HomeMy WebLinkAboutSchaefer Construction; 1987-08-19; U/M 14x
r
CITY OF CARLSBAD
San Diego County
California
CONTRACT DOCUMENTS
for
1986-87 CURBS, GUTTEW AND SIDEWALKS
REPLACEMENT PROGRAH
, CONTRACT NO. U/M-14
TABLE OF CONTENTS
ITEM PAGE
NOTICE INVITING BIDS
PROPOSAL
1
3
BIDDER 'S BOND TO ACCOMPANY PROPOSAL 7
DESIGNATION OF SUBCONTRACTORS 8
RIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY IO
BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE 11
CONTRACT - PUBLIC WORKS
CONTRACTOR'S CERTIFICATION OF AWARENESS OF
WORKERS' COMPENSATION
12
17
CONTRACTOR'S CERTIFICATION OF AWRENESS OF
IMMIGRATION REFORM AND CONTROL ACT OF 1986 17
LABOR AND MATERIALS BOND
PERFORMANCE BOND
CONTRACTOR'S CERTIFICATION OF COMPLIANCE
GENERAL PROVISIONS
SPECIAL PROVISIONS/SPECIFICATIONS
STANDARD DRAWINGS
LOCATION LISTING AND SPECIFICATIONS
MAPS OF AREAS OF CONSTRUCTION
18
20
22
23
29
32
38
43
, .
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchasinq
Officer, City Hall, 1200 Elm Avenue, Carlsbad, California, until
4:OO PM on the 13th day of July, 1987, at which time they will be
opened and read for performing the work as follows:
1986-87 Curbs, Cutters and Sidewalks
Replacement Program
CONTRACT NO. U/M-14
The work shall be performed in strict conformity with the
specifications therefor as approved by the City Council of the
City of Carlsbad on file with the City Clerk. Reference is hereby made to the specifications for full particulars and
description of the work.
No bid will be received unless it is made on a proposal form
furnished by the Purchasing Department. Each bid must be
accompanied by security in a form and amount required by law. The bidders' security of the second and third next lowest
responsive bidders may be withheld until the Contract has been
fully executed. The security submitted by all other unsuccessful
bidders shall be returned to them, or deemed void, within ten
(10) days after the Contract is awarded. Pursuant to the
provisions of law (Public Contracts Code Section 2O170),
appropriate securities may be substituted for any money deposited
with the City to secure any obligation required by 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 Enqineer's
Estimate. The estimated quantities are approximate and serve
solely as a basis for the comparison of bids. The Enqineer's
Estimate is $61,000.00. Work is anticipated to take place during
September and October, 1987, and take approximately four (4)
weeks to complete.
No bid shall be accepted from a Contractor who has not been
licensed in accordance with the provisions of State law. The
Contractor shall state his or her license number and
classification in the proposal.
-2-
I I
Sets of Contract- documents may be obtained at the Purchasinq
Department, City Hall, Carlsbad, California, for a nonrefundable
fee of $7.35 per set.
The City of Carlsbad reserves the right to reject any or all bids
and to waive any minor irregularity or informality in such bids.
The general prevailing rate of wages for each craft or type of
worker needed to execute the Contract shall be those as
determined by the Director of Industrial Relations pursuant to
the Sections 1770, 1773, and 1773.1 of the California Labor Code.
Pursuant to Section 1773.2 of the California Labor Code, a
current copy of applicable wage rates is on file in the Office of
the Carlsbad City Clerk. The Contractor to whom the Contract is
awarded shall not pay less than the said specified prevailina
rates of wages to all workers employed by him or her in the
execution of the Contract.
The Prime Contractor shall be resDonsible to insure compliance
with 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
work.
A prebid meeting will be held on Monday, 3uly 6, 1987 at 9:OO
A.M. at the Utilities and Haintenance Administration Conference
Room, 2075 Las Palmas Prive, Carlsbad.
Projecct sites should be toured by potential bidders prior to
prebid meeting.
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 and fifty percent, respectively, of the Contract
price will be required for work on this project.
The contractor shall be required to maintain insurance as
specified in the contract. Any additional cost of said insurance
shall be included in the bid price.
Approved by the City Council of the City of Carlsbad, California,
by Resolution No. 7IIG , adopted on the /d ? day of
JCSI G . 1987 .
-3-
CITY OF CARLSRAO
CONTRACT NO. IJfM-14
PROPOSAL
City Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
The Undersigned declares hefshe has carefully examined the
location of the work, read the Notice Inviting Bids, examined the
Plans and Specifications, and hereby proposes to furnish all
labor, materials, equipment, transportation, and services
required to do all the work to complete Contract No. UfM-14 in
accordance with the Plans and Specifications of the City of
Carlsbad, and the Special Provisions and that helshe will take in
full payment therefor the following unit prices for each item .
complete, to wit:
It ern Descr ip t ion with Approximate
Item Unit Price or Lump Sum Ouantfty [In it - No. Price Written in Words & Unit Price TOTAL
1. Type "G" concrete curbs PC
gutters including fine
grade complete in place at
& no Cents $10/LF $22,890. per lineal foot. 2,289 L.F.
ten Dollars
~. 2. 4" PCC sidewalks including
fine grade complete in place
at thre'e Dollars & no Cents per square foot. 4,170 S.F. $3/SF $12,510.
3. 5 1/2" PCC driveway and
approcahes including fine
grade complete in place at
three Dollars
& fifty Cents per square foot. 1,028 5.F. $3.50/SF 3,598.
Item Oescript ion with Approximate
Item Unit Price or Lump Sum Quantity Unit - No. Price Written in Words k Unit Price TOT4L
4. 7 1/2" PCC crossoutter
including fine arade
co lete in place at
Your Dollars
& no Cents
per square foot. 501 S.F. $4/SF $ 2,004.00
5. Sidewalk removal at
one Dollars
$1/SF $ 4,170.00 & no Cents
per square foot. 4,170 S.F.
6. Curb and autter remval at - three Dollars
dr no Cents per lineal foot. 2,289 L.F. $3/LF $ 6,867.00
7. Driveway and approach removal
at one Dollars
per square foot. 1,028 S.F. & no Cents $1/SF $ 1,028.00
8. Tree stumps removal at
two hundred Dollars & no Cents $7OO/e.a $ 2,400.00
per stump. 12 each
9. 5 112" PCC cross qutter removal - at one Dollars
& fifty Cents $1.50/SF $ 751.50
per square foot 501 S.F.
10. Sidewalk underdrain pipe
includinq fine qrade,
complete-in lace at-
& nn Cents Lump Sum
Dollars $1000.00 $ 1,000.00
one khousan 8
Total amount of bid in words: fifty-seven thousand two hundred
eiqhteen and fifty cents. --
Total amount of bid in numbers: $ 579218*50
Addendum (a) No(s) none haslhave been
received and islare included in this proposal.
-5-
411 bids are to be computed on the basis of the given estimated
quantities of work, as indicated in this proposal, times the unit
price as submitted by the bidder. In case of a discrepancy
between words and fiqures, the words shall prevail. In case of
an error in the extension of a unit price, the corrected
extension shall be calculated and the bids will be computed as
indicated above and compared on the basis of the corrected
totals.
The Undersiqned has checked carefully all of the above fiqures
and understands that the City will not be responsible for any
errors or omissions on the part of the Undersigned in makinq up
this bid.
The Undersigned agrees that in case of default in executinq the
required Contract with necessary bonds and insurance policies
within twenty (20) days from the date of Award of Contract by
City Council of the City of Carlsbad, the proceeds of check or
bond accompanying this bid shall become the property of the City
of Carlsbad.
Licensed in accordance with the Statutes of the State of
California providing for the registration of Contractors, License No. 346776
Identification C-8 Concrete - Scha%fer Construction
The Undersigned bidder hereby represents as follows:
1. That no Councilmember, officer, agent, or employee of the
City of Carlsbad is personally interested, directly or
indirectly, in this Contract, or the compensation to be
paid hereunder; that no representation, oral or in
writing, of the City Council, its officers, aaents, or
employees has induced himlher to enter into this
Contract, excepting only those contained in this form of
Contract and the papers made a part hereof -. by its terms;
and
2. That this bid is made without connection with any person,
firm, or corporation making a bid for the same work, and
is in all respects fair and without collusion or fraud.
Accompanying this proposal is Bond
(Cash, Certified Check, Bond. or Cashier's Check)
for ten percent (10%) of the amount bid.
The Undersigned is aware of the provisions of Section 3700 of the
Labor Code which require every employer to be insured aqainst
liability for workers' compensation or to undertake self-
insurance in accordance with the provisions of that code, and
agrees to comply with such provisions before commencing the
performance of the work of this Contract.
The Undersiqned is aware of the provisions of the State of
California Labor Code, Part 7, Chapter 1, Article 2, relative to
the general prevailing rate of waqes for each craft or type of
worker needed to execute the Contract and agrees to comply with
its provisions.
Greg Schaefer For
Schaefer Construction
Phone Number Bidder's Name
(619 )*753-4273
7-13-87
Date 7//3/ 87
/ I Authorized S idnat ur e 657 Quail Gardens Dr
Encinitas, Ca 92024 Individual
Bidder's Address Type of Organization
(Individual, Corporation, or
Partnership)
List below names of President, Secretary, Treasurer, and Manager, if a corporation; and names of all partners, if a partnership:
I
..
1-
.before me, the undersigned a Notary Pubb in and for
SAN DIEGO 1 STATE OF CALIFORNIA
COUNTY OF
on
said State, personalb appeared
Tiilv 13, 1987
G SCWEEER as ALL
SCHAEFER CONSTRUCTION-----
!
- Y ? #VITNESS my hand and official seal.
m-&M$c proved to me on the basis of satis-
factoryevidewe) to be the person(s)whose name(s) is/aresub-
scribed to the within instrument and acknowledged to me that
helshelthey executed the same.
(This area for official notarial seal)
PRINCIPALS
'.
Bond-# 1095068 -7-
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS 8Y THESE PRESENTS:
That we ~schhefer m-tion 9 as
Principal, and-e ~0 mDanY , as Surety, are held and firmly bound unto the City- of Carlsbad,
California, in an amount as follows: (must be at least ten
percent (10%) of the bid amount)
10% of the bid rrot to exceed Six Thousand and NO/lOO ($6,000.00)
for which payment will and truly made, we bind ourselves, our
heirs, executors and administrators, successors or assigns,
jointly and severally, firmly by these payments.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the
proposal of the above-bounden principal for:
1986-87 Curbs, Gutters and Sidewalks
Replacement Proqram
Contract No. U/M-14
in the City of Carlsbad, is accepted by the City Council of said
City, and if the above bounden Principal shall duly enter into
and execute a Contract including required bonds and insurance
policies within twenty (20) days from the date of Award of
Contract by the City Council of the City of Carlsbad, beinq duly
notified of said award, then this obligation shall become null
and void; otherwise, it shall be and remain in full force and
effect, and the amount specified herein shall be forfeited to the
said City.
In the event any Principal above named executed this bond as an
individual, it is agreed that the death of any such Principal
shall not exonerate the Surety from its obligations under this
bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this
13 day of Julv 9 19 87
Corporate Seal (If Corporation) Schaefer Construction
Principal
STATE OF CALIFORNIA, COUNTY OF ORANGE ss.
JuL 1 8 ?987 before me a Notary Public, within and for the said On I County and State, personally appeared John L. Beall , known
to me (or proved to me on the basis of satifactory evidence) to be the person whose name is subscribed to the within instrument
as the Attorney in Fact of and for the AMWEST SURETY INSURANCE COMPANY, and acknowledged to me that he
subscribed the name of the AMWEST SURETY INSURANCE COMPANY thereto as Surety, and his own name as Attorney
in Fact. --
1
/- 1
.- AMWEST SURETY INSURANCE CO. P.O. Box 4500
Woodland Hills, CA 91365
(818) 704-1111
KNOW ALL MEN BY THESE PRESEN
does hereby make, constitute and appoint
its true and lawful Attorney@)-in-Fact,
deliver and affix the seal of the com
ORPORATION
and to bind AMWEST SURETY
Article 111, Section
This Power of A
signature of any authorized off
or certification thereof authorizi
t as though manually affixed
IN WITNESS WHEREOF, AMWEST SURETY INSURANCE COMPANY has caused these presents to be signed by its proper of-
April 19-. 85 ficer. and its corporate seal to be hereunto affixed this lSt day of
AMWEST SURETY INSURANCE COMPANY
Gary R Peterson. President
7 Karen G Cohen, Secretary
STATE OF CALIFORNIA, COUNTY OF LOS ANGELES - ss
85 Gary R. Peterson On this lst day of April AD.. 19-, personally came before me
and Karen G. Cohen to me known to be the individuals and officers of AMWEST SURETY INSURANCE COM-
PANY, CALIFORNIA'who executed the above instrument, and they each acknowledged the execution of the same, and being by me
duly sworn, did severally depose and say: that they are the said officers of the corporation aforesaid, and that the seal affixed to the
above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed
and subscribed to the said instrument by the authority of the board of directors of said corporation.
(SEAL)
LOS ANGELES COUNTY
STATE OF CALIFORNIP.. COUNTY OF LOS ANGFLES - ss
CERTIFICATE
secretary of the AMWEST SURETY INSURANCE COMPANY, a California corporation, DO
HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked, and further-
more, that the provisions of the By-Laws of the company and the Resolutions of the board of dlrectors set forth In the Power of
Attorney, are now in force.
I, the undersigned,
,, .-
Signed and sealed at JUL 1 3 1987 -. this -day of 19-.
-9-
DESIGNATION OF SURCONTRACTORS (continued)
The bidder is to provide the following information on the subbids
of all the listed subcontractors as part of the sealed bid
submission. Additional pages can be attached, if required.
Type of State Carlsbad Amount
Contracting Rusiness of Full Company Name License & No. License No.+ Bid (S or 9;)
Notice: No sub-contract bids were necessary as all work
to be performed will be thru employees of Schaefer
Construction.
‘* 70 valid license, +Licenses are renewable annita1 1
Itairred prior to \
STATE OF CALIFORNIA )sa
COUNTY OF
On said State, personal)y appeare- chaefer as sole Construction owner of Schaefer
DTEGO
before me, the undersigned, a Notary Public in and for
-mliSmr proved to me on the basis of satis-
tactory evidence) to be the person@) whose namds) tslare sub
scribed to the withln mstrument and acknowledged to me that
li helshelthey executed the same. 1
1 WITNESS my hand and official seal.
(This area for official notarial sear)
ructio
ny Name
3ns Dr
te Address
92024 + iq .ature
- 10 -
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
The Undersigned submits herewith a notarized or sealed statement
of hislher financial responsibility.
See attached sheets
(1) Personal Financial Statement June 27, 1987
(2) Statement of Revenue and Expenditures Year Ended
December 51, in6
STATE OF CALIFORNIA sm DIEGO Iss.
COUNTY OF I
On July 13, 1987 .before me, the undersigned, a Notary Public in and for
said State. personally appeared GREG SCHAEFER as sole owner of
SCHAEFER CONSTRUCTION-----
- E 5
5 a
pW proved to me on the basis of sati
lactory evidence) to be the person(s) whose name@) &/are su WFICIAL SEAL
0 , .D NOTARY Waiic. CALIFORNIA
? z
scribed to the within instrument and acknowledged to me th fWf?MA K GARRISON
It hetshelthey executed the same. PRINCIPAL OFFICE IN SAN DIEGO COU W .-
3-
WITNESS my hand and official seal.
nhis area for official notarial seal)
PERSONAL FINANCIAL STATEMENT
GREG & RUTH SCHAEFER
June 27, 1987
ASSETS LIABILITIES
Cash in Bank
Savings In Bank
Total Current Assets
Real Estate (see
950.00 Notes Payable to Bank 0
Due to Relatives 0 3 , 950 .OO Real Estate Mortgages(due 1 year) 0 Notes Secured By Personal Prop 0
Other Liabilites 0
3,000.00 Accounts & Bills Payable - 5,635.00
Income Taxes Due 0 Schedule ) 325,000.00
Cash Surrender Life Total Current Liabilities 5,635.00
Automobiles 24,000.00 Mortgages Due After 1 year 169,500.00
0.
0 ther Assets Other Liablities (auto loan) 8,300 .OO
TOTAL LIABILITIES 183,435.00
Insurance 1,000.00
Notes & bill after one year '86 Chevy Blazer '77 De Ville Cad
Diamonds & Jewlrey 8,000.00 Personal Property 16,000.00
Electronic Ea 3.000.00
Net Worth Sporting GOO& 5 ; 000.00
Total Assets 385,950.00 TOTAL
202,515.00
385.950.00 - I--
Are The assets yeld in joint tenancy. held by both Greg & Ruth Schaefer
Are we liable for any endorsements or guarantees? NO
YES
ANNUAL INCOME & EXPENSES FROM
Income
Ruth 54 , 000
Greg 30 , 000
Rentals 14,400
Interest 200 Child Support 4,320
TOTAL INCOME : $1 02,920
1987 to 1988 (expected )
Expenses
Interest 3,000.00
Taxes & Assessments 12,500.00
Upkeep on Real Estate 1,500.00
Payments Mortgages 26,808.00 Personal Living Exp 12,000.00
Payments Other (auto & Bills)12,312.00
MedicaUMisc 3 000.00 Total Expenses Fi%m=
~~ ~~~ ~
INSURANCE Fire Insurance on Buildings (value) $106,000 $400/year - State Farm Ins.
Health Insurance -- no cost to us thru Ruth's Employer - MAssachusetts Mutual
Accident Insurance -- value Ruth - $200,000 Life Insurance -- value Ruth - $200,000
Automobiles - Fire & Theft/Public Liability/Collison & Property Damage is $200.00
Greg -- $100,000 - All State Insurance
Greg - $200,000 - All State Insurance and
Modern Workman
deductable policies thru State Farm Insurance
NOTE: This financial statement does not reflect assets (Capital) owned as part
of Schaefer Construction including cash in bank, equipment, etc.
e m r m 'U
z 8
m ..
h 0
W
4 u1 W 0 -E Iu 4 w
2
v
8
%
*
m 0
LA cn *
=d c r-3 X
u1 -@
4 0 I ul 03
ul
Y
--L
U * el
0 \ Iu 4 \ 03 4
m ..
..
(Do 57 cryl v1 *.
zz 00
..
f ..
n 7 (D 09 v
2 (D
7
i5 m ..
u ul
5
Lm
G
6
is
7 cr
P
cn
rt ..
7 7 F- (D a
uu 00
cccc 22
P,P, 5. 5. PW PP .. ..
zz 00
L- 7 (D
cc 2
P (D P, (I, 2
P, 3 r
7 0 P, P
0 7
21 0 7 cn 0
P
21
'd (D 7 r+ cc
2
3
..
z 0
H (I,
?
6
cc
(I,
c1.
(D 0 cr
a (D 0 P DJ 7 P, e P- O 3
0 r
3 0
(I, ct 0 P, a 4
z 0
w
c3
P, P cn
4:
Iu u1 4
u1 0 0
u
W Iu ul
0 0 0
u
A 0 u3
0 0 0
I
Iu Iu w .r
0 0
cd (D a 7 P. 0 7;
',
INCOME
OPERATING EXPENSES
SCHAEFER CONSTRUCTION
STATEMENT OF REVENUE AND EXPENSITURES
FOR YEAR ENDED DECEMBER 31, 1986
Sub Contractors Materials
Auto & Truck Expenses
Operating Supplies
Repairs & Maintenance
Telephone
Professional Fees
Equipment Rental
Advertising Taxes & Licenses
Insurance Dues & Subscriptions Interest
Travel & Entertainment
Bank Charges Office Expense
Rent
Small Tools
Deprecia'lon Expense
Total Operating Expenses
120,626.50
31,852.85
15,940 -77 9,635.38
3,115.95
644.84
2,738.92
3 , 563.65 570.42
3,885.94
7,358.53
491 .OO
3,181.58
1,961.05
283.40
906.62
3,576.68 500.00
10 , 439.00
3 9 779 000
104,425.58
NET PROFIT 16,200.92
PREPARED WITHOUT AUDIT
MOTHER LODE BOOKKEEPING, INC.
526 SECOND ST., ENCINITAS, CA 92024
6/27/87
- 11 -
I
I L 1 u- 'I ~ ,
BIDDER 'S STATEMENT OF
TECHNICAL ABILITY AND EXPERIENCE
I I I
pi- - A+ ~nnc nt $325,{al IGradina/Sdabs I
z
m P
al - "[ c t
C tu .- 0
L E a
The Ridder is required to state what work of a similar character
to that included in the proposed Contract helshe ha,s successfully
performed and give references, with telephone numbe-rs, which will
enable the City to judge bidder's responsibility, experience and
skill. An attachment can be used, if notarized or sealed.
scr,md to the within instrument and acknowledged to me that
he/she/they executed the same.
I I I I I I II
RESUME
SCHAEFER CONSTRUCTION Gregory A. Schaefer
657 Quail Gardens Drive
Encinitas, California 92024
619/753-4273
Wholesite Repairs & Improvements Phase I
Gateway Village Housing; San Diego, Calif.
Started: June 1985 General Contractor: Claude Atkins Enterprises
Visalia, California
Past Completed (partial list 1983 thru 1985)
Alteration/Repair. Wherry Housing Phase I1 Castle Air Force Base; Atwater, Calif.
Contract F04604-84-CQ003 r
Started: June 1984 Ended : June 1985 General Contractor: Yamas Construction
Sub-contract Amt: $6 12,000
S. San Francisco, Calif.
Underground Fuel Storage Tank/Fire Lane/Loading Ramp/ Concrete Parking Area Stuart Radiator; Merced, Calif. Started: May 1984
Ended : July 1984 General Contractor: Schaefer Construction
Contract Amt: $148,000 Encinitas, Calif.
Alteration/Repair Wherry Housing Phase I Castle Air Force Base; Atwater, Calif.
Contract F04604-84-BQ003-001
Started: January 1983 Ended : August 1983 General Contractor: Claude Atkins Enterprises
Sub-contract Arnt: $335,000 Visalia, Calif.
Jet Engine Test Cell
Lemore Naval Air Station; Lemore, Calif. Contract Number LE-3176 Started: June 1983
Ended : October 1983 General Contractor: Hacon Inc.
Sub-contract Amt: $50,546 (labor only) Irvine, Calif.
Additional background on completed jobs available on request.
c
- 12 -
COEITRACT - PUBLIC WORKS
This agreement is made this
1987, by and between the City a
municipal corporation, (hereinafter called "City"), -and
Schaefer Construction
whose principal place of business iS 657 nuail Gardens
Drive : Encinitas. C A 92024 Thereinafter called "Contractor". )
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform all work
specified in the Contract documents for: 1986-87 Curbs,
Gutters and Sidewalks Replacement Program, Contract No.
U/M-14 (hereinafter called
2. Provisions of Labor and Materials. Contractor shall provide
all labor, materials, tools, equipment, and personnel to
perform the work specified by the Contract documents.
3. Contract Documents. The Contract documents consist of this
Contract; the bid documents, including the Hotice to Bidders,
Instructions to Bidders' and Contractors' Proposals; the
Plans and Specifications, the Special Provisions, and all
proper amendments and changes made thereto in accordance with
this Contract or the Plans and Specifications, and the bonds
for the project; all of which are incorporated herein by this
reference.
The Contractor, herlhis subcontractors, and materials
suppliers shall provide and install the work as indicated,
specified, and implied by the Contract documents. Any items
of work not indicated or specified, but which are essential
to the completion of the work, shall be provided at the
Contractor's expense to fulfill the intent of said documents.
In all instances throughout the life of the Contract, the
City will be the interoreter of the intent of the Contract
documents, and the City's decision relative to said intent
will be final and binding. Failure of the Contractor to
apprise her/his subcontractors and materials suppliers of
this condition of the Contract will not relieve her/him of
the responsibility of compliance.
4. Payment. As full compensation for Contractor's performance *
of work under this Contract, City shall make payment to the
Contractor per Section 9.3.2 of the curren? edition of the
Standard Specifications for Public Works Construction. The
closure date for each monthly invoice will be the 30th of
each month.
- 13 -
Invoices from. the contractor shall be submitted according to
the required City format to the City's assigned project
manager no later than the 5th clay of each month. Payments
will be delayed if invoices are received after the 5th of
each month.
5. Independent Investigation. Contractor has made an
independent investigation of the jobsite, the soil conditions
at the jobsite, and all other conditions that might affect
the progress of the work, and is aware of those conditions.
The Contract price includes payment for all work that may be
done by Contractor, whether anticipated or not, in order to
overcome underground conditions. Any information that may
have been furnished to Contractor by City about underground
conditions or other job conditions is for Contractor's
convenience only, and City does not warrant that the
conditions are as thus indicated. Contractor is satisfied
with all job conditions, including underground conditions and
has not relied on information furnished by City.
6. Contractor Responsible for Unforeseen Conditions. Contractor
shall be responsible for all loss or damage arisinq out of
the nature of the work or from the action of the elements or
from any unforeseen difficulties which may arise or be
encountered in the prosecution of the work until its
acceptance by the City. Contractor shall also be responsible
for expenses incurred in the suspension or discontinuance of
the work. However, Contractor shall not be responsible for
reasonable delays in the completion of the work caused by
acts of God, stormy weather, extra work, or matters which the
specifications expressly stipulate will be borne by City.
7. Change Orders. City may, without affecting the validity of
this Contract, order changes, modifications, deletions, and
extra work by issuance of written change orders. Contractor
shall make no change in the work without the issuance of a
written change order, and Contractor shall not be entitled to
compensation for any extra work performed unless the City has
issued a written change order designating in advance the
amount of additional compensation to be paid for the work.
If a change order deletes any work, the Contract price shall
be reduced by a fair and reasonable amount. If the parties
are unable to agree on the amount of reduction, the work
shall nevertheless proceed and the amount shall he determined
by litigation.
8. Immigration Reform and Control Act. Contractor shall comply
with the reuuirements of the Immiqration Reform and Control - Act of 1986.
9. Prevailing Wage. Pursuant to the Labor Code of the State of
California, the director of the Department of Industrial
- 14 -
Relations has. determined the general prevailing rate of per
diem wages in accordance with Labor Section 1773 and a copy
of a schedule of said general prevailing wage rates is on
file in the office of the Carlsbad City Clerk, and is
incorporated by reference herein. Pursuant to Lahor Code Section 1775, Contractor shall pay prevailinq wages.
Contractor shall post copies of all applicable prevailing
wages on the job site.
10. Indemnity. Contractor shall assume the defense of, pay all
expenses of defense, and indemnify and hold harmless the
City, and its officers and employees, from all claims, loss,
damage, injury and liability of every kind, nature and
description, directly or indirectly arising from or in
connection with the performance of the Contract or work; or
from any failure or alleged failure of Contractor to comply
with any applicable law, rules or regulations including those
relating to safety and health; except for loss or damaae
which was caused solely by the active negligence of the City;
and from any and all claims, loss, damaqe, injury and
liability, howsoever the same may be caused, resulting
directly or indirectly from the nature of the work covered by
the Contract, unless the loss or damage was caused solely by
the active negligence of the City. The expenses of defense
include all costs and expenses, including attorneys fees for
litigation, arhitration, or other dispute resolution method.
11. Insurance. Without limiting contractor's indemnification, it is agreed that contractor shall maintain in force at all times during the performance of this agreement a policy or
policies of insurance covering its operations and insurance
covering the liability stated in Paragraph 9. The policy or
policies shall comply with the special insurance instruct ions
in the Supplementary General Provisions and shall contain the
following clauses:
Contractor's liability insurance policies shall contain the
following clauses:
A. "The City is added as an additional insured as respects
operations of the named insured performed under contract
with the City.''
B. "It is agreed that any insurance maintained by the City
shall apply in excess of and not contribute with,
insurance provided by this policy."
All insurance policies required by this paragraph shall
contain the following clause:
A. "This insurance shall not be cancelled, limited or non-
renewed until after thirty days written notice has been
given to the City."
- 15 -
6. "The insurer waives any rights of subrogation it has or
may have, against the City or any of its officers or
employees.
Cert-if icates of insurance evidencing the coverages required
by the clauses set forth above shall be filed with the City
prior to the effective date of this agreement.
12. Workers' Compensation. Contractor shall comply with the
requirements of Section 3700 of the California Labor Code.
Contractor shall also assume the defense and indemnify and
save harmless the City and its officers and employees from
all claims, loss, damage, injury, and liability of every
kind, nature, and description brought by any person employed or used by Contractor to perform any work under this Contract
regardless of responsibility for negligence.
13. Proof of Insurance. Contractor shall submit to the City
certification of the policies mentioned in Paragraphs 10 and
11 or proof of workers' compensation self-insurance prior to
the start of any work pursuant to this Contract.
14. Claims and Lawsuits. Contractor shall comply with the
Government Tort Claims Act (Government Code Section 900 et
seq.) prior to filing any lawsuit for breach of this
contract or any claim or cause of action for money or
damages.
15. Maintenance of Records. Contractor shall maintain and make
available to the City, upon request, records in accordance
with Sections 1776 and 1812 of Part 7, Chapter 1, Article 2,
of the California Labor Code. If the Contractor does not
maintain the records at 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.
16. Labor Code Provisions. The provisions of Part 7, Chapter 1,
commencing with Section 1720 of the California Labor Code
are incorporated herein by reference.
17. Security. At the election of the City, securities in the
form of cash, cashier's check, or certified check may be
substituted for any monies withheld by the City to secure
performance of this contract for any obligation established
by this contract.
18. Provisions Required by Law Deemed Inserted. Each and every '
provision of law and clause required by law to be inserted
in this Contract shall be deemed to be inserted herein and
included herein, and if, through mistake or otherwise, any
- 16 -
such provision is not inserted, or is not correctly
inserted, then upon application of either party the Contract
shall forthwith he physically amended to make such insertion
or correction.
19. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or
"Special Provisons" attached hereto and mqde a part hereof.
(Seal)
(Notarial acknowledgement of
execution by ALL PRI"1CIPALS
must be attached.)
RY
Title
Rv
City Attorney
ATTEST:
( Individual)
} ss. STATE OF CALIFORNIA
COUNTYOF Sari Dieno
On August 12, 1987 before me, the undersigned, a Notary Public in and for said
State, personally appeared * *cron -- YI CrU** #
personally known to me (or proved to me on the basis of satisfactory evidence)
to be the person : whose name - subscribed
to the within instrument and acknowledged that
executed the same.
he
Alice E. May
Name (Typed or Printed)
FSD-067
- 17 -
c
CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKERS' COMPENSATION
RESPONSIBILITY.
"I am aware of the provisions of Section 3700 of the Labor Code
which requires every employer to be insured aqainst liability for
workers' compensation or to undertake self-insurance in
accordance with the provisions of that code, and I will comply
with such provisions before commencing the performance of the
work of this Contract .'I
CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND
CONTROL ACT OF 1986.
"I am aware of the requirements of the Immigration Reform and
Control Act of 1986 and have complied with those requiremnts,
including but not limited to verifying the eligibility for
employment of all agents, employees, subcontractors and
consultants that are included in this Contract.''
(NOTARIZE OR CORPORATE SEAL 1
(Notarial acknowledgement of execution by all principals must be
attached. >]
j (Individual)
COUNTY OF San Diego
4..
On August 12, 1987 before me, the undersigned, a Notary Public in and for said
State, personally appeared * *Greg Schaefer **
personally known to me (or proved to me on the basis of satisfactory evidence)
to be the person __ whose name in subscribed
to the within instrument and acknowledged that
executed the same.
he
Name (Typed or Printed)
FSD-067
EXECUTED .IN FOUR PARTS
- ic - FOIU'D PREL4IIUivI BASED ON
' FINAL CONTRACT PRJCE
KNOW ALL.. PERSONS BY
WHEREAS, the City
LABOR AND MATERIALS 90ND
BOND#: 1095071
THESE PRESENTS:
Council of the City of Carlsbad, State of
California, by Resolution No. 9173 , adopted 7/ 28/87 , has
awarded to Schaefer Construction (hereinafter
designated as the "Principal"), a Contract for:
1986-87 Curbs, Gutters and SideHalks
Rep lacement P roar am
Contract No. U/M-14
in the City of Carlsbad, in strict conformity with the drawings
and specifications, and other Contract documents now on file in
the Office of the City Clerk of the City of Carlsbad and all of
which are incorporated herein by this reference.
WHEREAS, said Principal has executed or is about to execute said
Contract and the terms thereof require the furnishing of a bond
with said Contract, providing that if said Principal or any of
his/her or its subcontractors shall fail to pay for any
materials, provisions, provender or other supplies or teams used
in, upon, for, or about the performance of the work aareed to be
done, or for any work or labor done thereon of any kind, the
Surety on this bond will pay the same to the extent hereinafter
set forth.
9 . Schaefer Construction NOW, THEREFORE, WE,
as Principal, (hereinafter designated as the "Contractor"), and 9 as Surety, are held .
firmly bound unto the City of Carlsbad in the sum of
1 -and tigentv five -den.ts . (S 28,609.251, said sum being fifty percent (50%) of the estimated
amount payable by the City of Carlsbad under the terms of the
Contract, for which payment well and truly to be made we bind
ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or
his/her subcontractors fail to pay for any materials, provisions,
provender or other supplies, or teams used in, upon, for, or
about the performance of the work contracted to be done, or for
any other work or labor thereon of any kind, or for amounts due
under the Unemployment Insurance Code with respect to such work
or labor, that the Surety or Sureties will pay for the same, in
an amount not exceeding the sum specified in the bond, and, also,
in case suit is brought upon the bond, a reasonable attorney's
fee, to be fixed by the court, as required by the provisions of
Section 4202 of the Government Code of the State of California.
- l? -
This bond shall insure to the benefit of any and all persons,
companies and corporations entitled to file claims under Title 15
of Part 4 of Division 3 of the Civil Code (commencinp with
Sect ion 3082 1.
In the event any Contractor above named executed this bond as an
individual, it is agreed the death of any such Contractor shall
not exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the
Contractor and Surety above named, on the 11th day of August , 198 7 . -
Schaefer Construction
(Notarize or Corporate Seal for each Signer)
Amh‘est Surety Insurance Company
ad ---
John L. Beall, Attorney-in-Fact W
Surety
i
(Individual)
STATE OF CALIFORNIA ) ss. COUNTY OF San Diego
6 ' on August 12, 1987 before me, the undersigned, a Notary Public in and for said $ t State, personally appeared * *Greg Schaefer" *
G;
WK I: personally known to me (or proved to me on the basis of satisfactory evidence) L*Y &A i to be the person __ whose name is 1 2 to the within instrument and acknowledged that *s , executed thesame,
subscribed he
LQ
2 I WITNESS myfdd-and official seal., j'c % I Signature
Alice E.Py gl
I STATE OF CALIFORNIA, COUNTY OF ss.
On AU6 11 , before me a Notary Public, within and for the said
County and State, personally appeared John L. Beall , known
to me (or proved to me on the basis of satifactory evidence) to be the person whose name is subscribed to the within instrument
as the Attorney in Fact of and for the AMWEST SURETY INSURANCE COMPANY, and acknowledged to me that he
subscribed the name of the AMWEST SURETY INSURANCE COMPANY thereto as Surety, and his own name as Attorney
-4
in Fact.
EXECUTED IX FOUR PARTS
->
BO!.ID PREMlUf4 BASED ON
FINAL CONTRACT PRICE
- 20 -
PERFORMANCE BOND BOhD%: 1095071
PREMIUM: S1,030.00
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of
California, by Resolution No. 9173 , adopted 7/28/87 , has
awarded to *ha- Constrsction 9 (hereinafter designated as the "Principal"), a Contract for:
1986-87 Curbs, Gutters and Sidewalks
Rep 1 acement Program
Contract No. U/M-14
in the City of Carlsbad, in strict conformity with the contract,
the drawings and specifications, and other Contract documents now
on file in the Office of the City Clerk of the City of Carlsbad
all of which are incorporated herein by this reference.
WHEREAS, said Principal has executed or is about 'to execute said
Contract and the terms thereof require the furnishinq of a bond
for the faithful performance of said Contract;
t as NOW, THEREFORE, WE, Schaefer Construction
Principal , (hereinafter designated as the "Contractor"), and
as Surety, are held and firmly bound unto the City of Carlsbad,
in the sum of Fifty seven thousand two hundred eighteen dollars
and.fiftycents (S57,218.50 ), said sum being equal to one hundred per cent (100%) of the estimated amount of the Contract, to be
paid to the said City or its certain attorney, its successors and
assigns; for which payment, well and truly-to be made, we bind
ourselves, our heirs, executors and administrators, successors or
assigns, jointly and severally, firmly by these presents.
AmWest Surety Tnsurance Company t
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above
bounden Contractor, his/her or its heirs, executors,
administrators, successors or assigns, shall in all thinas stand
to and abide by, and well and truly keep and perform the
covenants, conditions, and agreements in the said Contract and
any alteration thereof made as therein provided on his/her or
their part, to be kept and performed at the time and in the
manner therein specified, and in all respects according to their
true intent and meaning, and shall indemnify and save harmless
the City of Carlsbad, its officers and agents, as therein
stipulated, then this obligation shall become null and void;
otherwise it shall remain in full force and virtue.
As a pait of the obligation secured hereby and in addition. to the
face amount specified therefore, there shall be included costs *
and reasonable expenses and fees, including reasonable attornies
fees, incurred by the City in successfully enforcing such
obligation, all to be taxed as costs and included .i.n any judament
rendered.
- 21 -
And said Surety, for value received, hereby stipulates and aarees
that no change, extension of time, alteration or addition to the
terms of the Contract, or to the work to be performed thereunder
or the. specifications accompanying the same shall affect its
obligations on this bond, and it does hereby Naive notice of any
change, extension of time, alterations or addition to the terms of the Contract, or to the work or to the specifications.
In the event that any Contractor above named executed this bond
as an individual, it is agreed that the death of any such
Contractor shall not exonerate the Surety from its obligations
under this bond.
IN WITNESS \\'HEREOF, this instrument has been duly executed by the
Contractor and Surety above named on the l~+hday of A~P~S~ ?
19 87
Schapfer Construction
(Notarize or Corporate
Seal for Each Signer)
Aini?est Suretv Insurance Comany
John L. Beall, Attorney-in-Fact '
Surety
(Individual)
STATE OF CALIFORNIA
COUNTY OF San Diego
on August 12, 1987 * before me, the undersigned, a Notary Public in and for said
State, personally appeared *Grep - Schaefer ** .
personally known to me (or proved to me on the basis of satisfactory evidence)
to be the person __ whose name is subscribed
to the within instrument and acknowledged that
executed the same.
WITNESS my h
he
and official seal.
Name (Typed or Printed)
rrur Iu fmmulrl .mrul +.I)
Signature 4k
FSD-067
STATE OF CALIFORNIA, COUNTY OF u.
e before me a Notary Public, within and for the said
to me (or proved to me on the basis of satifactory evidence) to be the person whose name is subscribed to the within instrument
as the Attorney in Fact of and for the AMWEST SURETY INSURANCE COMPANY, and acknowledged to me that he
subscribed the name of the AMWEST SURETY INSURANCE COMPWY thereto as Surety, and his own name as Attorney
? On A06 11
c County and State, personally appeared John L. Beall , known
in Fact.
__ ~ . .. .....
.. - 22 -
CONTRACTOR'S CERTIFICATION OF COMPLIANCE
I hereby certify that
Legal Name of Contractor in performing under the Purchase Order awarded by the City of
Carlsbad, will comply with the County of San Diego Affirmative
Action Proqram adopted by the Roard of Supervisors, includina all
current amendments.
(NOTARIZE OR CORPORATE SEAL )
Title
(Notarial acknowledgement of execution by all principals must be
attached.)
(Individual)
,} ss. I STATE OF CALIFORNIA
COUNTYOF San Diego
August 12, 1987 before me, the undersigned, a Notary Public in and for said Z' u On 8 1 State, personally appeared * .#&-pg_SChaefpr **
v1
g;
e ?: personally known to me (or proved to me on the basis of satisfactory evidence)
subscribed e
Name (Typed or Printed)
FSD-067
- 23 -
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, hreinafter designated SSPWC, as issued by the
Southern Chapters of of the American Public Works
Association, the City of Carlsbad supplement to the SSPWC,
the Contract documents and the General and Special
Provisions attached thereto.
The standard drawinqs utilized for this project are the San - Diego Area Regional Standard Drawinqs, hereinafter
designated SDRS, as issued by the San Diego County
Department of Transportation, together with the City of
Carlsbad Supplemental Standard Drawings. Copies of
pertinent standard drawings are enclosed with these
documents.
2. WORK TO BE DONE
The work to be done shall consist of furnishing all labor,
equipment and materials and performing all operations
necessary to complete the project work as shown on the
project plans and as specified in the specifications.
3. DEFINITIONS AND INTENT
A. Utilities and Maintenance Director:
The title shall mean the Utilities and Maintenance
Director or his approved representative.
8. Reference to Drawinqs:
Where words "shown", "indicated", ftdetailed", "notedf',
"scheduled", or words of similar import are used, it
shall be understood that reference is made to the plans
accompanying these provisions unless stated otherwise.
C. Directions:
Where words "directed", "designated", "selected", or
words of similar import are used, it shall be understood
that the direction, designation or selection of the
Utilities and Maintenance Director is intended unless
stated otherwise. The word "required" and words of
similar import shall be understood to mean "as required
to properly complete the work as required and as
approved by the Utilities and Maintenance Director",
unless stated otherwise.
- 24 -
0. Equals and Approvals:
Where the words "equal", "approved equal", "equivalent"
and such words of similar import are used, it shall be
understood such words are followed by the expression,
"in the opinion of the Utilities and Maintenance
Director", unless otherwise stated. Where the words '
"approved", a p p r ov a 1 , "acceptance", or words of
similar import are used, it shall be understood that the
approval, accpetance, or similar import of the Utilities
and Maintenance Director is intended.
E. Perform and Provide:
The word "perform" shall be understood to mean that the
Contractor, at herlhis expense, shall perform all
operations, labor, tools and equipment, and further,
including the furnishing and installina of materials
that are indicated, specified, or required to mean that
the Contractor, at herlhis expense, shall furnish and
install the work, complete in place and ready to use,
including furnishing of necessary labor, materials,
tools, equipment and transportation.
4. CODES AND STANDARDS
Standard specifications incorporated in the requirements of
the specifications by reference shall be those of the latest
edition at the time of receiving bids. It shall be
understood that the manufacturers or producers of materials
so required either have such specifications available for
reference or are fully familiar with their requirements as
pertaining to their product or material.
5. CONSTRUCTION SCHEDULE
A construction schedule is to be submitted by the Contractor
per Section 6-1 fo the SSPWC at the time of the
preconstruction conference. No chanqes shall be made to the
construction schedule without the prior written approval of
the Utilities and Maintenace Director.
Any progress payments made after the scheduled completion
date shall not constitute a waiver of this paragraph or any
damges.
Coordination with the respective utility company for removal or relocation of conflicting utilities shall be requirements
prior to commencement of work by the Contractor.
The contractor shall begin work within 5 or more work days, at the dis-
cretion of the Utilities and Maintenance Director, after being duly noti-
fied by an issuance of a "Notice to Proceed" and shall diligently prosecute
the work to completion within the number of consecutive calendar days.
- 25 -
specified in. the "Notice to Proceed". If the completion
date is not met, the contractor will be assessed the sum of
$200.00 per day for each day beyond the completion date is
liquidated damages for the delay. Any progress payments
made after the specified completion date shall not
constitute a waiver of this paragraph or of any damages.
6. NONCONFORMING WORK
The Contractor shall remove and replace any work not
conforming to the plans and specifications upon written
order by the Utilities and Maintenance Director. Any cost
caused by reason of this nonconforming work shall be borne
by the Contractor.
7. GUARANTEE
All work shall be guaranteed for one (1) year after the
filing of a "Notice of Completion" and any faulty work or
materials discovered during the guarantee period shall be
repaired or replaced by the Contractor.
8. MANUFACTURER'S INSTRUCTIONS
Where installation of work is required in accordance with
the product manufacturer's direct ions, the Contractor shall
obtain and distribute the necessary copies of such
instruction, including two (2) copies to the Utilities and
Maintenance Director.
9. INTERNAL COMBUSTION ENGINES
All internal combustion engines used in the construction
shall be equipped with mufflers in good repair when in use
on the project with special attention to City Noise Control
Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48.
IO. CITY INSPECTORS
All work shall be under the observation of Inspector(s)
designated by the Utilities and Maintenance Director.
Inspectors shall have free access to any or all parts of
work at any time. Contractor shall furnish Inspector(s)
with such information as may be necessary to keep
him/her/them fully informed reqarding progress and manner of
work and character of materials. Inspection of work shall
not relieve Contractor from any obliqation to fulfill this
contract.
11. PROVISIONS REOUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause rquired by law to
be inserted in this contract shall be deemed to be inserted
herein and the contract shall be read and enforced as though
- 26 -
it were included herein, and if, through mistake or
otherwise, any such provision is not inserted, or is not
correctly inserted, then upon application of either party
the contract shall forthwith by physically amended to make
such insertion or correction.
12. INTENT OF CONTRACT DOCUMENTS
The Contractor, his/her subcontractor and materials
suppliers shall provide and install the work as indicated,
specified and implied by the contract documents. Any items
of work not indicated or specified, but which are essential
to the completion of the work, shall be provided at the
Contractor's expense to fulfill the intent of said
documents. In all instances throughout the life of the
contract, the City will be the interpreter of the intent of
the contract documents and the City's decision relative to
said intent will be final and binding. Failure of the
Contractor to apprise himiher subcontractors and materials
suppliers of this condition of the contract will not relieve
hislher of the responsibility of compliance.
13. SUBSTITUTION OF MATERIALS
The proposal of the Bidder shall be in strict conformity
with the drawings and specifications and based upon the
items indicated or specified. The Contractor may offer a
substitution for any material, apparatus, equipment or
process indicated or specified by patent or proprietxary
names or by names of manufacturer whkh helshe considers
equal in every respect to those indicated or specified. The
offer made in writing, shall include proof of the State Fire
Marshal's approval (if required), all necessary information,
specifications and data. If required, the Contractor, at
his/her own exDense, shall have the proposed substitute,
material, apparatus, equipment or process tested as to its
quality and strength, its physical, chemical or other
characteristics, and its durability, finish or efficiency,
by a testing laboratory as selected by the City. If the
substitute offered is not deemed to be equal to that so
indicated or specified, then the Contractor shall furnish,
erect, or install the material, apparatus, equipment or
process indicated or specified. Such substitution of
proposals shall be made prior to beginning of construction,
if possible, but in no case less than ten (10) days prior to
actual installation.
14. PERMITS
The general construction, electrical and plumbing permits
will be issued by the City of Carlsbad at no charge to the
Contractor. The Contractor is responsible for all other
required licenses and fees.
- 27 -
15. OUANTITIES IN THE SCHEDULE
The quantities given in the schedule, for unit price items,
are for comparing bids and may vary from the actual final
quantities. Some quantities may be increased and other may
be decreased or entirely eliminated. No claim shall be made
against the City for damages occasioned thereby or for loss
of anticipated profits, the Contractor being entitled only
to compensation for the actual work done at the unit prices
bid.
The City reserves and shall have the right, when confronted
with unpredicted conditions, unforeseen events, or
emergencies, to increase or decrease the quantities of work
to be performed under a scheduled unit price item or to
entirely omit the performance thereof, and upon the decision
of the City to do so, the Utilities and Maintenance Director
will direct the Contractor to proceed with the said work as
so modified. If an increase in the quantity of work so
ordered should result in a delay to the work, the Contractor
will be given an equivalent extension of time.
16. SAFETY AND PROTECTION OF WORKERS AND PUBLIC
17.
The Contractor shall take all necessary precautions for the
safety of employees on the work and shall comply with all
applicable provisions of Federal, State and Municipal safety
laws and building codes to prevent accidents or injury to
persons on, about or adjacent to the premises where the work
is being performed. Helshe shall erect and properly
maintain at all times, as required by the conditions and
progress of the work, all necessary safeguards for the
protection of workers and public and shall post danger signs
warning against hazards created by such features of
construction as protruding nails, hoists, well holes and
falling materials.
UTILITIES
Utiliites for the purpose of these specifications shall be
considered as including, but not limited to pipe lines,
conduits, transmission lines, and appurtenances of "Public
Utilities" (as defined in the Public Utilities Act of the
State of California) or individually solely for their own
use or for the use of their tenants, and storm drains,
sanitary sewers, and street lighting. The City of Carlsbad
and affected utility companies have, by a search of known
records, endeavored to locate and indicate on the Plans all
utilities which exist within the limits of the work.
However, the accuracy or completeness of the utilities
located on the Plans is not guaranteed. Service connections
to adjacent property may or may not be shown on the plans.
It shall be the responsibility of the Contractor to
determine the exact location and elevation of all utilities
- 2% -
and their service connections. The Contractor shall make
his/her own investiqation as to the location, type, kind of material, age and condition of existinq utilities and their
appurtenances and service connections which may be affected
by the contract work, and in addition he/she shall notify
the City as to any utility, appurtenances, and service
connections located which have been incorrectly shown on or
omitted from the plans.
The Contractor shall notify the owners of all utilities at
least 48 hours in advance of excavatinq around any of the
structures. At the completion of the contract work, the
Contractor shall leave all utilities and appurtenances in a
condition satisfactory to the owners and the City. In the
event of damaqe to any utility, the Contractor shall notify
the owners of the utility immediately. It is the
responsibility of the Contractor to compensate for utility
damages.
The temporary or permanent relocation or alteration of
utiliites, including service connections, desired by the
Contractor for his/her own convenience shall be the
Contractor's own responsibility, and he/she shall make all
arrangements regarding such work at no cost to the City. If
delays occur due to utilities relocations which were not
shown on the plans, it will be solely the City's option to
extend the completion date.
In order to minimize delays to the Contractor caused by the
failure of other parties to relocate utilities which
interfere with the construction, the Contractor, upon
request to the City, may be permitted to temporarily omit
the portion of work affected by the utility. The portion
thus omitted shall be constructed by the Contractor
immediately following the relocation of the utility involved
unless otherwise directed by the City.
All costs involved in locating, protecting and supporting of
all utility lines shall be included in the price bid for
various items of work and no additional payment will be
made.
18. WATER FOR CONSTRUCTION
Contractor shall obtain a construction meter for water
utilized during the construction under this contract. The
contractor shall contact the appropriate water agency for
requirements and shall include cost of water and meter
rental within appropriate items of proposal. No separate
payment will be made.
- 29 -
SPECIAL PROVISIONS/SPECIFICATIONS
1. UTILITIES
The Contractor shall notify Underground Service Alert far
enough in advance of the work to allow marking of the
utility locations at the various sites.
It shall be the responsibility of the Contractor to protect
all existing utilities whether shown or not on the project
plans.
2. PAVEMENT REMOVALS
Pavement, root and other material removal shall conform to
Section 300-1 of the SSPWC and to these special provisions.
All concrete or pavement removals shall be made along a saw
cut or a weakened plane joint. The extent of the pavement
removals will be marked in the field by the Utilities and
Maintenance Inspector.
All removals shall become the responsibility of the
Contractor and shall be disposed of at a legal dump site.
Removal, cutting and clearing of all tree stumps and roots
shall be the responsibility of the Contractor.
Payment for the concrete removals including asphalt removals
necessary to form new gutters and all materials disposal
shall be considered included in the unit price bid for this
item and no additional compensation will be made therefore.
The basis for measurement shall be made on the horizontal
sidewalk, curb and gutter areas. The removal of asphalt
concrete in the roadway necessary to form qutters will not
be considered in the payment of the pavement removal item.
3. CONCRETE SIDEWALK AND CURB AND GUTTERS
The construction of concrete sidewalk and curb and qutter
shall conform to the requirements of Section 303-5 and 201-1
of the SSPWC and these special provisions.
The repair of the driveway aprons shall be included under
the driveway item.
Curbs and gutters, sidewalks and driveway aprons shall be
replaced in kind with the existing surrounding improvements
and according to the San Diego Regional Standards Number
G-2, G-7-1 and G-14-1.
- 30 -
Payment for -the concrete curb and gutters and sidewalks
shall be considered included in the unit price bid for these
items and no additional compensation will be made
therefore.
4. BASE MATERIAL
Base material under sidewalks, curbs and qutters shall be
compacted prior to new installation.
5. ASPHALT CONCRETE
Asphalt concrete shall conform to the requirements of
Section 203 and 302 of the SSPWC and to these Special
Provisions.
Asphalt concrete shall be Type 1-R-AR-4000.
A tack coat shall be applied to all abutting concrete
surfaces at the rate of 0.10 gal/SY. The tack coat shall be
Type SS1 asphaltic emulsion.
Asphalt concrete in roadway sections shall be removed by saw
cut six inches (6") from gutter lip and parallel to portion
being removed with a two inch (2") overlap at both ends.
Asphalt concrete in roadway sections shall be repalced with
a minimum thickness of three inches (3'') after compaction of
base material.
Compensation for the asphalt concrete complete and in place
shall be considered included in the unit price bid for the
curb and gutter and no additional compensation will be made
therefore.
6. NOTICING PROPERTY OWNERS
It shall be the responsibility of the Contractor to inform
the affected property owners of the proposed construction in
front of residences. Special noticing shall be given to the
residents of houses where the driveway is to be repaired.
Compensation for the residential noticing shall be consid:red
included in the prices bids for the various items of work
and no additional compensations will be made therefore.
7. CLEAN-UP
Clean-up and dust control shall conform to the requirements
of Section 7-8.1 of the SSPWC and to these Special
Provisions.
- 31 -
Compensation for site clean-up and dust control shall be
considered included in the unit prices bid for the various items of work and no additional payment will be made
therefore.
8. STREET CLOSURE, DETOURS, BARRICADES AND SIGNING
The Contractor shall not close any street within the City of
Carlsbad without first obtaining approval of the City
Engineer.
The Contractor shall provide and install barricades,
delineator warning devices and construction signs in
accordance with the Work Area Traffic Control Handbook.
911 signing and barricading will meet with approval of the
City Engineer or his representative.
Should the Contractor fail to furnish a sufficient number of
traffic and/or pedestrian safety devices, the City will
place necessary item and the Contractor will be billed for
items and wages to place items.
3udgment as to adequate or sufficient barricading shall be
that which is adequate or sufficient in the opinion of the
City Engineer or his representative.
9. REPAIR OF DAMAGES
It shall be the responsibility of the Contractor to repair all damage to property caused by the Contractor.
- 32 -
STANDARD DRAWINGS
The standard drawings for the City of Carlsbad shall be comprised
of the 1979 edition of the San Oiego Regional Standard Drawinqs
(SDRS) as published by the San Diego Department of Transportation
and as modified by the additions and substitutions listed below
and the City of Carlsbad Supplemental Standards attached hereto.
Modifications to the San Dieqo Area Regional Standards
G-14.1 Shall be modified by the substitution of the following:
5 1/2" thickness in place of the 4" thickness for
residential driveway and 7 1/2" thickness in place of
the 6" thickness for commercial driveway. Driveway
aprons will be same thickness as driveways.
-33-
ntcmmoto (9 *ut ua ottco
Z.l,/.' .-' &bU .*g
MUYDER 6-14.1
n10wr nrH.rOl COYIT11
r -- " .-. ar-
I
ORAWING
PLAN
.. ..
SAN OlfGO REGIONAL STANOARO ORAWING
CONCRETE DRIVEWAYS I1
ELEVATION
O' .
LEGENO ON RAMS
Yl
n
c- w
TYPE G 81 H CURB
LECERO ON PUNS
-35-
It II II
arias Width II shown on plan r- 1-
I
I ORAWING SIOEWALK - TYPICAL SECTIONS
\ waon G-7.1
NON-CONTIGUOUS
CONTIGUOUS
LEGEM0 ON PUNS
., -..
-36-
yevision
Hodif.
A-
Sid-lk cum par
t 3
SECTION
SAN DIEGO REGIONAL STANDARD DRAWING Bv Approved Data e rn& f-d6
Optional bnak line for cuts
in uitinp curb and gutttr.
SECTION 6-6
~
APPROVED DRAIN PtPE SIZES
SIDEWALK UNDERDRAIN PIPE
1 5 1 6" to 8" CURB FACE]
8" CURE FACE
10" CURB FACE
NOTES 1. Pipa shtll k OM continuous length from property line to curb line. 2. Multiple pipa to ba smt a minimum dinancr of 0/2 apart. 3. Concrete shall be 520C.2500
4. Pipe shall br circular asbestos cement, cast iron or rigid plastic.
.. SECTION A-A
Drain shall not occupy
the hatched area
BLOCK CORNER
DRAWING NUMBER 0-27
E
REV. 8
- -3 7- VAR /ABLE
- VARIABLE
-
APPROVED DATE CITY OF CARLSBAD
CITY ENGINE€? SATE
SUPPLE MENTAL
STANDARD NO.
CROSS GUTTER
BEGIN TRANSITION 4
_- .
. ._. . .. . -38-
. I
!
!
: .. .
.... '~- ----*---....-"- -" --...,. . .......... .. , .. ...-. ..,... ............ ""._ ......................... ... _._" ............. .,__. ......... ,,~, Y
r8 s
.r
I
............. .............. .. ._ .- -.
.
......................................................................................
-39-
L e .....................................................................................
l_x -.---_ . .-.. .. ~,.. . - ........ ..... _-.. ... ,~ -" ............. ................... L, ... r. "-- . -- ' .
... .. .... .. .. ... .... s - - - - - - ...... .. . -40-
...........
I
I
I. j ..: .- . . --
! -.I Y .I :":
I
j
i
: .. :
i.
..........................................
I . .................. ~~-~-.~~"...~.. - .-.,. l,.l .......... .* .... ., ..... ". ............... ~ ..-.. ...... ,... ... ...- __.^_ l^l .. -
A*
....... .. .. ... ..... .... .- -_ -. .- -_ . ......... - .. -41-
.. i .- -_ ..- . .....
I
..
..................................... ..................
............................................................
t
!
0 I-
Q H
.I
-2
i
-: i-; - : -4 ... c -- -.
.-I --. ri
"'I 's1 .- , -
i 1- t- Z'"
i -. ..
I -.
*. -U .
-i .
i .- i . ... ..
:; .
. .:
-..! '1
L .- .... j 2 ..
i:
_I .. ! I.. ..
_- -. __ _- -- -_ -- -- -. -.- : ...........................................................
-42-
L 3 - i
c.
i
!
!
Ill
j !I !!i II
!Ii i!i
i !
i I i! i
I!. I ! i i i f I: ! I
Ii
id
ii'
i.. :f..,. ..
h
i
I
!
I! jii !
i !
i i
-- --
I --
! I i i i ! I I I I
I i i
i i I
!
I
I li iI i i i i
! [Z <- e -- I1 11 !I il i! I I1 I ci ! 131 I I I tal ! 111 I 111 i IJI I I .Ill i
li II II ;I Ii !I !i iI ii i
!dl I ill lrri I
'I '! I
:a?:
Ib: is! -- I i~i Ill II le1 imi h h -- ki
n
(0 t
Y
-I a
'I - - -- -
3Nld~
n vo 0
..
..
. ..
c
5)
\
c
.a
*
I
I
MID-CENTURY 0 INSURANCE COMPANY
This form is TRUCK INSURANCE issued by: EXCHANGE
CERTIFICATE OF WORKERS COMPENSATION INSURANCE
GREG SCHAEFER
Employer * DBA: SCHAEFER'S CONCRETE f BLO
N05-07 98 88 86
Policy Number POIICY
Year X'd above
Address
* 657 QUAIL GARDENS DR . ENCINITAS CA 92024
Effective From 8-6-87 to 1-2-88'-
Tt re-. > - ,- ~~
~ . -; DgPUEhnof the Company -.-d a rr> *.. . , Certificate
DESCRIPTION OF OPERATIONS AND LOCATIONS COVERED
ALL OPERATIONS COVERED -
ALL LOCATIONS COVERED
When countersigned by our authorized representative, this certificate supersedes any previously issued certificates.
It certifies that the above described policy of Workers Compensation insurance has been issued to the above
employer. This certificate or verification of insurance is not an insurance policy and does not amend, extend or
alter the coverage afforded by the policy listed, nor shall the above described policy be amended, extended or
altered by any requirement, term or condition of any other contract or document with respect to which this cer-
tificate or verification of insurance may be issued or may pertain.
It is agreed that upon cancellation or termination of the described policy for any cause, we will give you-Ty
days notice in writing.
CITY OF CARLSBAD - ATTN: RUTH FLETCHER
* 1200 ALMA AVE . CARLSBAD CA 92008-1989
8-13-87 Dated
56-5112M7 1101 ST1125 PRINTED IN U.S.A.
Cou n t ers ig ned
Authorized Representative
I
CERTIFICATE AS TO EVIDENCE OF INSURANCE
( I;%%E ) 0 ( INSURANCE )
The Exchange or Compony deiigfioted on the reverse side as number 2
Excess over Primary with Company designated on reverse side os letter EXCESS
. 657 QUAIL GARDENS DR 95 18 311 60020 38 10
This is to certify that policies for the obove Nomed Insured ore in force os follows:
0 EfAtbed 0 z;zi,on
YEAR, MAKE, TYPE OF BODY, LOAD CAPACITY
Effective from: 8-30-87 To: at which tin
TNERAGE NOT AUTO *''="=D LIABILITY
IDENTIFICATION NUMBER
LAST 3 DIGITS SHOWN
~ COVERED
LIMIT(S) INCLUDE61 cL[ C$v;;d
AND EXCESS Non-Owned
BOTH PRIMARY
(11 excess appltcoblei Employer's Non-OwnershiF El Contingent Liability
- OWNED
MOBILES,
IF
COVERED
AUTO-
Single Limit Liability for Coverages checked above
GENERAL LIABILITY
M&C-OLT
Owners 8 Contractors
Contractual Elevators 0 Products and /or
Comdeted ODerations
[E(]
Single Limit Liability for Coverages checked above
0 El Cargo
*Includes Goods or Products Warranty, Written Lease Sidetrack Agreement, Elevator or Escalator Maintenance I additional Contractural Coverage.
**Not Applicable in Texas
this certificate becomes void @or continuous until concelled if box "X'd.
COMBINED LIMITS OF LIABILITY
Bodily Injury $ ,000 each person
$ ,000 each Occurrence
Property Damage $ ,000 each Occurrence
$ 1 .. 000 ,000 each Occurrence
Bodily Injury $ ,000 each person
,000 each occurrence
,000 each occurrence
,ooo annual aggregate products *
annual aggregate
$
$
Property Damage $
$ ,000 products * * *
$ ,000 each vehicle
$ ,000 each occurrence
~~ ~~~
Premises, Easement Agreement, Municipal Ordinance Agreement, reement only, unless accompanied by specific endorsement providing
** * In Texas the aggregate also applies to owners and contractors protective, contractual and/or completed operations.
I
Umbrella Liabi I ity
POLICY NUMBER
$ , 000 retained limit
$ each occurrence
$ aggregate
Upon toncellation or terminotion of this policy for any couse the Company will provide 30 doys odvonce notice in writing to whom this
Certificate is issued
Notice of cancellotion of the primory coveroge outomoticolly terminotes excess coveroge
Certificate Issued To
COVERAGE UNDER THIS POLICY SHALL BE
PRIMARY AND NON-COMPETING WITH ANY
OTHER INSURANCE AVAILABLE TO THE
CITY OF CARLSBAD.
Nom. CITY OF CARLSBAD
' 1200 ELM AVE
ATTN: RUTH FLETCHER
CARLSBAD CA 92008
end
Address .
This Certificate supercedes any prevtously issued certificote
56-0187 1.87 1801 2001ST PRINTED IN U.S.A.