HomeMy WebLinkAboutThibodo Construction Co Inc; 1985-01-31; 3169i
t
CITY OF CARLSBAD
San Oiego County
California
CONTRACT DOCUMENTS & SPECIFICATIONS
for
CARLSBAD BOULEVARD STORM DRAIN
CONTRACT NO. 3169
TABLE OF CONTENTS
ITEM PAGE
NOTICE INVITING BIDS 1
PROPOSAL 3
BIDDER'S BOND TO ACCOMPANY PROPOSAL 7
DESIGNATION OF SUBCONTRACTORS 8
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 10
BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE 11
CONTRACT 12
LABOR AND MATERIALS BOND 17
PERFORMANCE BOND 19
GENERAL PROVISIONS 21
SPECIAL PROVISIONS 29
- 1 -
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
Sealed bids will be recieved at the Office of the Purchasing
Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, until
4:00 PM on the 2nd day of January, 1985, at which time they
will be opened and read for performing the work as follows:
CONTRACT NO. 3169
The work shall be performed in strict conformity with the speci-
fications therefore 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 de-
scription 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 the form and amount required by law.
The bidders' security of the second and third next lowest
responsive bidders may be withheld until the Contract has been
fully executed. The security submitted by all other unsuccessful
bidders shall be returned to them, or deemed void, within ten
(10) days after the Contract is awarded. Pursuant to the pro-
visions of law (Government Code Section 4590), appropriate secu-
rities 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 Esti-
mate. The estimated quantities are approximate and serve
soley as a basis for the camparison of bids. The Engineer's
Estimate is $128,000.00
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 classi-
fication in the proposal.
- 2 -
One set of plans, special provisions, and Contract documents may
be obtained at the Engineering Department, City Hall, Carlsbad,
California, at no cost to licensed Contractors. Additional sets
are available for a nonrefundable fee of $5.90 per set.
The City of Carlsbad reserves the right to reject any or all bids
and to waive any minor irregularity or informality in such bids.
The general prevailing rate of wages for each craft or type of
worker needed to execute the Contract shall be those as
determined by the Director of Industrial Relations pursuant to
the Sections 1770, 1773, and 1773.1 of the California Labor Code.
Pursuant to Section 1773.2 of the California Labor Code, a
current copy of applicable wage rates is on file in the Office of
the Carlsbad City Clerk. The Contractor to whom the Contract is
awarded shall not pay less than the said specified prevailing
rates of wages to all workers employed by him or her in the
execution of the Contract.
The Prime Contractor shall be responsible to insure compliance
with provisions of Section 1777.5 of the California Labor Code.-
The provisions of Part 7, Chapter 1, of the California Labor Code
commencing with Section 1720 shall apply to the Contract for
work .
Bidders are advised to verify the issuance of all addenda and
receipt thereof one day prior to bidding. Submission of bids
without acknowledgment of addenda may be cause for rejection of
bid.
Bonds to secure faithful performance of the work and payment of
laborers and materials suppliers each in an amount equal to one
hundred percent (100$) of the Contract price shall be required
for work on this project.
Approved by the City Council of the City of Carlsbad, California,
by Resolution No. ~~7&J*£, , adopted on the 3-<s> rrt day of
t 1 9 ^ V .
. ?<
Date ' Aletha L. Rautenkranz, Cit/Clerk
\*~~
, Cit^/
- 3 -
CITY OF CARLSBAD
CONTRACT NO. 3169
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. 3169 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
Article w/Unit Price or Quantity Unit
Lump Sum Written in Words & Unit _ Price TOTAL
IS/ , 0Mobilization Complete on L.S. 6CCC.° 5,CCC.°'
site at Ftoe
Dollars & — °7/oC ~ cents
per lump sum.
Maximum allowed bid for this item is $5,000.00.
18" R.C.P. complete in 193 L.F.
place at ^IUNT y r^^
Dollars & — "Vioo - cents
per linear foot.
a
3. 24" R.C.P. complete in 127 L.F. c,M ,5- \\el'5'rlc*'
' '-/place at
Dollars & - 'V(oc - cents
per linear foot.
4. 48" R.C.P. complete in 713 L.F. f, 4
place at o.v>eV\o,^r.=-c\ £.£4^.0- l(Sc'° ^(ete 7°
Dollars & ~ c<'-Y.o^. — cents
per linear foot.
Item Article w/Unit Price or
No
6.
Lump Sum Written in Words
D-10 cleanout Type B-5
Complete In place at
Dollars 4
each.
c"-'/t ti 5 cents
Type E 5' Inlet complete
In place at
Dollars 4 —Oc'-/t ^ -
each .
cents
Type B 5' Inlet complete
In place at T^c TVvaos*wo-C'..jg
Dollars 4 - ^/t QC — cents
each .
Approximate
Quantity
4 Unit
3 ea.
Unit
Price
( (eOO ut
TOTAL
1 ea H 3000.«'' 3,000."
3 ea,
Total amount of bid in words: QM£ HxJNlOg.g^-rV\ftTy cue TV\&o:wo u><ui4v/ouaf'
Total amount of bid in numbers: $ 1^1099.^
Addendum (a) No(s) »\iM^e has/have been
received and is/are included in this proposal.
to
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.
- 5 -
Licensed in accordance with the Statutes of the State of
California providing for the registration of Contractors, License
No.
Identification
The Undersigned bidder hereby represents as follows:
1. That no Council member, 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 8^0 & 6 tf c> _ (Cash,
Certified Check, Bond, or Cashier 's Check) Tn an amount of not
less than ten percent (105«) of the total bid price.
The Undersigned is aware of the provisions of Section 3700 of the
Labor Code which require every employer to be insured against
liability for workers' compensation or to undertake self-
insurance in accordance with the provisions of that code, and
agrees to comply with such provisions before commencing the
performance of the work of this Contract.
The Undersigned is aware of the provisions of the State of
California Labor Code, Part 7, Chapter 1, Article 2, relative to
the general prevailing rate of wages for each craft or type of
worker needed to execute the Contract and agrees to comply with
its provisions.
I TK» g>coo
Phone Number
Date AutfrtaTL&e-a1 "Signature
Authorized Signature
Bidder's Address Type of Organization
(Individual, Corporation,
or Partnership)
- 6 -
List below names of President, Secretary, Treasurer, and Manager,
if a corporation; and names of all partners, if a partnership:
o.- „ r* —i _ - - Art
•e s
TU.CUoo - \)v P.
STATE OF CALIFO
COUNTY OF
IA
said State, personally appeared.
Iss.
_, before me, the undersigned, a Notary Public in and for
, personally known to me (or proved to me on the
basis of satisfactory evidence) to be the persons who executed the within instrument as
Prnaidant «nH _ Secretary, on behalf of
/ £>O<ZCJ
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
KRISTI DRAKE
NOTARY PUBLIC - CALIFORNIA
SAN DIEGO COUNTY
My comm. expires FEB 26, 1988
(This area for official notarial seal)
4UST BE
f£ Industrial Indemnity
Company
Home Office
KNOW ALL MEN BY THESE PRESENTS:
Proposal or Bid Bond
Bond No.
Premium $
THAT THIBODO CONST. CO., INC.
P. 0. BOX 2537
VISTA, CA 92083
(hereinafter called the Principal) as Principal, and INDUSTRIAL INDEMNITY COMPANY __
a corporation created and existing under the laws of the State of CALIFORNIA _ ,
with its principal office at SAN FRANCISCO _ , (hereinafter called the Surety),
as Surety, are held and firmly bound unto
City of Carlsbad
(hereinafter called the Obligee), in the full and just sum of Ten percent of the total
amount of bid in Dollars ($ 10^ ),
good and lawful money of the United States of America, to the payment of which sum of money well
and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal herein is submitting a proposal for
Carlsbad Boulevard Storm Drain
NOW, THEREFORE, if the bid or proposal of said Principal shall be accepted, and the contract
for such work be awarded to the Principal thereupon by the said Obligee, and said Principal shall
enter into a contract for the completion of said work and furnish bonds as required by law, then this
obligation shall be null and void, otherwise to remain in full force and effect.
PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee
prior to execution of the final contract shall furnish evidence satisfactory to Principal and Surety that
financing has been firmly committed to cover the entire cost of the project.
Signed, sealed and dated this 2nd day of January 19 85
THIBODO CONST. CO., INC.
Kin sti Drakei, Assi stant Secretary
INDUSTRIAL INDtMMTV COMPANY
-Q. Ou* 30965"
C;ilifornia 9:
WM LIAM E. SPICER, AttorneV^Fact
Principal
Attorney-in-fact
State of
County of SAN DIEGO
ss.
OFFICIAl SEAl
RGARET E. McCOBB
NOTARY PUBLIC. CALIFORNIA
PRINCIPAL OFFICE IN
SAN DIEGO COUNTY
My Commission Expires Dec. 26, 1987
On this the2jld_ day of January 1985 , before me.
MARGARELLJAcCQBJL
the undersigned Notary Public, personally appeared
WILLIAM E. .SPICER
|X| personally known to me
I .I proved to me on the basis of satisfactory evidence
to be the person(s) who executed the within instrument as
CT _ or on behalf of the corporation therein
named, and acknowledged tome that the corporation executedjjjt. * *
WITNESS my hand and official seal.
Notary's Sign^rtire
of 217 INDUSTRIAL
INDEMNITY
¬o all men fop tfjetfe HOME OFFICE -SAN FRANCISCO
That the INDUSTRIAL INDEMNITY COMPANY, a corporation organized and existing under the laws of the State of Cali-
fornia, and having its principal office in the City of San Francisco, State of California, does hereby make, constitute and appoint
-WILLIAM E. SPICER or 0. M. POPE-
its true and lawful attorney for it and in its name, place and stead to execute on its behalf as surety, bonds, undertakings, stipula-
tions, consents and all contracts of suretyship and to attach its corporate seal to such obligations in favor of
—ALL OBLIGEES-03
3
Q.
provided that the liability of the Company as surety under his authority, in no one instance shall exceed the sum of
UNLIMITED
thousand dollars, and reserving to itself full power of substitution and revocation.
This Power of Attorney is made and executed in accordance with the Resolution adopted by the Board of Directors of the INDUS-
TRIAL INDEMNITY COMPANY, at a meeting held on the 29th day of March, 1968, reading as follows:
"RESOLVED, chat K. K. Bechtel, Chairman of the Board, or Fred Drexler, President, or J. W. Pedersen, Vice President, of this
company, when attested by the Secretary or an assistant secretary, be and he hereby is authorized to execute Powers of Attorney quali-
fying the attorney selected to act under such Power of Attorney to execute on behalf of Industrial Indemnity Company bonds, under-
takings, stipulations, consents and all contracts of suretyship, and to attach the corporate seal thereto."
In witness whereof, the INDUSTRIAL INDEMNITY COMPANY has caused these presents to be signed and its Corporate Seal to be
affixed by its proper officers, at the City of San Francisco, California, this 18th ^ay °'
NOVEMBER • W59
SEAL
Attest:
CLARENCE G. JOHNSON
' '(CLARENCE" "G."" JOHNSON)
INDUSTRIAL INDEMNITY COMPANY
By J> W. PEDERSEN
""(j';"w'.""PEDERSEN)VICE PRESIDENT
CT
Oc
3
Q.
C
3
3-
CD
Secretary
STATE OF CALIFORNIA
CITY AND COUNTY OF SAN FRANCISCO
On this 18th day of NOVEMBER ,1969 , before me MARY MUELLER
a notary public in and for the City and County of San Francisco, State of California, personally appeared
J. W. PEDERSEN and CLARENCE G. JOHNSON
known to me to be the VICE PRESIDENT and Secretary of the corporation
which executed the within instrument, and acknowledged to me that such corporation executed the same, and that the resolution referred
to in the preceding instrument is a true and correct copy of the resolution duly passed at a meeting of the Board of Directors on Mar.
29, 1968, and that the same is in full force and effect.
In witness whereof, I have hereto set my hand and affixed my official seal the day and year in this certificate first above written.
SEAL
My commission expires JULY 14, 1971
MARY..MUELLERNotary Public in and for the City and Countyof San Francisco, State of California.
I, L. E. MULRYAN SECRETARY of the INDUSTRIAL
INDEMNITY COMPANY, do hereby certify that I have compared the power of attorney granted herein and the resolution recited
herein with the originals now on file in the principal office of said Company, and that the same are correct transcripts therefrom and
of the whole of the said originals, and that said power of attorney has not been revoked but is still in full force and effect.
In witness whereof, I have hereunto subscribed my name as such officer andafgBsdth^seal of the INDUSTRIAL INDEMNITY
COMPANY at the City of San Francisco, California this dav^p^^/-- , 19
(L. TS. MULRYAN) SECRETARY
SEAL
FORM 1Y041 R4 (5/B8)
- 8 -
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:
Full Complete
Items of Company Address Phone No.
Work Name w/Zip Code w/Area Code
- 9 -
DESIGNATION OF SUBCONTRACTORS (continued)
The bidder is to provide the following information on the subbids
of all the listed subcontractors as part of the sealed bid
submission. Additional pages can be attached, if required.
Type of State Carlsbad Amount
Contracting Business of
Full Company Name License & No. License No.* Bid ($ or %)
*Licenses are renewable annually by January 1st. If no valid
license, indicate "NONE". Valid license must be obtained prior
to submission of signed Contracts.
Otv "
'Bidder's Company Name
(Notarize or r\ \
Corporate Seal) Y-0 . &Q* .?-5V7 ^tStA
Bidder ' s/eamteTleVTb Address
Authorized Signature
TIIIBULiO CONST. CO. INC.PAfcE I
BALANCli SHEET
ALL UtFAKTKENTS
1/01/04 1'HRUUijH 11/30/84
ASSETS
CURRENT ASSETS
CASH
UNBILLED RliCUiViiABLliS
CURRENT RECEIVEABLE TCCJ.
DISPUTEU KECE1VEABLES
CURRENT KETENTION RECEIVABLE
DISPUTED KETENTION RECEIVEABLE
OTHER ACCOUNTS KECE1VEABLE
DISPUTED BACK/XTRA WK RECEIVE.
KECEIVEABLE
OTHER
INTEREST
ADVANCES
DEPOSITS
PREPAIDS
RES. UNCOLLECT1ABLE NTS
TOTAL CURRENT ASSETS
PROPERTY I EQUIPMENT
BUILD INfcS
ACCUM. Dlii'R. BUILOINij'j
CONSTRUCTION MACH. £ tUUlP
j ACCUM. DliPR. CONST. M/^
j OFFICE tURNlTURE
ACCUM 0 i£ t* L) lr lr i. CIL '' LI K N I i1 U1"^ *'
• TRANSPORTATION EQUIPMENT
ACCUM. DEPR. TRANS. EQUIPMENT
NET P«OPli«IY 4 li
\
OTHER ASSfcTS
LONG TERN MOTH KECtlVABLE
OTHER ASSETS
1 TOTAL OTHER ASSETS
• ^
J TOTAL ASSETS
I
j
b6.0'/2.08
134,538.50
235,435.65
211,413.75
71,226.42
234,469.96
2.120.32
83,074.78
9.228.33
1.480.94
9.261.00
5.255.00
197,471.50:
•<J1, VuO.77
2i.G68.00)
1,604.267.38
339.550.62)
09,025.45
40,913.00;
161,556.73
97,426.001
:l, 9!J9.48
947.64
^06,105.23
937.442.71
32,907.12
* 1,876.455.06
THIBOOO CONST. CO. INC.
BALANCE SHEET
ALL DEPARTMENTS
1/01/84 THROUGH 11/30/84
PAGE
CURRENT LIABILITIES
. ACCOUNTS PAYABLE
DISPUTED ACCOUNTS PAYABLE
; ACCRUED LIABILITIES
; CREDIT LIHt
' LOAN t'OR 'JAN MARCOS JO*
i LOANS tOk LAKt AKKOWHEAD
,LOAN DUE tO RLT PAID UN CREDJ
1 ACCOUNTS PAYABLE OTHER
! TOTAL CURRENT LIABILITIES
I LOANS PAYABLE
LOANS PAYABLE
PROVISION kOK TAXES DEFERRED
RESERVE I'OK
A TOTAL LUNG TERM DEBTS
t TOTAL LIABILITIES
t EQUITY
T TREASURY STOCK
, CAPITAL STOCK
" RETAINED EARNINGS
ADJUSTING ENTRIES
WET INCOME (LOSS)
TOTAL EUUITY
TOTAL LIABILITIES liUUITY
LIABILITIES & EQUITY
361.849.50
1 JO,473*59
': 0,805. 27
730,323.49
10,953.00
10 ,'700." oo
3,327.60
•'J9S.048.54
322,067.15
11.463.00
24,504.00
* 1,339.009.33
*(
1,640.00
420,026.76)
78,714.64
US,'/I 3. 54
*(
3J3,982.69)
.00
J16.536.96)
* 1.876.455.06
T HI BUD U CONST. CO. INC.
INCOME STATEMENT
ALL Litl'AKXKENTS
1/01 A34 THROUGH i 1/30/8.
PAfjE
INCOME
PROGRESS hilLLlNbS i
BACKCHij'J :.'< LXTRA WORK
MISC. SMALL JOBS <
UNBILLED iJJL-ViJNUiL;
DISCOUNTS LAKNhU
INCOME ON SUb- CON. TRACTS
INTEREST INCOME
GAIN t'ROM SALii Of ASSLT
M I3CELLAN.EOUS INCOME
EQUIP. RENTAL INCOME
TRUCK RENTAL INCOME
TOTAL INCOMi: *
COST dfc CONTRACTS
LABOR *
COST Of SALES SUb CONTRACTS
MATiiR 1ALS
EQUIPMENT KENT ALS
OUTS1DU SLRVICLS
OTHER JOtiL
EQUIPMENT RENTALS
TOTAL COST Of CONTRACTS i
GROSS FROflTS 'i
GENERAL a ADMIN. EXPENSES
GENERAL Si ADMIN. EXPENSES TTL.t
BIDDING EXPENSE
rt MOUNT
960
3.520
1 ,409,8
'!
BO
03
76
•jt. .i U iJ
.00
.00)
.8
31 //•
K AT Id
66.26 t
.02
<. .06) (
3 . 25
.0
24.8
1
o
AHOUNT
3.761,992.
960.
3,520.
184.538.
1 , 409
.85 .01
8,783.31 .15
~; O
242
36
, 5
« O
, 0
Q i.i
44
73
.8
• O
.5
<;r
^>
7
.50
4.27
.64
5 , 677 . 656 . 19 100 . 00 *
1.065
1,355
1.341
i 64
305
319
••'••
4.555
1,122
558
"i•j
,5
,5
,0
. 2
. .1
„ 2
/,» ' *
. 1
68
16
40
37
02
42
70
7 7
. 1
'"*!a i'j
.7
4
6
9
18.7
23 ,. 8
23 . 6
.08 2.S
. ,j
. 6
:J
v^
.50
.93
,478.2
.613
,399
.1
'6
r?/
.68
5 . 3
i -
•J « t."
7 *
7
/-i
9
• /
' t
.08
80.2
19.7
9.8
.0
2 i
•(: i
4 $
4
8
28
242
36
5,677
1 ,065
1 .355
1.341
164
305
319
/.
4.555
} . 122
i r Ci:) •-! O
,J
1 . '-.' (1•_.1 '-.• V •
. 8 0 3 .
476.
.733.
,582.
,344.
,073.
, 6 5 6 .
,568.
,516.
,040.
t ,J %J / •
.102.
,242.
,470.
,177.
,478.
16
00
00)
50
'"f O
87
85
31
88
O '~•wJ .v'.l
57
19
14
26
79
08
53
63
50
93
26
,,613,17
.399.,68
Y-T-H
RATIO
6 6 „ 2 6
.02
( .06)
3.25
.01
24.83
,01
.15
.50
4.27
.64
100.00
18.77
23.37
23 . 62
2.89
5.37
5.62
.08
80.22
19.78
9.84
.04
YARD EXPENSES
YARD EXPENSES
DEPRECIATION
DEPRECIATION
TOTAL EXPENSES
NET INCOME (LOLL)
449.027.61 7.91 *449,027.61 7.91
3,275.74) < .06)$< 3,275.74) < .06)
1,006,764.72 17.73 $ 1,006.764.72 17.73
115.713.54 2.05 i 115,713.54 2.05
- 10 -
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
The Undersigned submits herewith a notarized or sealed statement
of his/her financial responsibility.
(Notarize or
Corporate Seal)
- 11 -
BIDDER'S STATEMENT OF
TECHNICAL ABILITY AND EXPERIENCE
8>oe,GoATes -
- '73(0-1340
To
- 11 -
BIDDER'S STATEMENT OF
TECHNICAL ABILITY AND EXPERIENCE
Bidder is required to state what work of a similar character
i. that included in the proposed Contract he/she has successfully
°rformed and give references, with telephone numbers, which will
nable the City to judge his/her responsibility, experience and
skill- An attachment can be used, if notarized or sealed.
Date
Contract Name and Address
Name and Phone No.
of Person Amount of
to Contact Type of Work Contract
••7^- qi^c
^Y-0/$0
n^-tu^
•7 4$ -SSii
(Ltr / 0 .- 'Oi^TA
CAT-( C F SA.uH.Vc
VAr 1 C V (Af TA,o '^(
^•^ Die^c-vc^-TftU-r
(~)
V^U^)Ci,C'-> 1^-iAk'/
C.IT-I c C QvcLiboo
- S
pp
(Notarize or
Corporate Seal)
Signature
- 12 -
CONTRACT - PUBLIC WORKS
This agreement is made this31$4" day of ^AvJ^/H^V > 19 %_$,
by and between the City of Carlsbad, California, a municipal
corporation, (hereinafter called "City"), and
ConAtSLU.ct<Lon Company, Inc. , a
, whose principal place of
business is 7505 St/camoA.& Av/enne, VJ,Ata, Ca 9ZOB3
(hereinaftercalled"Contractor".)
City and Contractor agree as follows:
1. Description of Work. Contractor shall
specified in the Contract documents for:
perform all work
The construction of Carlsbad
(hereinafter called "project").
Boulevard Storm Drain
Provisions of Labor and Materials
all labor,
perform the
materials, tools,
work specified by the
Contractor shall provide
equipment, and personnel to
Contract documents.
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.
Payment. As full compensation
of work under this Contract,
Contractor as follows: (strike
for Contractor's performance
City shall make payment to
inapplicable subparagraph).
On a unit price basis as shown on the proposal payment
schedule attached hereto and made a part hereof.
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.
- 13 -
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 b"y
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.
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.
- 14 -
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 of $500,000 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 3700 of the California Labor Code.
Contractor shall also assume the defense and indemnify and
save harmless the City and its officers and employees from
all claims, loss, damage, injury, and liability of every
kind, nature, and description brought by any person employed
or used by Contractor to perform any work under this Contract
regardless of responsibility for negligence.
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
$100,000aTising 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.
- 15 -
14,
15,
16
Maintenance of Records. Contractor shall maintain and make
upon request, records in accordance
1812 of Part 7, Chapter 1, Article 2,
Code. If the Contractor does not
available to the City,
with Sections 1776 and
of the California Labor
maintain
business
City by
Contract
mail of
the records
as specified
at Contractor's principal place of
above, Contractor shall so inform the
certified letter accompanying the return of this
Contractor shall notify the City by certified
any change of address of such records.
Labor Code Provisions
commencing with
are incorporated
The provisions of Part 7, Chapter 1,
Section 1720 of the California Labor Code
herein by reference.
Security. Pursuant to the requirements of law (Governement
CodeSection 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.)
atit Dit)T A1t o r n e y
ConAtlu.c.t4,on Co., Inc.
(Seal)
Title
OF CARLSBAD, .CALIFORNIA
M¥yo r, ^or Contracts $10,000
and abo<
City Manager, for
less than $10,000
ATTEST:
Contracts
City Clerk
- 16 -
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."
Tki.bodo Con^tfiViC-t^on Co., I we,
Contractor
Se.csie.ta.tLy
COUNTY OF 5s^_LWM.*yy
| r»n._ rfan.OiiU £3. >3%5' _. before
^ lf"\r?/l I <~-'*f?a said State, personally appeared I JcxJIiQc--o
STATE OF CALIFORN
COU NTY OF
i~i u»^j , before me, the undersigned, a Notary Public in and for
a saia s;aie, personally appeared I JL-i'lQC-- PI C^r^g ando
£ , personally known to me (or proved to me on tin
£
* c basis of satisfactory evidence) to be the persons who executed the within instrument as _:
« « Ti s7£ P President and [JLj&t. Secretary, on behalf of
^z QJ
51^ the corporation therei
n
S
>j3D
t andjct<
in pained, and acknowledged to me that t
_ .. such corporator, executed the -.vlthin instrurrent pursuant to it.
bv-!sjy-!?4vs or a resolution of its beard of directors.
WITNESS my hand and official seal.
1 /l
OFFICIAL C-tAL ,;ATHY L. OLDENBURG *
Notary Public-California »
principal 0«:cc In »
STATE OF CALIFORNI
COU NTY OF
RNIA 0 . i\. _
CflO 0<
^QiJ^__et:ll _ Lr
said State, personally appeared
|ss
before me, the undersigned, a Notary Public in and for
, personally known to me (or proved to me on the
basis of satisfactory evidence) to be the persons who executed the within instrument as
President and J_Oj. Secretary, on behalf of
•
*OFFICIAL SEAL *
»i:r-n *the corporation therein named, and acknowledged to me that * 4/'' ""V^vXKATHY L. OLDENBUT.G *
suchcorporation executedthe withiri instrument pursuant to its t !"l,--"ri -&f&l D «,,""',' tT {AVa-i/iit^^ Pi'inctpsl'-"..co In ^
oy-laws or a reso!ution of its board of directors 1 "C"-^ ***>J'-S''/ San Dispo County *
* XSlis^^My Comm. Exp. Sept. 16, 1933*t^,«*-.»,.»*»»»«»»»***<» »-*****'*
OO
- 17 -
LABOR AND MATERIAL BOND
BOND NO. YS876-9050
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of
California, by Resolution No. , adopted ,
has awarded to THIBODQ CONST. CO.. INC. (hereinafter
designated as the "Principal"),a Contractfor:
The construction of Carlsbad Boulevard Storm Drain 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, THIBODO CONST. CO., INC. , as
Principal, (hereina fter designated as the "Contractor"), and
INDUSTRIAL INDEMNITY COMPANY as Surety, are held
firmly bound unto the City of Carlsbad in the sum of
ONE HUNDRED THIRTY-ONE THOUSAND, NINETY-NINE AND 70/100 - Dollars ($
131.099. id > said 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 ourselves, our heirs, executors and administrators,
successors, or assigns, jointly and severally, firmly by these
presents .
THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or
his/her subcontractors fail to pay for any materials, provisions,
provender or other supplies, or teams used in, upon, for, or
about the performance of the work contracted to be done, or for
any other work or labor thereon of any kind, or for amounts due
under the Unemployment Insurance Code with respect to such work
or labor, that the Surety or Sureties will pay for the same, in
an amount not exceeding the sum specified in the bond, and, also,
in case suit is brought upon the bond, a reasonable attorney's
fee, to be fixed by the court, as required by the provisions of
Section 4202 of the Government Code of the State of California.
- 18 -
This bond
companies
1192.1 of
action to
bond, as
shall inure to the benefit of any and all persons,
and corporations entitled to file claims under Section
the Code of Civil Procedure so as to give a right of
them or their assigns in any suit brought upon this
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 28TH day of
JANUARY , 198 5 •
THIBODO JffNST. CO., INC.
(Notarize or Corporate
Seal for each Signer)
BY:,
T^rfelbodo
Contractor
INDEMNITY COMPANY
P. 0. Box 80965
.San Diego, California 02138
E. McCOBB, Attorney-in-Fact
STATE OF CALIFORN
COUNTY OF
.— On "^-JiVU nvc**fl c^'l. Ciy.i^ , before, me. the undersigned, a Notary Public in and for
a said State, personally appeared M^Ou(r3l I |^ . I H' U£&j Q _ar,d
0 , personally known to me (or proved to me on the
"*• c basis of satisfactory evidence) to be the persons who executed the within instrument as« a -T7- ^.
- President and Secretary, on behalf of
_ A ~ I i^ ' l^rv /-N| ^-O
u •^ the corporation therein named, and acknowledged to me that t
ico W; i N'ESS my hand and official ceal
'I J
I M,/?«$UM
^^Q
.
'IY L. OLDENBURG *^ i •'' /o co suchcorporation executedthewithininstrijrni:-,'pursuant toits IK
!| by-laws or a resolution of its board of directors. *\
Notary Public -California
Principal Office In
San Diego County
^^^My Comm. E^p. Sept. IS. 1988*
»»^»»*»*»»»»*»»****^**^^r
On this the day of JANUARY
SHELLY L-HQWERION-
the undersigned Notary Public, personally appeared
MARGARET E. McCQBB
IXf personally known to me
I I proved to me oh the basis of satisfactory evidence
to be the person(s) who executed the within instrument as
ATTORNEY-IN-FAC! orOn behalf ofU»6 corporation therein
that the corporation executed it.
OFFICIAl SEAl
SHELLY L. HOWERTON
NOIARV PUBL.
PRiNClPAl OFFICE IN
SAN DlEGO COUNTY
My Commluton Expires May 6, 1987'
nd ack
WITNESHiyfan
COrtPORAIE ACKNOWl F.DGMENT FORM
of Attorney #373
all men bg tfyese presents:
INDUSTRIAL
INDEMNITY
HOME OFFICE -SAN FRANCISCO
That INDUSTRIAL INDEMNITY COMPANY, a corporation organized and existing under the laws of the State of California,
and having its principal office in the City of San Francisco, State of California, does hereby make, constitute and appoint
MARGARET E. McCOBB
its true and lawful attorney-in-fact for it and in its name, place and stead to execute on its behalf as surety, bonds, undertakings, stipu-
lations, consents and all contracts of suretyship and to attach its corporate seal to such obligations in favor of all obligees, provided
that the liability of the Company as surety under his authority in no one instance shall exceed the sum of
UNLIMITED
and reserving to itself full power of substitution and revocation.
This Power of Attorney is made and executed in accordance with the Resolution adopted by the Board of Directors of
INDUSTRIAL INDEMNITY COMPANY at a meeting held on the 27th day of September, 1972, reading as follows:
"RESOLVED, that the Chairman of the Board or President or Executive Vice President or Senior Vice President of the Company,
in conjunction with the Secretary or an Assistant Secretary of this Company, be and he hereby is authorized to execute, acknowledge
or verify Powers of Attorney qualifying selected attorneys-in-fact to act under such Powers of Attorney to execute on behalf of
Industrial Indemnity Company bonds, undertakings, stipulations, consents and all contracts of suretyship, and to attach the corporate
seal thereto;
"RESOLVED, FURTHER, that the signatures of said officers so authorized by this Company may be printed facsimile, litho-
graphed or otherwise produced, and that the facsimile signature of any person who shall have been such officer of this Company at the
time of such execution, acknowledgment or verification may continue to be used for the purpose hereinabove stated and will be
binding on this Company, notwithstanding the fact that he may have ceased to be such officer at the time when such instruments shall
be issued."
In witness whereof, INDUSTRIAL INDEMNITY COMPANY has caused these presents to be signed and its corporate seal to be
affixed by its proper officers, at the City of San Francisco, California, this 5th day of June ,1980
Attest:INDUSTRIAL INDEMNITY COMPANY
By.
STATE OF CALIFORNIA
CITY AND COUNTY OF SAN FRANCISCO
J. GiC /LaPlante, Senior Vice President
On this 5th day of June , 1980 , before me, Mary Mueller
a notary public in and for the City and County of San Francisco, State of California, personally appeared
J. G. LaPlante and L. E. Mulryan
known to me to be the Senior Vice President and Secretary of the corporation
which executed the within instrument, and acknowledged to me that such corporation executed the same, and that the resolution
referred to in the preceding instrument is a true and correct copy of the resolution duly passed at a meeting of the Board of Directors
on September 27, 1972, and that the same is in full force and effect.
In witness whereof, I have hereto set my hand and affixed my official seal the day and year in this certificate first above written.
MARY MUELLER |
MOUHY ?U3liC •• CALIFORNIA §
CITY £, COUtilY OF SS.N FRANCISCO 5
My Comnission Expires Aug. 3, 1983 E
d for the City and County
isco. State of California
I, L. E. Mulryan, Secretary of INDUSTRIAL INDEMNITY COMPANY,
do hereby certify that I have compared the Power of Attorney granted herein and the Resolution recited herein with the originals now
on file in the principal office of said Company, and that the same are correct transcripts therefrom and of the whole of the said
originals, and that said Power of Attorney has not been revoked but is still in full force and effect.
In witness whereof, I have hereunto subscribed my name as such officer and affixed the seal of INDUSTRIAL INDEMNITY
COMPANY at the City of San Francisco, California, this 28TH day of JANUARY . 19 85 •
SEAL
L. E. Mulryan,Secretary
1 Y041 R7 (10/72)
- 19 -
PERFORMANCE BOND
BOND NO. YS876-9050
PREMIUM: $1,311.00
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of
California, by Resolution No. , adopted ,
has awarded to THIBODO CONST. CO. , INC. ,
(hereinafter designated as the "Principal"), a Contract for:
The construction of Carlsbad Boulevard Storm Drain 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, THIBODO CONST. CO., INC. ,
as Principal, (hereinafter designated as the "Contractor"), and
INDUSTRIAL INDEMNITY COMPANY ,'
as Surety, are held and firmly bound unto the City of Carlsbad,
in the sum of ONE HUNDRED THIRTY-ONE THOUSAND, NINETY-NINE & 70/100 Dollars
($131,099-70 ) > said sum being equal to one hundred per
cervt (100%) of the estimated amount of the Contract, to be paid
to the said City or its certain attorney, its successors and
assigns; for which payment, well and truly to be made, we bind
ourselves, our heirs, executors and administrators, successors or
assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above
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.
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.
- 20 -
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 28TH day of
JANUARY , 19 85
THIBODO COJjST. CO., INC.
(Notarize or Corporate
Seal for Each Signer)Contractor
INDUSTRIAL INDEMNITY COMPANY
J*. 0. Box 80965
WV Phijju, CflllftyHfla V
. Attorn^-in-Fact
State of CalifornTft'
SAN DIEGO
On this the 18TH day of JANUARY .19.§5_, before me,
SS.
County of SHELLY L-HOWERIObL
the undersigned Notary Public, personally appeared
_MARQAREI_EJAcCQBBL
OFFICIAl SEAl
SHELLY L. HOWERTON
IMOIARY PUBLIC. CAUrGRNIA
PRINCIPAL OFFICE <N
SAN DIEGO COUMTV
My Commission Expires May 6, 1987
'''
1XJ personally known tome
I I proved to me oh the basis of satisfactory evidence
to be the person(s) who executed the within instrument as
ATTpaNEjMN-FACT or on behal^otthe corporation therein
..~_, ._ " rporation executed it.
W.TNES) * ^ ^ ^ ^ '
COHPORAIE ACKNOWI F.DGMENT FORM
? s
u. E'~ O
,jr
CVJ
03
CM
OO
STATE OF CALIFORNI
COUNTY OF
|ss.
On 1-
said State, personally appeared
, before me, the undersigned, a Notary Public in and (or
oC-"!' L..- LQlJQLQLL) 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
.President and Secretary, on behalf of_.
:tw
the corporation therein named, and acknowledged to me that
such corpora * ion executed the with in instrument pursuant to its
by-laws or a resolution of its board of directors.
WITNESS my hard and official seal.
^^^mlu (X:
ialfofK-*-»-»*:»r*11*~»"*«*-lt»-»^», »-»•»•
OFFICIAL SEAL »
KATHY L. OLDEND'JRG I
\ Notary Public-California \
'' Principai O^ice in »
*Principe*
San Diego County
My Comm. 6xp, Sept. 16.1988*
»*»*+* »»•»»* •-* * *-» »»••»*
of (Attorney #373 INDUSTRIAL
INDEMNITY
all men bg tfyese presents:HOME OFFICE -SAN FRANCISCO
That INDUSTRIAL INDEMNITY COMPANY, a corporation organized and existing under the laws of the State of California,
and having its principal office in the City of San Francisco, State of California, does hereby make, constitute and appoint
------------------------------------- MARGARET E. McCOBB ----------------------------------
its true and lawful attorney-in-fact for it and in its name, place and stead to execute on its behalf as surety, bonds, undertakings, stipu-
lations, consents and all contracts of suretyship and to attach its corporate seal to such obligations in favor of all obligees, provided
that the liability of the Company as surety under his authority in no one instance shall exceed the sum of
and reserving to itself full power of substitution and revocation.
This Power of Attorney is made and executed in accordance with the Resolution adopted by the Board of Directors of
INDUSTRIAL INDEMNITY COMPANY at a meeting held on the 27th day of September, 1972, reading as follows:
"RESOLVED, that the Chairman of the Board or President or Executive Vice President or Senior Vice President of the Company,
in conjunction with the Secretary or an Assistant Secretary of this Company, be and he hereby is authorized to execute, acknowledge
or verify Powers of Attorney qualifying selected attorneys-in-fact to act under such Powers of Attorney to execute on behalf of
Industrial Indemnity Company bonds, undertakings, stipulations, consents and all contracts of suretyship, and to attach the corporate
seal thereto;
"RESOLVED, FURTHER, that the signatures of said officers so authorized by this Company may be printed facsimile, litho-
graphed or otherwise produced, and that the facsimile signature of any person who shall have been such officer of this Company at the
time of such execution, acknowledgment or verification may continue to be used for the purpose hereinabove stated and will be
binding on this Company, notwithstanding the fact that he may have ceased to be such officer at the time when such instruments shall
be issued."
In witness whereof, INDUSTRIAL INDEMNITY COMPANY has caused these presents to be signed and its corporate seal to be
affixed by its proper officers, at the City of San Francisco, California, this 5th day of June ,1980
Attest:INDUSTRIAL INDEMNITY COMPANY
Secretary J. G^^aPlante, Senior Vice President
STATE OF CALIFORNIA /
CITY AND COUNTY OF SAN FRANCISCO ( ss'
On this 5th day of June ,1980 , before me, Mary Mueller
a notary public in and for the City and County of San Francisco, State of California, personally appeared
J. G. LaPlante and L. E. Mulryan
known to me to be the Senior Vice President and Secretary of the corporation
which executed the within instrument, and acknowledged to me that such corporation executed the same, and that the resolution
referred to in the preceding instrument is a true and correct copy of the resolution duly passed at a meeting of the Board of Directors
on September 27, 1972, and that the same is in full force and effect.
In witness whereof, 1 have hereto set my hand and affixed my official seal the day and year in this certificate first above written.
MARY MUELLER \
fJOTitr/ ?i!2UC - CALIFORNIA §
CITY £, CQD;;IY OF SAN FRANCISCO 5
fAy Commission Expires Aug. 3, 1983 S
id for the City and County
<isco. State of California
I, L. E. Mulryan, Secretary of INDUSTRIAL INDEMNITY COMPANY,
do hereby certify that I have compared the Power of Attorney granted herein and the Resolution recited herein with the originals now
on file in the principal office of said Company, and that the same are correct transcripts therefrom and of the whole of the said
originals, and that said Power of Attorney has not been revoked but is still in full force and effect.
In witness whereof, I have hereunto subscribed my name as such officer and affixed the seal of INDUSTRIAL INDEMNITY
COMPANY at the City of San Francisco, California, this
SEAL
28TH day of JANUARY 19 85
L. E. Mulryan,Secretary
I Y04I R7 (10/72)
- 21 -
GENERAL PROVISIONS
1. PLANS AND SPECIFICATIONS
The specifications for the work shall consist of the latest
edition of the Standard Specifications for Public Works
Construction, hereinafter designated SSPWC, as issued by the
Southern Chapters of the American Public Works Association,
the City of Carlsbad supplement to the SSPWC, the Contract
documents, and the General and Special Provisions attached
thereto.
The Construction Plans consist of one sheet designated as
City of Carlsbad Drawing No. 249-6. The standard drawings
utilized for this project are the San Diego Area Regional
Standard Drawings, hereinafter designatedSDRS,asissuedby"
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,
eguipment and materials, and performing all operations
necessary to complete the project work as shown on the
project plans and as specified in the specifications.
3. DEFINITIONS AND INTENT
A. Engineer:
The word "Engineer" shall mean the City Engineer or his
approved representative.
B. Reference to Drawings:
Where words "shown", "indicated", "detailed", "noted",
"scheduled", or words of similar import are used, it shall be
understood that reference is made to the plans accompanying
these provisions, unless stated otherwise.
C. Directions:
Where words "directed", "designated", "selected", or words of
similar import are used, it shall be understood that the
direction, designation or selection of the Engineer is
- 22 -
intended, unless stated otherwise. The word "required" and
words of similar import shall be understood to mean "as
required to properly complete the work as required and as
approved by the City Engineer", unless stated otherwise.
D. Equals and Approvals:
Where the words "equal", "approved equal", "equivalent" and
such words of similar import are used, it shall be understood
such words are followed by the expression "in the opinion of
the Engineer", unless otherwise stated. Where the words
"approved", "approval", "acceptance", or words of similar
import are used, it shall be understood that the approval,
acceptance, or similar import of the Engineer is intended.
E. Perform and Provide:
The word "perform" shall be understood to mean that the
Contractor, at her/his expense, shall perform all 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.
CODES AND STANDARDS
Standard Specifications incorporated in the requirements of
the specifications by reference shall be those of the latest
edition at the time of receiving bids. It shall be
understood that the manufacturers or producers of materials
so required either have such specifications available for
reference or are fully familiar with their requirements as
pertaining to their product or material.
CONSTRUCTION SCHEDULE
A construction schedule is to be submitted by the Contractor
per Section 6-1 of the SSPWC at the time of the
preconstruction conference.
If the completion date shown on the "Notice to Proceed"
letter is not met by the Contractor, he will be assessed the
daily salary of the City Inspector for each working day
beyond the completion date, as damages.
- 23 -
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 30 consecutive
calendar days from the date of receipt of said "Notice to
Proceed."
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 (1) year after the
filing of a "Notice of Completion" and any faulty work or
materials discovered during the guarantee period shall be
repaired or replaced by the Contractor.
8. MANUFACTURER'S INSTRUCTIONS
Where installation of work is required in accordance with the
product manufacturer's directions, the Contractor shall
obtain and distribute the necessary copies of such
instructions, including two (2) 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.
- 24 -
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.
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 tlTe
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, 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,
- 25 -
erect, or install the material, apparatus, equipment, or
process indicated or specified. Such substitution of
proposals shall be made prior to beginning of construction,
if possible, but in no case less than ten (10) days prior to
actual installation.
14. 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.
15. PERMITS
The general construction, electrical, and plumbing permits
will be issued by the City of Carlsbad at no charge to thre
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.
- 26 -
17. SAFETY & PROTECTION OF WORKERS AND PUBLIC
The Contractor shall take all necessary precautions for the
safety of employees on the work and shall comply with all
applicable provisions of Federal, State and Municipal safety
laws and building codes to prevent accidents or injury to
persons on, about, or adjacent to the premises where the
work is being performed. He/she shall erect and properly
maintain at all times, as required by the conditions and
progress of the work, all necessary safeguards for the
protection of workers and public, and shall post danger
signs warning against hazards created by such features of
construction as protruding nails, hoists, well holes, and
falling materials.
18. SURVEYING
Contractor shall employ a licensed land surveyor or
registered civil engineer 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.
Contractor shall include cost of surveying service within
appropriate items of proposal. No separate payment will be
made.
19. CODES, ORDINANCES, REGULATIONS & ABBREVIATIONS
Reference to codes, ordinances, and regulations are to
editions in effect as to date of proposals. Abbreviations
are used for agencies issuing standard specifications as
follows:
Agency Abbreviation
American Society for Testing
Materials ASTM
U.S. Government Fed. Spec.
National Board of Fire
Underwriters NBFU
American Institute of Steel
Construction AISC
American Standards Association ASA
American Concrete Institute ACI
Underwriters Laboratories, Inc. UL
Department of Commerce
Standards CS
20. MAINTAINING TRAFFIC
Attention is directed to Sections 7-1.08, "Public
Convenience"; 7-1.09, "Public Safety"; and 12, "Construction
Area Traffic Control Devices", of the Standard
Specifications and these Special Provisions.
- 27 -
All warning signs and safety devices used by the Contractor
to perform the work shall conform to the requirements in the
current "Manual of Traffic Controls" and Section 12 of the
Standard Specifications. Warning signs and safety devices
shall be supplied by the Contractor. The above-referenced
manual is available from the State Department of
Transportation.
If the Contractor appears to be neglectful or negligent in
providing such warning or protective measures, the Engineer
may direct attention to the existence of a hazard. All
barricades, warning signs, lights, or flagmen required to
protect the public shall be furnished and maintained by the
Contractor at his own expense. The Engineer may point out
the inadequacy of protective devices or measures, but such
action on the part of the Engineer shall not relieve the
Contractor from responsibility for the public safety or
abrogate his obligation to furnish and pay for these
devices.
Personal vehicles of the Contractor or his employees shall
not be parked on the traveled way at any time, including any
section closed to public traffic.
Lane closures shall conform to the provisions of the
Standard Specifications. The lane or lanes to be closed
shall be as approved by the Engineer. The uses of
reflective traffic cones to direct traffic away from
excavations shall be considered as lane closure.
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. Said modifications or
alterations shall not be adopted until approved in writing
by the Engineer.
- 28 -
CERTIFICATION OF COMPLIANCE
I hereby certify that Tk-ibodo ConAttLUct^on Company, Inc.
Legal Name of Contractor
in performing under the Purchase Order awarded by the City of
Carlsbad, will comply with the County of San Diego Affirmative
Action Program adopted by the Board of Supervisors, including all
current amendments.
o . , Inc.
Date Signature(Seal)
e-Lf: L. Thi-bodo
(NOTARIZE OR CORPORATE SEAL)
Title
(Notarial acknowledgement of execution by all principals must be
attached.)
<
§3
-^ <D15 O
O £
I
CM
OO
STATE OF CALIFORNIA
COUNTY OF ,
On _____
said State, personally appeared.
]ss..}
, before me, the undersigned, a Nola'y 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
^ President and Secretary, on behalf ofdon&kt^t'a^ ~»*~~~~~*~~~*'s»<•+»»•*;
OFFICIAL SEAl. *
the corporation therein named, and acknowledged to me that * /^^"""^vXl/ATUV I 01 DENBURG *
such corporation cxecutedthewithininstrument pursuanttoits " " ~"" - . .. -
by-laws or a resolution of its board of directors.
WITNESS my hand and official seal.
*•*-»»•'
Notary Public-California «
Principal Office in »
San Dieso County ,My Comm.&p. Sept. 16^1988*
»«»»•••»»-•*
- 29 -
TABLE OF CONTENTS - SPECIAL PROVISIONS
Division 1
Division 2
Division 3
Division 4
NOT APPLICABLE
SECTION
02221
02513
02721
Trenching, Backfilling & Compacting
Asphaltic Concrete Paving
Storm Drainage System
03300 Cast-in-Place Concrete
NOT APPLICABLE
- 30 -
SECTION 02221
TRENCHING, BACKFILLING AND COMPACTING
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work included: Trench, backfill, and compact as specified
herein and as needed for installation of underground
utilities associated with the Work.
B. Related Work:
1. Documents affecting work of this Section include, but
are not necessarily limited to, General Conditions and
Supplementary Conditions.
1.2 QUALITY ASSURANCE
A. Use adequate numbers of skilled workmen who are thoroughly
trained and experienced in the necessary crafts and who
are completely familiar with the specified requirements
and the methods needed for proper performance of the work
in this Section.
B. Use equipment adequate in size, capacity, and numbers to
accomplish the work in a timely manner.
C. In addition to complying with requirements of governmental
agencies having jurisdiction, comply with the directions
of the City Engineer.
D. All trenching must comply with OSHA regulations.
PART 2 - PRODUCTS
2.1 SOIL MATERIALS
A. Fill and backfill materials:
1. Provide soil materials free from organic matter and
deleterious substances, containing no rocks or lumbs
over 6" in greatest dimension, and with not more than
15% of the rocks or lumps larger than 2-3/8" in their
greatest dimension.
02221-1
- 31 -
2.2 OTHER MATERIALS
Provide other materials, not specifically described but
required for a complete and proper installation, as
selected by the Contractor subject to the approval of the
City Engineer or as specified herein.
3.1 SURFACE CONDITIONS
Examine the areas and conditions under which work of this
Section will be performed. Correct conditions detrimental
to timely and proper completion of the Work. Do not
proceed until unsatisfactory conditions are corrected.
3.2 PROCEDURES
A. Utilities:
1. Unless shown to be removed, protect active utility
lines shown on the drawings or otherwise made known to
the Contractor prior to trenching. If damaged, repair
or replace at no additional cost to the City.
2. If active utility lines are encountered, and are not
shown on the Drawings or otherwise made known to the
Contractor, promptly take necessary steps to assure
that service is not interrupted.
3. If service is interrupted as a result of work under
this Section, immediately restore service by repairing
the damaged utility at no additional cost to the
City.
4. If existing utilities are found to interfere with the
permanent facilities being constructed under this
Section, immediately notify the City Engineer and
secure his instructions.
5. Do not proceed with permanent relocation of utilities
until written instructions are received from the City
Engineer.
B. Protection of persons and property:
1. Barricade open holes and depressions occurring as
part of the Work, and post warning lights on property
adjacent to or with public access.
2. Operate warning lights during hours from dusk to dawn
each day and as otherwise required.
02221-2
- 32 -
3. Protect structures, utilities, sidewalks, pavements,
and other facilities from damage caused by settlement,
lateral movement, washout, and other hazards created
by operations under this Section.
C. Dewatering:
1. Remove all water, including rain water, encountered
during trench and sub-structure work to an approved
location by pumps, drains, and other approved
methods.
2. Keep trenches and site construction area free from
water.
D. Use means necessary to prevent dust becoming a nuisance to
the public, to neighbors, and to other work being
performed on or near the site.
E. Maintain access to adjacent areas at all times.
3.3 TRENCHING
A. Provide sheeting and shoring necessary for protection of
the Work and for the safety of personnel.
1. Prior to backfilling, remove all sheeting.
2. Do not permit sheeting to remain in the trenches
except when, in the opinion of the City Engineer,
field conditions or the type of sheeting or methods of
construction such as use of concrete bedding are such
as to make removal of sheeting impracticable. In such
cases, the City Engineer may permit portions of
sheeting to be cut off and remain in the trench.
B. Maximum and minimum width of trench:
1. The minimum width of pipe trenches, measured at the
crown on the pipe, shall not be less than 12 inches
(30.48 cm) greater than the exterior diameter of the
pipe, exclusive of bells and the minimum base width of
such trench shall be not less than 12 inches (30.48
cm) greater than the exterior diameter of the pipe,
exclusive of special structures or connections, and
such minimum width shall be exclusive of all trench
supports.
2. The maximum allowable width of trench for all
pipelines measured at the top of the pipe shall be the
outside diameter of the pipe (exclusive of bells or
collars) plus 16 inches (40.64 cm), and such maximum
02221-3
- 33 -
16 inches (40.64 cm) may be used without special
bedding if the Contractor, at his expense, will
furnish pipe of the required strength to carry the
additional trench load. Such modifications shall be
submitted to the City Engineer and approved in
writing. Whenever such maximum allowable width of
trench is exceeded for any reason, except as provided
for on the Plans or in the Specifications, or by the
written direction of the City Engineer the City
Engineer shall, at his discretion, require that the
Contractor, at his own expense for all labor and
materials, cradle the pipe in 2,500 psi (175.77
Kg/cm ) compressive strength concrete, or other
District approved pipe bedding.
C. Depressions:
1. Dig bell holes and depressions for joints after the
trench has been graded. Provide uniform bearing for
the pipe on prepared bottom of the trench.
2. Except where rock is encountered, do not excavate
below the depth indicated or specified.
3. Where rock is encountered, excavate rock to a minimum
overdepth of 4" below the trench depth indicated or
specified.
D. Where utility runs traverse public property or are subject
to governmental or utility company jurisdiction, provide
depth, bedding, cover, and other requirements as set forth
by legally constituted authority having jurisdiction, but
in no case less than the depth shown in the Contract
Documents.
E. Cover:
1. Provide minimum trench depth indicated below to
maintain a minimum cover over the top of the installed
item below the finish grade or subgrade:
a. Areas subject to vehicular traffic:
(1) Storm drains: 36"
3.4 BEDDING
A. Comply with provisions of Section 02721.
02221-4
- 34 -
3.5 BACKFILLING
A. General:
1. Do not completely backfill trenches until required
pressure and leakage tests have been performed, and
until the utilities systems as installed conform to
the requirements specified in the pertinent Sections
of these Specifications.
2. Except as otherwise specified or directed for special
conditions, backfill trenches to the ground surface
with selected material approved by the City Engineer.
3. Reopen trenches which have been improperly backfilled,
to a depth as required for proper compaction. Refill
and compact as specified, or otherwise correct to the
approval of the City Engineer.
4. Do not allow or cause any of the Work performed or
installed to be covered up or enclosed by work or this
Section prior to required inspections, tests, and
approvals.
5. Should any of the Work be so enclosed or covered up
before it has been approved, uncover all such Work
and, after approvals have been made, refill and
compact as specified, all at no additional cost to the
City.
B. Lower portion of trench:
1. Deposit approved backfill and bedding material in
layers of 6" maximum thickness, and compact with
suitable tampers to the density of the adjacent soil,
or grade as specified herein, until there is a cover
of not less than 24" over sewers and 12" over other
utility lines.
2. Take special care in backfilling and bedding
operations to not damage pipe and pipe coatings.
C. Remainder of trench:
1. Except for special materials for pavements, backfill
the remainder of the trench with material free from
stones larger than 6" or 1/2 the layered thickness,
whichever is smaller, in any dimension.
02221-5
- 35 -
D. Adjacent to structures: Mechanically compact backfill
within ten feet of structures.
E. All trenching shall conform to the requirements of Section
30CT of the SSPWC and to these Special Provisions. The
Contractor shall obtain a right-of-way permit from the
City Engineering Department prior to any construction
within the City right-of-way.
Where trenches cross pavement sections, the Contractor
shall saw cut along a straight line as nearly parallel to
the center line of the storm drain as possible to allow
for clean join lines.
Backfill shall be compacted to 9Q% of maximum dry density
as determined by ASTM Test Method No. D1557-78 or
current.
The top three (3) feet of the trench shall be compacted to
95% of maximum dry density.
The cost for the trenching and backfill, including the
pavement saw cutting, removal and disposal, shall' b'e
considered included in the unit prices paid for the storm
drain pipe, and no additional payment will be made
therefor.
3.6 TEST FOR DISPLACEMENT OF STORM DRAINS
A. Check storm drains to determine whether displacement has
occurred after the trench has been backfilled to above the
pipe and has been compacted as specified.
B. Flash a light between manholes or, if the manholes have
not yet been constructed, between the locations of the
manholes, by means of a flashlight or by reflecting
sunlight with a mirror.
C. If the illuminated interior of the pipe line shows poor
alignment, displaced pipes, or any other defects, correct
the defects to the specified conditions and at no
additional cost to the City.
3.7 FIELD QUALITY CONTROL
A. The City Engineer will inspect and approve open cuts and
trenches before installation of utilities, and will make
the following Uf^Jr^v
1 . Assure that trenches are not backfilled until all
tests have been completed;
02221-6
- 36 -
2. Check backfilling for proper layer thickness and
compaction;
3. Verify that test results conform to the specified
requirements, and that sufficient tests are
performed.
4. Assure that defective work is removed and properly
placed.
END OF SECTION
02221-7
- 37 -
SECTION 02513
ASPHALTIC CONCRETE PAVING
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work included: Provide asphaltic concrete paving, and
pavement marking where shown on the Drawings, as specified
herein, and as needed for a complete and proper
installation.
B. Related work:
1. Documents affecting work of this Section include, but
are not necessarily limited to, General Conditions and
Supplementary Conditions.
1.2 SUBMITTALS
A. Product Data: Within 35 calendar days after the
Contractor has received the Owner's Notice to Proceed,
submit:
1. Materials list of items proposed to be provided under
this Section;
2. Certificates, signed by the asphaltic concrete paving
subcontractor, stating that materials meet or exceed
the specified requirements.
PART 2 - PRODUCTS
2.1 AGGREGATES
A. Provide aggregates consisting of crushed stone, gravel,
sand, or other sound, durable, mineral materials processed
and blended, and naturally combined.
B. Base aggregate maximum size: 3/4"
C. Aggregates for asphaltic concrete paving: Provide a
mixture of sand, mineral aggregate, and liquid asphalt
mixed in such proportions that the percentage by weight
will be within:
02513-1
- 38 -
Sieve sizes: Percentage passing:
3/4" 100%
3/8" 67-85%
1/4" 50-65%
No. 8 mesh 37-50%
No. 30 mesh 15-25%
No. 200 mesh 3-8%
plus 50/60 penetration liquid asphalt at 5% to 6-1/2% of
the combined dry aggregates.
2.2 HEADERS AND STAKES
A. Provide Redwood, Construction grade, in dimensions shown
on the Drawings or as required for the use where
dimensions are not shown on the Drawings.
2.3 ASPHALTS
A. Comply with provisions of Asphalt Institute Specification
SS-2:
1. Asphalt cement: Penetration grade 50/60.
2. Prime coat: Cut-back type, grade MC-250.
3. Tack coat: Uniformly emulsified, grade SS-1H.
2.4 MIXING ASPHALTIC CONCRETE MATERIALS
A. Provide hot plant mixed asphaltic concrete paving
materials.
1. Temperature leaving the plant: 290°F minimum, 320°F
maximum.
2. Temperature at time of placing: 28Q°F minimum.
PART 3 - EXECUTION
3.1 SURFACE CONDITIONS
A. Examine the areas and conditions under which work of this
Section will be performed. Correct conditions detrimental
to timely and proper completion of the Work. Do not
proceed until unsatisfactory conditions are corrected.
02513-2
- 39 -
3.2 FINAL PREPARATION OF SUBGRADES
A. After preparation of subgrade as specified in another
Section of these Specifications, thoroughly scarify and
sprinkle the entire area to be paved, and then compact to
a smooth, hard, even surface of 95% compaction to receive
the aggregates.
3.3 PLACEMENT OF BASE COURSES
A. Base:
1. Spread the specified base material to a thickness
providing the compacted thickness shown on the
drawings.
2. Compact to 95%.
B. Thickness tolerance: Provide the compacted thickness
shown on the Drawings within a tolerance of minus 0.0" to
plus 0.5".
C. Smoothness tolerance: Provide the lines and grades shown
on the Drawings within a tolerance of 3/8" in ten feet.
1. Deviations: Correct by removing materials, replacing
with new materials, and reworking or recompacting as
required.
D. Moisture content: Use only the amount of moisture needed
to achieve the specified compaction.
3.4 PLACEMENT OF ASPHALTIC CONCRETE PAVING
A. Install the specified headers and stakes to achieve the
arrangement of paving shown on the Drawings.
B. Remove all loose materials from the compacted base.
C. A prime coat shall be applied to the surface of the
untreated aggregate base at the rate of 0.25 gal/SY. The
prime coat shall be Grade SC250.
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 SS1 asphaltic emulsion.
A seal coat shall be applied to the finished surface at
the rate of 0.10 gal/SY. The seal coat shall be Type SS1
asphaltic emulsion with a 60-70 grade liquid asphalt.
02513-3
- 40 -
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.
Contractor shall have compaction testing done on aggregate^
base and asphalt paving per Standard Specifications by a
soil testing firm approved by the City.
D. Adjust frames and covers to meet final grades.
E. Receipt of asphaltic concrete materials:
1 . Do not accept material unless it is covered with a
tarpaulin until unloaded, and unless the material has
a temperature of not less than 280°F.
2. Do not commence placement of asphaltic concrete
materials when the atmospheric temperature is below=
50°F, nor during fog, rain, or other unsuitable
conditions.
F. Spreading:
1. Spread material in a manner which requires the least
handling.
2. Where thickness of finished paving will be 3" or less,
spread in one layer.
G. Rolling:
1. After the material has been spread to the proper
depth, roll until the surface is hard, smooth,
unyielding, and true to the thickness and elevations
shown on the Drawings.
2. Roll in at least two directions until no roller marks
are visible.
3. Finished paving smoothness tolerance:
a. Free from birdbaths.
b. No deviations greater than 1/8" in six feet.
H. Compensation for the asphalt concrete paving, including
prime, seal and tack coats for the roadway join section,
02513-4
- 41 -
and testing, complete and in place, shall be considered
included in the cost of the various items of work and no
separate payments will be made.
3.5 PROTECTION
A. Protect the asphaltic concrete paved areas from traffic
until the asphalt is set and cured and does not pick, up
under foot or wheeled traffic.
END OF SECTION
02513-5
- 42 -
SECTION 02721
STORM DRAINAGE SYSTEM
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work included: Provide storm drainage system where shown
on the Drawings, as specified herein, and as needed for a
complete and proper installation.
B. Related work:
1. Documents affecting work of this Section include, but
are not necessarily limited to, General Conditions and
Supplementary Conditions.
1.2 SUBMITTALS - •
A. Product date: Within 35 calendar days after the
Contractor has received the City's Notice to Proceed,
submit:
1. Materials list of items proposed to be provided under
this Section;
2. Manufacturer's specifications and other data needed to
prove compliance with the specified requirements;
3. Manufacturer's recommended installation procedures
which, when approved by the City Engineer, will become
the basis for accepting or rejecting actual
installation procedures used on the Work.
PART 2 - PRODUCTS
2.1 PIPE MATERIALS
A. Provide pipe and associated materials of the size
indicated on the Drawings and meeting the following
requirements:
1. Reinforced concrete pipe (RCP); to comply with ASTM
C76, with a D-load of 2,000.
02721-1
The unit price paid for each lineal foot of storm drain
pipe shall include all materials, labor and equipment
necessary to install the pipe complete and in place as
shown on the plans and as specified in these Special
Provisions, including the saw cutting, trenching,
excavation, backfilling and resurfacing, and grading.
2.2 DRAINAGE STRUCTURES
A. General:
1. Construct manholes, inlets, and junction structures of
reinforced concrete or precast reinforced concrete,
complete with metal frames and covers or gratings, and
with fixed ladder rungs where indicated on the
Drawings or required by codes.
2. Individual wall-mounted aluminum, plastic-covered
steel, or galvanized steel rungs are acceptable.
Materials:
1. Concrete: Comply with provisions for 2500 "ps'i
concrete specified in Section 03300.
2. Mortar for pipe joints and connections to other
drainage structures, and manhole construction:
a. Comply with requirements of ASTM C270, type M,
except the maximum placement time shall be one
hour.
b. Hydrated lime complying with ASTM C141, type B,
may be added to the mixture of sand and cement in
an amount equal to 25% of the volume of cement
used.
c. Provide a quantity of water in the mixture
sufficient to produce a stiff workable mortar,
which shall be clean and free from harmful acids,
alkalis, and organic impurities. use the mortar
within 30 minutes after water is added to the
mix.
3. Precast reinforced concrete manholes:
a. Comply with ASTM C478, precast rings and cone
sections.
02721-2
- 44 -
b. Fully bed the joints between precast concrete
risers and tops in mortar, and smooth both
interior and exterior surfaces uniformly.
c. Acceptable products:
(1) Manufactured by Ameron Pipe Products Group,
El Monte, California.
4. Reinforcement: Provide intermediate grade billet
steel complying with ASTM A615, grade 40.
5. Frames and covers or gratings:
a. Provide all gratings or covers from the same
manufacturer .
b. Provide standard black finish, supplied as a total
unit, sized as shown on the Drawings or larger
sizes except where in a pavement area, and with
the wording "STORM DRAIN" cast into the cover.
c. Acceptable products:
(1) Manufactured by Alhambra Foundry, Alhambra,
California.
PART 3 - EXECUTION
3.1 SURFACE CONDITIONS
A. Examine the areas and conditions under which work of this
Section will be performed. Correct conditions detrimental
to timely and proper completion of the work. Do not
proceed until unsatisfactory conditions are corrected.
3.2 EXCAVATING, TRENCHING, AND BEDDING
A. Excavate, trench, and bed for site drains in accordance
with pertinent provisions of Section 02221, and the
following.
B. Movement of construction machinery:
1. Use means necessary to avoid displacement of, and
injury to, pipe and structures while compacting by
rolling or operating equipment parallel to the pipe.
02721-3
- 45 -
2. Movement of construction machinery over a culvert or
storm drain at any stage of construction is solely at
the Contractor's risk.
C. Bedding:
1 . Provide a bedding surface for the pipe with a firm
foundation of uniform density throughout the entire
length of the pipe.
2. Bed the pipe carefully in a soil foundation accurately
shaped and rounded to conform to the lower 1/4 of the
outside perimeter of circular pipe, or set the pipe in
a bed of sand.
3. Tamp bedding where necessary.
4. Provide bell holes and depressions for pipe joints of
only the length, depth, and width required for making
the particular pipe joint properly.
3.3 INSTALLING PIPE
A. General:
1. Carefully examine each pipe prior to placing.
a. Promptly set aside defective pipe and damaged
pipe.
b. Clearly identify defects.
c. Do not install defective pipe or damaged pipe.
2. Place pipe to the grades and alignment indicated, with
a tolerance of one in 1000 vertical and one in 500
horizontal, unless otherwise directed by the City
Engineer.
3. Provide adequate facilities for lowering pipe safely
into the trenches.
4. Do not place pipe in water, nor place pipe when trench
or weather is unsuitable for such work.
B. Reinforced concrete pipe: Place by proceeding upgrade
with the spigot ends of bell and spigot pipe, and the
tongue ends of tongue and groove pipe, pointing in the
direction of flow.
02721-4
- 46 -
3.4 JOINTS
A. Joining concrete pipe:
1. Use the specified mortar ingredients.
2. Use the mortar within 60 minutes from the time water
is first added to the mix.
3.Wipe the inside of the joint clean and smooth.
Perform wiping by dragging a suitable swab or long
handled brush through the pipe
progresses.
as installation
4.
5.
Protect the mortar bead on the outside
sun with suitable covering until cured.
from air and
Unless otherwise directed by the City Engineer, use
one of the following methods of jointing for bell and
spigot and tongue and groove pipe:
a. Cement mortar bell and spigot joint:
(1)
(2)
(3)
(4)
Bed the
gradeline,
upstream.
first
with
pipe
the
to the
bell
established
end placed
Clean surface of bell with wet brush, and
fill lower portion with mortar to such depth
as to bring the inner surfaces of the
abutting pipes flush and even.
Clean the spigot end of each subsequent pipe
with a wet brush, and uniformly match the
bell so that the sections are closely
fitted.
After laying each section, fill remainder of
joint with mortar, and form a bead around the
outside of the joint with mortar.
(5) Use the specified mortar. If mortar can
slump before setting, wrap or bandage the
outside of the joint with cheesecloth to
retain mortar in place.
3.5 DRAINAGE STRUCTURES
A. Install drainage structures in accordance with the
Drawings and with the manufacturers' recommendations as
approved by the City Engineer.
02721-5
- 47 -
3.6 BACKFILLING
A. Backfill and compact in accordance with pertinent
provisions of Section 02221. —
3.7 TESTING AND INSPECTION
A. Provide personnel and equipment necessary, and perform
tests required to demonstrate that the work of this
Section has been completed in accordance with the
specified requirements.
B. Hydrostatic test on watertight joints:
1. Make a hydrostatic test on each watertight joint.
Test one sample of each type watertight joint used.
If one sample fails because of faulty workmanship,
test an additional joint.
2. Demonstrate that joints in reinforced concrete pipe
comply with ASTM C443.
3. Make tests in concrete pipe at an internal hydroststi'c
pressure of 10 psi for 24 hours.
4. Replace or repair joints found to be faulty. Repeat
the test and repair cycle until joints are demontrated
to meet the specified requirements.
3.8 COMPENSATION
A. The work shall conform to the requirements of Section
303.1 of the SSPWC and to these Special Provisions.
The bid price paid for these items shall include all the
materials, equipment, excavation, testing, labor and
operations necessary to construct storm drains complete
and in place as shown on the plans and as specified in
these Special Provisions, and no additional payment will
be made therefor.
END OF SECTION
02721-6
- 48 -
SECTION 03300
CAST-IN-PLACE CONCRETE
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work included: Provide cast-in-place concrete, including
formwork and reinforcement, where shown on the Drawings,
as specified herein, and as needed for a complete and
proper installation.
1.2 QUALITY ASSURANCE
A. Provide access for, and cooperate with, the inspector and
testing laboratory.
B. Do not commence placement of concrete until mix designs
have been reviewed and approved by the City, and until
copies of the approved mix designs are at the job site and
the batch plant.
1.3 SUBMITTALS
A. Secure concrete mix designs from the testing laboratory
and submit to the City for review and approval.
B. Distribute approved mix designs to testing laboratory,
batch plant, job site, and to the City.
PART 2 - PRODUCTS
2.1 FORMS
A. Design, erect, support, brace, and maintain formwork so it
will safely support vertical and lateral loads which might
be applied until such loads can be supported safely by the
concrete structure.
B. Construct forms to the exact sizes, shapes, lines, and
dimensions shown, and as required to obtain accurate
alignment, location, grades, and level and plumb work in
the finished structure.
03300-1
- 49 -
2.3 REINFORCEMENT
A. Comply with the following as minimums:
1. Bars: ASTM A615, grade 60 unless otherwise shown on
the Drawings, using deformed bars for number 3 and
larger ;
2. Bending: ACI 318.
B. Fabricate reinforcement to the required shapes and
dimensions, within fabrication tolerances stated in the
CRSI "Manual of Standard Practices."
2.4 CONCRETE
A. Comply with the following minimums:
1. Portland cement: ASTM C150, type I or II, lot
alkali .
2. Aggregate, general:
a. ASTM C30, uniformly graded and clean;
b. Do not use aggregate known to cause excessive
shrinkage.
3. Aggregate, coarse: Crushed rock or washed gravel with
minimum size between 3/4" and 1-1/2", and with a
maximum size number 4.
4. Aggregate, fine: Natural washed sand of hard and
durable particles varying from fine to particles
passing a 3/8" screen, of which at least 12% shall
pass a 50-mesh screen.
5. Water: Clean and potable.
B. Provide concrete with a 28 day compressive strength of
3,000 psi.
2.5 OTHER MATERIALS
A. Provide other materials, not specifically described but
required for a complete and proper installation,a s
selected by the Contractor subject to the approval of the
City.
03300-2
.
- 50 -
PART 3 - EXECUTION
3.1 SURFACE CONDITIONS
A. Examine the areas and conditions under which work of this
Section will be performed. Correct conditions detrimental
to timely and proper completion of the Work. Do not
proceed until unsatisfactory conditions are corrected.
3.2 EMBEDDED ITEMS
A. Set bolts, inserts, and other required items in the
concrete, accurately secured so they will not be
displaced, and in the precise locations needed.
3.3 MIXING CONCRETE
A. Transit mix the concrete in accordance with provisions of
ASTM C94.
B. Mixing water:
1. At the batch plant, withhold 2-1/2 gal. of water per
cubic yard of concrete.
2. Upon arrival at the jobsite, add all or part of the
withheld water (as required for proper slump) before
the concrete is discharged from the mixer.
3. Mix not less than five minutes after the withheld
water has been added, and not less than one minute of
that time immediately prior to discharge of the
batch.
4. Unless otherwise directed, provide 15 minutes total
mixing time per batch after first addition of water.
C. Do not use concrete that has stood over 30 minutes after
leaving the mixer, or concrete that is not placed within
60 minutes after water is first introduced into the mix.
3.4 PLACING CONCRETE
A. Preparation:
1. Remove foreign matter accumulated in the forms.
2. Rigidly close openings left in the formwork.
03300-3
- 51 -
3. Wet wood forms sufficiently to tighten up cracks. Wet
other material sufficiently to maintain workability of
the concrete.
4. Use only clean tools.
B. Conveying:
1. Perform concrete placing at such a rate that concrete
which is being integrated with fresh concrete is still
plastic.
2. Deposit concrete as nearly as practicable in its final
location so as to avoid separation due to rehandling
and flowing.
3. Do not use concrete which becomes nonplastic and
unworkable, or does not meet required quality control
limits, or has been contaminated by foreign
materials.
4. Remove rejected concrete from the job site.
C. Placing concrete in forms:
1. Deposit concrete in horizontal layers not deeper than
24", and avoid inclined construction joints.
2. Remove temporary spreaders in forms when concrete has
reached the elevation of the spreaders.
3.5 CONSOLIDATION
A. General:
1. Consolidate each layer of concrete immediately after
placing, by use of internal concrete vibrators
supplemented by hand spading, rodding, or tamping.
2. Do not vibrate forms or reinforcement.
3. Do not use vibrators to transport concrete inside the
forms.
3.6 JOINTS
A. Construction joints:
1. Do not use horizontal construction joints except as
may be shown on the Drawings.
03300-4
2. If additional construction joints are found to be
required, secure the City Engineer's approval of joint
design and location prior to start of concrete
placement.
B. Expansion joints:
1. Do not permit reinforcement or other embedded metal
items that are being bonded with concrete (except
dowels) in floors bonded on only one side of the
joints) to extend continuously through any expansion
joint.
2. Fill expansion joints full depth with expansion joint
material approved by the Engineer.
3.7 CONCRETE FINISHING
A. Except as may be shown otherwise on the Drawings, provide
the following finishes at the indicated locations.
1. non-slip broom finish:
a. Apply to walks, stains, drives, ramps, and similar
pedestrian and vehicular areas.
3.8 REMEDIAL WORK
A. Repair or replace deficient work as directed by the
Engineer and at no additional cost to the Owner.
4.0 COMPENSATION
A. The work shall conform to the requirements of Section
303.1 of the SSPWC and to these Special Provisions.
B. The bid price paid for these items shall include all the
materials, equipment, excavation, testing labor and
operations necessary to construct catch basin and
cleanouts complete and in place as shown on the plans and
as specified in these Special Provisions, and no
additional payment will be made therefor.
4.1 OBSTRUCTIONS AND COOPERATION
A. The Contractor shall coordinate his work with that of
other trades to avoid conflicts and shall cooperate with
other forces working in the area in order to achieve a
timely completion and allow work to progress in a logical
03300-5
•r*'v/
- 53 -
manner. Due precautions shall be taken and care exercised
to protect other facilities that may be in place at the
time Contractor is performing the work.
B. Should the Contractor in the course of the work encounter
any obstruction that requires a design change or special
construction method, he shall immediately contact the
Engineer for supplemental instructions and notify the
affected agency whose facility may be involved, and
proceed on the basis of written instructions for the
Engineer and such agencies.
4.2 CLEANUP
A. Upon completion of construction and before final
acceptance the Contractor shall remove all rubbish, trash
and debris from the site resulting from the operation.
The site shall be left in a neat and clean condition
acceptable to the Engineer.
4.3 DUST CONTROL
A. The Contractor shall furnish a water supply vehicle on'th'e
job site. The Contractor shall apply water in the amounts
and at intervals as directed by the Engineer. The water
supply vehicle and an operator shall be available upon a
reasonable notice as determined by the Engineer for after-
hour, weekend, or holiday dust control work. If the
Contractor is not available for dust control measures, the
City will arrange for the work to be performed by others
and will deduct all equipment, labor and material cost
thereof from the contract amount. The Contractor shall
place a 1" 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.
B. All costs involved for dust control including supplying
and operating water supply vehicles, street sweepers,
furnishing and placing temproary pavement shall be
absorbed in other items of work.
03300-6