Loading...
HomeMy WebLinkAboutTB Penick & Sons Inc; 1984-08-13; 3143, ' ,'11™ -T,V. \'~ * '\ '•''""' CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS & SPECIFICATIONS for TAMARACK AVENUE IMPROVEMENT BETWEEN SUNNYHILL DRIVE & SKYLINE ROAD CONTRACT NO. 3143 JUNE, 1984 / c. 10 TAMARACK AVENUE IMPROVEMENT BETWEEN SUNNYHILL DRIVE & SKYLINE ROAD CONTRACT NO. 3143 ADDENDUM NO. 1 ADD ITEM 10A TO PAGE 4 OF THE BID SHEET TO READ 18" R.C.P. at 206 L.F. PER LINEAR FEET. DOLLARS AND CENTS ! ./^to i-.* ;<*•" V;-? • ^ —NS^u__~. -, V^iNS* /*55\"V \*N )||V TABLE OF CONTENTS ITEM PAGE 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 LABOR AND MATERIALS BOND 18 PERFORMANCE BOND 20 GENERAL PROVISIONS 22 SPECIAL PROVISIONS 28 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS . Sealed bids will be received at the Office of the Purchasing Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, until 4:00 PM on the 20th day of July , 1984, at which time they will be opened and read for performing the work as 76*1 lows: TAMARACK AVENUE IMPROVEMENTS BETWEEN SUNNYHILL DRIVE & SKYLINE ROAD CONTRACT NO. 3143 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 in the Engineering Department. 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 Engineering 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 days after the contract 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 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 Engineer's estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's estimate is $114,500. 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. Plans, Special Provisions and contract documents may be obtained at the Engineering Department, City Hall, Carlsbad, California, for a nonrefundable fee of $12.60 per set. - 2 - 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 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 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 and tour of project site will be held on 13th of July, 1984, at the Engineering Department at 3:00 P.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 100 percent of the contract price shall be required for work on this project. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 7636, adopted on the 19th day of June, 1984. ___Aletha L. Rautenkranz, City Clerk - 3 - CITY OF CARLSBAD CONTRACT NO. 3143 ' PROPOSAL City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 3108 in accordance with the Plans and Specifications of the City of Carlsbad, and the Special Provisions and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: Approximate Item Article w/Unit Price or Quantity Unit No. Lump Sum Written in Words & Unit Price 1. Clearing and Grubbing L.S. f@ <£Q£> .oilcomplete in pi ace aO -fo»t -todifon/f i^kf Qonars & (,o cents per Lump Sum. 2. Type "G" concrete curb & 1018 L.F. 6-5~O gutters including fine grade complete in place at J^L dollars cents pe#/Li0eal /Foot. 3. Aggregate base at 1000 ton //.SO // S'oo. OQ dollars 7 cents 4. 4" P.C.C. sidewalk in- 4950 S.F. / So ?'^'<D>S. OO eluding fine grade / complete in place at <mjL do 11 ars ' • ' ' cents - 4 - Approximate Item No. 5. 6. 7. 8. 9. 10. 11. 12. oA. Article w/Unit Price or Quantity Unit Lump Sum Written in Words & Unit Price TOTAL Excavation at ' 'ZJ/-/^P^TW, & L |TVJ. Grading 750 C.Y. , ^ /A l C' ^ -fAirT^^V '^/ ' °^^dollars 7^ cents per CubictMafcy. Asphalt concrete paving 700 Ton 3$.ol6 <y?^ GYO-OQ & ^x^^ / fl dollars ^ cents per I on . /• Sidewalk ramp at 6 Ea. Srtn.riQ (000,0(5 tme ^fiLLrf* « /n-£>per Each. Curb inlet, f/Ar? ^A^Ctsi.1 per Each. J" rb inlet, 'J-A rf^/l^f & /7L/i per Each. 21".R.C.P. t/jff ' /j per Linear Storm drain A-4, at ffTta. ^/ft&f"&/y tL^e^ per Each. P.C.C. D/W ^Lo-^> Kt per Square /^/; /ec.p. .^xioof attAjL dollars cents Type B-l, at 2 Ea. ^OOO.OO ^^OOO.OO .0/^4 dollars cents Type C-l, at 2 Ea. cpOOO.OO ^OOO. Ifrfrnd do liars cents at 44 I F £"v5~. 00 ^/ ^o^O'OOylb *t*T L. • I • \J ^*J * *-^ ^"^ / t^^ dollar's x*^ cents Foot, cleanout. Type 1 Ea. 44^-#=*9 _^1 ^ y@ ^ Q f^<^>^*^(J^Lni^nclwjL r '.~ dollar /oou. oc) J.&OO.CJQ ttJP/W- cents depression at 483 S.F. - Q, x g r dollars cents FooT. / ' Per Li"neo.r 14. 15. 16. 17. is. 19. c :ST - 5 - Item No. 13. Article w/Unit Price or Lump Sum Written in Words A.C. driveway complete in place at ^L^> dollars & — £t j{JZf cents Approximate Quantity ' & Unit 1,992 S.F. Unit Price .50 TOTAL per S;Foot. Masonry block and concrete retaining wall complete with foundation and reinforcement at j^c^i hr^A.~ dollars cents </ per Square Foot? / Remove A.C. pavement at O * JperTS dollars cents uafe Foot. Slope planting and land- scaping at /nil do liars cents per Lump Sum." 3" drains, junction boxes, and curb outlet; at x* do liars cents per Lump SUITK Street lights at ollars cents per Each. A.C. berm, Type A, at _ dol 1 ars ~ cents per Lineal Foot. 1,780 S.F. 14,096 S.F. L.S. /OOO'OO /,ooo. oo L.S. 3 Ea. 175 L.F. Total amount of bid in words : Total amount of bid in numbers: $ {<H Addendum (a) No(s) / . is/are included in this proposal. / &<*- has/have been received and ^<• A - 6 - All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. The undersigned agrees that in case of default in executing the 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. /g5 3%( Identification A B 0. ff' C <3 7 The undersigned bidder hereby represents as follows: 1. That no Councilmember, officer, agent or employee of the City of Carlsbad is personally interested, directly or indirectly, in this contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents or employees, has induced him/her to enter into this contract, excepting only those contained in this form of contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is B/ciders PoryoL (Cash, Certified CnecK, Bond or Cashier's Check) in an amount of not less than ten percent (10%) of the total bid price. \ c I E £? oQ. O O CM CO O § STATE OF CALIFORNIA $an Dieoo COUNTY OF_ ____________ _iss On JUly I/)........ _________________ ___ before me, the undersigned, a Notary Public in and forThomas L. Penicksaid State, personally appeared ___________________________________________________ and R., personally known to me (or proved to me on the basis of satisfactory evidence) to be the persons who executed the within instrument as ' HOnidS L . toyneR.President and_ SONS, INC. the corporation therein named, and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or a resolution of its board of directors. WITNESS my hand and official seal^ Signature **»•«,< OFFICIAL SEAL Emily p. Hanchett notary Public-CaMorm, Prmdpai Office In Sai, D.ego County Comm £xy. Apr. 22. 19( •••»»»,»,,».,^^<<^^^ (This area for official notarial seal) o - 7 - „ the Labor .ype of Organization (Individual, Corporation,Partnership) List below names of President; Secretary; Treasurer; and Manager, if a corporation; and names of all partners, if a partnership: TIOllAfi T. wu*n* (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST BE ATTACHED) (CORPORATE SEAL) \ i &§(Co823002STATE OF CALIFORNIA _ _ .COUNTY OF __ _s_anJieg.Q on July 17. 1984 said State, personally appearedWayne R. Plyers )ss. Thomas L. Penick , before me, the undersigned, a Notary Public in and for __.and , personally known to me (or proved to me on the basis of satisfactory evidence) to be the persons who executed the within instrument as ' nOiTldS L . Penick ~&~50NS7~rNC:President aneL""i_' _„ __Wayne ^JJyersSecretary.onbehal,at_TJB._P_ENICIC_ the corporation therein named, and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or a resolution of its board of directors. WITNESS my hand and official seal. Signature. OFFICIAL SEAL P. Hanchett Notary Public California Pcinc ipal Office In San Diego County My Comni. Exp Apr 22. 1988 ^ »,,«»«•«•»•»»••••••••* •»»*-»»•< (This area for official notarial seal) r - 8 - BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we. T. B. PENICK & SONS, INC. #905 as Principal, and LUMBERMENS MUTUAL CASUALTY COMPANY bound unto the City of Carlsbad, Cali TEN PERCENT OF AMOUNT OF BIDML3ta , as Surety, are held and firmly Tornia, in the sum of Dollars ($ in% OF RTH4-cn ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, 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: TAMARACK AVENUE IMPROVEMENT BETWEEN SUNNYHILL DRIVE AND SKYLINE ROAD CONTRACT NO. 3143 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, being 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 2QTH day of JULY , 19 84 .T. B., Corporate Seal (If Corporation) By .NICK. & SONS, INC. 1ICE PRESIDENTNT Jb-THE ALTY/COM Title (Attach acknowledgement of Attorney in Fact) BEVERLY A. MS&RAZZI, ATTUNE (Notarial aoKnowledgemenfc^of execution to/all PRINCIPALS and SURETY must be attached.) FACT STATE OF CALIFORNIA COUHTY OP SAN DIEGO On this before me 20TH S3, day of JULY In the year 1984 CHERYL M. PERRY BEVERLY A. PANGRAZZI personally appeared personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose nsjse is subscribed to this instrument as the attorney in fact of LUMBERMENS MUTUAL CASUALTY COMPANY » «"»dacknowledged to me that he (she) sub sc r3 LUMBERMENS MUTUAL CASUALTY COMPANY JTUAL CASUALTY Cp> (she) subscribe he name of thereto, and his (her) own name as attorney in fact. Given under my hand and Notarial Seal this .1111 Y • A.D. 19 84 My commission expires . 20TH day of yvwwvw-vw FK 884 12-82 500 OFFICIAL SEAl CHERYL M. PERRY NOTARY PUBIIC CAUfOMUA miNOPAL omct IN SAN OCOO COUNTY My CpwnissiM E«p No*. IS. INS WWWWW.VVyv.Vvwv Public PRINTED IN U.S.A. T. 0 , . .. -ven L. luli.n.Mi. StH.rcl.iy This Power of Attorney limits (he acts of those named (herein lo the bonds and undertakings specifically named therein, and they have no authority to bind the Company except in the manner and to the extent herein slated. FOR INFORMATION CONCERNING THIS POWER OF ATTORNEY. CALL (312) 540-2000, CONTRACT BOND OR WRITE. CONTRACT BOND DEPARTMENT, KEMPER GROUP. LONG GROVE, ILLINOIS. 60044 CERTIFICATION —. ^ I. Sven L. Johanson, Secretary oWe Lumbermens Mutual Casually Company, do hereby certify (hat the attach* Power of Attorney H>.tod October 13. 1982 n.i h«»halfni Saaa aa a^ova.*********** ; :—', ...... „, .—is a true and correct copy andlh, the same has been in full force and effect since the dale thereof and is in lull force and effect on (he dale (this certificate; and I do further certify that the said G.H. Kasbohm and R.H. Johnson who executed (hi Power of Attorney as Vice President and Secretary respectively were on the dale of the execution of the a tached Power of Attorney the duly elected Vice President and Secretary of the Lumbermens Mutual Casual Company. . IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Lumbc mens Mutual Casualty. Company on thi* 20TH day of__J£ilkI , 19_fii-. J*en L. lolufiMNi. Sttrvi This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically nam therein, and they have no authority to bind the Company except' in the manner and to the extent herein FOR INFORMATION CONCERNING THIS POWER OF ATTORNEY. CALL (312) 540-2000, CONTRACT BOND DEHARTMEr OR WRITE, CONTRACT BOND DEPARTMENT, KEMPER CROUP, LONG GROVE. ILLINOIS, 6004* COPY MUTUAL CAsQlfV COMPANY Long Grove. IL 60049 F ATTORNEY en By These Presents: jmbermens Mutual Casually Company, a corporation organized and existing under the laws of the iois, and having its principal office in Long Grove, Illinois, does hereby appoint •••••••»••••••••• . Smith/ Slden B. Yeckt Beverly A. Pangxtzzii Louise H. Paper/ ), California nd lawful agent(s) and atforney(s)-in-fact, to make, execute, seal, and deliver during the period begin- the date of issuance of this power and ending December 31, 1964, unless sooner revoked for and uehalf as surety, and as its act and .deed: ^ mnd All 2»nds «jid ***************** ST PY EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. This appointment may be revoked at any time by the Lumbermens Mutual Casualty Company. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Lumbermens Mutual Casually Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Long Grove, Illinois. THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31,1984 This Power of Attorney is executed by authority of a resolution adopted by the Board of Directors of said Lum- bermens Mutual Casualty Company on May IB, 1965 at Chicago, Illinois, a true and accurate copy of which is hereinafter set forth and is hereby certified to by the undersigned Secretary or Assistant Secretary as being in full force and effect: "VOTED. Thai Ihe President or any Vice President or Secretary or anv Assistant Secretary shall have power and authority to appoint agents and attorneys in fact, and to authorize them to txt..uie on behalf of Ihe company, and attach Ihe seal of the company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in Ihe nature thereof, and any such officer of Ihe company may appoint agents fur acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following re- solution adopted by Ihe Board of Directors of the company at a meeting duly called and held on the 20th day of May, 1975: "VOTED, That Ihe signature of Ihe Presidenl. any Vice President. Secretary or Assistant Secretary, and Ihe Seal of the Com- pany, and Ihe certification by any Secretary or Assistant Secretary, may be affixed by facsimile on any power of attorney executed pursuant to resolution adopted by Ihe Board of Directors on May 10, 1965, and any such power so executed, sealed and certified with respect to any bond or similar undertaking to which il is attached, shall continue lo be valid and binding upon Ihe Company." In Testimony Whereof, fhe Lumbermens Mutual Casualty Company has caused this instrument lo be signed and its corporate seal to be affixed by its authorized officers, this i3th day of October , 19 62 . Attested and Certified: LUMBERMENS MUTUAL CASUALTY COMPANY By R H Johnson. Secretary • . C. H. Katbuhm. Vice President STATE OF ILLINOIS). COUNTY Of COOK J I, Genevieve B. Huff, a Notary Public, do hereby certify that G. H. Kasbohm and R. H. Johnson personally known to me lo be Ihe same persons whose names are respectively as Vice Presidenl and Secretary of the Lumbermens Mu- tual Casually Company, a Corporation of the Stale of Illinois, subscribed to Ihe foregoing instrument, appeared before me this day in person and severally acknowledged thai they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corpora- lion and as their own free and voluntary act for the uses and purposes therein set forth. - 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 the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with applicable provisions of the specifications. No changes may be made in these subcontractors except upon the prior approval of the City Engineer of the City of Carlsbad. The following information is required for each subcontractor. Additional pages can be attached, if required: Items of Work 13. /? tt> Full Company Name Complete Address w/Zip Code > Phone No. w/Area Code - 10 - DESIGNATION OF SUBCONTRACTORS continued The bidder is to provide the following information on the subbids of all the listed subcontractors as part of the sealed bid submission. Additional pages can be attached if required. Full Company Name Type of State Contracting License & No. Carlsbad Business License No.* Amount of Bid ($ or X) d. *Licenses are renewable annually by January 1st. If no valid license indicate "NONE". Valid license must be obtained prior to submission of signed contracts. (Notarize or Corporate Seal) T. B. PENICK & SONS. INC Biaderrs Company Name idder's Complete Adress R. 1RERS Authorized Signature VICE PRESTDT5FT * - 11 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a notarized or sealed statement of his/her financial responsibility. Q.(JU Qr- Signature (Notarize or wat Corporate Seal) ORIGINAL - 12 - BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE The Bidder is required to state what work of a similar character to that included in the proposed contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used if notarized or sealed. Date Contract Completed /^//3 10 1% 3 /0/P3 Name and address of the Employer GiA, - Jbr' Au^ P&- J JLri * . ' / Name and Phone No. of Person to Contact / Type of Work JfrujJ- (jWUL MejJ. (jJoiL \0/wjjddJt/ib\ Amount o1 Contract U #>*"* Wood*I ' J /(cO 000 -\ f (Notarize or Corporate Seal)lAYUE R. 7ICB PRBSIDBNT 'SignatureT THEASUHER - 13 - CONTRACT - PUBLIC WORKS This agreement is made this |3 day of A^OUST » 19 £</ , by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and r B PENICK & SONS. INC. _ whose principal place of business is ffk^- -^^k oll>ee4 PheQn (La (hereinafter called "Contractor".) <-> ' City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: TAMARACK AVENUE IMPROVEMENTS BETWEEN SUNNYHILL DRIVE & SKYLINE ROAD CONTRACT NO. 3143 (hereinafter called "project") 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 Notice to Bidders, Instructions to Bidders' and Contractors' Proposals; the Plans and 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 are incorporated herein by this reference. 4. Payment . As full compensation for Contractor's performance of work under this Contract, City shall make payment to Contractor as follows: On a Unit Price Basis as shown on the proposal schedule attached hereto and made a part hereof. - 14 - Payment of undisputed Contract amounts shall be contingent upon Contractor furnishing City with a release of all claims against City arising by virtue of this Contract as it relates to those amounts. Extra compensation equal to 50 percent of the net savings may be paid to Contractor for cost reduction changes in the plans or specifications made pursuant to a proposal by Contractor. The net savings shall be determined by City. No payment shall 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 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 in order to overcome unanticipated 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 arising out of the nature of the work or from the action of the elements or from any unforeseen difficulties which may arise or be encountered in the prosecution of the work until its acceptance by the City. Contractor shall also be responsible for expenses incurred in the suspension or discontinuance of the work. However, Contractor shall not be responsible for reasonable delays in the completion of the work caused by acts of God, stormy weather, extra work, or matters which the specifications expressly stipulate will be borne by City. 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 be determined by arbitration or litigation. The only person authorized to order changes or extra work is the City Engineer. However, no change or extra work order in excess of $5,000.00 shall be effective unless approved by the City Council. - 15 - 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 containing 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. Contractor shall post copies of all applicable prevailing wages on the job site. 9. Indemnity. Contractor shall assume the defense of and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from the performance of the Contract or work regardless of responsibility for negligence; and from any and all claims, loss, damage, injury and liability, 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, arbitration or other dispute resolution method. Nothing in this paragraph shall require Contractor to indemnify City for losses caused by the active negligence of City. 10. Insurance. Contractor shall maintain insurance covering the liability stated in Paragraph 9 in the amount acceptable to the City Council and shall cause the City to be named as an additional insured on any policy of liability or property damage insurance concerning the subject matter or performance of this Contract taken out by Contractor. 11. Workers' Compensation. Contractor shall comply with the requirements of Section 3/00 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. 12. 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. 13. Arbitration. Any controversy or claim in any amount up to $100,000 arising out of or relating to this Contract or the breach thereof may, at the option of City, be settled by arbitration in accordance with the construction industry rules of the American Arbitration Association and judgment upon the award rendered by the arbitrator(s) may be entered in any California court having jurisdiction thereof. The award of the arbitrator(s) shall be supported by law and substantial evidence as provided by the California Code of Civil Procedure, Section 1296. •r; 0)£ «o s. &§o taO c (NO O STATE OF CALIFORNIA COUNTY OF_San Diego |ss. On_August 16, 1984 said State, personally appearecL Thomas , before me, the undersigned, a Notary Public in and for and _, personally known to me (or proved to me on the basis of satisfactory evidence) to be the persons who executed the within instrument as_ Thomas Penickpresident and Secretary, on behalf of_ T.B. PENICK & SONS, INC. the corporation therein named, and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or a resolution of its board of directors. WITNESS my hand and official seal. Signature JffICIAL SEAL Emily P. Hanchett Notary Public California Principal Office In San Diego County My Comm. Exp. Apr. 22. 1988 ', (This area for official notarial seal) - 16 - 14. 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. 15. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with Section 1720 of the California Labor Code are incorporated herein by reference. 16. Security. Pursuant to the requirements of law (Governement Code Section 4590) appropriate securities may be substituted for any monies withheld by City to secure performance of this 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 "Special Provisons" attached hereto and made a part hereof. (Notarial acknowledgement of execution by ALL PRINCIPALS must be attached.) 7\s TB. PENiCK & SONS, ING. Contractor Title TEOMAS L. PEHIGK PRESIDENT By Title CITY OF CARLSBAD, CALIFORNIA .^r-vr TTJ. -r • -Y H. CASLER, Mayor ATTEST: - 17 - ATTEST: City Clerk 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 against 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." ContractorTHOMAS L. PENICK PRESIDENT T. B. PENICK & SONS, INC* - 18 - #3ST344-797-00 LABOR AND MATERIAL BOND PREMIUM: INCLUDED IN PERFORMANCE BOND *• KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. l&qp adopted AUGUST 7, 1984 has awarded to T. B. PENICK & SONS, INC. hereinafter designated as the "Principal", a contract for: TAMARACK AVENUE IMPROVEMENTS BETWEEN SUNNYHILL DRIVE & SKYLINE ROAD CONTRACT NO. 3143 in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents now on file in the Office of the City Clerk of the City of Carlsbad. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his/her or its subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon for or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, T. B. PENICK & SONS, INC. _ , as Principal, hereinafter designated as the "Contractor", and LUMBERMENS MUTUAL CASUALTY COMPANY as Surety, are held firmly bound unto the City of Carlsbad in the sum Qf**fWQ~HUNDRED FORTY ONE THOUSAND THQ HUNDRFD FORTY ONE AND NO/100** Dollars ($*/y/j?^/.fl)0»a1d sum being one hundred per cent (100%) 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 ourseves, 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. LUMBERMENS MUTUAL CASUALTY COMPANY Home Office: Long Grove, IL 60049 POWER OF ATTORNEY Know All Men By These Presents: That the Lumbermens Mutual Casually Company, a corporation organized and existing under the : laws , of the nW*,********* That the Lumermens utua asuay ompany, a coror Slate of Illinois, and having its principal office in Long Grove, Illinois, does hereby aP??in' its true and lawful agen.(s) and a.torney(s)-in-fact. to make, execute seal, and deliver• durinj! the PJ ningwith the date of. issuance of this power and ending December 31, 1984, unless sooner revoked on its behalf as surety, and as its act and .deed: ^ £md all ^nds ^d undertakings. ***************** EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees Ihe payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. This appointment may be revoked at any time by the Lumbermens Mutual Casually Company. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Lumbermens Mutual Casually Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Long Grove, Illinois. THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31,1984 This Power of Attorney is executed by authority of a resolution adopted by the Board of Directors of said Lum- bermens Mutual Casualty Company on May 18, 1965 at Chicago, Illinois, a true and accurate copy of which is hereinafter set forth and is hereby certified to by the undersigned Secretary or Assistant Secretary as being in full force and effect: "VOTED, That Ihe Presidenl or any Vice Presidenl or Secrelary or any Assistant Secrelary shall have power and authority to appoint agents and attorneys in fact, and lo authorize them lo execute on behalf of the company, and attach Ihe seal of the company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such officer of Ihe company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following re- solution adopted by the Board of Directors of the company at a meeting duly called and held on ihe 20th day of May, 1975: "VOTED, That Ihe signature of Ihe President, any Vice Presidenl, Secrelary or Assistant Secrelary, and Ihe Seal of the Com- pany and ihe certification by any Secrelary or Assistant Secrelary, may be affixed by facsimile on any,power of attorney executed pursuant lo resolution adopted by the Board of Directors on May 18, 1965, and any such power so executed, sealed and certified with respect lo any bond or similar undertaking lo which it is attached, shall continue to be valid and binding upon ihe Company." . In Testimony Whereof, the Lumbermens Mutual Casualty Company has caused this instrument to be signed and its corporate.seal to be affixed by its authorized officers, this jiffi?.day of ft?fi3j>?r , 19 82 . Attested .and Certified: LUMBERMENS MUTUAL CASUALTY COMPANY By R.H. Johnson, Socreury • • . G. H. Kasbohro, Vice President STATE Of ILLINOIS 1 COUNTY Of COOK/ I, Genevieve B. Huff, a Notary Public, do hereby certify that G. H. Kasbohm and R. H. Johnson personally known to me to be the same persons whose names are respectively as Vice President and Secretary of the Lumbermens Mu- tual Casualty Company, a Corporation of Ihe State of Illinois, subscribed to Ihe foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corpora- tion and as their own free and voluntary act for the uses and purposes therein set forth. My commission expires: May 5, 1 98f> CERTIFICATION I, Sven L. Johanson, Secretary of the Lumbermen* Mutual Casualty Company, do hereby certify that the attached Power of Attorney dat™i October 13. 1982 _OI, hohaifni Sane as above.**********^_ : 1 : _. is a true and correct copy and that the same has been in lull force and effect since the dale thereof and is in full force and effect on the dale of this certificate; and I do further certify that the said C.H. Kasbohm and R.H. Johnson who executed the Power of Attorney as Vice President and Secretary respectively were on the dale of the execution of the at- tached Power of Attorney the duly elected Vice President and Secretary of the Lumbermens Mutual Casually Company. • • IN TESTIMONY WHEREOF, I have hereunto subscribed mens Mutual Casualty, Company on this 13TH day id affixed the corporate'seal of the Lumber- * 19_M__. Sven L. lohanson, This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically namec therein, and they have no authority to bind (he Company except in (he manner and to the extent herein staled FOR INFORMATION CONCERNING THIS POWER OF ATTORNEY, CALL (312) 540,2000, CONTRACT BOND DEPARTMENT OR WRITE, CONTRACT BOND DEPARTMENT, KEMPER GROUP, LONG GROVE. ILLINOIS, 6004ft - 19 - 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 bond, as required by the provisions of Section 4205 of the Government Code of the State of California. In the event any Contractor above named executed this bond as an individual, it is agreed the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor and Surety above named, on the 13TK day of AUGUST , 19 84- T. B. PENICK & SONS. INC. /^ _b£ (Notarize or Corporate Seal for each Signer) THOMAS L. FMICK PENICK & SONS. INC Contractor LUMBEBHEflS MUTUAL CASUA^f COMPANY bv '.LDEN B. YECIC ATTORJ^Y TIM FACT it}Surety - 20 - #3ST344-797-00 PERFORMANCE BOND PREMIUM: $765.00 KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 76,<?o adopted 8-7-.84 > has awarded to T. R. PFNTQK & SONS TNr. »hereinafter designated as the "Principal", a contract for: TAMARACK AVENUE IMPROVEMENTS BETWEEN SUNNYHILL DRIVE & SKYLINE ROAD CONTRACT NO. 3143 in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents now on file in the Office of the City Clerk of the City of Carlsbad. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, WE, T. B. PENICK & SONS. INC. as Principal, hereinafter designated as the "Contractor", and LUMBERMENS MUTUAL CASUALTY COMPANY as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of *ONE HUNDRED FORTY ONE THOUSAND TWO HUNDRED FORTY ONE AND NO/100** Dollars ($*/y/jtvy .00** ). said sum being equal to 100 per cent (100%) of the estimated^amountof the contract, to be paid to the said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, his/her or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his/her or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. LUMBERMENS MUTUAL CASUALTY COMPANY Home Office: Long Grove, IL 60049 POWER OF ATTORNEY Know All Men By These Presents: Thai the Lumbermens Mulual Casually Company, a corporation organized and existing under the _ laws , of the Slate of Illinois, and having its principal office in Long Grove, Illinois, does hereby j appoint •• ^'^^^^ ^on its behalf as surety, and as its act and .deed: aad &u j^ds g^d under takings. ***************** EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees Ihe payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. This appointment may be revoked at any time by Ihe Lumbermens Mutual Casualty Company. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Lumbermens Mulual Casualty Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Long Grove, Illinois. THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31,1984 This Power of Attorney is executed by authority of a resolution adopted by Ihe Board of Directors of said Lum- bermens Mulual Casualty Company on May 18, 1965 at Chicago, Illinois, a true and accurate copy of which is hereinafter set forth and is hereby certified to by the undersigned Secretary or Assistant Secretary as being in full force and effect: "VOTED, Thai Ihe President or any Vice President or Secrelary or any Assistant Secrelary shall have power and authority lo appoint agents and attorneys in fact, and lo authorize them lo execute on behalf of Ihe company, and attach Ihe seal of the company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such officer of the company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following re- solution adopted by the Board of Directors of the company at a meeting duly called and held on the 20th day of May, 1975: "VOTED, That Ihe signature of Ihe President, any Vice President, Secretary or Assistant Secrelary, and Ihe Seal ol Ihe Com- pany, and Ihe certification by any Secrelary or Assistant Secrelary, may be affixed by facsimile on any,power of attorney executed pursuant lo resolution adopted by the Board of Directors on May 18, 1965, and any such power so executed, sealed and certified with respect lo any bond or similar undertaking lo which it is attached, shall continue to be valid and binding upon the Company." In Testimony Whereof, the Lumbermens Mutual Casualty Company has caused this instrument lo be signed and its corporate.seal to be affixed by its authorized officers, this 13th day of October 19.JLL-. Attested and Certified: LUMBERMENS MUTUAL CASUALTY COMPANY By r_ R.H. Johnson, Secreury • . C. H. Kasbohm, Vice President STATE OF ILLINOIS!.. COUNTYOFCOOKJ I, Genevieve B. Huff, a Notary Public, do hereby certify that G. H. Kasbohm and R. H. Johnson personally known to me to be Ihe same persons whose names are respectively as Vice President and Secretary of Ihe Lumbermens Mu- tual Casualty Company, a Corporation of the Stale of Illinois, subscribed lo Ihe foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corpora- tion and as their own free and voluntary act for the uses and purposes therein set forth. My commission expires: May 5, 1986 CERTIFICATION I, Sven L. johanson, Secretary of the Lumbermens Mutual Casualty Company, do hereby cerlily Ihul the Power of Attorney H^tprf October 13. 1982 _On hghalfni Same as above.************ : ,__. is a true and correct copy andlha the same has been in full force and effect since the dale thereof and is in full force and effect on the date ol this certificate; and I do further certify that the said G.H. Kasbohm and R.H. Johnson who executed the Power of Attorney as Vice President and Secretary respectively were on the dale of the execution of the at lached Power of Attorney the duly elected Vice President and Secretary of the Lumbermen* Mutual Casual!' Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate-seal of the Lumber mens Mutual Casualty, Company on lhis__JjlL!L_day nf AUGUST , 19 o4 Sven L. lohanson, t-ire^ This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically name therein, and they have no authority to bind the Company except in the manner and to the extent herein slalec FOR INFORMATION CONCERNING THIS POWER OF ATTORNEY, CALL (312) 540-2000, CONTRACT BOND DEPARTMEN OR WRITE, CONTRACT BOND DEPARTMENT, KEMPER GROUP, LONG GROVE, ILLINOIS, 60044 STATE OP CALIFORNIA > COUNTY OP SAN DIEGO > On this 13TH < before me RFVCDI v a c FLPFN p YECK SS: lay of flMCDA77T AUGUST in the year 1984 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 LUMRERMFNS MIITIIAI r.ASIJAI TY COMPANY , andacknowledged to me that he (she) subscribed the name of LUMBERMENS MUTUAL CASUALTY COMPANY thereto, and his (her) own name as attorney in fact. Given under my hand and Notarial Seal this AUGUST , A.D. 19 13TH day of My commission CfFICIM. SEL Bsverly A. Psngrazzi RGT.W PUDUC-CiUFOKRiA PPJ'SOiPAL C?FiCC IN Notary Public H, Commission Expect 28. 1935FK 884 12-82 500 - 21 - And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. In the event that any Contractor above named executed this bond as an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor and Surety above named on the 13TH day of AUGUST , 19 84 . T. B. PENICK & SONS, INC. (Notarize or Corporate TH.QMAS L. PENICK Seal for Each Signer) Contractor <S MUTUAL CASU/^TY COMPANY 77.by TLOEN B. YECR ATTORNEY IN FACTSurety STATE OP COUMTY OF CALIFORNIA, SAN DIEGO , On this 13TH S3: day of AUGUST before me BEVERLY A. PANGRAZ7I ELDEN B. YECK _, in the year 1984 , personally appeared personally known to Be (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 | UMBERMENS MUTIIAI CASIIAI TY T.nMPANY • andLIsaacknowledged to me that he T*fi* LUMBERMENS MUTUAL CASUALTY COMPANY IUTIIAL .CASUAL"it he (she)ed the name of thereto, and his (her) own name as attorney in fact. Given under my hand and Notarial Seal this AUGUST > A.D. 19 84 * My commission expires . 13TH day of FK 884 12-82 OFFICIAL SEAL Beverly A. Pangrazz! |« SAN DiEGO COUNTY My Commission Exn. 0 PRINTED IN U.S.A. - 22 - GENERAL PROVISIONS PLANS AND SPECIFICATIONS The specifications for the work shall consist of the latest edition of the Standard Specifications for Public Works Construction hereinafter designated 55PWC, as issued by the southern Chapters of the American Public Works Association, the City of Carlsbad supplement to the SSPWC, the Contract documents and the General and Special Provisions attached thereto. The Construction Plans consist of 2 sheet(s) designated as City of Carlsbad Drawing No. 2119. The standard drawings utilized for this project are the San Diego Area Regional Standard Drawings» hereinafter designated SORS, 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 1n 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, 1t 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, 1t shall be understood that the direction, designation or selection of the Engineer is intended unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the City Engineer" unless stated otherwise. - 23 - d) Equals and Approvals: Where the words "equal", "approved equal", "equivalent" and such words of similar Import are used, It shall be understood such words are followed by the expression "1n the opinion of the Engineer" unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar Import are used, it shall be understood that the approval, acceptance, or similar Import of the Engineer 1s 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 that are Indicated, specified, or required to mean that the Contractor, at her/his expense, shall furnish and Install the work, complete in place and ready to use, Including furnishing of necessary labor, materials, tools equipment and transportation. 4. CODES AND STANDARDS Standard specifications Incorporated 1n 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 of the SSPWC at the time of the preconstruction conference. If the completion date shown on the Notice to Proceed letter is not met by the Contractor, he will be assessed the dally salary of the City inspector for each working day beyond the completion date, as damages. Coordination with the respective utility company for removal or relocation of conflicting utilities shall be requirements prior to commencement of work by the Contractor. The Contractor shall begin work after being duly notified by an Issuance of a "Notice to Proceed" and shall diligently prosecute the work to completion within 45 consecutive calendar days from the date of receipt of said "Notice to Proceed." - 24 - 6 . NONCONFORMING WORK The Contractor shall remove and replace any work not conforming to the Plans or Specifications upon written order by the City Engineer. Any cost caused by reason of this nonconforming work shall be borne by the Contractor. 7. GUARANTEE All work shall be guaranteed for one 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 directions, the Contractor shall obtain and distribute the necessary copies of such instructions, including two copies to the City Engineer. 9. INTERNAL COMBUSTION ENGINES All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to City Noise Control Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. 10. CITY INSPECTORS All work shall be under the observation of a City Construction Inspector. Inspectors shall have free access to any or all parts of work at any time. Contractor shall furnish inspectors with such information as may be necessary to keep her/him fully informed regarding progress and manner of work and character of materials. Inspection of work shall not relieve Contractor from any obligation to fulfill this contract. 11. PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this contract shall be deemed to be inserted herein and the contract shall be read and enforced as though it were included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party the contract shall forthwith be physically amended to make such insertion or correction. - 25 - 12. INTENT OF CONTRACT DOCUMENTS The Contractor, her/his subcontractors and materials suppliers shall provide and install the work as indicated,- specified and implied by the contract documents. Any items of work not indicated or specified, but which are essential to the 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 her/his subcontractors and materials suppliers of this condition of the contract will not relieve her/him of the responsibility of compliance. 13. SUBSTITUTION OF MATERIALS The proposal of the bidder shall be in strict conformity with the drawings and specifications and based upon the items indicated or specified. The Contractor may offer a substitution for any material, apparatus, equipment or process indicated or specified by patent or proprietary names or by names of manufacturer which she/he considers equal in every respect to those indicated or specified. The offer made in writing, shall include proof of the State Fire Marshal's approval (if required), all necessary information, specifications and data. If required, the Contractor, at her/his own expense, shall have the proposed substitute, material, apparatus, equipment or process tested as to its quality and strength, its physical, chemical or other characteristics, and its durability, finish, or efficiency, by a testing laboratory as selected by the City. If the substitute offered is not deemed to be equal to that so indicated or specified, then the Contractor shall furnish, erect, or install the material, apparatus, equipment or process indicated or specified. Such substitution of proposals shall be made prior to beginning of construction, if possible, but in no case less than 10 days prior to actual installation. 14. RECORD DRAWINGS The Contractor shall provide and keep up to date a complete "as-built" record set of transparent sepias, which shall be corrected daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the City at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer on completion of the work. - 26 - 15. PERMITS The general construction, electrical and plumbing permits will be issued by the City of Carlsbad at no charge to the Contractor. The Contractor is responsible for all other required licenses and fees. 16. QUANTITIES IN THE SCHEDULE The quantities given in the schedule, for unit price items, are for comparing bids and may vary from the actual final quantities. Some quantities may be increased and others may be decreased or entirely eliminated. No claim shall be made against the City for damage occasioned thereby or for loss of anticipated profits, the Contractor being entitled only to compensation for the actual work done at the unit prices bid. The City reserves and shall have the right, when confronted with unpredicted conditions, unforeseen events, or 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 City Engineer will direct the Contractor to proceed with the said work as so modified. If an increase in the quantity of work so ordered should result in a delay to the work, the Contractor will be given an equivalent extension of time. 17. SAFETY & PROTECTION OF WORKERS AND PUBLIC The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about or adjacent to the premises where the work is being performed. He/she shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public and shall post danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes and falling materials. - 27 - 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. Contractoor shall include cost of water and meter rental within appropriate items of proposal. No separate payment will be made. 19. SURVEYING The Contractor shall employ a licenced land surveyor to perform necessary surveying for this project. Requirements of the Contractor pertaining to this item are set forth in Section 2-9.5 of the SSPWC. The Contractor shall include cost of surveying service within appropriate items of proposal. - 28 - SPECIAL PROVISIONS/SPECIFICATIONS - 29 - SPECIAL PROVISIONS FOR THE RE-CONSTRUCTION OF THE TAMARACK AVENUE • CONTRACT NO. 3143 1. SCOPE OF WORK The Scope of Work is to excavate in order to place asphaltic concrete pavement and base material, sidewalk, and other Items of Work on Plan 211-9 in accordance with the General Provisions and Special Provisions. The Plans are for the convenience of the Contractor and to direct the Contractor to perform work, and supply material. Such plans and designations on them are not to be the basis of claims of extra work beyond payments made in the bid documents. 2. SPECIFICATIONS The work covered herein shall be in accordance with the Standard Specifications for Public Works Construction, as issued by the Southern California Chapters of the American Public Works Association, and as these may apply, and in accordance with the following Special Provisions. In case of conflict between the Standard Specifications and these Special Provisions, the Special Provisions shall take precedence over and shall be used in lieu of such conflicting portions of either the Standard Specifications or the General Specifications. Work on City of Carlsbad curbs, gutters, sidewalks, cross gutters, storm drains, pavements, and water!ines shall conform to the Standards of City of Carlsbad. 3. LOCATION The project is located within the City Limits of the City of Carlsbad on Tamarack Avenue, from Sunnyhill Drive to Skyline Road. 4. CONSTRUCTION SEQUENCE All storm drain structures shall be constructed from the downstream end; except for portions which are specifically designated as being accelerated construction reaches by the Engineer due to traffic problems anticipated or other situations where overriding public interest governs or construction scheduling difficulties are being avoided. 5. CONSTRUCTION AND STRUCTURAL NOTES All construction notes and structural notes and symbols used on the plans direct the Contractor to perform the operations indicated, supply materials required, and safeguard facilities. They are shown for the convenience of the Contractor and clarity of the drawings and specifications and shall not be the basis for claims of extra work. Payment for those items of work shall be incorporated into the items of work to which they pertain and other items and not separate payment will be made for them. - 30 - 6. PROTECTIVE AND SECURITY FENCES The Contractor shall construct and maintain continuous protective and security fencing (5' minimum height chain Itnk with posts at 10' intervals) around all excavations 3' or more in depth or where the excavation is considered unsafe at lesser depths. No access openings shall be left in the fence when workers are not present. Fence shall be braced to stand against wind and be secure against collapse, disassembly, or destruction by unauthorized tampering. Fencing not under ownership of the Contractor may be used as protective fencing only when specific permission for its use is secured from the Engineer. All costs involved in construction, maintaining, and removing this fence shall be absorbed in the bid price for Various Items of Work and no separate payment will be made. Contractor shall comply with the provisions of the California Occupational Safety and Health Act of 1973 (Ch. 993, Stats. 1973) and with all rules, regulations, orders, and standards adopted or issued pursuant thereto, and with all other laws, regulations, and standards relating to safety. All costs for labor, materials, and equipment required to design, construct, repair, reconstruct, and remove all shoring shall be included in the bid price for Various Items of Work and no additional payment will be made. 7. TRAFFIC REQUIREMENTS IN CARLSBAD CITY STREETS The Contractor shall arrange his/her work in such a manner that the following traffic requirements are satisfied: A. Provide and maintain one 12-foot traffic lane during Contractor's normal working hours and two 12-foot traffic lanes after normal working hours for all streets. B. The complete closure of any street requires prior approval of the Engineer. C. ' Vehicular access to any property in the project shall not be blocked off. 8. TRAFFIC CONTROL IN CARLSBAD CITY STREETS The traffic control includes the construction of detours, street closures, and related work necessary and required for the construction of the storm drain. A. Notifications The Contractor shall notify the following City Departments 24 hours prior to the start of work on this project and 24 hours prior to the closing or opening of a street or alley within the City of Carlsbad: - 31 - Engineering Department - 438-5541 Police Department - 438-5511 Fire Department - 438-5521 The City of Carlsbad will furnish, at no charge to the Contractor, "TEMPORARY NO PARKING" signs to be posted (and removed) by the Contractor as required to facilitate progress of the work. The signs shall be removed by the Contractor immediately when not required to facilitate the work. B. Barricades, Guards and Safety Provisions To protect persons from injury and to avoid property damage, adequate barricades, bridging, construction signing, warning lights, and guards as required shall be placed and maintained during the progress of construction work and until it is safe for traffic to use the street or highway. All piles of material, equipment, pipe, and other objects that may serve as obstructions to traffic shall be barricaded and have warning lights. The warning lights shall be of intermittent flashing type, amber in color and shall be working from one-half hour before dusk continually until one-half hour after dawn the following morning, and when visibility is poor. All safety rules and regulations of local and State authorities shall be observed. Portable delineators, including the base,shall be composed of a material that has sufficient rigidity to remain upright when unattended and shall be either flexible or collapsible upon impact by a vehicle. The base shall be of such shape as to preclude roll after impact by a vehicle. The base shall be of such shape as to preclude roll after impact. The base shall be of sufficient weight or shall be anchored in such a manner that said delineator shall remain in an upright position. If the portable delineators are damaged, displaced, or not in an upright position, from any cause, said delineators shall immediately be replaced or restored to their original location, in an upright position, by the Contractor. The vertical portion of the portable delineators shall be predominantly orange color. The posts shall be not less than 2-1/4" in width or diameter, if tapered, shall have a cross-sectional area of not less than 100 square inches measured through the vertical axis of the delineator, normal to the roadway. The minimum height shall be 37" above the traveled way. Fluorescent traffic cones shall be of good commmercial quality, flexible material suitable for the purpose intended. The outer section of the portion above the base of the cone shall be a highly pigmented fluorescent orange polyvinyl compound. The overall height of the cone shall be at least 28". The base shall be of sufficient weight and size or shall be anchored in such a manner that the traffic cone will remaining an upright position. - 32 - C. Traffic Control In order to expedite the passage of public traffic through or around the work and where ordered by the Engineer, the Contractor shall install signs, lights, flares, barricades, and other facilities for the sole convenience and direction of public traffic. Also, where directed by the Engineer, the Contractor shall furnish competent flagpersons whose sole duties shall consist of directing the movement of public traffic through or around the work. No material or equipment shall be stored where it will interfere with the free and safe passage of public traffic and at the end of each day's work and at other times when construction operations are suspended for any reason, the Contractor shall remove all equipment and other obstructions from that portion of the roadway open for use by public traffic. Existing traffic signal and highway lighting systems shall be kept in operation for the benefit of the traveling public during progress of the work and other forces will continue routine maintenance of existing systems. The Contractor may be required to cover certain signs which regulate or direct public traffic. The Engineer willl determine which signs shall be covered. Construction operations shall be conducted in such a manner as to cause as little inconvenience as possible to abutting property owners. All streets and highways used by the Contractor shall be kept free of debris, dust, and mud by the Contractor. Personal vehicles of the Contractor's employees shall not be parked on the traveled way at any time, including any section closed to public traffic. When entering or leaving roadways carrying public traffic, the Contractor's equipment, whether empty or loaded, shall in all cases yield to public traffic. The provisions in this section may be modified or altered if, in the opinion of the Engineer, public traffic will be better served and work expedited. Any proposed modifications shall be approved in writing by the Engineer. Whenever a lane closure is nade, the Contractor shall close the lane by placing fluorescent traffic cones, portable delineators, or other devices approved by the Engineer, along a taper and along the edge of the closed lane adjacent to public traffic. One telescoping flag tree with flags shall be placed at the beginning and at the end of the taper. - 33 - Whenever work is being performed adjacent to a lane carrying traffic, the edge of lane or edge of pavement shall be delineated by placing temporary portable delineators adjacent thereto. Should the Contractor appear to be neglectful or negligent in furnishing warning and protective measures as above provided, the Engineer may direct attention to the existence of a hazard and the necessary warning and protective measures shall be furnished and installed by the Contractor at his/her expense. Should the Engineer point out the inadequacy of warning and protective measures, such action on the part of the Engineer shall not relieve the Contractor from responsibility for public safety or abrogate his/her obligation to furnish and pay for these devices. Full compensation for furnishing, placing, maintaining, replacing and removing construction signing, barricades, delineators, and traffic cones; for covering signs as directed by the Engineer; and for furnishing flagpersons shall be considered as included in the various contract items of work involved and no separate payment will be made therefor. 9. DUST CONTROL The Contractor shall furnish a water supply vehicle on the job site. The Contractor shall apply water in the amounts and at intervals as directed by the Engineer. The water supply vehicle and an operator shall be available upon a reasonable notice as determined by the Engineer for after-hour, weekend, or holiday dust control work. If the Engineer is not available for dust control measures, the City will arrange for the work to be performed by others and will deduct all equipment, labor, and material costs thereof from the contract amount. The Contractor shall place a 1-inch thick temporary pavement over storm drain trenches within intersections as soon as they are backfilled to prevent dust from cross traffic. The Contractor shall furnish a street sweeper vehicle on the job site and shall sweep areas as directed by the Engineer. All-costs involved for dust control, including supplying and operating water supply vehicles, street sweepers, furnishing and placing temporary pavement, shall be absorbed in other items of work. 10. NOTIFICATION TO RESIDENTS AND PROPERTY OWNERS It shall be the responsibility of the Contractor to notify in writing all property owners and residents along any street closed to traffic at least 24 hours prior to closure. If driveways are to be closed, the property owner and/or resident shall be notified in writing 24 hours in advance, and the period of closure shall be specified to the affected resident or property owner. All costs involved in notification shall be absorbed in other items of work. In the event of failure to notify by Contractor, the Contractor shall, at the direction of the Engineer, restore property access immediately. - 34 - 11. PROTECTION, RESTORATION. AND CLEANUP OF EXISTING IMPROVEMENTS The Contractor shall be responsible for the protection, restoration, or replacement of any improvements existing on'public or private property at the start of work or placed there during the progress of work and not specified or shown on the Plans to be permanently removed. All existing improvements shall be reconstructed to equal or better the existing improvements removed or damaged. The Contractor shall select his/her equipment with a view of minimizing the damage to street. The equipment or the type of construction method used which tends to inflict unnecessary damage to the street, in the judgment of the Engineer, may be ordered discontinued unless the Contractor demonstrates, to the satisfaction of the Engineer, that modifications to his/her methods or equipment will not inflict unnecessary damage to the street. In submitting a bid, the Contractor will be deemed to have carefully examined the site of the work and to have become acquainted with all conditions relating to the protection and restoration of existing improvements. The City does not guarantee that all improvements are shown on the plans and it shall be the Contractor's responsibility to provide in the bid for the protection and restoration of all existing improvements except those otherwise specified herein. All curbs, gutters, sidewallks, and driveways shall be removed and replaced to the next joint or scoring line beyond the actually damaged or broken sections; or in the event that joints or scoring lines do not exist or are three or more feet from the removed or damaged section, the damaged portions shall be removed and reconstructed to neat, plane faces. All new concrete shall match, as nearly as possible, the appearance of adjacent concrete improvements. The Contractor is required to conduct concurrent cleanup operations as the work proceeds. Construction site shall be completely cleaned of dirt, debris, trench spoil, equipment and construction material; and areas are to be completely restored. Dumping or storage of materials or storage of equipment in public rights-of- way or private property requiring subsequent cleanup shall not be permitted unless written permission is secured from the agency having jurisdiction or owner of the property and submitted to the Engineer and approved. All costs involved in protection, restoration, and cleanup of existing improvements shall be included in other items of work. 12. STORAGE OF MATERIALS IN PUBLIC STREETS No materials shall be stored in public sidewalks or driveways. No materials shall be stored other than those where the storm drain is to be constructed as part of this contract, and then only within the limits of the construction subject to the additional restrictions listed below: - 35 - A. Storm drain, sewer, and water pipes may be stored on public streets for a period not to exceed five working days. B. Excavated and backfilling materials may be stored within 25 feet of the pipe-laying operation only. C. Construction equipment and forming materials may be stored within 25 feet of the pipe-laying operation only. All cost involved to comply with the above requirements shall be included in the price bid for Various Items Of Work, and no additional payment will be made. 13. UTILITIES Utilities 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 individuals solely for their own use or for 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 indicated 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 of all utilities and their service connections. The Contractor shall make his/her own investigation as to the location, type, kind of material, age and condition of existing 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 excavating around any of the structures. At the completion of the contract work, the Contractor shall leave all utilities and apppurtenances in a condition satisfactory to the owners and the City. In the event of damage to any utility, the Contractor shall notify the owners of the utility immediately. The temporary or permanent relocation or alteration of utilities, 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. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities which interfere with storm drain structures, 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. Should the omitted portion of the work consist of concrete pipe, the Contractor may - 36 - complete said portion by constructing a transition structure in lieu of pipe. Payment for such transition structure will be made on a linear-foot basis at the price bid for the pipe item involved. The Contractor shall support and protect all utilities and service connections found not to interfere with the permanent project work. It shall be the Contractor's responsibility to provide continuous and safe operation of all utilities protected and supported. The Contractor shall be responsible for all damages and costs that may be caused by his/her failure to protect and support utilities in a satisfactory manner. Payment for protecting and supporting utilities are as follows: A. All costs involved for protecting and supporting utilities shown on the Plans as "protect (utility)" shall be included in the Various Items of Work. B. All costs involved for protecting and supporting utilities that parallel the storm drain construction shall be included in the price bid for storm drain construction. The definition of a parallel utility for the purpose above shall be as follows: Any utility which runs more or less parallel to the pipeline being constructed and located more than two feet measured horizontally from the outside diameter of the pipeline being constructed. C. Payment for protecting and supporting all utility lines found within the trench or structure excavation lines shall be included in the price bid for the storm drain or structure. Certain abandoned utility lines (mains and services, primarily gas) may not be shown due to insufficient data on the project drawings. The Contractor shall apply to the gas company or other utility company for assistance in identifying abandoned or out-of-service lines. The Contractor shall take due precautionary measures to effect their removal and ultimate abandonment. The Contractor shall relocate all water service connections found to interfere with permanent project work. All costs involved to relocate all water service connections shall be included in the Various Items of Work. 14. USE OF PAVEMENT SAWS A concrete pavement saw shall, where practical, be used in the removal of all existing concrete curbs and gutters, and sidewalks. A full depth of saw cut shall be used where possible. Minimum depth of saw cut shall be 2/5- thickness of the concrete pavement. The bituminous pavement shall be saw cut to a neat vertical line prior to paving. Concrete pavement cracked by the Contractor's operations shall be sawn at removal lines determined by the Engineer. Payment for the use of concrete or pavement saws shall be absorbed in the Items of Work for which they are used. - 37 - 15. ABANDONED UTILITIES AND STRUCTURES Unless otherwise specified, gas lines, sanitary sewers, storm drains, or other structures which have been abandoned or are to be abondoned as a result of the construction, the interfering portions shall be removed and the remaining exposed portions sealed with an 8-inch wall of brick and cement mortar. All interfering materials shall become the property of the Contractor and shall be disposed of by him away from the site of work. The costs of all such work specified in this section shall be absorbed in the price bid for the Various Items Of Work, and no additional payment will be made. 16. TRENCH EXCAVATION The Contractor shall obtain a Right-of-Way Permit from the City of Carlsbad prior to start of work. Excavation for storm drain conduits shall be by open trenches with vertical sides unless otherwise approved by the Engineer. The trench clearance from excavated wall shall be shoring thickness, plus 12 inches on each side of conduit, measured at top of pipe. If, in the opinion of the Engineer, the maximum trench width shown on backfill details is exceeded to the extent that the load on the pipe is increased so as to require additional or another type of bedding or a higher "D-load" strength pipe, such additional bedding or increased strength of pipe shall be furnished and installed by the Contractor at no additional cost to the City. All excavated material unsuitable for trench backfill and excess excavated material shall become the property of the Contractor and shall be disposed of by him/her away from the site of work. All costs involved for trench excavation and disposal of excess excavated material and excavated material unsuitable for trench backfill shall be included in the price bid for the construction of the storm drain. 17. STORM DRAIN BEDDING The subgrade or basement material on which the storm drain is to be constructed shall be firm, thoroughly compacted and true to grade. The #3 or #4 crushed rock shall be natural rock and shall be mechanically crushed with 100% passing the one-inch sieve and 95% retained on a 3/8-inch sieve and no more than 2% passing #20 sieve. The rock shall be compacted mechanically after placement in the trench and shaped to receive the pipe. Payment for all bedding materials, including furnishing, shaping, and compacting is included in the lineal foot price of the conduit being constructed or absorbed in cost of the structure. - 38 - 18. REINFORCED CONRETE PIPE Reinforced concrete pipe shall conform to the provisions in Section 207-2.1 of the Standard Specifications and be installed in accordance with the Plans. In lieu of any standard classes of pipe strength specified in the Standard Specifications, reinforced concrete pipe shall have the minimum "D-load" strengths as shown on the Plans. The specified "D-load" strengths for design of reinforced concrete pipe are based upon the loads to which the pipe will be subjected upon completion of the project. Should the Contractor, as a result of his/her construction methods, or for any other reason, subject the pipe to loading which is greater than that for which the pipe was designed, it shall be the Contractor's responsibility to take whatever steps are required to strengthen or otherwise protect the pipe from damage. Pipe stronger than that specified may be furnished at the Contractor's option and expense. Payment for reinforced concrete pipe shall be on a lineal foot basis and shall include, but not be limited to, all materials and labor to furnish and install the following items: A. Placing and joining reinforced concrete pipe. B. Removing and disposing of existing pavement of any type. C. Trench excavation and removal or abandonment of interfering utilities and structures. D. Removing and disposing of excess excavated materials. E. Removing and disposing of excavated materials that are unsuitable for trench backfill. F.- Dewatering of excavations. G. Furnishing, placement, and compaction of trench backfill material. H. Shaping pipe bedding material and placing concrete supports for existing pipes. I. Furnishing and placing or removal of brick and mortar seals. J. Protecting and supporting of utilities. K. Furnishing and placing or preparing any joints or jointing material required. L. Furnishing and placing concrete collar. - 39 - The above shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved in installing different sizes and classes of pipe inluding connecting new pipe to exisitng facilities, complete in place, and furnishing and disposing of water used for testing, as shown on the Plans, and as specificied in these Specifications and the Special Provisions, and as directed by the Engineer. 19. CLEARING AND GRUBBING Clearing and grubbing shall include, but not be limited to, the removal and disposal of all asphalt berms, concrete curbs, gutters, sidewalks, driveways, trees, or shrubs, and any other deleterious matter necessary to acomplish the construction of the improvements as shown on the Plans and as specified in these Special Provisions. Material removal shall conform to the requirements of Section 300-1 of the SSPWC and these Special Provisions. Payment for clearing and grubbing and disposal shall be included in the price bid for Various Items Of Work and no additional payment will be made. 20. FINISH GRADING A. Before and during finish grading all weeds and grasses shall be dug out by the root and disposed of off the site. B. Finish grading shall consist of finishing surfaces by raking smoothly and evenly and removing and disposing off site all extraneous matter to facilitate natural run-off water. C. The moisture content of the soil shall be so near optimum that proper compaction can occur; nor be so dry that a dust will form in the air or that clods will not break easily. D. Finish grade shall be smooth even and uniform with no abrupt change in surface. Soil areas adjacent to buildings shall slope away from the building to allow for positive drainage. Low spots shall be graded to drain properly. E. Payment for finish grading shall be considered included in the price bid for excavation and grading and no additional payment will be made therefor. 21. CONCRETE CURBS. GUTTERS, SIDEWALKS, SIDEWALK RAMPS AND DRIVEWAYS A. The construction of concrete curbs, gutters, sidewalks, and driveways shall conform to Section 303-5 of the SSPWC. B. Portland cement concrete shall be 2500 PSI and shall conform to Section 201-1 of the SSPWC. - 40 - C. Concrete sidewalks shall be 4" in thickness. Driveways shall be 5-1/2" in thickness. D. Prior to removal all sidewalks and curbs shall be removed to neat joint lines. No paralleling joint shall be placed closer than 4 feet to an existing score line or expansion joint. Scoring lines shall have a minimum depth of 1/4 inch and a radius of 1/8 inch. E. Measurement and payment for concrete curbs, gutters, sidewalks, sidewalk ramp, and driveways shall conform to Section 303-5.9 of the SSPWC. F. Payment for concrete work shall include all labor, equipment, and materials necessary to construct the work, including the brush finish and handicapped ramps complete and in place as shown on the Plans, as specified in these Special Provisions, and as directed by the Engineer. 22. ASPHALT JOIN A. The Contractor shall saw-cut the existing asphalt road surface along a line as directed by the Engineer to provide a smooth join section and to allow sufficient space for the installation of the gutter form work. B. After the removal of the concrete forms, the pavement shall be replaced with a structural section consisting of 4" of asphalt concrete over 6" of aggregate base material. C. Asphalt and base materials shall conform to the requirements as specified in the Asphalt Pavement Section of these Special Provisions. D. All driveways shall be saw-cut for an appropriate width and length to match the new improvements. E. Payment for asphalt concrete joining and feathering and excavation and aggregate base material for the join section shall be included in the items of work. 23. AGGREGATE BASE A. Aggregate base materials shall conform to the requirements of Section 301-2.1 through Section 301-2.4 of the SSPWC. B. Aggregate material supplied shall have a maximum water content of 3% at time of weighing. C. Measurement and payment for aggregate base shall be considered included in the bid item for aggregate base and no additional payment will be made. - 41 - 24. ASPHALT CONCRETE PAVING A. Asphalt concrete shall be Type I-B-AR-4000 and shall conform to the requirements of Sections 203 and 302 of the SSPWC. B. Aggregate shall conform to Subsection 203-6.3.2 and shall be Type I, Class B. C. A prime coat shall be applied to the surface of the untreated aggreate base at the rate of 0.25 gal/SY. The prime coat shall be Grade SC250. D. A tack coat shall be applied on abutting concrete surfaces, along the saw cut and on existing pavement to be resurfaced at the rate of 0.10 gal/SY. The tack coat shall be Type SSI asphaltic emulsion. E. A seal coat shall be applied to the finished surface at the rate of 0.10 gal/SY. The seal coat shall be Type SSI asphaltic emulsion with a 60-70 grade liquid asphalt. F. Before final acceptance of the work, the Contractor shall, at the request of the Engineer, test any paved areas for correct water run-off by flooding with water from hydrants. Any area where water remains standing shall be brought to correct grade to prevent ponding. G. Contractor shall have compaction testing done on aggregate base and asphalt paving per Standard Specifications by a soil testing firm approved by the City. H. Compensation for the asphalt concrete paving, including prime, seal and tack coats for the roadway join section, and testing, complete and in place, shall be included in the unit price bid for asphalt concrete paving and no separate payments will be made. Tickets may be accepted if signed by the City Inspector at the time of delivery. In any case," the payments for such material shall not exceed the bid quantities unless a Change Order Is Issued for additional work. 25. EXISTING ACCESS HOLES, AND GAS VALVES The Contractor shall adjust all existing access hole frames and covers, and gas valve frames and covers in work area to finish grades. All costs of complying with the requirements of this paragraph shall be included in the price bid for the Various Items Of Work, and no additional payment will be made. 26. EXISTING STREET NAME SIGNS, STOP SIGNS. MAIL BOXES. AND FENCES The Contractor shall relocate all existing street name signs, stop signs, mail boxes, and fences in work area to new location shown on the Plans. Payment for relocation of street signs, stop signs, mail boxes, and fences shall be included in the price bid for the Various Items Of Work, and no additional payment will be made. - 42 - 27. CONCRETE BLOCK MASONRY (RETAINING UALL) A. The work shall conform to the requirements of Section 303-4 of the SSPWC. 8. Payment for concrete block masonry shall be as specified in the prices bid for Concrete Block Wall Section, and shall include full compensation for the furnishing of all labor, materials, tools, and equipment, and performing all work involved in constructing such concrete block masonry in place as shown on the Plans. C. Unless otherwise specified, concrete block masonry walls shall be measured parallel to the finished grade deducting the widths of full- height openings. 28. CONCRETE CATCH BASINS AND ACCESS STRUCTURES A. The work shall conform to the requirements of Section 303.1 of the SSPWC and to these Special Provisions. B. The price paid for these items shall include all the materials, equipment, excavation, connection to existing storm drain pipe, labor, and operations necessary to construct them complete and in place as shown on the Plans and as specified in these Special Provisions, and no additional payment will be made. 29. FINAL CLEANUP The construction site shall be left in a neat and presentable condition. The cost of site cleanup shall be considered as included in Other Items Of Work, and no additional payment will be made. 30. STORM AND GROUNDWATER DAMAGE The Contractor shall, throughout the entire term of the contract, assume all risks and expenses of interference and delay in the operations, and the protection from or the repair of damage to improvements being built by the Contractor under the contract as may be caused by water of whatever quantity from floods, storms, industrial waste, irrigation, underground, or other sources. However, the Contractor may also assume full responsibility and expense of protecting or removing and returning to the site of work, all equipment or materials under his/her care endangered by any action of the elements. Furthermore, the Contractor shall indemnify and save harmless the City against all claims or suits for damage arising from his/her operations in dewatering the work and control of water. Should a storm occur prior to the date upon which the work is completed, and should debris or other materials be deposited as a result of said storm in or upon any works or improvements of whatever nature constructed under the contract, the Contractor shall immediately remove and dispose of such deposited material and no additional compensation for such removal and disposal will be made. - 43 - The Contractor shall, at all times, when rainfall or other drainage flows are occurring on the project, have supervisory personnel and workers on duty. During such times, the Contractor shall have readily available sufficient material and equipment to protect the public from danger, and to protect the project work, as well as private or public property from damage. The cost of such work is included in the unit price bid for the Various Items of Work, and no additional payment will be made. 31. EXCAVATION AND GRADING A. Earthwork shall conform to the requirements of Section 300-2 of the SSPWC and these Special Provisions. B. All fill material, whether imported or from on-site sources, shall be free of trash, vegetable matter, rocks larger than 8" in any dimension, or other deleterious substances as determined by the City. C. Trees designated to remain shall be protected. Soil shall not be piled or compacted with in the drip line of the trees, except as directed by the Engineer. The Contractor shall be held responsible to replace trees damaged in any way by their operation with trees of a similar species and size. D. Rough grading shall be within plus or minus 0.1 foot of final elevations. Finish grades shall be the maximum elevations as shown on the drawing with a minus tolerance of 1/2", if uniformly distributed. E. All soil receiving fill shall be scarified and recompacted to a depth of 9". Soils beneath the pavement areas shall be scarified to a depth of 9". F. Compact all fill and scarified areas to a minimum of 90% of the maximum • dry density when tested in accordance with ASTM D1557. G. Fill material shall be brought to the optimum moisture content prior to compaction. No fill work is to be done during unfavorable weather. H. All areas showing visible movement when equipment passes over them shall be stablized prior to pavement. I. Density tests shall be per Standard Specifications and taken in areas and numbers as directed by the City Inspector. These tests shall be paid for by the Contractor and shall be included in his price bid for Grading. J. Payment for this work shall be included in the price bid for Grading, and no additional payment will be made. - 44 - 32. SLOPE PLANTING AND LANDSCAPING Acacia shrubs shall be planted in like number as shown on the Plans at the beginning of construction. All existing slopes that are disturbed shall be fully restored with identical slope plants in sufficient quantity to insure erosion protection and landscaping needs. All new slopes planted with vegetation matching the adjacent existing landscape in sufficient quantity to insure erosion protection and landscape needs. Payment for all slope planting and landscaping shall include all materials, equipment, labor, and operations necessary to complete this work in place as specified, and no additional payment will be made. 33. STREET LIGHTS Street lights shall be 200 watt, 22,000 lumen, high-pressure sodium type. Pole standard foundation and wiring shall be to San Diego Regional Standards and Amer its shown in the City of Carlsbad Standards. Payment - street lights complete in place shall be as shown on the proposal ! shall be considered full compensation for street lights and no additiona layment will be made. 34. FENCE RELOC HQN Relocation f fencing as shown on the plans shall be performed so that no fencing w^ be down or non-functional for a period longer than three (3) calendar <; s. Compensat for this item of work is included in the unit price bid for other Var Items of Work, and no additional payment will be made. Liquidate amages will be charged to the Contractor for any time exceeding the three ,3) day limit on non-functional fence relocation.