable ground was
encountered. The area appeared to be saturated with oily wastes.
d. Provide suitable vehicle access to the new yard that is to be
occupied by Bauer Lumber Co.
e. The grading, compaction and paving of a storage yard to be
occupied by Bauer Lumber Company was at one time a dump site. The
unclassified materials within the top two feet of finish grade
requires removal.
f. The grade of the alley adjacent to Lot 11, station 12+35 to
13+05, is more than one foot lower than Lot 11. This revision is
required in order to provide vehicular access between the alley
and the adjacent property.
g. The improved alley grade adjacent to the Carlsbad Building
Materials building, station 20+60 to 21+80 is somewhat lower than that which existed prior to construction. Some grading of the
areas westerly of the alley is necessary to provide reasonable
vehicular access to the existing loading dock and ramp.
L
m
Project No. 3085 Memo
Page two
h. Mission Electric Company utilizes a small fork lift for the
movement of materials. The fork lift is of a type that is more
often used in warehouses with flat floors, and has a very small
clearance between frame and floor. Prior to construction, the
yard pavement and fork lift were compatable.
Extended ramp entry is required to accommodate the small fork lif
and the differences in elevation between the alley and service
yards.
i. Complete items of work denoted on City Inspectors final punch
list. Contractor has verbally requested City to complete these
items and deduct costs from money due Contractor.
DESCRIPTION OF CHANGE:
a. The City shall pay the Costa Real MWD the amount included in
Invoice No. 5 and deduct this amount from the monies due the
Contractor. See Attachment A 1 through A 3.
b. Provide 3/4" thick steel plate over 4.0 foot diameter hole in
top of Clean-Out-Structure Base in lieu of shaft, cone and cover
as required by the contract drawings. See Change Order Proposal
No. 26, Attachment B 1.
C. Remove the unstable ground, dispose of the waste materials an(
backfill with 1 1/2" rock all in accordance with Change Order
Proposal No. 27, Attachment C 1 and C 2.
d. Delete from the contract 13.9 linear feet and add 23.1 linear
feet of 2"x4" redwood header. This results in a net increase of
almost 10 linear feet of redwood header that the Contractor was
ordered to install by virtue of Field Order No. 15. See
Attachment D 1.
The added pavement required by virtue of this additional drive
entry is to be paid on a unit price basis as stipulated in the
contract.
e. Remove all unclassified materials within fenced area between
station 16+60 and 20+20 for a depth of two feet below finished
grade. Unclassified materials are identified as oil drums, timber
telephone poles, parts of automobile bodies, drainage pipe and
miscellaneous building materials.
Records of labor, equipment and materials shall be maintained and
utilized in computing payment in accordance with Subsection 3-3, EXTRA WORK, of the Standard Specifications.
f. Saw-cut the existing concrete pavement, remove existing
pavement, construct drive entry of approximately 625 square feet
0 e
Project No. 3085
page three
all as paint marked in field. Reconstruct existing fence and
rehang rolling gate on relocated gate posts. Drive entry shall
be 4" thick concrete on compacted base to match existing yard
pavement.
g. Grade the area westerly of the alley between 20+60 and 21+80.
Final grade shall be sloped one percent upwards from existing
westerly header board. Remove excavated material.
h. Saw-cut existing pavement, remove pavement and construct 300
square foot ramp on easterly side of alley. Ramp shall be
suitable to accommodate existing Mission Electric Company fork
lift. Ramp entry shall be as denoted in field.
i. Delete from the contract requirements items included on City
Inspectors final Punch List. See Attachment i 1 and i 2.
0 w
Project No. 3085
Page four
CHANGE IN CONTRACT PRICE CHANGE IN CONTRACT TIME
a. Deduct ( $ 811.09) No Change
b. Add 2,000.00 Add 2 days c. Add 2,500 .OO Add 2 days
d. Add 50.00 Add 1 days e. Add 13,295.93 Add 3 days f. Add 8,000.00 Add 2 days g. Add 2,925 .OO Add 1 day h. Add 2,400.00 Add 1 day
i. Deduct ( 9,000 .OO) Deduct 1 day
Total $21,359.84 11 days
RECOMMENDED:
FRASER & ASSOCIATES
APPROVAL : CONTRACTOR: Peter C. David Co.
- By: City Project Manager
DATE : - DATE :
- City Engineer
DATE :
/ ,A/-- JOEQ~ME 4 70-85 JOB ORDER NO. - 2; c DATE
LOCATl ON
BILL
DESCRIPTION OF WORK
costa RZ~I 0 Gb *e
Q :+e o 6 .e Municipal Water Distric
0' 5950 El Camino Real, Carlsbad, CA 92008
Telephone: (619) 438-2722
+ c'@4i w&?
October 24, 1985
Invoice #5
City of Carl sbad Storm Drain Project * 1200 Elm Avenue Carlsbad, CA 92008
Subject:
Please remit to Costa Real Municipal Water District $81 I .09 for the reconnectio of the 10" a.c. pipe on Laguna Drive and State Street. A detailed breakdown is
enclosed for your reference.
Reconnect 10" ACP On Laguna Drive & State Street.
Material $ 316.09 Labor 495.00
$ 811.09
G
Total Due District
Sincerely , +/A
Thomas L. Brammell Control 1 er
TLB: hh
I.
. ,I' 7 RECEIVED
K?. !f: 395 'f-
\. 1:'
CITY OF CfX:?.' 9 i ENCIt!EERINC D::.'-::..::;;;
A&CkrnP/fJ l7
PETER C. DAVID COO PIPE LINE CONTRACTORS
13831 Newhope Avenue Garden Grove, californio 92643
.
I TEN QUANTITY UNITS UNIT COST TOTAL + $e/ &4, 1 L, s,
Qg& ,Y yhce
I 1
I
t
1 I
I
CHANGE IN CONTRACT
SCHEDULE: z DAYS
SUBTOTAL : I i
% OVERHEAD: f I I % INSURANCE
AND BOND: I
% TAX:
% PROFIT:
TOTAL PROPOSAL zo&J
COST :
*
ITEM QUANTITY UNITS UNIT COST TOTAL
&/tlaVP d/ dy PkP rnL74LJ ond /yf& &/ /+z- lek Q/C/ c*-r,&' d 49. dQ/F 6 AV'&fY##
I1 9-4
SUBTOTAL :
% OVERHEAD:
Q INSURANCE
AND BOND:
~
SIGNED& Yd&
PETER C./DAVID CO.
/P -/ 7-.w % TAX: DATE:
% PROFIT:
CHANGE IN CONTRACT
SCHEDULE : DAYS TOTAL PROPOSAL
COST: $lsOo. e
, , 'p.0. sox 1008, ~ARLSBAD;'~U~~AO~ .... ' . ...... ' . .-+ ' i.. kr: .... .' i @ -- ----.- .- .
.. . 757401 0 *.
LaNlf NO l6ZSls - \I . .e' . *. * ,.,.,,. ............. ,....\, F ..,.. ::.*...t ..... .: %*.. , ;;' ........... ...... .... .. ... ....... .. .. ..... ' .- ..
....
'.
<.? .:> :. . f../ rqu .: ,;$.;:';.::: .- ....
I* .. i. **- ,;*:.- ,. a '., -
L.. 13831 NEWHOPE Sf .. I STATE ST t LA,G~~;(A
.. , '8 " PLANT 06 OROER NO, . 3 I PETER C OAVIO CO
L
T 0
GAROEN GROVE CA 92643 e CARLSeAO
T 0
. ---- ... ...
I I 268 39-73 219.55 12 rn 93 '.* ..I . .- 21 \
:RMS Net 30 drfl
/!fA/!M/ L
* 0 CENTRAL BUSINESS STORM DRAIN PROJECT
CITY OF CARLSBAD
CONTRACT NO. 3085
FIELD ORDER
FROM: CLARENCE A. MAGNUSEN dn. /F& FRASER & ASSOCIATES -
TO: PETER C, DAVID CO.
FIELD NO. /5
please execute promptly this Field Order which interprets the
Contract Documents and Specifications or orders minor changes in the work I-b
LA L&AA Add#"9 A*- /'em / 4, ' ~ CZkfpP UA!&
D?,LP eA7 4? //+ Pi' AN - /z ' (m 5 ,(
2. GAA 4 p/fi . area AAWA *A+ k'paspr * q4
0 /'JI? /&+A% - + * &,94,i. A* dLcdAy 9P
7i &%7&7Pd4 c&?&w S/k,hP d /de.-
- - 20 '&' m idz&
41 *I @ /&+&I If
@I a* @ Z/+6bo *I
p@# Jflpf* /He c?# QCCPS d 4 mu-. fAmA.r
1 &ddd /oc /dA*
/ 97 QHC 4F /A J. 423 croJPyArfFw4w)CitlP D
/A
cS/,Aa4 /8+8$: d
Lo @ S'WJP
.v. dL4Vpm~d o/r/'ur ert / r0vs 4 #wed &e
ACCEPTED BY:
PETER C. DAVID CO.
DATE :
//hCkrnPMJ d
0 e ,
1200 ELM AVENUE
CARLSEAD, CA 92008-1989
Office of the City Engineer
\ ij
.c. Citp of Carlsbab
November 19, 1985
TO: Fraser h Associates
Attn: Clarence Magnusen
2945 Harding St., Suite 211
Carlsbad, CA 92008
FROM: Joseph Federico, Construction Inspector
SUBJECT: "PUNCH LIST" dated November 12, 1985,
on CC 3085 Storm Drain
In compiling the "Punch List" we have attempted to list all
additional items of correction which have been overlooked 01 that may occur during the time the "Punch List" repairs are
being made. These items, if not corrected, will be address€
a new "Punch List" when a review of this "Punch List" is mac
after the repairs are complete. Time is of the essence. If
the attached "Punch List" repairs are not completed in 30 dz
an additional complete re-inspection of all work may be
required.
\ necessary to complete the project. There may be some
Joseph Federico
Construction Inspector
JF:mg
c : Peter C. David
Utility/Maintenance Dept.
Redevelopment Richard Allen Pat Entezari
1
A&cLHPM/ J
.. m 0
e PUNCH LIST
CENTRAL BUSINESS STORM DRAIN 83085
5-
1. Patch all laterals on State and Grand Streets.
2. Clean out all inlet boxes of AC, mud, etc.
3. Clean grates of AC and make sure they open.
4. Clean all lids of AC.
5. Storm drain lids should read "City of Carlsbad Storm
Drain" .
6. Correct AC section of pavement in alley at the exit from Chamber of Commerce 2 STA 28+50 - 28+75.
stop sign at entrance to alley on the north side.
7. Resecure one way sign at entrance toally at Elm Street, i
8. Correct AC pavement section at entrance to parking lot,
9. Remove and correct all cracked concrete in gutter sectior
north of Grand in Alley + STA 24+65 - 24+80. -
throughout alley sections. t
3-1 tn illnu T(pi\lpyI -* - I
11. Correct AC pavement at alley and State Street + STA. 8+2C - 8+40.
12. Releases from the following agencies if needed: San Dieg
Gas & Electric, Pacific Bell, Costa Real Municipal Water
District, Railroad.
13. As builts.
(
A&chMi?BI d
0 e
* CITY OF CARLSBAD
PUBLIC WORKS PROJECT CHANGE ORDER
CHANGE ORDER NO: 2.1 DATE: July 19, 1985 CONTRACT NO: 3085
PURCHASE ORDER NO: 12601 BUDGET NO: 30-18-30-3085
CONTRACTOR'S NAME: Peter C. David Co.
PROJECT NAME AND NO: Central Business Storm Drain
REASON/PURPOSE FOR CHANGE:
a. The utilities encountered in Grand Avenue are in locations
different than that shown on the contract plans. These
differences necessitated field revisions in the pipelink
alignment which in turn required the construction of sixteen concrete collars southerly of Grand Avenue.
b. The existing 8 inch diameter force main crossing at station
10+20 is different from that depicted on the contract plans.
This resulted in the reconstruction of approximately 120 feet of 8-inch PVC pipe in lieu of 40 feet as would normally be
anticipated.
c. The utilities encountered in Grand Avenue are in locations
different from that shown on the contract plans. These differences necessitated field revisions in the pipeline
alignment which in turn required the construction of five concrete collars northerly of Grand Avenue.
d. The contract plans required the abandonment of an existing 15-inch diameter storm drain. Had this been accomplished, thc
existing catch basins at the intersection of State Street and Grand Avenue would have had no outlet.
e. The contract documents stipulate that a Type B Cleanout be constructed at station 20+00. However, the 66-inch diameter
RCP is too shallow to allow the construction of that type of structure.
f. An 8 inch diameter sewer force main crosses the storm drain
alignment near station 22+75. The force main is depicted in .
the plan view but it is not identified in the profile view. P
physical conflict existed between the sewer force main and thc
storm drain pipe requiring the reconstruction of the sewer for
main.
0 a City of Carlsbad
Change Order No. 2.1
Page Two
g. An existing buried telephone conduit and an existing 8 inch
diameter sewer within State Street are encountered in the
field differently than that depicted on the contracted plans
This has been the cause for several major revisions.
DESCRIPTION:
a. Construct sixteen concrete collars around 48-inch diameter R(
along curvilinear alignment between approximate stations 26+( and 27+15, all in accordance with Change Order Proposal Numbc
b. Reconstruct 120 feet of 8-inch PVC pipe with two 45 degree e: and thrust blocks all in accordance with Change Order Proposz
Number 3. *
c. Construct five concrete collars around 66-inch diameter RCP i
curvilinear alignment between approximate stations 25+46 and 25+81 all in accordance with Change Order Proposal Number 7.
d, Provide outlet connection for existing 15-inch RCP along southerly side of Grand Avenue by constructing 8 feet of 15-
RCP and lug connection to 66-inch RCP at station 26+55 in accordance with Change Order Proposal Number 10.
e. .Construct Type A Cleanout with flat slab top in accordance with S.D,R.S Drawing No. D-9 at station 20+00 in lieu of cont
type access shaft. Reference Change Order Proposal Number 1!
f. Construct temporary force main sewer by-pass and reconstruct
interfering portion of existing 8 inch diameter ACP force ma: in accordance with Sketch C.0, 3085-4. Reference Change Ordt
Proposal Number 4 dated April 4, 1985.
g. Construct 66 inch RCP in State Street and right-of-way betwec
State Street and alley westerly of State Street in accordancc
with Change Order Proposal 13 and accompanying sketches 13B i
13C all dated May 21, 1985.
Alignment of 66 inch RCP is revised as follows:
1. In order to avoid physical conflict with existing 48 11
storm drain, the horizontal curve with EC at approxima'
1+95 shall be located northwesterly so as to provide
approximately 5 feet of clearance between the two stori
drains.
2. Alignment in State Street shall be approximately 27 fei
easterly of west curb in lieu of 22 feet as shown on t contract plans.
0 City of Carlsbad
Change Order 2.1
Page Three
3. Alignment between approximate stations 8+00 and 9+20 st
be located two pipe lengths (16 feet) southerly of that
shown on the contract plans.
This work and costs thereof are as follows:
1. Relocate 66 inch RCP storage area !$ 2,400,OO
31 ,400.00 2. Temporary sewer by-pass
3. Reconstruct 8 inch VCP sewer 32,800.00
4. Additive cost to construct 66 inch RCP storm drain
15 days @ $8,200.00 each 123,000.00
Total Amount $189,600.00
Contractors responsibility includes the following:
I. Relocate stock piling of 66 inch RCP as requested by
representative of Carlsbad Police Department.
2. Installation, operation, maintenance and removal of apF
sewer by-pass, Facility to include duty pump, stand-b) emergency stand-by generator and all labor and equipmer
required ,
3, Reconstruction of existing 8 inch diameter sanitary setr
4. Additive amount for construction of 66 inch RCP in rev1 location. This includes compensation for removal and c
of existing concrete sub-pavement, removal and reconstr
of asphaltic concrete berm, additional excavation, back
and compaction of anticipated soil from previous trenck
operation and protection of all utilities identified or
contract plans.
City's responsibility includes the following:
1. Existing 24 inch diameter storm drain, location unknowr
2. Concrete curb and gutter along easterly side of State 2
3. Cost of electric energy required to operate sewer by-pE pumps.
4. Increased amounts included herein are additive to the E
included in the bid proposal.
0 W
City of Carlsbad
Change Order No. 2.1
Page Four
INCREASE IN CONTRACT PRICE INCREASE IN CONTRACT TIME
a. $ 8,000.00 6 days
b. 5,675.60 2 days
C, 4,000.00 2 days
1,511 .60 2 days d. e. 206.84 2 days
f. 23,193.92 6 days g. 189,600.00 25 days
Net Change $232,187.96 45 days
RECOMMENDED :
CONTRACTOR: Peter C. Di
-By z?dkg&& k f &
DATEp+$y /y/, J Department Head Date
?
(-
L
I" .-
c-
z-
;
-_ -. A
L -
c- i -
i ,-.
t * 5 T
34
32
30
I -
L .-
-_
28
26
td
a
20 I
L
f
.. --
--*
-7
A.
-
18
-_- - ~ .- -
Abies : rl Siscrmuve d reconrJruc/ .MLPAP#~~ -, 2
2. PflQVrg@ . 6" &#>7. rh &#!!icb/l +* .7&
+,- .d rn,k+y J~~.VCP sewep 1 .. * -
3. &i/ mdfwjdb A// /e fer: -&f+i ..
, - 4- , I
FRASER & ASSOCI C'nfm/ :&s~~B(J -$#&m Smb - 8 -4.
.. - . _. - - . . -- - . ,--
t
7 __ : :P!y'sef A&. 36l?sq---: ~ -.- cf5? ,9-2'--8$ -- .* -&A --&ej
is-
*' IC .
-:
t 9 E T
3u
30
,28
*
_-- I -.-
-
43
- _-
Abies : L Rembve d rPCbnd/pocJ /hi~p~-/jy / d a/kh#y foU VCP 5ewe~
f. edvf;de c !/~ljt. e/s; A/WW --p 3. AI/ mofw,bJ& d&// A& pv 9 fg;
_I-
- -__-. ---..-.-. -- _.I _- - I . __ - - .- FRASER & ASSOCII
prb/.ecf R/Q. 3~8~ 4- *-- - - - 1 - --
.,
1- CWfkd &sj?7*5 Sf- LzeWh - f-
rho-- a.P- -&k ---- - _- - __ - - -. __ - __ CrJ! S-2,- 8s
i' ? 0 e
CITY OF CARLSBAD
PUBLIC WORKS PROJECT CHANGE ORDER
CHANGE ORDER NO: 2, Part A DATE: August 15, 1985 CONTRACT F
PURCHASE ORDER NO: 12601 BUDGET NO: 30-18-30-3085
CONTRACTOR'S NAME: Peter C, David Co,
PROJECT NAME AND NO: Central Business Storm Drain - No. 308:
REASON/PURPOSE FOR CHANGE:
a. The utilities encountered in Grand Avenue are in location:
different than that shown on the contract plans. These differences necessitated field revisions in the pipeline
alignment which in turn required the construction of sixte concrete collars southerly of Grand Avenue.
b. The existing 8-inch diameter force main crossing at static
10+20 is different from that depicted on the contract plar
This resulted in the reconstruction of approximately 120 f
of 8-inch PVC pipe in lieu of 40 feet as would normally be
anticipated.
c. The utilities encountered in Grand Avenue are in locations
different from that shown on the contract plans, These
differences necessitated field revisions in the pipeline
alignment which in turn required the construction of five concrete collars northerly of Grand Avenue.
d. The contract plans required the abandonment of an existing
15-inch diameter storm drain. Had this been accomplished,
existing catch basins at the intersection of State Street
Grand Avenue would have had no outlet.
e. The contract documents stipulate that a Type B Cleanout be constructed at station 20+00. However, the 66-inch diamet
RCP is too shallow to allow the construction of that type structure.
f. An 8-inch diameter sewer force main crosses the storm drai
alignment near station 22+75.
the plan view but it is not identified in the profile view
physical conflict existed between the sewer force main and
storm drain pipe requiring the reconstruction of the sewer
force main.
The force main is depicted
’, Change Order No.., Part A 0 August 15, 1985 Page two
g, An existing buried telephone conduit, a water line and an existing 8-inch diameter sewer within State Street are loc in the field differently than that depicted on the contrac
plans. This has been the cause for several major revision
an air relief valve be installed on the 8-inch sewer force main upstream of the reconstruction described in item f he
above.
i. The contract drawings stipulate a finished grade for the a which would not properly serve the adjacent property owner The stipulated alley grade would also have impeded the exi
ing drainage from adjacent parcels.
h. The City Maintenance and Utility Department has requested
j. The contract documents do not include any provisions for
ultimate disposal of the storm water tributary to the impr
alley or adjacent properties.
k. The contract documents, utility improvement drawings and
utility field markings denoted several of the utilities in
State Street incorrectly. The accurate field location of
these fpcilities is necessary prior to the construction of storm drain in the immediate vicinity.
1. The trench backfill in the deeper portions of the project i
greater than can be safely sustained by the pipe specified
m. An existing 30-inch diameter lateral was encountered conve:
storm water to an existing catch basin in Elm Avenue. Thi! lateral required reconstruction and reconnection to the ne\ catch basin.
n. A local depression exists in the alley between Grand Avenuc
and Cedar Avenue. This depression was previously served b:
catch basin which was removed during the construction of tl
project. A new inlet structure is required to serve this local depression.
0. During a meeting, February 6, 1985, the City Engineer
requested that the existing 8-inch sewer in State Street b excavated and located.
p. A house lateral interferred with the location of the 66-in
RCP and had to be remodeled.
q. An existing house lateral interferred with the location of
66-inch RCP and had to be remodeled.
a ' Change Order No.., Part A
Page three
'\ ' August 15, 1985
r. The plans and specifications did not include provisions fc the adequate protection of a 36-inch vcp trunk sewer in Gr
Avenue. The weight of the storm drain pipes cannot be
sustained by the 36-inch vcp,
s. The resiting of the junction structure in Grand Avenue
necessitated resurveying of the area and also additional concrete curb and gutter work.
DESCRIPTION OF CHANGE:
a. Construct sixteen concrete collars around 48-inch diameter
along curvilinear alignment between approximate stations 2 and 27+15, all in accordance with Change Order Proposal Nc
2.
b. Reconstruct 120 feet of 8-inch PVC pipe with two 45 degree
elbows and thrust blocks all in accordance with Change Ore Proposal Number 3.
c. Construct five concrete collars around 66-inch diameter RC along curvilinear alignment between approximate stations 2 and 25+81 all in accordance with Change Order Proposal Num
7,
d. Provide outlet connection for existing 15-inch RCP along southerly side of Grand Avenue by constructing 8 feet of 1
inch RCP and lug connection to 66-inch RCP at station 26+E
accordance with Change Order Proposal Number 10.
e. Construct Type A Cleanout with flat slab top in accordance
with S.D.R.S Drawing No. D-9 at station 20+00 in lieu of c
type access shaft. Reference Change Order Proposal Number
f. Construct temporary force main sewer by-pass and reconstru
interfering portion of existing 8-inch diameter ACP force
in accordance with Sketch C.O. 3085-4. Reference Change 0
Proposal Number 4 dated April 4, 1985.
g. Construct 66-inch RCP in State Street and right-of-way bet
State Street and alley westerly of State Street in accorda with Change Order Proposal 13 and accompanying sketches 13
and 13C all dated May 21 , 1985.
Alignment of 66-inch RCP is revised as follows:
1, In order to avoid physical conflict with existing 48
inch storm drain, the horizontal curve with EC at
approximately 1+95 shall be located northwesterly sc
. Change Order No t , Part A 0 August 15, 1985
Page four
to provide approximately 5 feet Of clearance betwee
two storm drains.
~lignment in State Street shall be approximately 27 easterly of west curb in lieu of 22 feet as shown o contract plans.
Alignment between approximate stations 8+00 and 9+2
shall be located two pipe lengths (16 feet) souther
that shown on the contract plans.
2.
3.
This work and costs thereof are as follows:
1. Relocate 66-inch RCP storage area $ 2,400
2. Temporary sewer by-pass 31 ,400
32,800 3. Reconstruct 8-inch VCP sewer Total Amount $ 66,600
Contractors responsibility includes the following:
I. Relocate stock piling of 66-inch RCP as requested bj
2. Installation, operation, maintenance and removal of
approved sewer by-pass. Facility to include duty pi stand-by pump, emergency stand-by generator and all
labor and equipment required.
representative of Carlsbad Police Department.
3. Reconstruction of existing 8-inch diameter sanitary
sewer.
City's responsibility includes the following:
1. Existing 24-inch diameter storm drain, location unki
2. Concrete curb and gutter along easterly side of Stat
3. Cost of electric energy required to operate sewer bi
Street.
pass pumps.
4, Increased amounts included herein are additive to tk
amounts included in the bid proposal,
. Change Order No.@, Part A a August 15, 1985 Page five
h. Construct sewage air relief structure with air relief valc
all in accordance with Sketch CO 3085-12 dated 5-1-85 att:
hereto.
i. Construct alley grade, cross-section and drive entrances : accordance with Sketch F.0.-2 dated May 10, 1985 in lieu (
profile identified on contract plans.
Payment thereof shall be in accordance with Bid Proposal I contract documents.
j. Construct one Catch Basin Type,l, one Catch Basin Type F i 24-inch RCP at low point in alley, Station 16+85 in accor
with Sketch PC0 16-B dated June 18, 1985 attached hereto.
Relocate existing ditch outside of proposed fence and pav
area in accordance with Sketch PC0 16-A dated June 18, 19
attached hereto.
Provide equipment and labor to excavate the existing uti1
in State Street at five specified lcoations. Work is to
performed and compensated for in accordance with Subsecti 3.2 of the Standard Specifications (Time and Materials).
1. Where the depth of pipe, as shown on the construction gra sheets, exceeds 15 feet provide crushed rock bedding. Ra pipe bedding shall be in accordance with SDRSD S 5.1,
Payment shall be based upon certified weigh bills and inc
materials, delivery, taxes and all labor and materials
necessary for the placement thereof. The agreed unit pri
$21.00 per ton. The estimated quantity of rock required
600 tons. Total estimated price is $12,600.00.
k.
m. Reconnect existing 30-inch diameter lateral to new catch in Elm Avenue and repair damaged drive entrance adjacent thereto,
n. Construct inlet structure Type 1 per drawing D-29.1 on th existing 66-inch RCP at the local depression near Station
24+00.
0. Excavate and locate 8-inch sanitary sewer in State Street southerly of Laguna Drive. Excavation shall be located n
the suspected point of interference with proposed 66-inch
strom drain as directed by City staff.
Reconstruct 4-inch diameter house lateral at Station 28+E
as to permit construction of 66-inch RCP. p.
e2 e ' Change Order No. , Part A
August 15, 1985
Page six
cl. Reconstruct 4-inch diameter house later at Station 10+35
to permit construction of the two 48-inch RCPs-
Cpnstruct. concrete supports under the storm drain Pipes, directed in the field, existing 36-inch vcp.
r. in manner that no load is added tc
esu ve the pi e alignment northerly of Grand Avenue, in ~lso re. curb and gutter on northerly side of Grand Avenue at juncl of alley.
s- Ei,anCf AJenue an8 also southerly of Grand Avenue,
INCREASE IN CONTRACT PRICE - INCREASE IN CONTRACT 7
a* $ 8,000.00 6 days b. 5,675.60 2 days 4,000 -00 2 days d. 1 ,511.60 2 days 206.84 2 days e.
23 ,I 93.92 6 days f.
66,600 .OO 10 days g.
h. 2,700.00 3 days
no change no change i.
8,634.00 5 days j.
k. 4,062.91 2 days
12,600.00 (estimated) 5 days 1.
863.19 1 day m.
n. 2,700.00 2 days
0. 1,898.71 2 days
P- 1,330.00 1 day 9. 2,660.00 1 day r. 10,345.00 1 day
S. 2,724.53 2 days
55 days
C.
Part A Totals $159,706.30
-
4 a 0
CITY OF CARLSBAD
PUBLIC WORKS PROJECT CHANGE ORDER
CHANGE ORDER NO: 2, Part B DATE: August 15, 1985 CONTRAC
PURCHASE ORDER NO: 1 2601 BUDGET NO: 30-1 8-30-3085
CONTRACTOR'S NAME: Peter C. David Co.
PROJECT NAME AND NO: Central Business Storm Drain - No. 3085
REASON/ PURPOSE FOR CHANGE :
An existing buried telephone conduit, a water line and an exis
8-inch diameter sewer within State Street are located in the f differently than that depicted on the contract plans. This ha been the cause for several major revisions.
This is a companion to item g of Part A, but is being presente
separately for clarity.
ENGINEER'S RECITAL:
a. In the process of completing the storm drain project, 23
instances of what the Contractor contends are changed
conditions have been encountered to date.
b. The reach of construction between the downstream outlet ani upstream thereof to Station 10+16 include the deepest
construction and the greatest utility interferences.
This reach is the most difficult and should be the slowest
to construct.
c. The Contractor requested that because of these alleged cha
conditions, this work should proceed in accordance with Section 303 EXTRA WORK of the contract. This section is
commonly referred to as Time and Materials.
d. The Engineer has agreed that this method of proceeding is
equitable providing the City could be assured of a maximum authorized amount.
e. A review of the Contractors payroll records as well as knot
equipment rental rates indicate that the Contractors costs
each working day are approximately $8,400.00.
0 , bAlurryG WLL4G.L &,
August 15, 1985 Lz)c u
i . Page two
f. It is estimated that these conditions will require
approximately 15 working days in excess of the time to
construct this reach of the project, had the conditions
been as represented by the contract drawings.
ADDITIONAL WORK:
1. Remove and replace existing asphalt berm.
2. Resurvey of pipline and furnish revised cut sheets.
3. Added support of existing 48-inch diameter RCP storm drain
4. Added support of existing 8-inch diameter ACP water main.
5. Additional excavation, haul away, back-haul and compaction
of trench backfill by virtue of previous 48-inch storm dra
trench as well as existing 8-inch VCP sewer pipeline trencl
6. Breaking, removal and disposal of existing Concrete Paveme
that is not identified in the contract documents.
7. The additional risk of constructing facilities that alread include 23 instances that are the proper subject of a chant
order.
I~CBEASE-I~-~B~TRA~T-~R€~E €~€BEAS~-T~-€Q~TBA€T-T
PART B $1 23,000 .OO 15 days
SUMMARY:
INCREASE IN CONTRACT PRICE INCREASE IN CONTRACT T
PART A $159,706.30 55 days
PART B 123,000 -00 15 days
TOTAL $282,706.30 70 days
m ' ----*- 2- VIUbL L, L.Y
August 15, 1985 La
Page three ,. 1 .-
RECOMMENDED :
DATE : &T/h c'
m 0 .*
CITY OF CARLSBAD
PUBLIC WORKS PROJECT CHANGE ORDER
CHANGE ORDER NO. .I DATE May 8, 1985
CONTRACT NO. 3085 PURCHASE ORDER NO. 12601 BUDGET NO. 30-1E
CONTRACTOR'S NAME Peter C. David Company
PROJECT NAME AND NO. Central Business Storm Drain
REASON/PURPOSE FOR CHANGE:
a. Provide H-20 truck load carrying capacity to very shall
piping system.
b. Reconnect existing drain line serving the fountain at
Grand Avenue and State Street. This drain line is not shown on the contract plans and it is not reasonable tc expect the Contractor to anticipate its existence.
c. Provide H-20 truck load carrying capacity to very shall
junction chamber.
d. Replace existing service to private property westerly c
State Street. Existing 6-inch diameter drain line is r
shown on contract drawings and it is not reasonable to
expect that Contractor should anticipate private drain
at that location.
DESCRI?TION:
a. Construct 9-inch thick reinforced concrete slab over pz
48-inch RCP storm drains between station 28+80 and uppc
limits of pipeline contract. Protecting slab shall be
accordance with Change Order Sketch 1-1, Sheet 10-10 dz
April 10, 1985, attached hereto.
b. Connect 4-inch diameter PVC drain line to 66-inch RCP z
approximate station 25+45 by core drilling $+-inch dian
hole in 66-inch RCP, inserting $-inch PVC pipe and appl
3-inch minimum Class D cement mortar all around joint.
c. Construct junction chamber station 30+60 per Drawing D-
except that top slab shall include #5 bars, each way ir
bottom of slab. Maintain 2-inch cover in reinforcement steel.
d. Extend to new swale westerly of new proposed fence locz
6-inch PVC drain pipe serving Mission Electric Supply,
near station 15+00. Drain extension shall be less thar
20 lineal feet.
A a 0
I
CHANGE IN CONTRACT TI CHANGE IN CONTRACT PRICE:
a. Add $19,275.00 a. Add 5 working
b. Add 340.00 b. Add 1 working
c. Add 60.00
d. Add 640.00 d. Add 1 working
TOTAL $20,315.00 TOTAL Add 7 working
c. No change
a 0 a
i
3
PA.eod@? 4-2
? Q @ CITY OF CARLSBAD
Inter-Office Correspondence +
: <E/t/GA. I FROM: &,A I DATE: q-/. e s 4 I SUBJECT: CO~AL+CT &0.3dS’r I
I I
TT
CE~TML QHS1MES.S SZ+/M dQArJ
MtSSAGt :
PLEA-TLF PAC E33 THE5 P CD W7AALJ5
Fe R Y/L; ----re&c.S THEN A€ZdA?!/u 7-27 e.,&,
7’M4c./rS,
8L-3
Attachments : J Reply Requested: Signature: kg
L
RtPLY:
Date: Si gnature:
10/83
,- ! 0 e
1200 ELM AV
CARLSBAD, CA 9
DEVELOPMENTAL
SERVICES
OfFlCE OF THE CITY ENGINEER (619) 438-5!
Citp of VCarllerfiab
July 30, 1984
AYARD OF CONTRACT
Peter C. David Company
13831 Newhope Avenue
Garden Grove, CA 92643
CENTRAL BUSINESS STORM DRAIN (CONTRACT NO. 3085)
On August 7 , 1984, the City Council is scheduled to award you the subjec
contract. tnclosed are four (4) copies of the contract documents which shoulc
be executed by you.
signature by the City. Do not date the contract when you sign it; this will I
done when the contract is signed by the City.
material, and performance) should be completely filled out and executed by yo
and your surety.
You must submit evidence of Comprehensive General and Automobile Liability
insurance, including coverage for completed operations. The certificates submitted must include the following:
1. The City of Carlsbad is to be named as an additional insured on the
2.
Please return all copies within twenty (20) days for
The bond forms (labor and
comprehensive general liability insurance.
The limits of coverage should not be less than $500,000 combined single
limit.
3. Policies shall be endorsed as follows:
"It is hereby understood and agreed that the policy to which this
Certificate refers may not be cancel led, materially changed, nor the amount of coverage thereof reduced until thirty (30) days after receipt
written notice of such cancellation or reduction in coverage by the Cit Clerk of City of Carlsbad. Coverage under this policy shall be primarj
and non-contributing with any other insurance available to the City of
Car 1 s bad. 'I
P 4b e
-2-
In addition to evidence of liability insurance, the City requires a Certificat
showing current coverage for Worker's Compensation.
Section 3800 of the Labor Code shall be complied with by securing, paying for and maintaining, in full force and effect for the duration of the contract,
completr m-kers' compensation insurance. You must also furnish a certificate
of insu: &,-ice evidencing proof of such insurance.
Payments on this contract will be in accordance with Section 9-3 of the latest
edition of Standard Specifications for Public Works Contracts.
Two (2) fully executed copies of the contract will be returned to you for your
files and those of your surety.
A Preconstruction Conference will be scheduled as soon as all contract documer have been executed.
/&-t%J/w+
ROBERT J. WOJCIK
Project Manager
RJW: hmj
Enclosures
C: City Clerk C i ty Eng i neer
0 e
c*
c
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchasing Ag
City Hall, 1200 Elm Avenue, Carlsbad, California, until 4:OO PM
the 6th day of June , 1984, at which time they w
be opened and read for performing the wFk as follows:
CENTRAL BUSINESS STORM DRAIN
CONTRACT NO. 3085
The work shall be performed in strict conformity with the speci
fications therefor as approved by the City Council of the City
Carlsbad on file in the Engineering Department. Reference is h
made to the specifications for full particulars and description
the work.
No bid will be received unless it is made on a proposal form
furnished by the Engineering Department. Each bid must be
accompanied by security in a form and amount required by law.
bidders' security of the second and third next lowest responsiv
bidders may be withheld until the contract has been fully execu
The security submitted by all other unsuccessful bidders shall returned to them, or deemed void, within ten days after the con is awarded. Pursuant to the provisions of law (Government Code
Section 4590), appropriate securities may be substituted for an
money deposited with the City to secure any obligation required
this notice.
The documents which must be completed, properly executed, and notarized are:
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
All bids will be compared on the basis of the Engineer's estimz
The estimated quantities are approximate and serve solely as a
for the comparison of bids. The Engineer's Estimate is $680,0C
No bid shall be accepted from a Contractor who has not been lic
in accordance with the provisions of State law. The Contractor
shall state his or her license number and classification in the proposal.
One set of plans, special provisions, and contract documents mt
obtained at the Engineering Department, City Hall, Carlsbad, California, at no cost to licensed contractors. Additional set available for a nonrefundable fee of $ 17.30 per set.
0 e
w
Page
The City of Carlsbad reserves the right to reject any or all bi
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 determi by the Director of Industrial Relations pursuant to the Section 1770, 1773, and 1773.1 of the California Labor Code. Pursuant Section 1773.2 of the California Labor Code, a current copy of applicable wage rates is on file in the Office of the Carlsbad Clerk. The Contractor to whom the contract is awarded shall no less than the said specified prevailing rates of wages to all
workers employed by him or her in the execution of the contract
The Prime Contractor shall be responsible to insure compliance
provisions of Section 1777.5 of the California Labor Code.
The provisions of Part 7, Chapter 1 of the California Labor Cod commencing with Section 1720 shall apply to the contract for wo
A prebid meeting and tour of project site will be held on
Friday, June 1, 1984 at Engineering Department, City of e ..
Bidders are advised to verify the issuance of all addenda and
receipt thereof one day prior to bidding. Submission of bids
without acknowledgment of addenda may be cause for rejection of
bid.
Bonds to secure faithful performance of the work and payment of laborers and materials suppliers each in an amount equal to one
hundred percent (100%) of the contract price shall be required
work on this project.
Approved by the City Council of the City of Carlsbad, Californi
1984. by Resolution No. - 7583, adopted on the 1st day of M aY
e Q
CITY OF CARLSBAD
San Diego County
California
r
CONTRACT DOCUMENTS & SPECIFICATIONS
for
CENTRAL BUSINESS STORM DRAIN
CONTRACT NO. 3085
&AT
f 6 t *.
1 0 e b
f. \
Vi 7. # /J ,A
TELEI 1230 ELM AVENUE CARLSBAD, CA 92008-1989 (619) 8
Office of the City Engineer
Citp of Carlsfiab
July 9, 1984
ADDEWDUH 110. 1
CENTRAL BUSINESS STORM DRAIN
CONTRACT NO. 3085 ....
This is to announce that the Bid Opening date
of the aforementioned contract has been changed from July 29, 1984, at 4:OO P.M. to July 25, 1984, at 4:OO P.M.
If you have any questions, please contact me at (619) 438-5540.
/znw?yw+
ROBERT J. WOJCIK Project Manager
RJW:hmj
f fi '4 I
1 0 0 7, +
-6 y., i I
TABLE OF CONTENTS
PAGE ITEM -
NOTICE INVITING BIDS 1
PROPOSAL 3
-
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
CERTIFICATION OF AWARENESS OF WORKERS' COMPENSATION 17
LABOR AND MATERIALS BOND 18
PERFORMANCE BOND 20
A.T. & S.F. AGREEMENT (22)
A.T. & S.F. INSURANCE INSTRUCTIC S (26)
GENERAL PROVISIONS 27
SPECIAL PROVISIONS 33
( ) Implied
1 ! ! , 0 0 x*
1. ,
-* '.* J A
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchasing Agen
City Hall, 1200 Elm Avenue, Carlsbad, California, until 4:OO PM o
July , 1984, at which time they wil the be opene +ay and read Of for performing the wFk as follows:
-7 c"?7 g7 ' CENTRAL BUSINESS STORM DRAIN
CONTRACT NO. 3085
The work shall be performed in strict conformity with the speci-
fications therefor as approved by the City Council of the City of
Carlsbad on file in the Engineering Department. Reference is her
made to the specifications for full particulars and description (
the work.
No bid will be received unless it is made on a proposal form furnished by the Engineering Department. Each bid must be accompanied by security in a form and amount required by law. Tb
bidders' security of the second and third next lowest responsive
bidders may be withheld until the contract has been fully execute
The security submitted by all other unsuccessful bidders shall bt
returned to them, or deemed void, within ten days after the contr
is awarded. Pursuant to the provisions of law (Government Code
Section 4590), appropriate securities may be substituted for any
money deposited with the City to secure any obligation required
this notice.
The documents which must be completed, properly executed, and notarized are:
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
All bids will be compared on the basis of the Engineer's estimat The estimated quantities are approximate and serve solely as a b for the comparison of bids. The Engineer's Estimate is $680,00C
No bid shall be accepted from a Contractor who has not been lice
in accordance with the provisions of State law. The Contractor
shall state his or her license number and classification in the
proposal.
Plans, special provisions, and contract documents may be obtaint the Engineering Department, City Hall , Carlsbad, California, for nonrefundable fee of $ 17.30 per set.
Experience
0 0 f ,5
1. ,
c f-, J J Page i
The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irr.egularity 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 determini by the Director of Industrial Relations pursuant to the Sections 1770, 1773, and 1773.1 of the California Labor Code. Pursuant tc Section 1773.2 of the California Labor Code, a current copy of applicable wage rates is on file in the Office of the Carlsbad C Clerk. The Contractor to whom the contract is awarded shall not less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the contract.
The Prime Contractor shall be responsible to insure compliance w provisions of Section 1777.5 of the California Labor Code.
The provisions of Part 7, Chapter 1 of the California Labor Code commencing with Section 1720 shall apply to the contract for wor
A prebid meeting and tour of project site will be held on Friday, July 29, 1984 at Engineering Department, City of Carl at 1O:OO A .. M
Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause for rejection of
bid.
Bonds to secure faithful performance of the work and payment of laborers and materials suppliers each in an amount equal to one hundred percent (100%) of the contract price shall be required work on this project.
Approved by the City Council of the City of Carlsbad, Californi by Resolution No. 7583, adopted on the 1st day of May
1984. -
& ad, /944 e
< \+ r .x 0 0 . 1.a ).A t
Page 3 CITY OF CARLSBAD
CONTRACT NO. 3085
PROPOSAL c
City Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
The undersigned declares he/she has carefully examined the locat
of the work, read the Notice Inviting Bids, examined the Plans ai
Specifications, and hereby proposes to furnish all labor, materi(
equipment, transportation, and services required to do all the wc to complete Contract No. 3085 in accordance with the Plani
Specifications of the City of Carlsbad, and the Special Provisioi
and that he/she will take in full payment therefor the following
prices for each item complete, to wit:
Item Article w/Unit Price or Quantity Unit No. Lump Sum Written in Words & Unit Price
Approximate
T - -
1. 66" Reinforced Concrete 2,450 L.F.
/70fY 14.
LJ4 7f
Pipe, or Cast-In-Place Pipe, Together with Trench Excavation and Compacted Backfill, Complet
2. 18" Reinforced Concrete 60 L.F.
Pipe, Together with Trench Excavation and Compacted
3. Double 48" Reinforced 470 L.F.
Concrete Pipe in Place,
Together with Trench
Excavation and Compacted 22&+ /
1- 1
T e 0
*+ '.* J J
Page 4
Approximate Article w/Unit Price or Quantity Unit
Manhole, D-10, Com lete i 3 Ea.
Place at T/~Q
zc__ ___-_ ---- dol 1 ars &I cents Each.
Item 1 No. Lump Sum Written in Words & 'Unit Price - -
00 2060 LL 4.
so 20Ob 5. Modified Manhole, D-8.1, 1 Ea.
6. Transition Structure, Lump Sum 7500~c
7. Junction Chamber, Complete Lump Sum 7 OOO@
Complete in Place at
per Lump Sum.
&me -2dolE '& 0-u cents
Place, at dbo--- &,-&dol 1 ars
cents Y
per Lump Sum.
in Place, includinXgRipRap at FmwSyt,,.,,, l-f 01 1 ars 8 L9-3 cents
per Lump Sum.
Place, per Plans and Speci- f'cations, at ol 1 ars cents Each.
in Place, per Plans and
1% 60 oou 8. Outlet Structure, Complete Lump Sum
d2 9. - Catch Basin, Complete in 3 Ea. a) om
A0 9u-d d rn
10. D-63 Concrete Lug, Complete 5 Ea. 5m0*
I
1
1 e e <-
*+ '-8 A 1. Page 5
Approxi mate Article w/Unit Price or Quantity Unit
T Item No. Lump Sum Written in Words & Unit Price - -
11. 8" Thick Aggragate Ease 1,200 C.Y.
Material, Complete in
& Bz? cents
per Cub1 c Yard.
Complete in Place, dollars P,,avin2- 84 Bp cents
per Cubic Yard.
Fence and Gates, per Plans
dol 1 ars /B d-a c5
I 12. 3" Thick Asphalt Concrete 600 C.Y. 7& CT%
3.a, 850 L.F. 7
L."
13. Relocation of Chain Link
450 L.F. -J LJ-cs/-
lump Sum L// mm
14. New Chain Link Fence and Gate per Plans, Complete in
15. Move Sawmill Operation, including Meter Pole, Underground Service, per Plans and Specifica- t a 84
P
3 40 16. 6" Concrete Gutter, Complete 5,250 S.F.
Total amount of Bid in numbers: $=
Addendum (a) No(s) / has /have been
received and is/are included in this proposal. &&
, .’ r e e
b*r, bj
Page 6
All bids are to be computed on the basis of the given estimated
quantities of work, as indicated in thiss proposal, times the uni
price as submitted by the bidder. In case of a discrepancy betw
words and figures, the words shall prevail. In case of an error
the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals.
The Undersigned has checked carefully all of the above figures a
understands that the City will not be responsible for any errors
omissions on the part of the Undersigned in making up this bid.
The Undersigned agrees that in case of default in executing the
required contract with necessary bonds and insurance policies
within twenty (20) days from the date of award of contract by C-
Council of the City of Carlsbad, the proceeds of check or bond
accompanying this bid shall become the property of the City of
Car 1 sbad.
Licensed in accordance with‘the Statutes of the State of Califor
providing for the registration of Contractors, License No.&TA/
I dent i f i c at i on
The Undersigned bidder hereby represents as follows:
43 -&y@&J,g
1. That no Councilmember, officer, agent or employee of tht
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 writ.
of the City Council, its officers, agents or employees,
induced him/her to enter into this contract, excepting f
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 perso”
firm or corporation making a bid for the same work, and
in all respects fair and without collusion or fraud.
? 4
A‘ , / -? Accompanying this proposal is /,,A jp;/ff~jq) ”*,,? k7d, (Cash, Certified Ch e/ck, Bond, or-~cashier‘s Che
in an amount of not less than ten percent (10%) of the total bi
price.
I i
_____
and for said State. person
___ ._ _---
______
WITNESS my hand and official
”
I
I
!' r .\ e 0 - '.. *A Page 7
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 to undertake self-insuranc accordance with the provisions of that code, and agrees to complj such provisions before commencing the performance of the work of contract.
The Undersigned is aware of the provisions of the State of Calif( Labor Code, Part 7, Chapter 1, Article 2, relative to the genera prevailing rate of wages for each craft or type of worker needed execute the contract and agrees to comply with its provisions. .
fY/ ?J ' b & "ti? *f yi
Phone Number
du I Date
$7 ~ "& 4.;'
/*q&y/ /Qj/&/?/,j 2 \fi j,j//y,,
I L t/ i' 4 J/
Authorized Si gnatur
Type of Organizatic (Individual, Corpora Partnership)
fa T i i .id! ./F (,24 I,, 1 ,&>? /3 L? 4' /
List below names of President; Secretary; Treasurer; and Manager if a corporation; and names of all partners, if a partnership:
r
4
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY
ALL PRINCIPALS MUST BE ATTACHED)
(CORPORATE SEAL)
.' CERW COPY OF POWER OF WRNEY .. tr
i 'Y - r. x d' ,I TEE QHIQ) CMWA&'N INS c0-m
HOME mCl& WAyILIOw, OHlO No.
xmm All aon bg a m?tttEk Tb.t -il-E om0 ~UALTY IN-= COMPANY, in PU d .uthority & by Me VI.
Robert E. Chovfck - - - - - - - - - - - - - - - - - d FmlEerton, California -
ita true ad hwfd m &-fact. to Buke, execute, wal and deliver for and on it. behalf ao mrety,
ih act and deed Any and all bonds B recognizances, stipulatiocs or undertakfngs exe
however, any bonds or undertakings guaranteefng payment sf loans. notes or the
7 of the By-Lwm of raid Comgmp. doeo hemby nominate, conrrtitetb and a
rpd attorney
interest thereon, - - _- - d - - - - - __ - - - - - - - - - - - - - - - - - 0
___--_-----9---y----m_p___
_---ap---_----
And the execution Qf mch hd. or undertaw in pursuance of thae presoak shall be aa b& upon mid Ca
aa MY and amply, to all ktenta d purposua, a~ if they had beam duly executed and sclrnraprledged by the rq elected officema of the Compm~~y et ita ofhoe in Hamiltoat, Ohio, in their own proper penom.
In WITNES WtEJEQF, tb wuier- officer d the rid The Ohio (
burance Company ha^ hueunto mbcribud hi0 pulbe ad a9ixd the Corporate Sr
\,\~\lullullffl~ *.?\gt "S@% &&.. *-** .*x% '..fi.% :tug & :%3 .lid The Ohio Uty bran- Companry thi. 4th day of December z=; SEAL jg$ %-:.. j-s ....
"utuu(ll,,\&+'
@-I Richard 'r, Hoffman %&....&&+*& *$ ..... ..NO......-......"--."-""...
Asst, Secretary
onrbio 4th d8y of D e $: emb ei- AD. 19 81
the mb.eriber. a Notary Public of the State of Ohio, m and for the County of Butler. ddy commt.ioned and qdfic
Richard T. Hoffman Assr, Secretary - - -of THE OHIO CASUALTY INSURANCE COhS'ANY
permaally known to be the 'dvidual and officer demribed in. and who executed the precedbg irutrument, and ho ledged the execution of the -me. and bins by me duly morn depomth and 4th. that he io the officer of the C aforaaid, d that dm wd abed to the prowding hotrumeat io the Corporate Seal of uid Coznjmny, and the d C Seal and hi^ &nature (u officer were duly a&ed and &ribad to the .aid iortrunmnt by dm authority ad dido uid Corporation. IN TESTIMONY WHEREOF, I have hereunto .at my haad and a&od mj
1 =*
STATE OF OHIO,
CcKMz"11 OF BUTLER
Sam1 at the City of Hamilton, State of Ohio. the day and year first above written.
(S'gnrd) Dorothy Bibee ............... "......".......".-...~."."..........".-......-*"...... Notary Public in and for County of Butler, hte t
December 11, 1' My Comainion expi- ........".. ....... ......-... "-
This mer of attorney u grand under and by authority of Article VI, Section 7 of she By-hwa of the Company, ad ita dimCtOt8 on April 2. 1954, extract. from which read:
"ARTICLE W'
'*!bCtion 7. Ap~ointmd of Ateonmy-bFact, rtc. The chairman of the board, the president, any ricbpruh ~nmry or any .r..i.tsnt eecretary Aall be and i. hereby vwtd with full power and authority to mint attornu for the purpoae of &ping the name of the Company as ~ursty to, and to execute. attach the colporate -I, a& and deliver any and SU. bomb, recognbnao, dpulations, undeltakinp or other instrument. of eurety&p d pc bran- to be given in favor of any individual. firm. corporation, or the official reprenntative thereof. or to ap or ate. or any official board or board. of county or etato, or the United Stah of Am&. or to any other polit diri.ion."
Thir iarh.Om-t ia aid and #.kd by hcsimile (u authorized by the followiq Reaohtion adopted by thr, direct0 company on by 27. 1970:
'*RESOLVED that the &nature of any officer of the Company authorized by Artids VI Section 7 of the by-hwa t attorney. in fsctr the dwre of the Secretary or MY -ant Secretary certifying to the correct- of any 8 power of attorney and the mal of the Company may be a&ed by facsimile to MY power of attorney or copy them
Qlt bddf d the company. Such agnetures and 4 are hereby adopted by the cOmp.ny a8 original oignaturw to be did md Mndips opon the Chapany with the same force mnd effect aa though nunually a&d"
CERTIFICATE 1. the andsrrigaed A~siatae QSc~a~lrp of The Ohio camakp Inmrance Campany, do hemby cedy tlmt the f- of attorPo); Article VI Section 7 of the by-law of the Company and the above Ruolution of ita Board d Directon and correct capiu and are ia full forw and deet on thi. daw.
IN WITNESS WHEREOF, I have hemunto set my hand and the -1 of the Compan~ tbt6thcb of AUgUSk D Alb A
Aadatant Secretary
S-4295-6 10-74-2500
0 I-- ,. - 0 , xI I
.. '. r hio Casual y Insurance Company
HAMILTON, OHIO Bond No. 1-601-839-755 Premium: Nil
BID OR PROPOSAL BOND
KNOW ALE MEN BY THESE PRESENTS, That we,
PETER C. DAVID COIljipANy
(hereinafter called the Principal) as Principal, and THE OHIO CASUALTY INSURANCE
PANY, a corporation organized under the laws of the State of Ohio, with its principal officr
City of Hamilton, Ohio (hereinafter called the Surety) and licensed to do business in the S
Calif osnia as Surety, are held and firmly bound unto
CI'IY OF CARLSBAD
TEN PER CENT ('10%) QP THE (hereinafter called the Obligee) in the penal sum of
BID------------------------------------------------ Dollars ($
lawful money of the United States, for the payment of which sum well and truly to be made, q
ourselves, our heirs, executors, administrators, successors, and assigns.
THE CONDI'hON OF THIS OBLIGATION IS SUCH, that whereas, the PrinciI
submitted the accompanying bid, dated July 25, 19 84, for
Central Business Storm Drain
NOW, THEREFORE, if the Obligee shall make any award according to the terms ,
bid and the Principal shall enter into a contract with said Obligee in accordance with the term
bid and give bond for the faithful performance thereof within the time specified; or if no I
specified within thirty days after the date of said award; or if the Principal shall, in the case of
so to do, indemnify the Obligee against any loss the Obligee may suffer directly arising by rea
such failure, not exceeding the penalty of this bond, then this obligation shall be null and void:
wise to remain in full force and virtue.
July .... ...".""."......"...~.., 19 ........, 84 Signed, Sealed and Dated this ..................... 25th .day of .....
................
Attorney-in-Fact
Robert E. Chovick
S-137-Rev.
,
r' $' 1 CERW COPY OFYCf@%!-R OF ATY
*f< +I !mE @HI@ CMlLJrnW cam-
No. H- OFIrIQ
-ttt All *fi hg @@e w~rn~fi ThtW OHIO CASUALTY WSWCE COMPANY, in purl
Oi authority gmatad by Artide VI, Sectiom 7 of the By-hw~ of aid Chmpnny. doso hereby nominate, coprtitrUa and ap
Robert E. Chovick - - - - - - - - - - o - - - - - - ,,f Fullerton, California -
it. tmo and hwM agent -in-fact, to make, execute, ad and deliver for and on ita behnlf M mroty, ita act and decd
however, any bonds or undertakings guaranteefng payment of loans, notes OF the
and attorney
Any and all bonds ~ recognizances, stipulations OF undertakings excl
~nterestthereon,-------------------- --------- I-
~p_~~~~~~~~~~~~y~o~~~~~~~~
am------------
And tlm eJLcIcIltiop of mch hda or uadextabinf* in pursuance of these preaemts, ahall be M Ki upon aid Ch
a~ fay and wpb to nll aenta nnd purpowh u if they bad been duly executed and ackxmwbdged by the rq elected officen of the Company at ita oh in Huniltom, Ohio, in their owm proper persona.
InWITNESWHEREQF, the Qndsr.a+ed ~ffi- sb slu, rid Ths Ohio C
Inauranee Compeay ha hueunto rukribed hi0 name and afllired the Corporaie Sed
,#UIl~~lllln~o,
"Q,..-*o' ..,+% ..e *&: lg SEAL & *-% ;'c&-
,% *..J*$
~~,,,~"I",uw\*
STATE OF OHIO,
COUNTY OF BvItER
$$\LlI!.!q&++
\$ nid The Qhio Cnmdty hmrnnca Cempnay thia 4th day of December
%Q&.ii.$4.$P&* @-I Richard '1, Hoffman .......... ".n-...."n".m."~.."..".m...."~n".-m.."..".m.~
Ass E, Secretary
AD. 19 81
1 =e
onthia 4 th thy of Deeemb er
the rebacriber, n Notnry Poblic of the Stnte of Ohio. ia and for the County of Butler, duly commiuiod ad qde
Richard T, Hoffman Ass:, Secretary - - -of TkE OHIO CANAL" INXJ"cE ~~~~
parwnnlly known to be the 'dvidud and officer dercribsd in. and who exeat& the p& ixutrurnent, and he I
ledged the execution of the anme. nad being by me duly morn depoaeth and anith. that he ia the officer of the C aforemid, and that tlm oed afied to the predbg inrtrrrment ia the Corporate Sen1 of uid Gmpany, nnd the d G Sed ad his &paturn na officer were duly nffired and Aribed to the raid iPrtrunxm2 by &a authority ad dirsedol uid co~rntiop, IN TESTIMONY WHEREQF, 1 hnve hereunto aet my hand .nd &xed my Seal at the City of Hamilton. Stnte of Ohio. the dny and yenr ht above writtm.
(Si9nd) Dorothy B i b e e ............... ......................................................... Notary Public io nnd for County of Butler, State a
December 11, 1s My Commim'on expima ..-..-.. ....... -........-
Thir power ob attorney ia granted under and by autbrity of Article VI, Section 7 of the By-Lnwa of the company. nd it. dixectorr op April 2, 1954. extrncta from which red:
"ARTICLE vr'
"Saction 7. App~btatd of Atbnmy-in-F'aet, etc. The chairman of the board, the prasideat, any rice-prooh ~IX-~Y or any hatant aecretnry DM be and ia hereby reatad with full power and authority to appoint attotne; for the purpote of riPninp the nnme of the Company as surety to, and to execute. attach the corporate seal, a& and ddiver any and an bo& rscsg&uwaa, etipulntiona, undertnkinga or other inatnmrentm of ~~ratyahip and p
bmm~~ to be given in favor of any individual. firm. corporation, or the official reprerrentative thereof, or to nn or *to. or any officinl bond or bond of cow or atate, or the United %tea of Am+, or to any other polit dfrti0n.U
Thi. inatrumexat ia ad and mded by hwimile M authorized by the following Resolution adoptod by the &recto c~my on M.0 27, 1970:
''WSOLvED that tho dgnaturo of any officer of the Company authorized by Article VI Section 7 of the bpha t
-0rn~fr fo fact, the dgaature of tabe Secretary or my Aaaiatnnt Secretmy cert%yiag to the correctmen of any (I power of attoiaey and the mal of the Compa~p may be &xed by facsimile to any power of nttorney or copy then
a behrlf of the (hapany. Such mwurea and Mal are hereby adepted by the Compnny as ondd .ionaturea to be did 4 bindin0 opon the CorrPpano with the nme force and effect an though mnnuaIiy nffird"
CERTIFICATE
1. the dw Allj.t.Pt &rotary of The Ohio Camdty ksuraoc4 hpany. do hereby certify that the f& of attorPo). Articlo VI Section 7 of the by-kwa of the Company and the above Redution of ita Board of DStscton u#l Correct OOpiu end nre in hrll force and &ect on thia &to.
IN W'INESS WHUIEOF. 1 hare hereunto .at my hnnd and the -1 of the Commy thi. 25 daJr of July A. I!
&,,,@l? &/A@ @ .b?sfl-.!%& *& y$ &i .& @g SEAL g
r-. j-s 3 2%. *.. *$ p..... ..... * b ""i?44$$p&$*** Assistant Secretary
S-4295-6 10-74-2500
0 0 I. t ,.
*i '. r i .4
Page 1
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS:
That we, , as Princil and , as Surety, are hell
and firmly bound unto the City of Carlsbad, California, in the s
of Dol 1 ar
($ ), lawful money of the United States for the
payment of which sum well and truly to be made, we bind ourselve jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH:
That if the proposal of the above-bounden principal for:
CENTRAL BUSINESS STORM DRAIN
CONTRACT NO. 3085
in the City of Carlsbad, is accepted by the City Council of said
City, and if the above bounden Principal shall duly enter into a
execute a contract including required bonds and insurance polici
within twenty (20) days from the date of Award of Contract by th
City Council of the City of Carlsbad, being duly notified of sai award, then this obligation shall become null and void; otherwis it shall be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event any Principal above named executed this bond as an
individual, it is agreed that the death of any such Principal st
not exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this -
day of Y 19
Corporate Seal (If Corporation)
Principal
BY
Title (Notarial acknowledgement of
execution by a1 1 PRINCIPALS (Attach acknowledgement of SURETY must be attached.)
Attorney in Fact)
I e a I. .-
Sf'
Page 9
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies he/she has used the subbids of the
following listed Contractors in making up his/her bid and that th
subcontractors listed will be used for the work for which they bi
subject to the approval of the City Engineer, and in accordance
with applicable provisions of the specifications. No changes maj
be made in these subcontractors except upon the prior approval of
the City Engineer of the City of Carlsbad. The following
information is required for each subcontractor. Additional pager
can be attached, if required:
Full Complete Items of Company Address Phone I
w/Zip Code w/Area CI Work Name
glrON6
for said State, person
_____ .. - - _.- - __ ___- __-__
WITNESS my hand and official Gal. / I ( /i /"
/-$J,;L<-f+* $Ir
i -- Notary Public in and for said State
- w
" '.' 1 '
Page
DESIGNATION OF SUBCONTRACTORS continued
The bidder is to provide the following .information on the subbic of all the listed subcontractors as part of the sealed bid submission. Additional pages can be attached if required.
Type of State Carl sbad Am(
Full Company Name License & No. License No.* Bid (
Contracting Business (
J
4 *
*Licenses are renewable annually by January 1st. If no valid 1 indicate "NONE". Valid license must be obtained prior to subm of signed contracts.
(Notarize or
Corporate Seal )
--
<
1 (I)
-6 -
+ DAVID CliORAiC dba
\'
PETER C, DAVID CCPIPA?N
STATEPENT OF FINAFSCIAL COZW1TIOL"J
DECE:MTZER 31
ASSETS Dec. 31 Dec. 31
1933 1932
CURRZJT ASSETS
Cash in Bank $ 57,354. $ 95,304.
h/C ReceivzbEe 336,555. 183,431 ~ Prepaid Expenses 2,235.
.$ 396,147. $ 273,335.
FIXED ASSETS
Land 6! Bldgs $ 152,164. s -152,164.
Trucks & Au~o 103,045 91,423.
112chinery & Sqpt 2214, ,423. 22'3,923.
Furni"cre and Fixcures 8 ~ OLO. I- 3 ~ 371 .)
Total $ 488,072. $ 471,481.
212, e31 - 260 182.
Total $ 227,890. $ 259,450.
2,100.
s 546,885.
__ 9 -- Less : hccum. Dcpr.
____-_. 8TX9R ASSETS
---_ r-l __ $ 624,037.
__I
LOTAL fiS>>L [ >>
l_l_
LIABILITIES LYE LET 370RTH
'
GIJ?LR'XTTT LIA3XLITIRS
Accounts Payable $ 93,858. $ 138,133.
11, I90 Contracts P'ayah1-e I__-. _____
Accrued Taxes K
r,xpens e s 24,860. E7 ~ 418.
$ 135,308. .$ 155,557. r- iota1
?TXT WORTII
Balance 1/1/83 $ 331,320. $ 552,402.
Profit 1983 314,[&77. (14, PS8.) .$-To3K $538,23Lt.c-
$-----hr~$~~~~: Sc3i~2-8.
$ 624,037,
Le s s IJi t hdr awa 1- s 1.17 1 676. 146,906.
TOTAL LIABILLTTES APTD
?IZT WORT;3 $ SL-6,385. -__ -_.-__ l__l-_ll_l_ -- ----I_-
SUCJZCT TO ATTACWTD COI'IPIEFKS
x*** " Y _- --T
-- - __ - ____- __ 1 ss
11‘ .- ;&&,&./& *~&A~.> f^/ __-__
,r’ r
1 J I/ 2 re
___- -
L
ON--_ &+ - 3. __ ._ ___ __ - - .____---- It before me, the,dndersigned, a Npty$ Public and for sad State, person
I /lr ___ - - - __ __-. . ._- -- - ~ 4 i r -r,/
subscribed to the with 11
/I
to be the person- whose name-i.4‘ 17,’
and acknowledged to me that -he- executed the same
WITNESS my hand and official,,&,
‘I
jl
ii I/ 6 if / /Kty >,&, ./A?%/ J- ! :& j
u 3 I/ *T)/]k t i,
--A- - ,i
Notary Public in and for said State
!j
_____ ___ -~ ______-- -___ ___ - - ___ I_____ _--- - ___~______~
ACKNOWLEDGMENT-General-Wolcotts Form 233-Rev 3 64
,
<
~ f. ** i +* @
.. Page
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a notarized or sealed statement
hi s/her financi a1 responsi bi 1 ity.
T
c
rt
4
< (Notarize or
Corporate Seal )
~ ~ - ~ ~ -- - __- __ __ - ~- ___-_ -
STATE OF CAL!FORNIA, / 1 ss
r COUNTY OF (1. \,,&,/,,I _._ .
_-_ I h f-r ON. +--L.Lu++& ________-_.__ -
before me, thphdersigned, a Notgy! Public /M and for said State, person
I~_ 1 / - ~ 4)- i- ___-~ --- - ----
~- ~ -.+-.& B %d9-4;& ii; 4 A’- - ~__-_---
_I_-
11
to be the person-- whose name {la’
and acknowledged to me that --he-- executed the same
subscribed to the with
WITNESS my hand and official sejd, //; ,/ c / /-;\ o-,
1, qJ&&l &L/& ?‘ u?&&LL
Notary Public in and for said State I I I/
!I-_______ __ -__I-- ~~ ______ __ _---- ___ - -__---- __- - -- ___-_ _____-- ___ _____-__ _______
ACKNOWLEDGMENT-General-Wolcotts Form 233-Rev 3 64
\* 9 e m
I 1
Page 1
BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE
The Bidder is required to state what work of a similar character included in the proposed contract he/she has successfully perform give references, with telephone numbers, which will enable the Ci judge his/her responsibility, experience and skill. An attachmei be used, if notarized or sealed.
Oat e Name and Phone No.
of Person
I I I
I I I
I I I
I I I
I I I
I I I #Y
% I I 1
I I I
I I I
I I I
I I I
,kL?+g ignature w (Notarize or Corporate Seal)
* 0 0 ,h
..'I 1, Page
CONTRACT - PUBLIC WORKS
This agreement is made this 7&' day of ~~b~s~ , 19 - by and between the City of Carlsbad, California, a municipal
corporation, (hereinafter called "City") and /?E~E& e, d'.p14
LCWK?/&WY
whose principal place of business is 13 s3/ A/EWHdE AVG
&AddEd LALrk: I tA. 926;;Lc3 (hereinafter called 'IC on t rhct or 'I. )
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform all work spec
in the contract documents for:
CENTRAL BUSINESS STORM DRAIN
CONTRACT NO. 3085
(hereinafter called "project")
2. Provisions of Labor and Materials. Contractor shall providt all 1 abor, materials, tools, equipment, and personnel to per the work specified by the contract documents.
contract; the bid documents, including the Notice to Bidder: instructions to Bidders' and Contractors' proposals; the pli specifications, and all proper amendments and changes made thereto in accordance with this contract or the plans and specifications, and the bonds for the project; all of which
incorporated herein by this reference.
4. Pa ment. As full compensation for Contractor's performance
&der this contract, City shall make payment to Contra(
as follows:
3. Contract Documents. The contract documents consist of this
On a unit price basis as shown on the proposal attached hereto and made a part hereof.
0 0 -4
\, ' . 1.
Page
Payment of undisputed contract amounts shall be contingent u Contractor furnishing City with a release of all claims agai City arising by virtue of this contract as it relates to tho amounts.
Extra compensation equal to 50 percent of the net savings ma be paid to Contractor for cost reduction changes in the plan or specifications made pursuant to a proposal by Contractor. The net savings shall be determined by City. No payment sha be made unless the change is approved by the City.
5. Independent Investigation.
Contractor has made an independent investigation of the jobsite, the soil conditions under the jobsite, and all othe conditions that might affect th e progress of th e work, and 1 aware of th ose conditions.
The contract price includes payment for all work that may bc done by Contractor in order to overcome unanticipated underground conditions. Any information that may have beer furnished ta Contractor by City about underground condition: other job conditions is for Contractor's convenience only, i City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City.
6. Contractor Responsible for Unforeseen Conditions. Contract( shall b e responsible for all 1 oss or damage arising out of 1 nature of the work or from the action of the elements or frc
any unforeseen difficulties which may arise or be encounterf
in the prosecution of the work until its acceptance by the
City. Contractor shall also be responsible for expenses incurred in the suspension or discontinuance of the work. However, Contractor shall not be responsible for reasonable delays in the completion of the work caused by acts of God, stormy weather, extra work, or matters which the specificat expressly stipulate will be borne by City.
7. Change Orders. City may, without affecting the validity of contract, order changes, modifications, deletions, and extr by issuance of written change orders. Contractor shall mak change in the work without the issuance of a written change and Contractor shall not be entitled to compensation for an work performed unless the City has issued a written change designating in advance the amount of additional compensatio paid for the work. If a change order deletes any work, the contract price shall be reduced by a fair and reasonable am If the parties are unable to agree on the amount of reducti work shall nevertheless proceed and the amount shall be det by arbitration or litigation. The only person authorized t
_I
0 e r. 1.
I. ' 6 4, Page
changes or extra work is the City Engineer. However, no cha
or extra work order in excess of $5,000.00 shall be effectiu
unless approved by the City Council.
8. Prevailing Wage. 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 contract and a schedule contain
such information is in the City Clerk's office, and is
incorporated by reference herein. Pursuant to Labor Code
Section 1775, Contractor shall pay prevailing wages. Contrt shall post copies of all applicable prevailing wages on the
site.
9. Indemnity. Contractor shall assume the defense of and inden and h old harmless the City, and its officers and employees, all claims, loss, damage, injury and liability of every kinc
nature and description, directly or indirectly arising from
performance of the contract or work regardless of responsibi
for negligence; and from any and all claims, loss, damage,
injury and liability, howsoever the same may be caused,
resulting directly or indirectly from the nature of the work
covered by the contract, regardless of responsibility for
negligence. The expenses of defense include all costs and
expenses, including attorneys fees, for litigation, arbitrat or other dispute resolution method. Nothing in this paragr
shall require Contractor to indemnify City for losses cause(
the active negligence of City.
10. Insurance. Contractor shall maintain insurance covering thc
liability stated in Paragraph 9 in the amount acceptable to
City Council and shall cause the City to be named as an
additional insured on any policy of liability or property di
insurance concerning the subject matter or performance of tt contract taken out by Contractor.
requirements of Section 3700 of the California Labor Code. Contractor shall also assume the defense and indemnify and !
harmless the City and its officers and employees from all
claims, loss, damage, injury, and liability of every kind,
nature and description brought by any person employed or us(
Contractor to perform any work under this contract regardle! responsibility for negligence.
11. Workers' Compensation. Contractor shall comply with the
12. Proof of Insurance. Contractor shall submit to the City
certification of the policies mentioned in Paragraphs 10 at
or proof of workers' compensation self-insurance prior to 1
start of any work pursuant to this contract.
13. Arbitration. Any controversy or claim in any amount up to
$100,000 arising out of or relating to this contract or thc breqch thereqf may, of Ci e sett ed b arbitration in accori\nEtew?&ki?!e constfficklon inaustr$ rl
-~ ~ ~ ~~
i STATE OF CALIFORNIA,
COUNTY OF __ _____ i ss Orange
ON--- &&!X!-l5 _______ - __________
before me, the undersigned, a Notary Public in and for said State, person
__ ~~ ____ --__ ~~ ~ ~~~~ -
~~ ~ ~~ David Chorak _______ ~~- ~__
to be the person- - whose namedS -subscribed to the witt
and acknowledged to me that -he- executed the same
WITNESS my hand and off
_______~
Notary Public in and for sard State 1; /I - __ -~___ __-_ __ ~____-~~- ____ _____. __ ____ ___ - ____~_________~
ACKNOWLEDGMENT-General-Wolcotts Form 233-Rev 3 64
I
7 * 0 ' I, ..
J
r'
Page
of the American Arbitration Association and judgment upon t
award rendered by the arbitrator(s) may be entered in any
California court having jurisdicti'on thereof. The award of
arbitrator(s) shall be supported by law and substantial evidence as provided by the California Code of Civil Procec Section 1296.
14. Maintenance of Records. Contractor shall maintain and make
available to the City, upon request, records in accordance
Sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of
California Labor Code. If the Contractor does not maintai
the records at Contractor's principal place of business as
specified above, Contractor shall so inform the City by
certified letter accompanying the return of this contract. Contractor shall notify the City by certified mail of any
change of address of such records.
15. Labor Code Provisions. The provisions of Part 7, Chapter 1
commencing with Section 1720 of the California tabor Code i
incorporated herein by-reference.
16. Security. Pursuant to the requirements of law (Governement
Code Section 4590) appropriate securities may be substitute
for any monies withheld by City to secure performance of tt
contract or any obligation established by this contract.
17. Additional Provisions. Any additional provisions of this
agreement are set forth in the "General Provisions" or "Spc
Provisions'' attached hereto and made a part hereof.
P
r'
v
(Notarial acknowledgement of
execution by ALL PRINCIPALS
must be attached.)
BY
Title
ATTEST: u B QA-*h&4 City Clerk
k
0 * ':
*.
v Page
TEST:
-//
Contractor's Certification of Awareness of Workers' Compensation
Responsibility.
"I am aware of the provisions of Section 3700 of the Labor Code requires every employer to be insured against liability for work
compensation or to undertake self-insurance in accordance with t provisions of that code, and I will comply with such provisions commencing the performance of the work of this contract.''
F
. bB4 %a* 2q%343=w ~~~~~~: &x&&* iza 2&Ff. &a%%
Page 1
e , "
%i 1' .,
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. 7641 , adopted $3-7-g4
has awarded to hereinafter
designated as t
CENTRAL BUSINESS STORM DRAIN
CONTRACT NO. 3085
in the City of Carlsbad, in strict conformity with the drawings
specifications, and other contract documents now on file in the
Office of the City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of
his/her or its subcontractors shall fail to pay for any material provisions, provender or other supplies or teams used in, upon f or about the performance of the work agreed to be done, or for a
work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth.
NOW, THEREFORE, WE, as Principal, herein
s Surety, are held
T
by the City of Carlsbad under the terms of the contract, for whi payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly ar
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or
his/her subcontractors fail to pay for any materials, provisions
provender or other supplies, or teams used in, upon, for, or abc
the performance of the work contracted to be done, or for any ot
work or labor thereon of any kind, or for amounts due under the
Unemployment Insurance Code with respect to such work or labor,
that the Surety or Sureties will pay for the same, in an amount
exceeding the sum specified in the bond, and also, in case suit
brought upon the bond, a reasonable attorney's fee, to be fixed the court, as required by the provisions of Section 4202 of the Government Code of the State of California.
STATE OF CALIFORNIA,
COUNTY OF d?>@r@// __-___ :Is fi r
.~
6 :J J e" ON- d2.$pf L!cJ ___-__
__ - ~ t'___~- f& 4 /+-A ' P f- ----~-- - . -~ JJ(&,jJJ&d&w&2p----
Ij
before me, the'andersignfi a Notary Publi $?and fo aid State, persi
I i -
/I
r [ 11 *G?\ fi I/
WITNESS my hand and official 61.
c-JyLh.j b 7 C~Y yam---
Notary Public in and for said State
1/ 0 i" 0 .'r
'4
d
Page :
This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of
action to them or their assigns in any suit brought upon this bo1
as required by the provisions of Section 4205 of the Government
of the State of California.
In the event any Contractor above named executed this bond as an
individual, it is agreed the death of any such Contractor shall
exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by th
Contractor and Surety above named, on the &$h day of ~~~~~~
4 , 1984 . -
(Not ari ze or Corporate Seal for each Signer)
, Contractor
1
Surety
t
L &@a& &o*~<s4&3 '. 0 ~~~~~~~ 6;.5,WI.W ,' -,
Page
PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of
California, by Resolution No. 7641 , adopted €5-7-8Y
has awarded to hereinafter designated as the "Principal", a contract for:
PA 63. B$hyxJ
CENTRAL BUSINESS STORM DRAIN
CONTRACT NO. 3085
in the City of Carlsbad, in strict conformity with the drawings
specifications and other contract documents now on file in the
Office of the City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said
contract and the terms thereof require the furnishing of a bond the faithful performance of said contract;
said City or its certain attorney, its successors and assigns; f
which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, joir and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounc
Contractor, his/her or its heirs, executors, administrators,
successors or assigns, shall in all things stand to and abide bj
and well and truly keep and perform the covenants, conditions, i agreements in the said contract and any alteration thereof made therein provided on his/her or their part, to be kept and perfor at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers I agents, as therein stipulated, then this obligation shall becomc null and void; otherwise it shall remain in full force and virti
STATE OF CAl.lFORNL4
A%$USt
COUNTY OF OWG5 I=
6th On this ............ day of .................................... in the year ..!.?8?, before me,
................................................................. a NOTARY PUBLIC in and for said
State, personally appeared ................................................................. personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as the attorney-in- fact of THE OHIO CASUALTY INSURANCE COMPANY, and acknowl- edged to me that he (she) subscribed the name of THE OHIO CASUALTY
attorney-in-fact.
GORDON C. BILL
(Notary's Name) ROBE2T E, CXOVICK
My Cornmimion Expir
S-4828
_------ ~ - -_~- __ -~~ ~~ - __ ____ ___ __ - --- ----~ -~~ - _____ ~___ ___- ___ ~
I
__.___ i ss
ON_.-
before
- -~ -~ ___ _-_
~ _____
~. -
to be the person-- whose name__- 1 &)
and acknowledged to me that _-he __ executed the same
subscribed to the wi
WITNESS my hand and /r o/// 222 -4h-2
Notary Public in and for said State
-_- - __-- -__ _____ - -. ~___._.___ __ -------- __ .----_I_ ___._ -I___- - --_____
ACKNOWLEDGMENT-General-Wolcotts Form 233-Rev 3 64
L a * 'I \r '
'1
'I , I d. Page
0
And said Surety, for value received, hereby stipulates and agree
that no change, extension of time, alteration or addition to the
terms of the contract or to the work to- be performed thereunder
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
the contract or to the work or to the specifications.
In the event that any Contractor above named executed this bond
an individual, it is agreed that the death of any such Contract0
shall not exonerate the Surety from its obligations under this
bond.
IN WITNESS WHEREOF, this instrument has been duly executed by th
Contractor and Surety above named on the Gzb day of ~qgu&%
19@& .
b
li
(Notarize or Corporate Seal for Each Signer) Contractor
1
r.
7
0 0 ‘I * ‘I
.1 *’ , Page :
GENERAL PROVISIONS
0 0 IL ,"
-1 ' .<
Page :
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, herei n af ter des i gn ated SSP WC, as issued by the
Southern Chapters of the American Public Works Association,
City of Carlsbad supplement to the SSPWC, the Contract
documents, and the General and Special Provisions attached
thereto.
The Construction Plans consist of 6 sheet(s) designate
as City of Carlsbad Drawing No. - . The standard
drawings utilized for this project are the San Diego Area
issued by the San Diego County Department of Transportation,
together with the City of Carlsbad Supplemental Standard
Drawings. Copies of pertinent standard drawings are enclose
with these documents.
Regional Standard Drawings, hereinafter designated SDRS 9 as
2. WORK TO BE DONE
Tke work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations
necessary to complete the project work as shown on the projc
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 sha'
be understood that reference is made to the plans
accompanying these provisions unless stated otherwise.
C. Directions:
Where words "directed", "designated", "selected" or wor
of similar import are used, it shall be understood that
direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required"
words of similar import shall be understood to mean "as
required to properly complete the work as required and approved by the City Engineer" unless stated otherwise.
0 0 9' e''
.I 1 ' .) Page ;
D) Equals and Approvals:
Where the words "equal", "approved equal", "equivalent"
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 napproved", "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
operations, labor, tools and equipment, and further,
including the furnishing and installing of materials tha are indicated, specified, or required to mean that the Contractor, at her/his expense, shall furnish and instal the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools equipmen and transportation.
4. CODES AND STANDARDS
Standard specifications incorporated in the requirements of specifications by reference shall be those of the latest
edition at the time of receiving bids. It shall be understo
that the manufacturers or producers of materials so required
either have such specifications available for reference or a
fully familiar with their requirements as pertaining to thei
product or material.
5. CONSTRUCTION SCHEDULE
A construction schedule is to be submitted by the Contractor
per Section 6-1 of the SSPWC at the time of the preconstruct
conference.
If the completion date shown on the "Notice to Proceed" let1
is not met by the Contractor, he will be assessed the daily
salary of the City Inspector for each working day beyond tht completion date, as damages.
0 0 1, *a<
'8 1 , .# Page
Coordination with the respective utility company for removal
relocation of conflicting utilities shall be requirements pr
commencement of work by the Contraotor.
The Contractor shall begin work after being duly notified by
issuance of a "Notice to Proceed" and shall diligently prose the work to completion within 90 consecutive calendar
from the date of receipt of sajd 'IN otice to Proceed."
6 . NONCONFORMING WORK
The Contractor shall remove and replace any work not conform
the plans or specifications upon written order by the City
Engineer. Any cost caused by reason of this nonconforming M
shall be borne by the Contractor.
7. GUARANTEE
All work shall be guarariteed for one year after the filing c "Notice of Completion" and any faulty work or materials disc during the guarantee period shall be repaired or replaced bq
Contractor.
8. MANUFACTURER'S INSTRUCTIONS
Where installation of work is required in accordance with tl
product manufacturer's directions, the Contractor shall obtl distribute the necessary copies of such instructions, incluc two (2) copies to the City Engineer.
9. INTERNAL COMBUSTION ENGINES
All internal combustion engines used in the construction shl equipped with mufflers in good repair when in use on the pri with special attention to City Noise Control Ordinance No. Carlsbad Municipal Code, Chapter 8.48.
10. CITY INSPECTORS
All work shall be under the observation of a City Construct Inspector. Inspectors shall have free access to any or all of work at any time. Contractor shall furnish Inspectors w
such information as may be necessary to keep her/him fully
informed regarding progress and manner of work and characte
materials. Inspection of work shall not relieve Contractor
any obligation to fulfill this contract.
0 0 I. 'i)
3
j .' Page
11. PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law
be inserted in this contract shall be deemed to be inserted herein and the contract shall be read and enforced as thoug were included herein, and if, through mistake or otherwise,
such provision is not inserted, or is not correctly inserte
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 suppl shall provide and install the work as indicated, specified, implied by the contract documents. Any items of work not indicated or specified, but which are essential to the
completion of the work, shall be provided at the Contractor
expense to fulfill the intent of said documents. In all
instances throughout the life of the contract, the City wil
the interpreter of the intent of the contract documents, an
the City's decision relative to said intent will be final a
binding. Failure of the Contractor to apprise her/his
subcontractors and materials suppliers of this condition of
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 wi
the drawings, specifications, and based upon the items
indicated or specified. The Contractor may offer a
substitution for any material, apparatus, equipment, or prc indicated or specified by patent or proprietary names or b)
names of manufacturer which she/he considers equal in ever)
respect to those indicated or specified. The offer made ir
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 it: quality and strength, its physical, chemical, or other characteristics, and its durability, finish, or efficiency,
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,
0 e 'I .'
i, ,'
Page
erect, or install the material, apparatus, equipment or pro
indicated or specified. Such substitution of proposals sha
be made prior to beginning of construction, if possible, bu
no case less than ten (10) days prior to actual installatio
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
drawings and specifications and the exact "as-built" locati
sizes and kinds of equipment, underground piping, valves, a
all other work not visible at surface grade. Prints for th
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
record set and shall be delivered to the Engineer on comple of the work.
15. PERMITS
The general construction, electrical and plumbing permits M be issued by the City of Carlsbad at no charge to the
Contractor. The Contractor is responsible for all other
required licenses and fees.
16. QUANTITIES IN THE SCHEDULE
The quantities given in the schedule, for unit price items,
for comparing bids and may vary from the actual final quantities. Some quantities may be increased and others mt decreased or entirely eliminated. No claim shall be made
against the City for damage occasioned thereby or for loss
anticipated profits, the Contractor being entitded only to
compensation for the actual work done at the unit prices b'
The City reserves and shall have the right, when confronter
with unpredicted conditions, unforeseen events, or emergenc
to increase or decrease the quantities of work to be perfoi under a scheduled unit price item or to entirely omit the performance thereof, and upon the decision of the City to I so, the City Engineer will direct the Contractor to proceec with the said work as so modified. If an increase in the
quantity of work so ordered should result in a delay to thi
work, the Contractor will be given an equivalent extension
time.
e e ,*
bs
Page :
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 safet: laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the woi is being performed. He/she shall erect and properly mainta at all times, as required by the conditions and progress of work, all necessary safeguards for the protection of worker( and public, and shall post danger signs warning against haz created by such features of constructizn as protruding nail hoists, well holes and falling materials.
18. SURVEYING
Contractor shall employ a licensed land surveyor or registe civil engineer to perform necessary surveying for this proj Contractor shall include cost of surveying service within appropriate items of proposal. No separate payment will be made.
19. CODES, ORDINANCES, REGULATIONS & ABBREVIATIONS
Reference to codes, ordinances, and regulations are to edit in effect as to date of proposals. Abbreviations are used agencies issuing standard specifications as follows:
Agency Abbreviation
American Society for Testing
U.S. Government Fed. Spec.
National Board of Fire
American Institute of Steel
American Standards Association ASA American Concrete Institute AC I Underwriters Laboratories, Inc. Ul
Department of Commerce Standards CS
Materi a1 s ASTM
Underwriters NBFU
Construction AISC
e e .!
'I b
.\
'I ,
Page :
SPECIAL PROVISIONS
CENTRAL BUSINESS STORM DRAIN
CONTRACT NO. 3085
1. DESCRIPTION OF WORK
The work under this Contract shall consist of furnishing a1
labor, materials, vehicles, tools, machinery, equipment, et1 necessary to complete the construction of drainage faciliti
including, but not limited to clearing of site, excavating,
removal and replacement of facilities that interfere with t
werk, the construction of storm drains, relocation of sewer
water laterals and mains which conflict with the storm drai
inlets, manholes, plugs, connections, pavement, and all 0th items of work necessary to complete in place the work as sh
on the plans and as specified herein.
Before commencing any work, the Contractor shall meet with
City of Carlsbad's staff in a preconstruction conference to outline his schedule of operations and progress.
The specifications for the work consist of the Standard
Specifications of the City of Carlsbad, the 1982 Edition of Standard Specifications for Public Works Construction (hereinafter referred to as SSPWC) as issued by the Souther
California Chapter of the American Public Works Association
and these Contract documents and specifications. In case c
conflict between the Standard Specifications and these Spec
Provisions, the Special Provisions shall take precedence ov
and be used in lieu of such conflicting portions of the
Standard Specifications. In the case of work on structures under the jurisdiction of other agencies, the standards established by such other agencies shall govern except for payment provisions.
Such items and details not mentioned herein that are requir
by the plans, Standard Specifications, these Special
Provisions, or any addenda or clarifications shall be
furnished, placed, installed, or performed.
All construction notes and structural notes and symbols us1 the plan direct the Contractor to perform the operations indicated, supply materials required, and safeguard facili
They are shown for the convenience of the Contractor and clarity of the drawings and specifications, and shall not the basis for claims of extra work. Payment for those itei
work shall be incorporated into the items of work to which
pertain and other items and no separate payment will be mal
for them.
0 0 I, It
*
Page q
2. SCOPE OF WORK
The work includes the furnishing af all labor, materials,
vehicles, equipment, etc., necessary to perform the work
described in the specifications and shown on the plans, and
required to make said work complete and operable.
The submittal of a bid will be taken as conclusive evidence
that the Contractor has made a careful examination of the
Standard Specifications, Special Provisions, drawings and
addenda thereto, and has examined the site.
The scope of work to be performed under this agreement is s
on the following construction drawings, prepared by the Cit,
Car 1 s bad :
CENTRAL BUSINESS STORM DRAIN
DRAWING NO. 215-9
3. GROUNDWATER
No groundwater is anticipated except possible underflow in
natural water course areas after heavy rainfall. Should
groundwater be encountered, the Contractor shall instal 1 an
maintain an adequate means of dewatering trench and structu
excavations, which will insure a dry excavation and stable
foundation for the placement of bedding material, acceptabl
the Engineer.
The Contractor shall protect the applicable phases of
construction from erosion by providing adequate erosion con
devices as dictated by the method of operation.
Construction procedures and operations shall be scheduled s
not to impede the flows of storm waters or cause structural
unstable conditions at channels, berms, dikes, desilting
basins, or other related facilities. Any damage caused by
failure of the Contractor to adequately protect any portior
the work shall be promptly repaired at Contractor's expensc
the satisfaction of the Engineer.
Should excessive groundwater be encountered which would in\
the pumping and discharge of groundwater into existing drai
facilities, the Contractor shall immediately contact the
Engineer for instructions on how to proceed. No compensat.
will be allowed for rock material in trench or structure
excavations for groundwater control unless specifically or(
by the City as extra work. Contractor may use rock beddin!
a method of groundwater control with the approval of the Sc Engineer, but the cost for same shall be considered as inc'
in the unit prices for the work involved as listed in the I
Proposal.
0 0 *’
’ .* e
Page :
4. DEWATERING
It shall be the Contractor’s responsi bi 1 ity to construct,
operate, and maintain as required to complete the contract
work all necessary cofferdams, channels, flumes, drains,
sumps, and protective works; to furnish, install, operate,
and maintain all necessary pumping and other equipment for
dewatering the various parts of the work, and to control a1
surface flow, streamflow, and groundwater as may be
encountered while performing the work. After having served
their purpose, all protective works shall be removed.
All dewatering will be considered incidental to the Items o
Work to be performed under the contract and full compensati
for such work shall be considered as included in the contra
price for the appropriate Items of Work.
5. USE OF PAVEMENT SAWS
A concrete pavement saw shall, where practical, be used in
removal of all existing concrete curbs, gutters, and sidewa A full depth of saw cut shall be used where possible. Mini
depth of saw cut shall be 2/5 the thickness of the concrete pavement. Pavement saws need not be used for the removal o bituminous pavement in the City streets. However, the bituminous pavement shall be sawn at removal lines determin by the Engineer.
6. OBSTRUCTIONS AND COOPERATION
The Contractor shall coordinate his work with that of other trades to avoid conflicts and shall cooperate with other fc working in the area in order to achieve a timely completior allow work to progress in a logical manner. Due precautior shall be taken and care exercised to protect other facilit- that may be in place at the time Contractor is performing 1 work.
Should the Contractor in the course of the work encounter obstruction that requires a design change or special
construction method, he shall immediately contact the Engi
for supplemental instructions and notify the affected agenl
whose facility may be involved, and proceed on the basis o
written instructions for the Engineer and such agencies.
7. SITE MAINTENANCE
The Contractor shall be responsible for periodic washdown, sweeping, or other methods to keep public streets in a cle condition satisfactory to the City. The Contractor shall be responsible for the repair or replacement of any existi
pavement damaged by his equipment. Access to businesses s
be maintained at all times, except during the actual place of pipe, backfill, and pavement.
0 0 I, I'
i. '1 r>o Page
8. DUST CONTROL
The Contractor shall furnish a water supply vehicle on the
site. The Contractor shall apply water in the amounts and
intervals as directed by the Engineer. The water supply
vehicle and an operator shall be available upon a reasonabl notice as determined by the Engineer for after-hour, weekenl
or holiday dust control work. If the Contractor is not
available for dust control measures, the City will arrange
the work to be performed by others and will deduct all
equipment, labor, and material costs thereof from the Contr
amount. All costs involved for dust control, including
supplying and operating water supply vehicles and street
sweepers, shall be absorbed in other items of work.
9. SAFETY AND 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 safe laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the wo is being performed. He shall erect and properly maintain a
all times, as required by the conditions and progress of th
work, all necessary safeguards for the protection of the
workers and public, and shall post danger signs warning aga
the hazards created by such features of construction as
protruding nails, hoists, well holes, elevator hatchways,
scatfolding, window openings, stairways, and falling materials.
The Contractor shall notify the City of Carlsbad's Police a
Fire Departments 24 hours prior to beginning work. In
addition, the contiguous property owners shall be notified
hours prior to beginning of work and also during the progre
of work if substansive traffic flow changes or driveway
closures will affect their operations. Particular care shc
be taken to provide access to Bauer Lumber Co. such that tk driveway is not blocked for more than 8 hours at any one t-
10. CUTTING, PATCHING
The Contractor shall do all cutting, fitting, or patching (
the work that may be required to make its several parts con
together properly and fit it to receive or be received by \r
of other Contractors shown upon, or reasonably implied by, Plans and Specifications for the completed structures, and
Contractor shall make good any defect as the City may dire(
The Contractor shall not endanger any work by cutting,
excavating, or otherwise altering the work and shall not CI
alter the work of any other Contractor save with the conser
the City.
0 0 ** >I
, 1. * li . Page :
11. BARRICADES
The Contractor shall provide and isnstall all barricades and barricade signing as required for traffic control. Stripin! markers, reflectors, and traffic signing requirements are nc part of this Contract, except as required for traffic contrc Temporary signs, barricades, reflectors, and other items thl may be required during the course of construction by the Ci. or other governing agencies or codes shall be provided by tl Contractor.
Payment for these items, if required, shall be considered ai included within the unit prices for each item in the Proposl
12. CLEANUP AND PROTECTION OF WORK
The Contractor is required to conduct concurrent cleanup iperations as the work proceeds. Portions of the job, othe than active work areas as determined by the City Engineer, shall be completely cleaned of dirt, debris, trench spoil, equipment, and constructed material; and these areas are to completely restored.
The Contractor shall finish cleanup of the site as required the City of Carlsbad. This shall include dressing the park removal of any unsuitable material, wash-down of pavement, cleanup of any debris arising from execution of Contactor's work. Site shall be left in a clean and neat condition to satisfaction of the City.
Until the formal acceptance of the work, the Contractor sha have the charge and care thereof and shall bear the risk of injury or damage to any part thereof by the action of the elements or from the performance or non-performance of the w-o r k .
All costs involved in protection, restoration, and cleanup existing improvements shall be included in other items of work.
13. EXCAVATION AND REMOVALS
Description: This work shall consist of removal and dispos
of existing pavements, base, native material, and miscellar items to facilitate construciton of the new pavement, storn drain, and other miscellaneous work. In addition, this wor shall consist of preparation and compaction of the subgrade the new pavement, storm drain, and other miscel?~neous work
All disposals of removed material shall be at a legal dump at the Contractor's expense.
e 0 I8
.', '1,
Page 3
Construction: All work shall be performed in accordance wit
applicable provisions of Section 300 of the Standard
Specifications and in accordance with these Specifications.
All removed material shall be immediately hauled off of the
site and disposed of at the Contractor's expense. Sidewalks
curbs, or pavements not marked for removal, which are damage by the Contractor's removal operations, shall be repaired or
replaced at the Contractor's expense as directed by the
Engineer.
Length of Operation: For public convenience, the Contractor
shall conduct his operation so that no more than 500 linear feet is opened up at one time.
Pa ment: The cost of complying with these requirements sha' €+-r e inc uded in the bid prices for the other items of work ai
no additional compensation will be allowed therefor.
14. PROGRESS PAYMENTS
Monthly progress payments shall be made to the Contractor ii accordance with Section 9-3 of S.S.P.W.C.
15. TRAFFIC CONTROL
Access to the Bauer Lumber Yards at approximately Sta. 19+51
and Sta. 23+00 must be maintained. Two lanes of traffic sh, be maintained on streets at all times unless specific appro'
for temporary shutdown is obtained from the Engineer. Durit
the construction of the deepest portion of the storm drain
State Street Sta. 5+00 to 8+00, traffic control may require
closure of the street for brief periods. Such intention on
part of the Contractor shall be discussed with the City at '
preconstruction conference and traffic control; any detours
shall be approved by the City Engineer, and be clearly markc
and signed.
Pa ment: Payment for traffic control shall be considered + inc u ed in the Contract unit prices paid for other items o
work, and shall be considered full compensation for furnish
all labor, materials, equipment, and incidentals for
accomplishing the work as specified herein and no additiona
compensation will be allowed therefor.
16. SUBGRADE PREPARATION
The finished surface of the subgrade plane at any point sha not vary more than 0.05 foot above or below the subgrade pl
shown on the plans or as established by the Engineer in the field.
0 r) ,I
. I. . ') I
Page
The subgrade for A.C. Pavement shall be compacted to a rela
compaction of not less than 95 percent of maximum density a
optimum moisture to a minimum depth of 0.50 foot below the
subgrade plane. Subgrade material for curb, gutter, drivew and miscellaneous areas shall be compacted to a relative compaction of not less than 90 percent of maximum density a optimum moisture to a minimum depth of 0.50 foot below the subgrade plane.
Relative compaction shall be determined by California Test
Method No. 231 (as modified herein). The area as stated in Test Method 231 may be represented by one or more individua test sites, at the discretion of the Engineer. The Contrac
will furnish all tests at no cost to the City. Any retesti required due to first test failures shall be made at the Contractor's expense. Furnishing and applying water as necessary to obtain compaction shall be considered incident
work.
Payment: Payment for subgrade preparation and miscel laneou
area grading shall be considered included in the Contract u
prices paid for other items of work, and shall be considere
full compensation for furnishing all labor, materials, equipment, and incidentals for accomplishing the work as
specified herein and no additional compensation will be all
therefor.
17. UTILITIES
Description: This work shall consist of cooperation with
others and the protection and/or relocation of Utility and
H i g h w ay F ac i 1 i t i e s .
Construction: This work shall conform to Sections 5 and 7
the Standard Specifications and these Special Provisions.
The Contractor shall protect or relocate existing utilites
other facilities as shown on the plans and as directed by .
Engineer. Any damage or work to such facilities shall be
immediately repaired to the Owner's satisfaction at no cos1
the Utility Owner.
Payment: Payment for protecting utilities, cooperation wi
others, and relocating utilities shall be considered inclu
in the Contract unit prices paid for other items of work,
shall be considered full compensation for furnishing all 1
materials, equipment, and incidentals for accomplishing th
work as specified herein and no additional compensation wi
allowed therefor.
* e I, %
. *. . '1 * Page 1
18. ASPHALT CONCRETE PAVEMENT
Description: Asphalt Concrete. S'upplement and amend Subsection 302-5.1, "General", as follows:
Asphalt concrete materials shall meet the requirements Section 400-4 of the Standard Specifications; shall be constructed per Section 302-5 of the Standard Specifications, and shall be Type III-C3-AR-4000 or as determined by the Engineer.
Materials: The combined aggregate grading for asphalt conc placed on miscellaneous areas shall conform to the gradatio for the asphalt concrete placed on the traveled way, unless otherwise directed by the Engineer.
If the finished surface of the asphalt concrete on the traf lanes does not meet the specified surface tolerances, it sh be brought within tolerances by either: (1) Abrasive grin (followed by sand seal coat on the areas which have been ground), (2) placing an overlay of asphalt concrete, or (3 removal and replacement. The method shall be selected by t Engineer.
Delete Subsection 302-5.2, "Prime Coat", and substitute the following:
A prime coat consisting of Grade MC-70 liquid asphalt 5 be appied to the surface of the prepared base or subbas prior to placing asphalt concrete at a rate between 0.1 and 0.25 gallon per square yard (0.45 and 1.13 liter PE square meter). Grade SC-70 and SC-250 liquid asphalt n be used when approved by the Engineer.
Pa ment: The Contract unit price paid per ton for asphalt
for furnishing all labor, materials, tools, equipment, and incidentals to accomplish the work as specified herein and detailed on the plans and no additional compensation will t allowed therefor; this includes the construction grade 2" ) redwood header required for A.C. paving.
+ concre e pavement work shall be considered full compensatic
19. SLURRY SEAL
Description: The slurry seal work consists of furnishing labor, materials, tools, equipment, and incidentals necess for the complete application of Type I Slurry Seal.
Slurry seal shall consist of a mixture of "Quick Set" emulsified asphalt, mineral aggregate and water, properly proportioned, mixed, and spread evenly on pavement surface specified herein and as directed by the Engineer. The cur
e e <7
-X$ . . ' "8 . f Page 4
slurry shall have a uniform appearance, fill all cracks, adt-
firmly to the surface, and have a skid-resisitance surface.
Pa ment: Payment for slurry seal shall be considered incluc ihi- e Contract unit prices paid for other items of work anc
shall be considered full compensation for furnishing all la1
materials, equipment, and incidentals for accomplishing the
work as specified herein and no additional compensation wil
allowed therefor.
20. CONCRETE WORK
Description: This work shall consist of furnishing, placin!
and finishing concrete for curb and gutter, sidewalk, drive
aprons, local depressions, inlets, manholes, lugs, and
miscellaneous concrete work, all to the form and dimensions
called for and where indicated on the plans and also to the
grades shown on the plans and established by the Engineer.
Materials: Concrete shall conform to Section 201 of the .....
Construction: Construction shall conform to the provisions Section 303 of the Standard Specifications.
Pa ment: The Contract unit price paid as shown on the prop + or concrete work shall be considered full compensation for
furnishing all labor, materials, tools, equipment, and
incidentals to accomplish the work as specified herein and
detailed on the Plans and no additional compensation will t
a1 lowed therefor.
21. ADJUST WATER VALVES, AND MANHOLE FRAMES AND COVERS TO FIN15
GRADt
Description: This work shall consist of adjusting existin5
water valve covers, and existing manhole frames and covers the finished pavement grade where called for on the Plans
in accordance with the applicable provisions of Section 30; of the Standard Specifications.
Materials: Concrete shall be Class B (5-sack mix) conform
the provisions of Section 201 of the Standard Specificatioi
Asphalt concrete shall conform to the provisions of Sectioi
"Materi a1 sf', of these Specifications .
Construction: The method of adjusting manholes to finishel
grade shall be as follows:
1. Upon completion of finished pavement wearing course,
circular holes shall be cut where the manholes exist.
inside diameter of this hole shall be at least 18" lar
than the outside diameter of the manhole or water valv
1 0 0 ‘ a >.q
” 1’ . ~ * J’l J
Page 4
2, The manhole frame and cover shall then be raised to the finished pavement grade and suitably blocked and groutec place to the satisfaction of t‘he Engineer.
3. A concrete collar shall be poured around the manhole frz and cover to within 1” of finished pavement grade. Saic
collar shall have a minimum depth of 10” and be placed c thoroughly compacted subgr ade.
shall be placed to finished pavement grade. 4. After concrete has cured sufficiently, asphalt concrete
All manholes shall be thoroughly cleaned of any constructioi debris which may have entered due to the Contractor’s operations.
Traffic Control: Protection of the work shall be the
responsibility of the Contractor and the Contractor shall provide delineation to the satisfaction of the Engineer to accomplish this.
Payment: Payment for adjusting water valves and manhole co and cooperation with others shall be considered included in Contract unit prices paid for other items of work and shall considered full compensation for furnishing all labor, materials, equipment, and incidentals for accomplishing the work as specified herein and no additional compensation wil a1 lowed therefor.
22. TEMPORARY PAVEMENT
Description: This work shall consist of furnishing and installing temporary pavement over backfilled trenches.
Materials: Temporary pavement shall be a minimum of one an one-half inch (1-1/2”) bituminous premix.
Construction: The Contractor shall proceed immediately to place final resurfacing on any part of any excavation upon notice from the Engineer without waiting for the completion the full length of the project. Within the limits of any traveled way, temporary or final resurfacing shall be placc immediately following final compaction of the backfill.
Payment: Payment for providing temporary pavement shall bc considered included in the Contract unit prices paid for 01 items of work and shall be considered full compensation for furnishing all labor, materials, tools, equipment, and incidentals for accomplishing the work as specified herein no additional compensation will be allowed therefor.
0 0 L c '.'
,! *
I )' . I , J54 I
Page 4
23. CONCRETE ENCASEMENT OF EXISTING SEWERS
Description: This work shall cons'ist of constructing concre
encasement of existing sewers where directed.
Materials: Concrete for encasement of existing sewers shall
Class A (6-sack mix) conforming to the provisions of the Standard Specifications. Reinforcing bars shall be A615, Gr
40 conforming to Standard Specifications.
Construction: Concrete encasement of sewers shall be
constructed conforming to Section 201 of the Standard
Specifications and as indicated on the Plans.
Pa ment: Payment for encasement of sewers, cooperation wit1 --k ot ers shall be considered included in the Contract unit
prices paid for other items of work and shall be considered
full compensation for furnishing all labor, materials,
equipment, and incidentals for accomplishing the work as
specified herein and no additional compensation will be all1
therefor.
24. STORM DRAIN CULVERT
1. Contractor may, at his option, use any of the below lis
types of culvert; except that from Sta. 25+ 47 South, a
storm drain pipe shall be R.C.P.
A. Reinforced coocrete pipe of D-load as shown on the plan and conforming to Section 207-2 of S.S.P.W.C.
B. Cast-in-place non-reinforced concrete pipe conformi
to Section 306-4 of S.S.P.W.C. D-load requirements shall meet standards of Section 306-4.7.6.
Flow line shall be set by use of laser-
D. For reinforced concrete pipe, beveled ends will be required through curves.
E. Bedding material for reinforced concrete pipe shall meet the specifications for Structure Backfill contained in Section 300.3 of the Standard Specifications. Bedding shall be placed and compac in at least two lifts, with the first lift no highc than one foot (1') above the spring line of the pi[ All bedding shall be compacted to a minimum 905 of 1 aboratory standard.
b \/<T----. ~~ -
____4'
I __ ____ _----
0 0 ,Ta *'*'
,\L
< *>k*h " %
t* - Page 4
2. Backfill material in paved areas shall be in accordance
with Section 300.3 of the Standard Specifications except
that it shall have a sand equi'valent of not less than 3C
and the top three feet (3') below finish grade shall be
compacted to a relative density of 95%.
The Contractor shall provide all compaction tests at no
cost to the City.
Jetting of trench backfill within roadway areas will no'
be permitted. Native material shall not contain rocks
larger than three inches (3") in least dimension and ma,
not be compacted by jetting.
Payment: The Contract unit price paid per linear foot for
storm drain shall be considered full compensation for furnishing all labor, materials, tools, equipment, and incidentals to accomplish the work as specified herein and detailed on the Plans and no additional compensation will b allowed therefor.
25. TRENCH RESURFACING
In streets, trenches shall be resurfaced in kind in accorda
with the provisions of Section 306-1.5.2 of S.S.P.W.C. In
case shall resurfacing be less than 3" of asphaltic concret
6" minimum of Class I1 aggregate base or equivalent deep li
of asphaltic concrete. Asphalt concrete shall be I-C-AR-4C
in accordance with Section 203-6.
Pa ment: Payment for trench resurfacing shall be considere -57 inc u ed in the Contract unit prices paid for other items (
work and shall be considered full compensation for furnishi
all labor, materials, equipment, and incident2ls for
accomplishing the work as specified herein and no addition?
compensation will be allowed therefor.
26. RELOCATIONS
As shown on the Plans, a number of fences and other obstac
must be relocated prior to trenching for storm drain construction. Any new fencing required to complete the re
fencing shall be of similar quality and compatable with thl
portion being relocated, including barbed wire. The elect
service pole and saw mill facilities on the Bauer Lumber p
shall be relocated prior to fence relocation and in accord
with applicable electrical codes using materials of equiva
quality and compatible with the existing facilities. Surp
dirt from the storm drain trench can be disposed of in are
shown on the Plans. Replacement on a like square footage
for Bauer Lumber storage area is included in this work.
e 0 & '4 '*. *
,% ,t
8 ', , '2 ,', Page 1
Compensation for this work is included in the bid item listc
the Proposal and no additional compensation will be paid.
27. SHEETING, SHORING, AND BRACING
Description: This work shall consist of furnishing and
installing sheeting, shoring, and bracing as the work progr
in such a manner as to prevent as much as possible the cavi
of the sides of the trench. A sliding shield may be used i
of the specified sheeting, however, the design of a sliding
shield shall be approved by the Division of Industrial Safe
Department of Industrial Relations, of the State of Califor
prior to use.
Construction: Excavation shoring systems shall conform to
Section 1540 , Article 6, Title 8 of the State of California
Construction Safety Orders, and to the requirements of Subp Section 1926.652 of the OSHA Safety and Health Standards fo
Construction; provided, that in case of conflict, the more
stringent provision shall govern.
The Contractor's attention is directed to the provisions of
"Shoring and Bracing Drawings" in Section 6075 of the Calif
Labor Code. The Contractor, prior to beginning any trench
structure excavation five feet (5') deep or over, shall sub
the City and shall be in receipt of the City's written acce of the Contractor's detailed plan showing the design of al'
shoring, bracing, sloping of the sides of the excavation, ( other provisions for worker protection against the hazard ( caving ground during the excavation of such trenches or st)
excavation. If such plan varies from the shoring system
standards established in the Construction Safety Orders of
State of California, such alternative systems' plans shall
prepared by a Civil or Structural Engineer licensed in the
of California.
Prior to commencement of excavation, the Contractor shall
to the Engineer a detailed plan and copy of the State Divi Industrial Safety Permit, as specified in Section 7-10.4.1
Standard Specifications.
All openings caused by the removal of the sheet piling or
shall be filled with non-cohesive backfill materials, whic
be compacted by mechanical methods. Where caving occurs,
sheeting or bracing shall be removed until the trench has
backfilled and compacted to the top of the pipe.
Payment: Payment for Sheeting, Shoring, and Bracing shall considered included in the Contract unit prices paid for c
items of work and shall be considered full compensation fa
furnishing all labor, materials, equipment, and incidental
accomplishing the work as specified herein and no addition compensation will be allowed therefor.
a e *i ;
L1 ,E c
2 b .* ' ! 4c14
.
c Page 4
28. SEWER FORCE MAIN
The 8" A.C.P. Sewer Force Main crossing in conflict at
approximately Station 7+90 is from a City raw sewage pump station which has a sump capacity of only 2 hours maximum ir daylight hours. The adjustment of this pipe vertically to clear the storm drain pipe must be coordinated with the Citj Utility Department to conform to this constraint or arrangements with the Utility Department to do the grade adjustment during low-flow hours. Full compensation for th- grade adjustment shall be included in the bid item for 66" storm drain pipe.
29. P.C.C. SWALE
Description: This work shall consist of furnishing, placin and finishing concrete for concrete swale, all to the form dimensions called for and where indicated on the plans and, also, to the grades shown on the plans and established by t Engineer.
Materials: Concrete shall conform to Section 201 of the
Construction: Construction shall conform to the provisions Section 303 of the Standard Specifictions.
Pa ment: The Contract unit price paid per square foot for ?+T- swale shall be considered full compensation for furnishing all labor, materials, tools, equipment, and incidentals to accomplish the work as specified herein and detailed in the plans and no additional compensation will t allowed therefor.
.....