HomeMy WebLinkAboutThomas Pipeline Inc; 1993-06-17; 340448Ot.i 9
Recording requested by: )
1
CITY OF CARLSBAD 1 1
1
City Clerk )
City of Carlsbad 1
Carlsbad, CA 92008 )
When recorded mail to: )
1200 Carlsbad Village Dr. )
Space above for Recorder’s Use
NOTICE OF COMPLETION
Notice is hereby given that:
1.
2.
3. 4.
5.
6.
7.
The undersigned is owner of the interest or estate stated below in the property hereina described. The full name of the undersigned is Carlsbad Municipal Water District, a munic
corporation. The full address of the undersigned is 5950 El Carnino Real, Carlsbad, California 92(
The nature of the title of the undersigned is: In fee. A work of improvement on the property hereinafter described was completed on Jan( 24, 1994. The name of the contractor, if any, for such construction is Thomas Pipeline. The property on which said work of improvement was completed is in the CiO Carlsbad, County of San Diego, State of California, and is described as follows: CM No. 89-1 08 Contract No. 3404, Hillside Water Line Replacement Projects. The street address of said property is Hillside Drive between Highland Drive and F Drive, Chestnut Avenue between Highland Drive and Adams Street, Woodland Way
Spanish Way North of Chestnut Avenue, and Arland Road between Highland Drive
Buena Vista Way.
8.
565 COATES, P.E. District Engineer
PdFRlFICATIBM OF SECRETARY
I, the undersigned, say:
I am the Secretary of the Carlsbad Municipal Water District, 5950 El Carnino F
Carlsbad, California, 92008; the Board of Directors of said District on ARril 26 , 19- accepted the above described work as completed and ordered that a Notice of Completior filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on April 27 , 19 94 at Carlsbad, California.
CARLSBAD MUNICIPAL WATER DlSTRl
ALWRA$TEk!iX*J Secretary
W w 7 J'/ - -,-..,'- I .,
bf' / <
&., .>' . ~
il '; , - ".' .,.>,!'
*
April 27, 1994
Gregory J. Smith County Recorder P.O. Box 1750 San Diego, CA 92112-4147
Enclosed for recordation are the following described documents:
Notice of Completion - Contract No. 3404 CMWD No. 89-108; Hillside Water Line Rep1 acement ; Thomas Pipe1 ine, Contractor
Notice of Completion - Contract No. 3394 CMWD Nos. 86-109, 91-109, and 91-301; Reclaimed and Potable Water System Improvements; T.C. Construction, Contractor
Our staff has determined that the recordation of these documents is of ben to the City; therefore, it is requested that the recordation fees be waive
Thank you for your assistance in this matter. &a- Assistant City DT , lerk CMC
Encs.
1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-
e- e e
I
Recording requested by: )
)
CITY OF CARLSBAD 1
)
1
City Clerk 1
City of Carlsbad 1
Carlsbad, CA 92008 )
When recorded mail to: )
1200 Carlsbad Village Dr. )
Space above for Recorder's Use
NOTICE OF COMPLETION
Notice is hereby given that:
1.
2.
3.
4.
5.
6. 7.
The undersigned is owner of the interest or estate stated below in the property hereinaf
described. The full name of the undersigned is Carlsbad Municipal Water District, a municii corporation. The full address of the undersigned is 5950 El Camino Real, Carlsbad, California 920( The nature of the title of the undersigned is: In fee. A work of improvement on the property hereinafter described was completed on Janu:
24, 1994. The name of the contractor, if any, for such construction is Thomas Pipeline. The property on which said work of improvement was completed is in the City
Carlsbad, County of San Diego, State of California, and is described as follows: CMV
No. 89-1 08 Contract No. 3404, Hillside Water' Line Replacement Projects.
The street address of said property is Hillside Drive between Highland Drive and PC
Drive, Chestnut Avenue between Highland Drive and Adams Street, Woodland Way ai
Spanish Way North of Chestnut Avenue, and Arland Road between Highland Drive ai Buena Vista Way.
8.
CITY0 YARLSBA
B6B COATES, P.E. District Engineer
/7& Lr+ e-%-.h -
VERIFICATION OF SECRETARY
I, the undersigned, say:
I am the Secretary of the Carlsbad Municipal Water District, 5950 El Camino Re Carlsbad, California, 92008; the Board of Directors of said District on April 26 , 193 accepted the above described work as completed and ordered that a Notice of Completion I
filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on April 27 , 19 94 at Carlsbad, California.
CARLSBAD MUNICIPAL WATER DISTRIC
AL~nA&i&im Secretary
TABLE OF CONTENTS
I
ll Item pa
I
1
1
E
I c NON-COLLUSION AFlFIDAVIT .................................... m
t
0
1
fi
E
8
........... ............................ Y- NOTICE INVITING BIDS
CONTRACTOR’S PROPOSAL
DESIGNATION OF SUBCONTRACTORS ............................
AMOUNT OF SUBCONTRACTORS’ BIDS ............................
EQUIPMENT/MATERIAL SOURCE INFORMATION
BIDSECURITYFORM
BIDDER’SBOND ...............................................
BIDDER’S STATEMENT OF FINANCIAL, RESPONSIBILITY
BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE
-_ 1’
......................................
...................
...........................................
.............
....
CONTRACT - PUBLIC WORKS ....................................
LABOR AND MATERIALS BOND .................................. 8 PERFORMANCE BOND ..........................................
WARRANTYBOND .............................................
ESCROW AGREEMENT FOR SURETY
DEPOSITS IN LIEU OF RETENTION
RELEASEFORM
...............................
............................................... 1 SPECIAL PROVISIONS .......... .................................
TECHNICAL SPECIFICATI SUPPLEMENTAL PROVISIONS ..........
MATERIAISLIST
SCHEDULE AND EXPLANATION OF STANDARD DRAWING
,r“ d ’-
..............................................
...........
12/22/92
r
It, y4
T
1
Y
1
1
I
R@
0
I
I
E
I
I
E
CARLSBAD MUNICIPAL WATER DISTRICT
CARLSBAD, CALIFORNIA
NOTICE I"G BIDS :
performing the work as follows: 2 CONTRACT NO. 3404
FOR CONSTRUCTION OF THE HILLSIDE PROJECT
REPLACEMEiNT OF WATER MAINS IN HILLSIDE DRIVE, CHESTNUT AVEB
ARLAND ROAD - CMWD PROJECT NO. 89-108
The work shall be performed in strict conformity with the specifications as approved by
Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad on
with the District Engineering Department. The specifications for the work include the la
revised edition of the Standard Plans and Sd * cations for Construction of Water M
Association and as amended by the special provisions sections of this contract. Refert
is hereby made to the specifications for full particulars and description of the work.
The Carlsbad Municipal Water District encourages the participation of minority 1 women-owned businesses.
The Carlsbad Municipal Water District encourages all bidders, suppliers, manufactui
fabricators and contractors to utilize recyclable materials when available and wl
appropriate.
No bid will be received unless it is made on a proposal form furnished by the Purcha
Department. Each bid must be accompanied by security in a form and amount require
law. The bidder's security of the second and third next lowest responsive bidders ma:
withheld until the Contract has been fully executed. The security submitted by all o
unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days i
the Contract is awarded. Pursuant to the provisions of law (Public Contract Code Sec
22300)' appropriate securities may be substituted for any obligation required by this nc
or for monies withheld by the District to ensure performance under this Contract. Sec
22300 of the Public Contract Code requires monies or securities to be deposited with
District or a state or federally chartered bank in California as the escrow agent.
Notice Inviting
12r22l92 I
ti
1
I
The documents which must be completed, properly executed and notarized are:
1. Contractor's Proposal
2. Bidder's Bond
3. Non-Collusion Affidavit
t
1 4. Contract
All bids will be compared on the basis of the Engineer's Estimate. The estimated quani I
I
J1
I
1
6
In keeping with the Special Provisions, work shall be accomplished within ninety calendar days. Liquidated Damages will be in the amount of $ 500.00 per d
No bid shall be accepted from a contractor who is not licensed in accordance with
provisions of California state law. The contractor shall state their license nun-
expiration date and classification in the proposal, under penalty of perjury. The follo.
classifications are acceptable for this contract:
v
CLASS A
in accordance with the provisions of state law.
If the Contractor intends to utilize the escrow agreement included in the con
documents in lieu of the usual ten percent (10%) retention from each payment, t
documents must be completed and submitted with the signed contract. The esc
agreement may not be substituted at a later date.
Sets of plans, special provisions, and Contract documents may be obtained at the Purchz
Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue), Carls
California, for a non-refundable fee of $30.00 per set. Carlsbad Municipal Water Diz
Standard Plans and Specifications are available for a nonrefundable fee of $20.00 pel
The Carlsbad Municipal Water District reserves the right to reject any or all bids an
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
contract shall be those as determined by the Director of Industrial Relations pursuai
the Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2 oj
Labor Code, a current copy of applicable wage rates is on file in the Office of the Carl
City Clerk. The Contractor to whom the Contract is awarded shall not pay less than
said specified prevailing rates of wages to all workers employed by him or her in
execution of the Contract.
The Prime Contractor shall be responsible for insuring compliance with provision
Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts C
"Subletting and Subcontracting Fair Practiced Act."
Be
I
I
st
I
i
I
I Notice Invitiq
12/22/92
e*
1
t
I
t
I
I
t
I
I
I
I
1
I
I
1
s
The provisions of Part 7, Chapter 1, of the Labor Code commencingwith Section 1720 s
apply to the Contract for work.
A pre-bid meeting and tour of the project site will - will not Xx be held. The mee
will be held on date: time: location:
t
All bids are to be computed on the basis of the given estimated quantities of work
indicated in this proposal, times the unit price as submitted by the bidder. In case (
discrepancy between words and figures, the words shall prevail. In case of an error in
extension of a unit price, the corrected extension shall be calculated and the bids will
computed as indicated above and compared on the basis of the corrected totals.
All prices must be in ink or typewritten. Changes or corrections may be crossed out
typed or written in with ink and must be initialed in ink by a person authorized to sign
the Contractor.
Bidders are advised to verify the issuance of all addenda and receipt thereof one day p
to bidding. Submission of bids without acknowledgment of addenda may be causc
rejection of bid.
Bonds to secure faithful performance of the work and payment of laborers and mater
suppliers and warranty to cover all guarantees against defective workmanship and maten
or both, for a period of one year after the date of final acceptance of the work by
District each in an amount equal to one hundred percent (loo%), fifty percent (50%)
fifty percent (50%)' respectively, of the Contract price will be required for work on
project. These bonds shall be kept in full force and effect during the course of this proj
and shall extend in full force and effect and be retained by the District for a period of
(1) year from the date of formal acceptance of the project by the District.
Bonds and insurance are to be placed with insurers that have (1) a rating in the most re(
Best's Key Rating Guide of at least A-:V, (2) are authorized to conduct business in
State of California, and (3) are listed in the official publication of the Departmen
Insurance of the State of California. Auto policies offered to meet the specification of
contract must; (1) meet the conditions stated above for all insurance companies and
cover m vehicle used in the performance of the contract, used on-site or off-site, whei
owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insura
certificate must state the coverage is for "any auto" and cannot be limited in any man
Worker's Compensation insurance required under this contract must be offered b
company meeting the above standards with the exception that the Best's rating condi
is waived. The District does accept policies issued by the State Compensation Fun(
meeting the requirement for workers' compensation insurance.
The Contractor shall be required to maintain insurance as specified in the Contract. A
additional cost of said insurance shall be included in the bid price.
&@
Notice Inviting
12/22/92 I;
ti
I
1
1
I
It
I
1
1 m
4
8
t
I
E
1
I
1
Approved by the Board of Directors of the Carlsbad Municipal Water District, Carl!
California, by Resolution No. 826 , adopted on the 8th day of December
19z. t
&/3
Date
Notice Inviting 1
12t22P2 R
1.
#
I
R
0
1
I
I
1.
t
1
1
f
8 for a lump sum price of Ls $ dOev-2, 1;o
i
I
1
CARLSBAD MUNICIPAL WATER DISTRICT
CONTRACTNO. 3404
CONTRACTORS PROPOSAL
t
Board of Directors
Carlsbad Municipal Water District
5950 El Camino Real 1 Carlsbad, California 92008
The undersigned declares he/she has carefully examined the location of the work, rea&
Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to fui
all labor, materials, equipment, transportation, and services required to do all the WOI
complete Contract No. 3404 in accordance with the Plans and Specifications o
Carlsbad Municipal Water District, and the Special Provisions and that he/she will tal
full payment therefor the following unit prices for each item complete to wit:
Item Approximate
No. Quantitv Description Unit Price Total
SCHEDULE A (HILLSIDE DRIVE)
1A LS Traffic control for a lump
sum price of Ls $ &mQ .c/o
sum price of Ls $ (OOLWC9
2A Ls Trench shoring for a lump
I
3A Ls 2 inch temporary sch. 80
polyvinyl chloride high-
line from Sta. 15+80+ to Sta.
20+05rt including connections
to fire hydrant at Sta. 19+47
and 4 each water services
4A Ls Connection to existing 10
inch ACP main at Sta.
10+00+ (P.C.-1) including
removals, fittings, and
thrust blocking for a lump sum price of Ls $ S& ,TG rt,CJ
Contractor’s Pro
12/22/92 1
I.
Item Approximate
No. Quantitv Description Unit Price Total
5A Ls Valve assembly at Sta. 11+
8
i
1
1
I
1
E
I
lo
I
I
1
1
I
I
30.00 including valves, fit-
tings and thrust blocking for a lump sum price of Ls $ -SOL2 0. car2
1.
6A Ls Connection to existing 8
inch ACP main at 40 feet
including required 8 inch
CL150 ACP, fittings, and
thrust blocking for a
right Sta. 11+30.00 (P.C.-3)
lump sum price of Ls $ ff+G e, ,o E:
7A Ls Valve assembly at Sta.
14+08.05 including valves,
fittings, 10 L.F. 8 inch
CL150 PVC pipe, end cap
and thrust blocking for
$ 3i c/o - e> d a lump sum price of Ls
SA 1013 L.F. 10 inch CL150 polyvinyl
chloride (PVC) water
main including saw-
cutting, pavement re-
moval, excavation, re-
moval and disposal of
existing 10 inch steel
water main, bedding,
miscellaneous fittings,
and thrust blocking,
backfill, and temporary
pavement for a linear foot price of $ 3C’ L C? 0 $ 36,39 9.c
9A 3 EA Reconnect existing 1
inch copper water service
with sxs coupling 8 for a unit price of $ ZSC.PU $ 7 5% c 0 4
1. n
10A 1 EA Reconnect existing 1%
inch copper water service
with a sxs coupling for a unit price of $ 313 la+ FA9 $ 3ClG. OC
Contractois Pro€
12/22/92 R
Item Approximate
No. 0 uantitv Description Unit Price Total
11A 2EA 1 inch manual air release
assembly for a unit price
I
1
of $ j,Ok3C;.rag $ 2 0 0 C'. cat9
fl I
12A 2 EA 2 inch blow-off assembly
1'
a for a unit price of $ /,dQC, 4 CY%' $ 2'0C30J36~
13A LS Abandon existing system
including valve box re-
moval, caps, and plugs
1
I
1
I I
1
1.
I
I
8
1
I
R
1
for a lump sum price of Ls $ VCW, cT.c c'
14A 1060 L.F. Replace asphaltic concrete
pavement and aggregate
base as per trench detail
on sheet 1 for a linear
foot price of $ If/# @G $ //, &€$2Q. a 0
lump sum price of Ls $ 7322, 0 0
15A LS Restripe pavement to
match existing for a
SCHEDULE A SUB-TOTAL $ /gZy%o.m
SCHEDULE B (CHESTNUT AVENUE)
1B Ls Traffic Control for
a lump sum price of Ls $ j-00 a. .PC>
a lump sum price of Ls $L
I
2B Ls Trench shoring for
000 00
3B Ls Connection to existing
6 inch ACP main Sta.
6+902 (P.C.-1) includ-
ing removals, valves,
fittings and thrust
blocking for a lump I sum price of Ls $ +7l?U.47 0
I. Contractor's Prop
12/22/92 R
Item Approximate
No.0 uantity Descrbtion Unit Price Total
4B Ls Connections to existing
1
I
I s
1
1 a lump sum price Ls $ .-ris&. &">
8
1
t.
I
1
I
1
I
1
I
I
6 and 8 inch ACP mains
including removals,
valves, fittings and
thrust blocking for a
Sta. 12+45 (P.C.-2) f
lump sum price of Ls $ ZSOCA @CP
5B Ls Connection to existing 6
inch ACP main Sta. 15+20
(P.C.-3) including re-
movals, valves, fittings,
and thrust blocking for
6B Ls Connection to existing 10
inch ACP main Sta. 18+ 95
left (P.C.-4) including
removals, valves, fittings,
miscellaneous piping, and
thrust blocking for a lump sum price of Ls $ 8yOcP e2t
7B Ls Connection to existing 8
inch ACP and 12 inch steel
mains Sta. 18+99 right
(P.C.3) including removals,
valves, fittings, fabricated
fittings, miscellaneous
piping and thrust blocking
for a lump sum price of Ls $ 53-5; e$< o -o
8B 1209 L.F. 8 inch CL150 polyvinyl
chloride (PVC) water main
including saw-cutting, pave-
ment removal, excavation,
bedding, miscellaneous fit-
tings and thrust blocking,
backfill, and temporary
pavement for a linear foot price of $ 22-,c;c.? $ 2cs7gi
Contractor's Pro
12/22/92 >
3i
Item Approximate
No. Quantity DescriDtion Unit Price Total
9B 13 EA Reconnect existing 1 inch
1
I
8
I
1
I
I
l
I
1
II
8
I
I
I
4
copper water service
with sxs coupling for a unit price of $ .$A>?. 0 La $ .<s.q& tact
iiii
10B 4 EA Reconnect existing 2 inch
copper water service
with sxs coupling for
J,.> /-2- ea. 00 $ 2 2-0(n, 6C. a unit price of $
11B 6 EA 1 inch manual air release
assembly for a unit price of $ ytm. c? ea $ _5rgo~, cj 0
$ / 0t747 LS c: $ 5i&L7@, om
12B 8 EA 2 inch blow-off assembly
for a unit price of I
13B Ls Abandon existing system
including valve box re-
moval, caps and plugs for
a lump sum price of Ls $ z-iC2.9. OC 1. i4B no S.F. Replace 6 inch thick
concrete cross gutter in-
cluding saw-cutting and
removals for a unit price of $ -7'0 C' $ LS-/ / 0. 0 t.s
15B 1250 L.F. Replace asphaltic con-
crete pavement and aggre-
gate base as per trench
detail on sheet 1 for a linear foot price of $ //.OL9 $ / 3 7,573, P
I
16B Ls Restripe pavement to
match existing for a lump sum price of Ls $ f&cJtr,e~Q
SCHEDULE B SUB-TOTAL $ 103, &-SJ'
SCHEDULE C (ARLAND ROAD)
1c Ls Traffic control for a
84*~7<7, Pe*+ Ls $- lump sum price of
Contractor's Pro€
12/22/92 R
a*
Item Approximate No. Quantity Description Unit Price Total
2c Ls Trench shoring for a
8
1
8
1
1
I
I
I
Ir)
1 P
t
1
I
1
I I
I
lump sum price of Ls $ [,&a& Of0
3c Ls Connection to existing 8
inch ACP main at 26 feet
including removals, valves
fittings and thrust block-
ing for a lump sum
rc
right Sta. 0+48 (P.C.-1)
price of Ls $ ,j---ocdp 0t.a
4c Ls Connection to existing 10
inch ACP main at Sta.
7+62 (P.C.-2) including,
removals, valves, fittings,
and thrust blocking for a lump sum price of Ls $ r7w. ezz2
5C 720 L.F. 8 inch CLEO polyvinyl
chloride (PVC) water main
including saw-cutting,
pavement removal, excava-
tion, bedding, miscella-
neous fittings and thrust
blocking for a linear foot unit price $ ~g*o3(~ $ zo j&e.eo
6C Ls Reconnect existing fire
hydrant assembly Sta.
7+00 with tee and valve
assembly per Std. Dwg.
No. W12 for a lump sum $ / 7VOrOo - price of Ls
7c 1 EA Construct fire hydrant
assembly Sta. 2+90 per
Std. Dwg. No. W12 for $ zo C'LJ" OC) $ 2 &67@ I d3 K7 1 a unit price of
8C 7 EA Reconnect existing 1
inch copper water service
with sxs coupling for a unit price of $ $ 3~\$&QiP
Contractor's Propc
12/22/92 RI
I*
Item Approximate
No. Qunatity Description Unit Price Total
9c 1 EA Reconnect existing 2
I
inch copper water service
with sxs coupling for a unit price of $ $+Ti?, @eQ $ 3:ro,o@
price of $ %*& 0r.l $ gc/b, c5c2
1oc 1 EA New 1 inch copper water
service for a unit
i
I
B
8
I
I
1
b for a lump sum price of Ls $ 4z;s"
1
8
1
8
1
8
1
I
11c 3 EA 1 inch manual air release
assembly for a unit
price of $ /d-z;Zo.& 0 $ J&&@ 0Z-z
I I
12c 4 EA 2 inch blow-off assembly for a unit price of $ /'t/Cw.OEp $ f&w..*e
13C Ls Abandon existing system
including valve box re-
moval, caps and plugs
14C 750 L.F. Replace asphaltic con-
crete pavement and ag-
gregate base as per
trench detail on sheet
1 for a linear foot price of $ /Lao $ SZ.#f&- l.2 c
15c Ls Restripe pavement to
match existing for a
lump sum price of Ls $ -G> €2" ca c2
SCHEDULE C SUB-TOTAL $ 3-7 zgsc
I
Contractor's Pro1
12/22/92 R
t-
I
i
I
8 TOTAL SCHEDULES A, B & C $ zw7+3-,
1
I
I
1
II,
1
I
1
1
I
Item Approximate
No. Quantity Description Unit Price Total f
If the amount in words differs from the total in numbers, the amount in words will pre1
and Bid Items SA, 8B, & 5C will be adjusted equally.
Total amount of bid in words: 7’7d~) h$riBfl~-xp /%?k’i”r 5&&? *T&ki54da
5-/x /fim2]L?m fikv? fl@E /acSL.-k @> && ZEz2CS (e2qTs
Total amount of bid in numbers: $
Price(s) given above are firm for 90 days after date of bid opening. Prices quoted in
Proposal shall include all taxes, including sales and use taxes.
Addendum (a) No(s). dcdg has/have been received and idare includec
this proposal.
The Undersigned has checked carefully all of the above figures and understands that
District will not be responsible for any error or omissions of part of the Undersignet
23‘7, 6 $3 (2 63
I making up this bid.
The Undersigned agrees that in case of default in executing the required Contract v
necessary bonds and insurance policies within twenty (20) days from the date of awarc
Contract by the Board of Directors of the Carlsbad Municipal Water District, the proce
of the check or bond accompanying this bid shall k Contractor‘s Prop I
-A dWW-6
$("" @ &Jt &k$'%\fl'3
1
wG
The Undersigned Bidder declares, under penalty of perjury, that they are licensed to (
business or act in the capacity of a contractor within the State of California and that thl
are validly licensed under license number 57 555 6 , classification ' 'a "
which expires on . This statement is true and correct and has the lei
effect of an affidavit.
A bid submitted to the District by a Contractor who is not licensed as a contractor pursua
to the Business and Professions Code shall be considered nonresponsive and shall
rejected by the District. 9 7028.15(e). In all contracts where federal funds are involved,
bid submitted shall be invalidated by the failure of the bidder to be licensed in accordan
with California law. However, at the time the contract is awarded, the Contractor shall
properly licensed. Public Contract Code 6 20104.
The Undersigned Bidder hereby represents as follows:
cd - 3\ - 9 3
t
1
1
I
I
8
b
1
1
1
1
1
1
1. That no Board member, officer agent, or employee of the Carlsbad Munici
Water District is personally interested, directly or indirectly, in this Contrz
or the compensation to be paid hereunder; that no representation, oral 01
writing, of the Board of Directors, its officers, agents, or employees 1
inducted him/her to enter into this Contract, excepting only those contai
in this form of Contract and the papers made a part hereof by its terms; :
That the bid is made without connection with any person, firm, or corporal
making a bid for the same work, and is in all respects fair and witb
collusion of fraud.
2.
Accompanying this proposal is G 3-k
for ten percent (10%) of the amount bid.
The Undersigned is aware of the provisions of Section 3700 of the Labor Code w
requires every employer to be insured against liability for worker's compensation o
undertake self-insurance in accordance with the provisions of that code, and agree
comply with such provisions before commencing the performance of the work of
Contract and continue to comply until the contract is complete.
(Cash, Certified Check, Bond or Cashier's Check) 1
... ... ... ... ... ... ... ... 8 ...
8 Contractor's Pri
12/22/92
t - ***
I
8
I
8
I
8
I.
1
I
I
t
4
I
I
The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Arti
2, relative to the general prevailing rate of wages for each craft or type of worker neec
to execute the Contract and agrees to comply with its provisions. f
IF SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: B (1)
(2)
(3) Place of Business t City and State
Name under which business is conducted
Signature (given and surname) of proprietor
(Street and Number)
(4) Zip Code Telephone No.
IF A PARTNERSHIP SIGN HERE:
Name under which business is conducted
Signature (given and surname and character of partner) (Note: Signatu
must be made by a general partner)
(1)
(2)
(3) Place of Business
(Street and Number)
City and State 1 (4) Zip Code Telephone No.
Contractor's Props;
12/22/92 RE\
ti
1
1
1
8
I
I
II
8
1.
IF A CORPORATION, SIGN HERE: lie (1) Name under which business is conducted no ma 5 PI De-\ 1 u\e j'
1
x'
(2) Signature &CH-.J
(3) Title ?res, 8,s-
(3) Incorporated under the laws of the State of CA.
Impress Corporate Seal h
(4) Place of Business
City and State ru\ ~h c~te-k-c. , (A. 92S6Z
3 'i 0 6 o u~s\kt h ~4% br u,e_
(Street an% Number)
(5) Zip Code GIs --&X Telephone No. A77 - Sb \ b
NOTARY ACKNOWLEDGMENT OF EXECUTION OF ALL SIGNATORIES MU 8 BE ATTACHED
I List below names of president, vice president, secretary and assistant secretary, ii
corporation; if a partnership, list names of all general partners, and managing partners:
B,Lk TL- u 7~eSLU
/ ;3 cs; ecre I, wv\ /Ah L
I
8
I
I
1
L
/'
Contractor's Propos
12/22/92 RE1
le
n CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT rn
STATE OF CALIFORNIA )
T COUNTY OF ktve-~ GY )
-*
On - 3/L/q 3
person ai I y appeared, bi-LL - J ha,?,>
before me, Lp9/e. LL-m > 6L-A-c-
i-
k(cke
NAME TITLE OF OF~ICEFF E G -JANE DOE OTARY PUBLIC- DATE
personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose nam subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hislherlthe 'capacity(ies), and that by his/her/their signaturets) on the instrument the person(s), or the entity upon behalf of person(s) acted, executed the instrument
NITNESS my hand and official seal
(SEAL)
I
1
1
I
I
1
1
).
1
I
I
1
1
I
I
DESIGNATION OF SUBCONTRACTORS
(TO ACCOMPANY PROPOSAL)
The Contractor certifies he/she has used the sub-bids of the following listed Contractor
making up his/her bid and that the sub-contractors listed will be used for the work for wl
they bid, subject to the approval of the District Engineer, and in accordance with applica
provisions of the Specifications and Section 4100 et seq. of the Public Contracts Cot
"Subletting and Subcontracting Fair Practices Act." No changes may be made in th
subcontractors except upon the prior approval of the District Engineer of the Carls
Municipal Water District. The following information is required for each sub-contrac
Additional pages can be attached if required:
Items of Complete Address Phone No.
Work Full Companv Name With Zip Code With Area Code I 6&/dG -3~7/a44n /N,& LdP. ~AOM~ , (A- ~zez 7 (&l*q) 797~3%:
f
<fii '4 &+LE &E
(
Designati
Subcon t r a
12l22l92 1 r'
1
I
1
1
I i
I
I
).
I
I
I
1
I
1
1
I
AMOUNT OF SUBCONTRACTORS' BIDS
(TO ACCOMPANY PROPOSAL)
The Bidder is to provide the following information on the sub-bids of all the li
subcontractors as part of the sealed bid submission. Additional pages can be attache
required.
t
Type of State Carlsbad
Contracting Business Amount of Bid I Full Company Name License & No. License No. * [$ or %)
&Lflk*D 4&/& /deo ?M,/b,G/h4L-/i /.#%WE /z %
*Licenses are renewable annually. If no valid license, indicate "NONE." Valid license mi
be obtained prior to submission of signed contracts.
Designation
Subcontrack
12/22/92 RE
I'
I
I
1
c
I
1
1
I.
I
I
0
I
1
1
I
EQUIPMFNI7MATERIA.L SOURCE INFORMATION
(TO ACCOMPANY PROPOSAL)
The Bidder shall indicate opposite each item of equipment or material listed below
name of the one supplier and manufacturer of each item of equipment or material proF
to be furnished under the bid. Awarding of a contract under this bid will not i
approval by the District of the manufacturers listed by the Bidder.
I'
1 EquipmentlMaterial Manufacturer
1. Polyvinyl Chloride Pipe &.d $&sm
(AWWA C900) (Supplier)
i (Manufacturer)
2. Gate Valves jP$&2 Ed St? 5 B 0
(Supplier
(Manufacturer) I 3.
(Manufacturer)
EquipmenWMatc
Source Informa
12/22/92 R
1.
1
1!
1
8
1
2
I u.
E
I
I
I)
1)
1
I
n
BID SECURlTY FORM
(Check to Accompany Bid)
(Note: The following form shall be used if check accompanies bid:)
t
Accompanying this proposal is a *Certified *Cashiers check payable to
order of CARLSBAD MUNICIPAL, WATER DISTRICT, in the sum of
I dollars ($
this amount being ten percent (10%) of the total amount of the bid. The proceeds of I
check shall become the property of District provided this proposal shall be accepted by
District through action of its legally constituted contracting authorities and the undersigx
shall fail to execute a contract and furnish the required Performance, Warranty E
Payment Bonds and proof of insurance coverage within the stipulated time; otherwise,
check shall be returned to the undersigned. The proceeds of this check shall also beco
the property of the District if the undersigned shall withdraw his bid within the period
fifteen (15) days after the date set for the opening thereof, unless otherwise required by 1;
and notwithstanding the award of the contract to another bidder.
BIDDER
*Delete the inapplicable word.
(Note: If the Bidder desires to use a bond instead of check, the Bid Bond form on t
following pages shall be executed--the sum of this bond shall be not less than ten perce
(10%) of the total amount of the bid.
Bid Security Foi
12D2P2 RE
I.
rl
d {REMIDM -NIL-
b *
BDDER'S BOND (TO ACZ?%@AKTY PROPOSAL) e
-- p\-'. - .. .
KNOW ALL PERSONS BY TEBSE PRESENTS:
mat we, THOMAS PIPELINE, INC. 3 as PriacipaI, andFm's "SL
, as Surety are held and firmly bound unto the CI\
MWICIPAL. WATER DISTRIC,T, in an amount as follows: (must be at least tl
(10%) of the bid amount)
~WANYOF NEWARK, WJERSEY
TEN PERCENT OF THE AMOUNT BID---- (10%)
for which payment, well and truly made, we bind ourselves, our heirs, exec administrators, SUCC~SSQ~S or assigns, jointly and scverally, firmly by these prese
7?3E CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if th
of the above-bounden Principal for:
CONTPCA@TNO. 3404
CONSI'RU~QN OF TME HaLLSaDE PROJECX IXEPU- OF WATER I"S IN I-€ILLSTT)E DRlVE, 0 cf-IEsTN&rlrAm3w-E# ANID ARLAND WOAD
CMED PRO^^^ NO. 89-108
in the City of Carlsbad, is accepted by the Board of Directors, and if the Principal
enter into and execute a Coatrzcf, including required bonds and insurance polic
tweaty (20) days from the date a$ award of Contract by the Board of Direct Cadsbad Municipal Water District., "Uhg duly notified of said award, then this shall become null and void; otherwise, it shall be and remain in full force and 4
the mowt specified berela shall be forfeited to the said District.
I,. ..+ ..'
7.. $1 *.. ..* ...
*a.
,- ...
.I.
t.. ,*. r ,..
Bi
12,
? * ,/
c
In the event Principal. executed this bond as an individual, it is agreed that the de; Principal shall not exonerate the Smxty from its obligations rrader this band.
Executed by PRLNCPAI, this 3 r?-';a
0
Executed by SURETY this ',,ST
day of -f--fb*a,.ei&, J9 5 73 .- day of - MARCH 9
PIRMX4.L: SURETY:
FIRDEN'S INSURANCE COMPANY OF WAEX, 1IE
_I I-._
THOMAS PIPELINE, INC.
(Name of Surety)
By: i- By:*ms '
Signature of ttorney '19-Fac'
printed name of Attorney-in-
ELKE H. HAGEN 3I-L.L k*7L& s . --4*- ... -
~~s~~~~~~ -~~-pi-e ?bgcL\v-\G ,I& c (attach coyorate resolution sbr
(print name here)
'-7
I
0:
(title and ortganizatioa of signatary)
BY! I--.-
current power of attorney)
(sign here)
(print rime here) c_I
--- (title of organization of signatory)
(Propcr notarial achowlcdgmcnt of execution of Phcipal and Surety must k attachcd.)
(Prcsidcnt or vice-prcsidmt md sccrctary or assistant sccrctary must sign for corporations. If onIy om officcr
empowering that officer to bbd the corpOrntion.)
41
J tlrc corporation must attach a rcsdlution c;crt%cd by thc sccrctary or assistant sxrchxy undcs corporat
%
1 APPROVED AS TO FORM:
RONALD R. BALL GENE= COUNSEL
BY: - YI-* ^___.
Deputy General Counsel
dl f
b
Biddcis
1r*2
Certificate of Acknowledgement
SUTE OF CALIFORNIA County of RIVERSIDE
beforeme, CANDY M. COONS, NOTARY PUBLIC
I
On MARCH 1, 1993
personally appeared ELKE H. HAGEN
personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) idare subscribed 1
within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that 1
hisherltheir signature(s) on the instrument the person@), or the entity upon behalf of which the person@) acted, executed the ins1
WITNESS my hand and oajcial seal.
NOTARY PUBLIC CAL - RIVERSIDE COUN ,..lgnature ( CL7q-L /I, \o (Seal)
f*
!
L 360772-6-91 - CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT -
S iATE OF CALIFORNIA )
)
/ <72 CC)UNN OF l>\l&ds 1%~
On -3/?/q '?> before me, Li7o%f[~XE H bbI c 3 I ?Lrktby ?' ~&u.../
DATE NAME, TIT~E OF'OFFICER E G -J& E DOE, NOTARY PUBLIC-
personally appeared,
personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose nami
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/the
'capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of
person(s) acted, executed the instrument.
WITNESS my hand and official seal
- riieiE;lius 9 IIW~~IIL~ Lompany OT NewarK, New jersey
GENERAL POWER OF ATTORNEY .*
hOW all men by the Prt?Wnb, That the FIREMEN'S INSURANCE COMPANY OF NEWARK, 0 has made, constituted and appointed, and by these presents does make, constitute and appoint
Elke H. Hagen of Riverside, California
its true and lawful attorney, for it and in its name, place, and stead to execute on behalf of the said Company, as surety, bonds,
and contracts of suretyship to be given to
All Obligees
provided that no bond or undertaking or contract of suretyship executed under this authorityshall exceed in amount the sur
Unlimited Dollars
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolutio
the Board of Directors of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY at a meeting duly called and he18
day of January, 1989
"RESOLVED, that the Chairman d the bard, the Vice Chairman of the Board, the President, an Executive Vice President or a Senior Vice President or a Vice Company, be,& thateachoranyofthemherebyis,authorized toexecute PowersofAnomeyqualifyingtheattorney Mmedin thegivenPowerof Attorneytoexecutt
FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, bonds, und-kings and all contractsofsuretyship;and that an Assistant Vice President, a Secretar Secretary be, and that each or any of them hereby is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the ComF
FURTHER RESOLVED, that the signatures of such officers and the seal of the Company may be affixed to any such Power of Anorney or to any certificate re1 faoimile,andanysudrPowerofAnomeyorcertificatebearingsuch ~imilesigMturesorfaoimilesealshall bevalidand binding upon theCompanywhensoaffixe3 with respect to any bond, undertaking or contract of suretyship to whii it is attached."
In Witness Whereof, the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY has caused its official seal to be here and these presents to be signed by one of its Vice Presidents and attested by one of itsksistant Vice Presidents this *day of Jt
l9 '92 FIREMEN'S INSURANCE COMPANY OF NEWARK, r 0 .&st:
k# @ ": &-..--?<* / xDx4a ;z 2. L. .+.+-..;, hd . r+' william 2 Formhell, Vice President D.L Banta, Assistant Vice Resident
STATE OF CONNECTICUT
COUNTY OF HARTFORD 1-
On this Bay of June , 19 ?Before me personally came William Z. Fornshell, to me known, who being by me duly si
did depose and say that he is a Vice President of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, the u
&.?rib& in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said i
is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name then
order.
oP'p r"r+ '.'..'. ,.";x-
I*; PmLt * >.j i,\ $l
f-TAF?v'~~..~ p /
\a%&/ GLORIA D. SEEKINS
\# NOTARY PUBLIC
AB,&&
My Commission Expires March 31,1993 CERTIFICATE
I, the undersigned, an Assistant Vice President ofttie FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, a
corporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been re furthermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force. e Signed and sealed at the town sf Farmington, :he.State of Connecticut. Dated the 'ST&rnLI9 9: @ *$?!%.!, ).
:_. 1. Dennis Lane, Assistant Vice President ;'. 4 -6. +L,...8+ 21 BOND 43151. *, . rr Prin'
- 1
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
(TO ACCOMPANY PROPOSAL)
Bidder submits herewith a statement of financial responsibility:
k
1
]I
I
B
T
I
@
P
J
1
U
f
t
Bidder's Stateme
Financial Respom
12/22/92 1
'r -
T
I - 4,
EXHIBIT "A I
I
I
I
I
1
B
1
1
I
I
1
THOMAS PIPELINE, INC.
BALANCE SHEET
AUGUST 31. 1992
ASSETS
-30
CURRENT ASSETS
Cash $181,960
Receivables
Contracts $ 479,466
S to ckho 1 der 59,500
Other 13.721 552,687
Prepaid expenses 5,348
Total Current Assets 739,995
EQUIPMENT
Office equipment 57,801
Machinery and equipment 198,400
Vehicles 211.323
467,524
Less accumulated depreciation (363,588) 103,936
OTHER ASSETS
Organization costs - net of accumulated
amortization of $1,081 2 64
TOTAL ASSETS $844.195
LIABILITIES AND STOCKHOLDERS' EQUITY
1.
CURRENT LIABILITIES
Notes payable $ 81,006
Accounts payable 233,717
Accrued liabilities 63,100
Billings in excess of revenue earned 2,600
Income taxes payable 2,806
Deferred income taxes 17,066
Total Current Liabilities 400,295 1 NOTE PAYABLE - STOCKHOLDER 126,696
STOCKHOLDERS' EQUITY
Common stock, no par value
Authorized: 100,000 shares
Issued and outstanding: 1,000 shares $ 60,000
Additional paid-in capital 133,493 B Retained earnings 123,711 317,204
TOTAL LIABILITIES AND STOCKHOLDERS' EQUITY $844,195
0 The accompanying notes are an integral
part of these financial statements.
SEE ACCOUNTANTS' REVIEW REPORT.
-2-
a
!E
8
1
c
1
E
I
I
1c.
II
I
T
I
I
T
T
1
BIDDER'S STATEhfENT OF TECHNICAL ABILITY AND EXPERIENCE f (TO ACCOMPANY PROPOSAL)
The Bidder's is required to state what work of a similar character to that included ic
proposed Contract he/she has successfully performed and give references, with telepl
numbers, which will enable the District to judge hisher responsibility, experience and I
An attachment can be used. I
Bidder's Statemer
Technical At
12/22/92 R
r.
1
I
I
I c
I
t.
I
i
T
1
I
1
1
I
NON-COLLUSION AFFIDAVIT
(TO ACCOMPANY PROPOSAL,)
TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID
r.
The Bidder shall fill in the three blank lines below with:
1.
2.
The name(s) of the person(s) signing this bid on behalf of the Bidder.
The title(s) of the person(s) signing this bid in relation to the Bidder. '1 3. The legal name of the Bidder.
State of California ) I County of +~-JZC&OA )
"-2 ) ss.
,- < 3iA& &a-Yv&5 being first duly sw
(Name(s) of Person(s) Signing this Bid on Behalf of the Bidder)
,--
deposes and says that he or she is ?&5t
(Title(s) of the Person(s) Signing this Bid in
Relation to the Bidder)
7
I C- 1 the p ; *=5[2 I Pi+ 3 yk ?;r_&Qe'z .& B L
(Legal Name of the Bidder)
making the foregoing bid that the bid is not made in the interest of, or on behalf of,
undisclosed person, partnership, company, association, organization, or corporation; thai
bid is genuine and not collusive or sham; that the bidder has not directly or indire
induced or solicited any other bidder to put in a false or sham bid, and has not direct!
indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to pu
a sham bid, or that anyone shall refrain from bidding; that the bidder has not in
manner, directly or indirectly, sought by agreement, communication, or conference 'v
anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, prt
or cost element of the bid price, or of that of any other bidder, or to secure any advant
against the public body awarding the contract or anyone interested in the proposed contr
that all statements contained in the bid are true; and further, that the bidder has 1
Non-Collusion Affid
12/22/92 R
r.
1 :
I
I
1
I
1
0 rn
I
It
a
II
directly or indirectly, submitted his or her bid price or any breakdown thereof, 01
contents thereof, or divulged information or data relative thereto, or paid, or will not
any fee to any corporation, partnership, company association, organization, bid deposi
or to any member or agent thereof to effectuate a collusive or sham bid.
IN WITNESS WHEREOF, the undersigned represent and warrant that they have the r
power, legal capacity and authority to enter into and declare under penalty of perjury
the foregoing is true and correct, and that this affidavit was executed on behalf ol
Bidder, and have sqt their names, titles, and sig atures hereon, this .3 day of 'gfiG,x
f
19tj at 2 1 det6&County, in the State of e. ?ktA GW~I e B%
PROJECT:
BIDDER:
HILLSIDE PROJECT, CMWD PROJECT 89-108
c- 7
RVV\ ux ?,,e\,, ,L nc.
?-o.-+ \9a;udALI,MLC*;C.
Name
Address
L-r-S-GI (0
Phone Number
Signatures must be made, and Notary Acknowledgements of execution of Bidder mus I attached.
To be submitted as part of the Bid Documents.
I declare under penalty of perju that
affidavit was executed on the 3 day o 8
Subscribed and sworn to before me on t 5 (NOTARY SEAL)
I EXpl;!?S NW 15, 1996
Non-Collusion Affic 12t22/92 I
r.
I
1
I
1
I
CONTRACT - PUBLIC WORKS t
This agreement is made this-day 'F of @fk,o , 19% by and between the Carl
Municipal Water District of Carlsbad, alifornia, a municipal corporation, (herein
pnhcipal place of business is 24060 Washington Avenue Murrieta
(hereinafter called "Con tractor".)
District and Contractor agree as follows:
1.
called "District"), and Thomas Pipeline, I nc. W CA 92562
1
I Documents for:
Description of Work. Contractor shall perform all work specified in the Con
CONSI'RUCTION OF HIUSIDE PROJECT
REPLA- OF WATER MAINS IN HILLSIDE DRIVE,
CXESINWAWNUE AND ARLAND ROAD
I
d.
I
I
I
I
t
2
1
I CMWD PROJE(3T NO. 89-108
(hereinafter called "project".)
Provisions of Labor and Materials. Contractor shall provide all labor, mater
tools, equipment, and personnel to perform the work specified by the Cont
Documents.
Contract Documents. The Contract Documents consist of this Contract, Nc
Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontracl
Bidder's Statements of Financial Responsibility and Technical Ability, Non-collu
Affidavit, Escrow Agreement, Release Form, the Plans and Specifications,
Special Provisions, and all proper amendments and changes made thereto
accordance with this Contract or the Plans and Specifications, and all bonds for
project; all of which are incorporated herein by this reference.
Contractor, herhis subcontractors and materials suppliers shall provide and ins
the work as indicated, specified, and implied by the Contract Documents. Any itc
of work not indicated or specified, but which are essential to the completion of
work, shall be provided at the Contractor's expense to fulfill the intent of 5
documents. In all instances through the life of the Contract, the District will be
interpreter of the intent of the Contract Documents, and the District's decis
relative to said intent will be final and binding. Failure of the Contractor to appi
subcontractors and materials suppliers of this condition of the Contract will
relieve responsibility of compliance.
2.
3.
8
Contract - Public WC
12/22/92 R
P
1
I
I
I
1
i
I
I
I
1
I
1
1
I
4. Pavment. For all compensation for Contractor's performance of work under
Contract, District shall make payment to the Contractor per Section 9-3 of
Standard Specifications for Public Works Construction (SSPWC) 1991 Edition,
the latest supplement, hereinafter designated "SSPWC", as issued by the Soutl
California Chapter of the American Public Works Association and as amendec
the special provisions section of this contract. The closure date for each mon
invoice will be the 30th of each month. Invoices from the Contractor shal
submitted according to the required District format to the District's assigned prc
manager no later than the 5th day of each month. Payments will be delaye
invoices are received after the 5th of each month. The final retention amount s
not be released until the expiration of thirty-five (35) days following the recorc
of the Notice of Completion pursuant to California Civil Code Section 3184.
Independent Investipation. Contractor has made an independent investigation of
jobsite, the soil conditions at the jobsite, and all other conditions that might af
the progress of the work, and is aware of those conditions. The Contract p
includes payment for all work that may be done by Contractor, whether anticipi
or not, in order to overcome underground conditions. Any information that 1
have been furnished to Contractor by District about underground conditions or oi
job conditions is for Contractor's convenience only, and District does not wan
that the conditions are as thus indicated. Contractor is satisfied with all
conditions, including underground conditions and has not relied on informal
furnished by District.
Contractor Responsible for Unforeseen Conditions. Contractor shall be responsj
for all loss or damage arising out of the nature of the work or from the action of
elements or from any unforeseen difficulties which may arise or be encounterec
the prosecution of the work until its acceptance by the District. Contractor shall a
be responsible for expenses incurred in the suspension for discontinuance of 1
work. However, Contractor shall not be responsible for reasonable delays in 1
completion of the work caused by acts of God, stormy weather, extra work,
matters which the specifications expressly stipulate will be borne by District.
r.
5.
Io 6.
7. Cal OSHA Permits. Contractor will obtain permits from Cal OSHA if requir
including but not limited to, permits for excavations over four feet deep. I
8. Hazardous Waste or Other Unusual Conditions. If the contract involves diggi
trenches or other excavations that extend deeper than four feet below the surfs(
Contractor shall promptly, and before the following conditions are disturbed, no1
District, in writing, of any:
A.
8
Material that Contractor believes may be material that is hazardous waste,
defined in Section 25117 of the Health and Safety Code, that is required
be removed to a Class I, Class 11, or Class I11 disposal site in accordance wi
Contract - Public Wo
12/22/92 RE
I.
I
3
8
I
1
E
1 s m
I
1
I
t
I s
t
I
provisions of existing law.
Subsurface or latent physical conditions at the site differing from t
indicated.
Unknown physical conditions at the site of any unusual nature, diffe
materially from those ordinarily encountered and generally recognize
inherent in work of the character provided for in the contract.
B. f
C.
District shall promptly investigate the conditions, and if it finds that the condil
do materially so differ, or do involve hazardous waste, and cause a decreas
increase in contractor’s costs of, or the time required for, performance of any
of the work shall issue a change order under the procedures described in
contract.
In the event that a dispute arises between District and Contractor whether
conditions materially differ, or involve hazardous waste, or cause a decreast
increase in the Contractor’s cost of, or time required for, performance of any
of the work, Contractor shall not be excused from any scheduled completion t
provided for by the contract, but shall proceed with all work to be performed UI
the contract. Contractor shall retain any and all rights provided either by cont
or by law which pertain to the resolution of disputes and protest between
contracting parties.
Change Orders. District may, without affecting the validity of the Contract, 01
changes, modifications and extra work by issuance of written change ord
Contractor shall make no change in the work without the issuance of a wri1
change order, and Contractor shall not be entitled to compensation for any e:
work performed unless the District has issued a written change order designatin
advance the amount of additional compensation to be paid for the work. If a cha
order deletes any work, the Contract price shall be reduced by a fair and reasoni
amount. If the parties are unable to agree on the amount of reduction, the w
shall nevertheless proceed and the amount shall be determined by litigation. 1
only person authorized to order changes or extra work is the Project Manager. 1
written change order must be executed by the Executive Manager or the Boara
Directors, as allowed by law and according to the latest procedures adopted
resolution of the board.
Immigration Reform and Control Act. Contractor certifies he is aware of
requirements of the Immigration Reform and Control Act of 1986 (8 USC Sectil
1101-1525) and has complied and will comply with these requirements, including,
not limited to, verifying the eligibility for employment of all agents, employe
subcontractors, and consultants that are included in this Contract.
9.
10.
Contract - Public W<
12/22/92 Rl
1.
t
2
I
I
1
I
I
1
!a
I
1
8
I
I
1
I
I
11. Prevailing Wage. Pursuant to the California Labor Code, the director o
Department of Industrial Relations has determined the general prevailing rate c
diem wages in accordance with California Labor Code, Section 1773 and a co
a schedule of said general prevailing wage rates is on file in the office o
Carlsbad City Clerk, and is incorporated by reference herein. Pursuant to Calif
Labor Code Section 1775, Contractor and all subcontractors shall pay previ
wages. Contractor shall post copies of all applicable prevailing wages on the job
For this contract, eight hours shall constitute a legal day’s work. Work beyond I
hours shall be paid at a rate not less than one and one half times the preva
rates. Wage rates for Sundays and holidays shall be paid at a rate not less thaI
times the prevailing rates. The holidays upon which such rates shall be paid sha
all holidays recognized in the collective bargaining agreement applicable tc
particular craft, classification or type of workers employed on the projects.
Indemnification. Contractor shall assume the defense of, pay all expenses of defc
and indemnify and hold harmless the District, and its officers and employees,
all claims, lawsuits or judgements for any loss, damage, injury and liability of e
kind, nature and description, directly or indirectly arising from or in connection
the performance of the Contractor or work; or from any failure or alleged failui
Contractor to comply with any applicable law, rules or regulations including t
relating to safety and health; except for loss or damage which was caused sole1
the active negligence of the District; and from any and all claims, loss, dam;
injury and liability, howsoever the same may be caused, resulting directly or indirl
from the nature of the work covered by the Contract, unless the loss or damage
caused solely be the active negligence of the District. The expenses of def
include all costs and expenses including attorneys fees for litigation, arbitratioi
other dispute resolution method.
Insurance. Contractor shall procure and maintain for the duration of the con1
insurance against claims for injuries to persons or damage to property which
arise from or in connection with the performance of the work hereunder by
Contractor, his agents, representatives, employees or subcontractors. Said insur;
shall meet the District’s policy for insurance as stated in Resolution No. 772.
(A)
r.
12.
13.
COVERAGES AND LIMITS - Contractor shall maintain the type!
coverages and minimum limits indicted herein:
1. Commehensive General Liability Insurance:
$1,000,000 combined single limit per occurrence for bodily injury
property damage. If the policy has an aggregate limit, a sepal
aggregate in the amounts specified shall be established for the risks
which the District or its agents, officers or employees are additic
insureds.
Contract - Public W
12j22P2 R
I.
1
1 2. Automobile Liabilitv Insurance:
$1,000,000 combined single limit per accident for bodily injury
property damage. In addition, the auto policy must cover any ve,
used in the performance of the contract, whether used onsite or ofl
whether owned, nonowned or hired, and whether scheduled or
scheduled. The auto insurance certificate must state the covera
for "any auto" and cannot be limited in any manner.
f
I
II
i
I
I s.
I
II
1
1
I
I
I
I 3. Workers' Compensation and Emplovers' Liability Insurance:
Workers' compensation limits as required by the Labor Code of
State of California and Employers' Liability limits of $1,000,000
incident. Worker's compensation offered by the State Compensa
Insurance Fund is acceptable to the District.
(B) ADDITIONAL PROVISIONS - Contractor shall ensure that the policir
insurance required under this agreement contain, or are endorsed to con
the following provisions. General Liability and Automobile Liab
Coverages:
1. The District, its officials, employees and volunteers are to be covc
as additional insureds as respects: liability arising out of activ
performed by or on behalf of the Contractor; products and complr
operations of the contractor; premises owned, leased, hired
borrowed by the contractor. The coverage shall contain no spe
limitations on the scope of protection afforded to the District
officials, employees or volunteers.
The Contractor's insurance coverage shall be primary insurance
respects the District, its officials, employees and volunteers. 1
insurance or self-insurance maintained by the District, its offici
employees or volunteers shall be in excess of the contractor's insura
and shall not contribute with it.
Any failure to comply with reporting provisions of the policies SI
not affect coverage provided to the District, its officials, employee!
volunteers.
Coverage shall state that the contractor's insurance shall a1
separately to each insured against whom claim is made or sui1
brought, except with respect to the limits of the insurer's liability.
"CLAIMS MADE" POLICIES - If the insurance is provided on a "claj
made" basis, coverage shall be maintained for a period of three ye
following the date of completion of the work.
2.
3.
4. 1
(C)
Contract - Public Wc
12l22l92 R
1.
a
(D) NOTICE OF CANCELLATXON - Each insurance policy required by
agreement shall be endorsed to state that coverage shall not be suspen
voided, canceled, or reduced in coverage or limits except after thirty
days’ prior written notice has been given to the District by certified i
return receipt requested.
I
1
I
I
I
h
I
I
I
I
I
8
I
I
r.
(E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVE
Any deductibles or self-insured retention levels must be declared to
approved by the District. At the option of the District, either: The ins
shall reduce or eliminate such deductibles or self-insured retention level
respects the District, its officials and employees; or the contractor I
procure a bond guaranteeing payment of losses and related investigai
claim administration and defense expenses.
WAIVER OF SUBROGATION - All policies of insurance required UL
this agreement shall contain a waiver of rights of subrogation the insurer 1
have or may acquire against the District or any of its officials or employ
SUBCONTRACTORS - Contractor shall include all subcontractors
insureds under its policies or shall furnish separate certificates
endorsements for each subcontractor. Coverages for subcontractors shal
subject to all of the requirements stated herein.
ACCEPTABILITY OF INSURERS - Insurance is to be placed with insu
that have a rating in Best’s Key Rating Guide of at least A-:V, and
authorized to do business within the State of California and are includec
the official publication of the Department of Insurance of the State
California as allowed under the standards specified by the Board of Direci
in Resolution No. 772.
VERIFICATION OF COVERAGE - Contractor shall furnish the Dist
with certificates of insurance and original endorsements affecting cover
required by this clause. The certificates and endorsements for each insura
policy are to be signed by a person authorized by that insurer to bi
coverage on its behalf. The certificates and endorsements are to be in for
approved by the District and are to be received and approved by the Disb
before work commences.
COST OF INSURANCE - The Cost of all insurance required under t
agreement shall be included in the Contractor’s bid.
1
(F)
(G)
I
(H)
(I)
(J)
14. Claims and Lawsuits. All claims shall comply with the Government Tort Claims L
(Section 900 et seq of the California Government Code) for any claim or cause
action for money or damages prior to filing any lawsuit for breach of this agreeme
All claims by Contractor for $375,000 or less shall be resolved in accordance with t
provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.:
Contract - Public Wa
12122192 RI
I.
1
t (commencing with Section 20104) which are incorporated by reference.
Maintenance of Records. Contractor shall maintain and make available at no 4
to the District, upon request, records in accordance with Sections 1776 and 181:
Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not main
the records at Contractor’s principal place of business as specified above, Contra1
shall so inform the District by certified letter accompanying the return of
Contract. Contractor shall notify the District by certified mail of any changc
address of such records.
Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing \
Section 1720 of the Labor Code are incorporated herein by reference.
Security. Securities in the form of cash, cashier’s check, or certified check mal
substituted for any monies withheld by the District to secure performance of
contract for any obligation established by this contract. Any other security tha
mutually agreed to by the Contractor and the District may be substituted for mol
withheld to ensure performance under this Contract.
Affirmative Action. The Carlsbad Municipal Water District is an equal opportui
employer.
15. t
I
I
1
I
I
I
t. ...
I
I
I
I
I
1
I
I
16.
17.
18.
1..
1..
... ... ... ... ... ... ... ... ...
1.. ... ... ... ... ... ... ... ... ... ... .. ...
Contract - Public Wc
12/22/92 R
I*
1
8
I
I
I
8
I
I
#
I
I
I
I
I
19. Provisions Required by Law Deemed Inserted. Each and every provision of lau
clause required by law to be inserted in this Contract shall be deemed to be inst
herein and included herein, and if, through mistake or otherwise, any such prov
is not inserted, or is not correctly inserted, then upon application of either pa$
Contract shall forthwith be physically amended to make such insertion or correc f
" --- -2 x-\ *2c I'.i $La B t x.L I !id TI, e.
NOTARIAL ACKNOWLEDGMENT OF Con tractor EXECUTION BY ALL SIGNATORIES
MUST BE ATTACHED 3 E3 A* 'x. 7- xi-! ,I& 4 's I (CORPORATE SEAL) Print Name of Signatory
APPROVED TO AS TO FORM:
RONALD R. BALL h, General Counsel Print Name of Signatory
By:
Signature of Signatory I 9 1 (La c
Deputy General Counsel Title
ALETHA L. RAUTENKRAP
Secretary
Contract - Public W
12/22/92 R
f
before me, Charlene Doyle, Notary
STATE OF California
COUNTY OF Riverside
On April 14, 1993 (Name tltle of officer-i e, “Jane Doe Notary Pu
personally appeared B i 11 7hxm.s
WITNESS my hand and official seal 1 3
Signature ’
DUCER
RUBlN INSURANCE AGENCY INC 6363 Greenwich, Suite 120 San Diego, CA 92122
(619) 457-5720 ____________________-------------------------------------
INSURED
Thomas Pipeline Inc. Thomas Construct ion P.0. Box 190 Wildomar, CA 92395
= COVERAGES
................................................................................................................ ................................................................................................................
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE D EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BEL0 ..........................................................
COMPANIES AFFORDING COVERAGE ..........................................................
COMPANY TRANSCONTINENTAL INSURANCE CO. LETTER A COMPANY VALLEY FORGE INSURANCE COMPANY LETTER B COMPANY AMERICAN CASUALTY CO. OF READING PA LETTER C COMPANY LETTER D COMPANY LETTER E ........................................................................................................
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTACT OR OTHER DOCUMENT WITH RESPECT TO UHIC CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED ilY ThE POLICIES DESCRIBED HEREIN !S S'JBJECT TO ALL EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS OF mm sm my mm ~m RE~CED BY pm ma,- .................................................................................................................. co POL I CY POL I CY LTR 1 TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EXPIRATION LIMITS 1 DATE I DATE I ---+--------------------------------+----------------------+----------+----------+---------------------------------
GENERAL LIABILITY GENERAL AGGREGATE A 1 16306344 09/18/92 09/18/93 PRODUCTS-COMP/OPS AGGREGATE '
[XI COMMERCIAL GENERAL LIABILITY PERSONAL & ADVERTISING INJURY ' I1 CLAIMS MADE [XI OCCUR. EACH OCCURRENCE !
MEDICAL EXPENSEcAny one person) '
LIMlT
[ 1 OWNER'S & CONTRACTOR'S PROT. FIRE DAMAGE (Any one fire) [I
AUTOMOBILE LIABILITY COMBINED SINGLE
---+--------------------------------+----------------------+---------------------+--------------------------------+ I __________________-_------------ I I ANY AUTO [XI ALL OWNED AUTOS 1 16306358 09/18/92 09/18/93 BODILY INJURY
[ I SCHEDULED AUTOS [XI HIRED AUTOS [XI NON-OWNED AUTOS I1 GARAGE LIABILITY [I
EXCESS LIABILITY
L lother Than Umbrella Form [XlUmbrella Form
WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY
c/
OTHER
I (Per person)
BOD I LY IN JURY (Per accident)
PROPERTY DAMAGE
_______-____-_-----_~----------- 1
I _____--______------_------------
---+--------------------------------+----------------------+----------+----------+--------------------------------+
1 16306361 09/18/92 09/18/93 EACH OCCURENCE I 1 1 AGGREGATE
HI DISEASE - EACH EMPLOYEE
1 STATUTORY LIMITS EACH ACCIDENT DISEASE - POLICY LIMIT
---+--------------------------------+----------------------+----------+----------+------------------------------_-+
--.+--------------------------------+----------------------+----------+----------+--------------------------------- Ill ---________--_______----------------------------------------------------------------------------------------------.
CITY OF CARLSBAD CARLSBAD MUNICIPAL WATER DISTRICT 1200 CARLSBAD VILLAGE DRIVE CARLSBAD, CA 92008-1989
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCEI EXPIRATION DATE THEREOF, THE ISSUING COMPANY #XK1 MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLD1 LEFT, KMXXRXXKKRKXXIX#XXKXXXKKNXXN~XXKHXXMXKKXX~R#XKXKl KXXKXKXXXXIRXXMXXKXM~XMR~MXXMKXBIMRXNX~XXXXXX~ENXXXI~XRI ______-_--__---_--______________________----------------
NAMED INSURED: THOMAS PIPELINE, INC.
YOLICY: NUMBER : 116306358
0- ADOiTlONAL IKSURED ’
This c.idorsern’ent mcdifies Insurance prcvideci under the bflowing:
BUSINESS AUTO COVEXAGE FORM GARAGE COVEUGE FURM “TTIUCKERS COERAGE FURM
SCHEDU’E
-me d organizitton : CITY OF CARLSBAD / CAI~LSBAD MUNICIPAL WATER DISTRICT
WHO IS AN INSURED (SECTION 11) IS amended to inciudc 8s an hsund the organizatlan s;f#~n but cnfy with respect lo the operailon of vehides awned by the named inswed&/or opsnted
named Insured. This endorsement daesnot apply lo any operations kx other than We name 7%. additional insurd h not required tcr pay FM an’y premiums 9d in the pc4l.y or earned
Any durn premium aqd -2ny Wdcnd. if appkablc. dedared by us shag be paid.@ you .
YOU art adimrited to act- for the aaltIenaI insured in a~ matters pertaining to this insurancz
We udl mail the ncM~%ha1 Insured notlte of any canceliation of this port. lT the canceltat1
wiff give ten days ndict b the addibal lnaund.
.e
additional Insured will retain any right of rec3very as a daimant under this policy. ;c)
0.
THlS E?4DORSMEM IS A PART Of YOUR POUW AMD*TAKES &?Ea ON THE EFFECTfVE
FOUGY UNlESS ANOTHEX EFFECTIVE DATE IS SHOW 8ELqW.
Poc161 CHANGE NO. EFFECTWE DATE OF T).IFS wucy c 6/10/93
L =
.
-
LITA7,rr
'. * .. '
7L
THOMAS PIPELINE, INC. POLICY NUMBER: 116306344 COMMERCIAL GENERAL
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULL
ADDlTlONAL iNSURED - OWNERS, LESSEES QF CONTRACTORS (FORM B)
This endorsement modifies insurance provided under the follgwing:
CO M ME RCl AL GENERAL LIABILITY COVE RAG E PART.
. SCHEDULE
Name of Person or Organization: CARLSBAD NUNICIPAL WATER DISTRICT
(If no entry appears above, information required to complete this endorsement will be shown in the 0 as applicable to this endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization SI Schedule, but only with respect to liabiiity.arising out of "your work" for that insured by or for you. 0
1- - .. 0
-
4
-=ENDORSEMENT TO CERTIFICATE DATED 6/10/93 e
June 10, 1993
RE: THOMAS PIPELINE, INC.
GENEML LIABILITY POLICY NO. 116306344
AUTOMOBILE POLICY NO. 116306358
"IT IS HEREBY AGREED THAT THE POLICY TO WHICH THIS
CERTIFICATE REFERS MAY NOT BE CANCELED, MATERIALLY CHANGED
NOR THE AMOUNT OF COVERAGE THEREOF REDUCED UNTIL THIRY (30
DAYS AFTER RECEIPT OF WRITTEN NOTICE OF CANCELLATION OR
REDUCTION IN COVERAGE BY THE CITY CLERK OF THE CITY OF
CARLSBAD. COVERAGE UNDER THIS POLICY SHALL BE PRIMARY AND
NONCONTRIBUTING WITH ANY OTHER INSURANCE AVAILABLE TO THE
DISTRICT. VI
0
0
-
Escondido, CA 92033
Thomas Pipeline Inc Thomas Construction P. 0. Box 190 Wildomar, CA 92395
ER'S & CONTRACTORS PROT
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
AGE LIABILITY
WC92900331
RE: HILLSIDE PROJECT, REPLACEMENT OF WATER MAINS - CONTRACT #3404 CMWD
PROJECT NO 89-108
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL SI
MAIL - DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER N ITY OF CARLSBAD URCHASING DEPT. 1200 CARLSBAD VILLAGE DRIVE CARLSBAD, CA 92008-1959
Labor and Materials Bond
12fW)2 REV.
in the Carlsbad Municipal Water District,in strict conformity with the drawings and
specifications,and other Contract Documents now on file in the Office of the Secretary of
the Carlsbad Municipal Water District (City Clerk of the City of Carlsbad),and all of which
are incorporated herein by this reference.
WHEREAS,Principal has executed or is about to execute said Contract and the terms
.thereof require the furnishing of a bond.providing that if Principal or any of their
subcontractors shall fail to pay for any materials,provisions,provender or other supplies or
teams used in,upon or about the performance of the work agreed to be done,or for any
work or labor done there of any kind,the Surety on this bond will pay the same to the
extent hereinafter set forth.
BOND NO.BNS1321118
28
PREMIUM -NIL-LABOR AND MATERIALS BOND
EXECUTED IN ONE COUNTERPART
-NOW,THEREFORE,WE,Thomas Pipeline,Inc.,as
_rincipal (hereinafter designated as the ItContractor"),and FIREMEN'S INSURANCE CCMPANY OF NEWARK,
~JERSEY as Surety,are held finnlybound unto .the Carlsbad Municipal Water DistrictinthesumorONEHUNDREDEIGHTEENTHOUSAND"EIGHT HUNDRED TWENTY-ONE AND 50/100--
---------Dollars ($,18J 821 .50 ),said sum being fifty percent (50%)of the
estimated amount payable by the Carlsbad Municipal Water District 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.
WHEREAS,the Board of Directors of the Ca:rlsbad Municipal Water District,State of
California,by Resolution No.832 ,adopted April 6,1993 ...J has
awarded to Thomas Pipeline,Inc.(hereinafter designated
as the uPrincipal"),a Contract for:
CONSfRUCTION OF HILLSIDE PROJECT ~REPlACEMENT OF
WAlER MAINS IN HILlSIDE DRIVE,CHESTNUT AVENUE,AND
ARLAND ROAD ~CMWD PROJECT NO.89-108
'THE CONDITION OF lEIS OBLIGATION IS SUCH that if the person or his/her
subcontractors fail to pay for any materials,provision,provender,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,or for any amounts due under the Unemployment
Insurance Code with respect to such work or labor,or for any amounts required to be
deducted,withheld.and paid over to the Employment Development Department from the
wages of employees of the contractor and subcontractors pursuant to Section 13020 of the
Unemployment Insurance Code with respect to such work and labor 'that the Surety will pay
for the same,not to exceed the sum specified in the bond,and,also,in case suit is brought
upon the bond,costs and reasonable expenses and fees,including reasonable attorney's fees,
to be fixed by the court,as required by the provisions of Section 3248 of the California Civil
,--~doe.
Certificate of Acknowledgement
CANDY M. COONS, NOTARY PUBLIC before me,
1 "Tm JMQ OF Of c%T#IDE
APRIL 13, 1993 On personally appeared ELKE H. HAGEN
personally known to me (or proved to me on the basis of satisfactory evidence) to be the person@) whose name@) idare subscribt
withm instrument and acknowledged to me that hdshdthey executed the same in hisherltheir authorized capacity(ies)l and thl
hishedtheir signature(s) on the instrument the person(s)l or the entity upon behalf of which the person@) -- acted, executed the ii
WITNESS my hand and official seal.
-
I omm. #85754
NOTARY PUBLIC CALIf RIVERSIDE COUNl
Comm ExpiresDec 25 Signature (1 nl ci./ fl &fi? (Sed)
b 360772-6-01
' 29
mis bond shall inure to the benefit of any and all persons, companies and c*qoraeoQs stitled to file &bs under Title 1s of part 4 of Division 3 Of the chd Code (CQmmench
In the event &at Contractor is an individual, it is agreed that the death of any such Contractor shall xlot exonerate the Surety from its obligations under this bond,
Executed by CONTRACTOR this , j$ Executed by SURETY this 13TH day of day of fker L " ,l%5 APRIL , 19L?
CONTRACTOR: SUREW:
I
@th Section 3082).
FIREMEN'S INSURANCE COMPANY '
THOMAS PIPELINE, INC. OF NEWARK, NEW JERSEY
-6h'k-v \2+>7LitS ELKE H. HAGEN
-.. (print name here) Printed name of Attorney-ia-Fact
(attach corporate resolution Shwkg current power of attorney)
- ''2 - \ k%l&eQr . \\-$\ue iku-bK "d--
(title and organization of signatory)
(sign here) $y!
I
(print name here)
ftitle and organization of signatory)
1
t P... ."
(PrVr n0h-d achQWlCdgC Of cxccution by WWMCTOR and SURETY must & attached,)
(Prr:sidcnt or vice-prcsidcnt and sccrctary OF assistant sccrctary must sign for corporations. If only onc oficcr signs,
thc Cowration must attach a rcsohtion ccrtificd by the secretary or adstant secretary under c~rpotah mal
CmPawcfing that officcr to bind the corporation.)
APPROVED AS TO FORM:
General Counsel
By:
PRONALD R, BALL
r 31. I- A
I
W V
(I, Deputy General Counsel
Labor and Materials Bond 1wL2192 REV.
RIGHT THUMBPRINT
STATE OF California
On April 14, 1993 before me, Charlene Doyle 9 Notar3 (Name, Me of Officer-i e., “Jane Doe. Notary PI
personally appeared Bill Thomas
EXECUTED IN ONE COUNTERPART BOND NO. BNSIJLI I IO-M 32
WAR- BOND
i
THOMAS PIPELINE, INC. , as
as SURETY, jointly and severally bind ourselves, our heirs, representatives, successors, and assigns, as set forth herein, to the GARBBAD MUNICIPAI, WATElR DISTRICT
(hereinafter called DISTRICT), for payment of the penal sum of ~ FIFTY PERCENT OF ru
'THE FINAL CONTRACT AMOUNT---- DoIIars (80% Fm aom CT. 4 , lam1 m04ey
of the United States. Obligees and Principal have entered intc, a Contract for:
WATER MAlFTS Dl T3ILLXDE DRIVE, CEm AVEBlUB
NOW, 7'HEREFOII;E, the condition of this obligation is such that, if the above bound principal shall remedy without cost to said CARILS'BAD MWNTCXPAL WATER DISTRICT
any defccts which may develop during a period ~f one (1) year from the date of complctioa
and acceptance of the work performed undbr said contract provided such dcfects axe caused by defective ox inferior materials or warbanship, then this obligation shall be void;
otherwise it shall be artd remain in hull force and effoct,
As a part of the obligation secured hereby, and ia addition to the amount specified above,
there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fces, hcurred by the District in successfully enforcing this obligation, all to be
dkty hekcby stipulates and agrees that no change, extension of time, alteration or addition
%a the tcnns of the agreement or to the work to be porformcd thereuader, or the 'specifications accompanying the Same, shalI in aaq' way affect its obligations on this bond, and it docs hereby waive notice of any Such change, extcnsion of time, altsratjon or addition
to the terns of the agreement or to the work or to the specifications.
Executed 0x1
,ewe, PR~JCIPAX,~J~'-J FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY t
CONSIRWCIION OF THE WIDE PROSECT - REPMam OF
AND ,#&LAND ROAD - CMXD PROJECT NO. 89-108
I
'.
0 taxed as costs afid included in any judgment rcndcred.
I .
93 ,,j 19-e APRIL 27
a
(Seal of Corpsration) Title; , MARK E. S~RECKENGAST ,,,, ATTORNEY
(Attach acklrowledgement sf Au thorked Representative of Principal aad Surety)
,a
Warraoty Bon ' ,I 121tu92 RET
.<
CALSORNIA ALL-PURPOSE ACKNOWLEDGMENT
CAPACITY CLAIMED BI
Though statute does not require 1
fill in the data below, doing sc
invaluable lo persons relying on tt 0 INDIVIDUAL
0 CORPORATE OFFICE1
'
State of
County of RIVERSIDE
On a 273 1993 before me,
personally appeared
Bpersonally known to me - OR - 0 proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) idare
subscribed to the within instrument and ac-
knowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
CALIFORNIA
CANDY M. COONS, NOTARY PUBLIC
NAME, TITLE OF OFFICER ' E G , "JANE DOE NOTARY PUBLIC DATE
4-
MARK E. SHRECKENGAST
TITLEIS) NAME$) OF SIGNERIS)
PARTNER(S) 'IM
0 ATToRNEY-iN-FACT
0 TRUSTEEW
0 GUARDIAN/CONSER\
n GEl
SIGNER IS REPRESEl
NAME OF PERSON(S) OR ENTITY
OPTIONAL SECTiON
TO TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES DATE OF DOCUMENT
RIGHT THUMBPAIN
personally appeared ~~~.~~~~-'~h~
WITNESS my hand and official seal.
. .,
* .'
..
.. .
. .. .c
, .i APPROVED AS TO FORM: >.
I,
: :. . ': '. .. . . :. RONALD R. BALL
..I t 4 .bJ
Deputy General Counsel
.I
.I ' I.
.. .. .. .. .
..
..
.. I.
.-
.. .: ' e
.t
3:. . . , .. .? ..
:; 0. . .I .' ,
,,
%. ' ..
.. ... . .! .. .. .. .' .. ..
It . .. .. .
I. .. I
. . .. .: .
.. ..
,.
, .. I' . :: .( ;
., .. . .. +. . :.@I .,
.. . v 8
.I
Warrnuty Ik
1W92 RI
Firemen's Insurance Company of Newark, New jersey .-
GENERAL POWER OF AnORNEY 0 Know all men by these Presents, That the FIREMEN'S INSURANCE COMPANY OF NEWARK
has made, constituted and appointed, and by these presents does make, constitute and appoint
Mark E. Shreckengast of Riverside, California
its true and lawful attorney, for it arid in its name, place, and stead to execute on behalf of the said Company, as surety, bonds
and contracts of suretyship to be given to
All Obligees
provided that no bond or undertaking or contract of suretyship executed under this authorityshall exceed in amount the SL
UnL irni ted Dol Lars
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolutic the Board of Directors of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW IERSEY at a meeting duly called and he day of January, 2989:
"RESOLVED, that the Chairman of the Board, the Vice Chairman of the Board, the President, an Executive Vice President or a Senior Vice President or a Vic Company, &,andthat each orany ofthem hereby is, authorized toexecute PowersofAttorneyqualifyingtheattorneynamed in thegiven PowerofAttorney to exec1 FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, bonds, undertakings and all contracts of suretyship; and that an Assistant Vice President, a Secret
Secretary be, and that each or any of them hereby is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Con
FURTHER RESOLVED, that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or fo any certificate ri facsimile, and any such PowerofAttorneyorcertificate bearingsuch facsimile signatures or facsimile seal shall be valid and binding upon the Company when soaffixei with respect to any bond, undertaking or contract of suretyship to which it is attached."
In Witness Whereof, the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY has caused its official seal to be her
Df
FIREMEN'S INSURANCE COMPANY OF NEWARK,
and these presents to be signed by one of its Vice Presidents and attested by one of its Assistant Vice Presidents thi?, day of
Attest:
BY
<;.., jz I
9 90
c+.!!!T?,
6.- ,-: (-1 "4 '..?;St Cd 8Xda
3. €mil B. Askew, Vice President *jl..._._.... ".' u I, . ,,+' D.L. Banta, Assistant Vice President
55.:
9Q
,19 , before me personally came Emil 8. Askew, to me known, who being by me du depose and say that he is a Vice President ofthe FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, the corporati in and which executed theabove instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrL
corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed !lis name thereto 1
1 STATE OF CONNECTICUT
COUNTY OF HARTFORD
19 Deceirber Onthis dayof
\$?. D...?:F+-= ''. +A, of NOTARY".: B
t*i: +: \ ...,, rnLG * .: i*s $ UQ,&L
-%.&..# GLORIA D. SEEKINS !f@--+- i&My.* '.& My Commission '- NOTARY Expires PUBLIC March 31, 1993
CERTIFICATE
I, the undersigned, an Assistant Vice President of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, 2
orporation, DO HEREBY CERTIFY that the fGiegOing and attxhed Power of Attorney remains in full force and has not been r hermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force.
APRIL Signed and sealed at the to" of Farr:lington, the State of Connecticut. Dated the 2 7TH da of
.&
,& \*'*.!!.!.!. 8, ). & L'lgg
J. Dennis Lane, Assistant Vice President
f'.\
:* :-. -i
-.': -+.. ,.. t );.. * . ,$+ Prir +j....J 21 BOND 43151.
rirernen-s insurance Lornpany OT Newam, New jersey
GENERAL POWER OF AlTORNEY
.. .
ffiOW all men by the PW!%?ntS, That the FIREMEN'S INSURANCE COMPANY OF NEWARK, I
as made, constituted and appointed, and by these presents does make, constitute and appoint
Elke H. Hagen of Riverside, California
sr
its true and lawful attorney, for it and in its name, place, and stead to execute on behaif of the said Company, as surety, bonds, I and contracts of suretyship to be given to
All Obligees
provided that no bond or undertaking or contract of suretyship executed under this authorityshall exceed in amount the sun
Unlimited Dollars
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolutior
the Board of Directors of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY at a meeting duly called and helc
day of January, 1989
"RESOLVED, that the Chairman of the Board, the Vice Chairman of the Board, the Resident, an Executive Vue President or a Senior Vice President or a Vice Company, be,and thateachoranyofthem herebyis,authorized toexecutePowersofAttomeyqualifyingtheanorneyMmedin thegiven PowerofAttomeytoexecutl FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, bonds, undertakings and all contracts of suretyship; and that an Assistant Vice President, a Secretar Secretary be, and that each or any of them hereby is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Comp
FURTHER RESOLVED, that the signatures of such officers and the seal of the Company may be aW to any such Power of Attorney or to any certificate rel, facsimile,andanysuch PowefofAttomeyorcerrificatebearingsodr faaimilesigMturesorfaaimilesealshallbe~lidand bindingupon theCompanywhensoaffixed; with respect to any bond, undectaking or contmct of suretyship to which it is attached."
In Witness Whereof, the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY has caused its official seal to be here
Ji and these presents to be signed by one of its Vice Presidents and attested by one of itsksistant Vice Presidents this 8day of
l9 -92 FIREMEN'S INSURANCE COMPANY OF NEWARK, I\
etest:
k& @ -: '.$=!<* 1 ax4a ;z "i .+;., 't +e%++ William 2 Fomshell, Vice President D.L Banta, Assistant Vie President
STATE OF CONNECTICUT
COUNTY OF HARTFORD 1%
On this hay of June , 19 ?%efore me personally came William Z. Fornshell, to me known, who being by me duly sc
did depose and say that he is a Vice President of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, the a
dexribed in and which executed the above instrumenc that he knows the seal of the said corporation; that the seal affixed to the said I
is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name ther
order. pes?% /
UA,&. NOTARY..:: t t*; * i*\
RJaLG ;.: c X..%&$ GLORIA D. SEEKINS \*# NOTARY PUBLIC
CERTIFICATE My Commission Expires March 31,1593
I, the undersigid, an Assistant Vice President of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, a corporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been re
furthermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force. a Signed and sealed at the town of Farmington, the State of Connecticut. Dated the '3T&*PRkIP 9 @ ,$!E!., ).
: :- - 1. Dennis Lane, Assistant Vice President
.I. *&h>-..i;+ 21 BOND 4315L . ,I Prin
.. '
'
~*~.*d.-.l,l.,r.~r.r,,""~..,.~~~.,.r..,,, .........,..... ~........."".,'.'..~~~.~,,,.....~~~..~....~.,,.......~*~~
$mcklr~'im or QP~~A~~~~S/~YG~~~DHS~V~~~~L~~~~P~~~~~ 1-rw.s TH6 CERTIFICATE HoLO9 IS HMEO AS ADb/l!Ohl4! 1NSUREP AS RifPEC?S 'ID
REPLACEHENT OF WAlSit MAIHIvCGh'?RAC? flLI;4/LMv3 PROJECT P*?=108
'A 10 DAY RUTICE 61 CkNCEL1A~la APBllfS 10 WONPATHENT Of PREMIUM,
L!PBltlTY OF THE KAME3 IMSVXilS tea PRDiiCI $89-108 j HltL&ttE PWJkc'I
cER?';fiC&r& HDLfiER SaI====ftt~=~3-=~~O==~~~~~~~==~~~~c~~~ Ql.I&LjJ,TjDA "~CCEQ=II~~C:IC'~~~~~~~~~~~~~~~~~~!=~~U~;
SHWCD ANY 07 T% ASWE fEscRlFBO POLtCtES BE CANCi ClV hF CriRLSaAB €XBIW?lOM GATE TMZRE3F. 'I& ISSUIUG COMPANY KT!
1200 CARLSBAD VlbLACS WliVE
" ChRtSGAD, Ch P2G08.1989 . ..
LEFT, BYIXXXrYHREXXIXWXI:ZlXX$YZtlZ:XMLXXI&XXXrYIYX)(RIBXI Y~XIXKLg~%GX):X~%r.~XYBX'd~Ew%XXRXBmRkXuy%%aJrRRn~~Xxe%Ll
."~,....ll..."."**s~,~*.*.*~.~*~.*"~*~~~.~..~.~~.-~",. Aurw p REWXSEYMI ,.
- ------r -
I * A” ‘
b : ‘cr
TH084kS PIPEI+1?4E, ZNC, PmJCv fiUM@f9: 11~3os~&~ 68 1’4 ?A E RC AL GENE RAL,
i B I
I THlS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULL
ADDITIONAL INSURED - OWNERS, LESSEE$ OF
s‘
p CONTRACTORS (FORM 9)
t f
,! 1 SCHEDULE
This endorsemefit modi!ks tnsurance &ui$ed under iF.e toticwing:
C0h‘IMEFrCIAL CEth’ERAL LIABUTY COVERAGE PART,
i *
Name of Person br Brganlratlon: c~\R~sBA~ ~NNIC~PAE I~ATER UJST~.~~CT I’ i i I
(If no entry appears above. ifitarmation required tt cm7plef,e thls e?dbtsement will be sh~wr’i ips the 01 as ap$lcobte to this endorsernbfit,}
WHO IS AN (NSt‘REO (SBCtrOn I!) is arnsnded to include ai ap, Insured the perSon or organizatiQn sf- Schedule, but snfy wtth rcspsct 1s li$5ility,arising oljt of “yoi‘f +&’‘ !or tbt in5dHsQ by or for you.
0
,a
% (_I *
1 i 1
i T-215 F.011 JIJN 13 '94 8@;5g 70 87716% FFCr Pi\!. LI !?,5(,1 ?.ire
I &WFD ~~~~~~~: THlin&S 3'3 PRT,Tra% b I,NC, POLR'CY NIlPIR!.%; 1 86306358 4
I An#BrnahtAL tr\;$itf~Eo +
'SrOiS ebh.hnLhltn! k%rlrcW$i~ I~tgtuma:~a pm4ed undcf ah^ kllowinq:
BWSfNESs AIJ7'6 C~X&~AG~ FQSM
rntOtK@RS COEWGE FORrcl4
I 6ARAGE COVERAGS FORM
1 S12HEDU'I.E
ZJanc ot sQ*nh;rWn I CfTY OF Ch&6BAI) / CAI"3AJI FfUN,IC:C,TF'h?, VAI'YT{ Dl?XEET
I wno E AN fNWRm q8Pt3lcrH tg I$ armeMrd !& inrluda is a& h3tmEd the &rgafi~at!eQ SW In j hd only wlth respect 16 the C$+raikti .of v~hiclas awned by the r,arnd insclred&/w opamtd em namd trx+,vred, Thb .wdan?m~eat dm& hd apply 16 any cescratians FCr ether %art the obmd !r
TIM a6diwm !mmd is nd nquiu'd k pay kr at& WVI~WWJ &tin4 fn .eh~ pd~y w pan& fia AW M,liim ~WW$J~ ?pd .@ny bavfd~d, lf, sppRwbTr, k! itdawd by v;p ahall bc pg!d,ta yw, '
~au are atnlim&ad tn ad' w the at~~.n[t.~onai Ifitbred In on tna~m pefita~qj to %is ~~wtwtce.
wilt fliw Jcn &by3 nda b U4e addOtkLna4 fnawrrrd,
t
i f?& Will Mii the s&l%t?nd fnSUR?.d fietkE d tfiy i%flcteh?tk3h Qf th!hb pjlw. ff tha tanWt!;it&n
.. 0 Re sdrlMmn99 jrt3turrt;d rat mfatn my right of reawry a5 a daTrnm under this palfry..
I
I. 1
I
I
j 4
i
*I
I I I
I
I '
'1361% w~g~a~.tm# B A PART OF WUR PQWW Ak2-TAKCB WFE~ ab4 THQ EFFXI'W th po!Jm gwafi #!JwHER mma D&E 18 6H@A% O€ka?rU.
"wum we WQ, umm WTG OP ms mw Cwi *.,-.r3*UYCIYeCCu*.IUI.rr-..-~-a** A- -. -I*-il*u.--Carurrrr-...---
~-w-~mx~~#w"-nb* **-u *-
*fWED B4'r
h/lagrr3 ' I =- ....-)~.-. ._*_i__.b. _u,.U*-L.--* MWYIYL.LIL ~,. _. . - -_- -- - "L..*" .I 'L
\
0 ' d. - -.-" ' "
II
ueK!si#
MENMRSEMENT TO CERTIFJCATE DATED 6/18/93 0
June 55, 2993
RE: THOrnB PXIPELINE, TNC,
GENERAL LTABILXTY POLICY NO. 116306344
>.~%OXQBILE POr,ICY NO. 116f9)6358
'"IT I8 HEREBY AGREED THAT THE POLICY TQ W, TCH %'HI$
CEK'1'I;k'LCATE REFERS KAY NOT DE CPLNC2LED, WT~ERXALLY CHANGED,
ljOR THE AMQUMT OF COVERAGE THEWOF REDWEID UHTIL Z'H'LRY $30) DAYS AFTER RECEiY'f OF WRITTEN NOTXCE OF CRNCELTATXON OR REDUCTION IN COVERAGE BY THE CITY CLERK OF THE CITY OF CARLSBAD, COVERAGE UNU5;K TR38 PGLICY S%[BLL BE 'E'TIIMARY ANI3
I91 STRX C'T , I'
MOMCONTRIBUTING WITH ANY OTHER XNS'JRANCE AVAIUBLE TQ THE
0
0.
I
1
1c
I
OPTIONAL
ESCROW AGREEMENT FOR SURETY
DEPOSITS IN LIEU OF RETENTION I.
This Escrow Agreement is made and entered into by and between the Carlsbad Munic
Water District whose address is 5950 El Camino Real, Carlsbad, California 92
hereinafter called "District" and
whose address is
hereinafter called "Contractor" and
whose address is I hereinafter called "Escrow Agent."
1 as follows:
For the consideration hereinafter set forth, the District, Contractor and Escrow Agent ai
1. Pursuant to Section 22300 of the Public Contract Code, Contractor has the op
to deposit securities with Escrow Agent as a substitute for retention earn
required to be withheld by District pursuant to the public works contract entered
between the District and Contractor for CONSTRUCI'ION OF THE HlLLsl
I
1
I.
I
i
8
1
8
1
I
PROJECT' - CMWD PROJECT NO. 89-108
the amount of dated
(hereinafter referred to as the ''Contracttt). A copy of said contract is attache1
Exhibit "A". When Contractor deposits the securities as a substitute for Conb
earnings, the Escrow Agent shall notify the District within ten (10) days of
deposit. The market value of the securities at the time of the substitution shall
at least equal to the cash amount then required to be withheld as retention un
the terms of the Contract between the District and Contractor. Securities shall
held in the name of Carlsbad Municipal Water District and shall designate
Contractor as the beneficial owner. Prior to any disbursements, Escrow Agent SI
verrfy that the present cumulative market value of all securities substituted is at 1t
equal to the cash amount of all cumulative retention under the terms of
Contract.
The District shall make progress payments to the Contractor for such funds wl:
otherwise would be withheld from progress payments pursuant to the Conb
provisions, provided that the Escrow Agent holds securities in the form and amo
2.
I specified above.
3. Alternatively, the District may make payments directly to Escrow Agent in
amount of retention for the benefit of the District until such time as the em
created hereunder is terminated.
Escrow Agreement
Surety Deposii
Lieu of Reten I* 12/22/92 R
I
I
1
I
I
I
I
1.
I
1
I
I
I
8
1
I
4. Contractor shall be responsible for paying all fees for the expenses incurred
Escrow Agent in administering the escrow account. These expenses any pap
terms shall be determined by the Contractor and Escrow Agent.
The interest earned on the securities or the money market accounts held in ex
and all interest earned on that interest shall be for the sole account of Contrac
and shall be subject to withdrawal by Contractor at any time and from time to t,
without notice to the District.
Contractor shall have the right to withdraw all or any part of the principal in
Escrow Account only by written notice to Escrow Agent accompanied by wrii
authorization from District to the Escrow Agent that District consents to
withdrawal of the amount sought to be withdrawn by Contractor.
The District shall have a right to draw upon the securities in the event of defaul
the Contractor. Upon seven (7) days written notice to the Escrow Agent from
District of the default of the Contractor, the Escrow Agent shall immediately coni
the securities to cash and shall distribute the cash as instructed by the District.
Upon receipt of written notification from the District certifying that the Contrac
has complied with all requirements and procedures applicable to the Contr
Escrow Agent shall release to Contractor all securities and interest on deposit
escrow fees and charges of the Escrow Agent. The escrow shall be clo
immediately upon disbursement of all monies and securities on deposit and paymt
of fees and charges.
Escrow agent shall rely on the written notifications from the District and
Contractor pursuant to Sections 6 thru 8 and 10, inclusive, of this agreement and
District and Contractor shall hold Escrow Agent harmless from Escrow Age
release and disbursement of the securities and interest as set forth in Section 6 t
8 and 10.
5.
I.
6.
I
7.
8.
9.
...
.I. ... ... ...
1.. ... ...
1..
f.. ... ... ...
Escrow Agreemen
Surety Deposi
Lieu of Reten
12/22/92 R
I.
a
I 10. The names of the persons who are authorized to give written notice or to rec
written notice on behalf of the District and on behalf of Contractor in connet
with the foregoing, and exemplars of their respective signatures are as follows
For District: Title I.
1 Name
Signature
Address
E
1
B
I For Contractor: Title
Name
Signature I Address
For Escrow Agent: Title
Name
II) Signature 1 Address
... ... ... 1
I
I
1
I
I
I
... ... ... ... ...
... ... ... ... ... ... ... ...
Escrow Agreemen
Surety Deposi
Lieu of Rete1
12122192 R
1.
I
I At the time the Escrow Account is opened, the District and Contractor shall deliver to
Escrow Agent a fully executed counterpart of this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement by their prc
officers on the date first set forth above.
r.
1 For District: Title
Name
Signature
1
I
I
I
Io
s
t
t
1
i
II
1
E Address
For Contractor: Title
Name
Signature
Address
For Escrow Agent: Title
Name 1 Signature
Address
Escrow Ageemen1
Surety Deposi
Lieu of Reten 12/22/92 R
I*
R
I RELEASE FORM
THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS
NAME OF CONTRACTOR:
CON!XRUCTION OF THE HILLSIDE PROJECT
P
T PROJECT DESCRIPTI0N:CMWD PROJECI' NO. 89-108
PERIOD WORK PERFORMED:
The above-named Contractor hereby acknowledges payment in full for all compensatioi
whatever nature due the Contractor for all labor and materials furnished and for all w
performed on the above-referenced project for the period specified above with the excepi
of contract retention amounts and disputed claims specifically shown below.
RETENTION AMOUNT FOR THIS PERIOD: $
1
I
I
IE
1E
I
1
I
E
1
1
DISPUTED CLAIMS
DESCRIPTION OF CLAIM AMOUNT CLAIM
The Contractor further expressly waives and releases any claim the Contractor may havc
whatever type or nature, for the period specified which is not shown as a retention ama
of a disputed claim on this form. This release and waiver has been made voluntarilj
Contractor without any fraud, duress or undue influence by any person or entity.
Contractor further certifies, warrants, and represents that all bills for labor, materials,
work due Subcontractors for the specified period have been paid in full and that the par
signing below on behalf of Contractor have express authority to execute this release.
DATED:
b
PRINT NAME OF CONTRACTOR
DESCRIBE ENTITY (Partnership, Corporat I etc.)
By:
Title: 1 By:
Title:
Release E
12f22p2 R
E@
I
1
1
I
I
I
1
1
t
I
I
e
1
I
1
SPECIAL PROVISIONS
I. SUPPLEMENTARY GENERAL PROVISIONS
TO STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCI'ION
E'
1-1 TERMS 1 To Section 1-1, add:
A. Reference to Drawings
Where words %hewn," "indicated," "detailed," "noted," "scheduled," or words of simi
import are used, it shall be understood that reference is made to the plans accompany
these provisions, unless stated otherwise.
B. Directions:
Where words "directed," "designated," "selected," or words of similar import are used, it sl
be understood that the direction, designation or selection of the Engineer is intended, unl
stated otherwise. The word ''required'' and words of similar import shall be understooc
mean "as required to properly complete the work as required and as approved by
District Engineer," unless stated otherwise.
C. Equals and Approvals:
Where the words "equal," ''approved equal," "equivalent," and such words of similar im~
are used, it shall be understood such words are followed by the expression "in the opin
of the Engineer," unless otherwise stated. Where the words "approved," "approv
"acceptance," or words of similar import are used, it shall be understood that the appro
acceptance, or similar import of the District is intended.
D. Perform and Provide:
The word "perform" shall be understood to mean that the Contractor, at herbis expel
shall perform all operations, labor, tools and equipment, and further, including
furnishing and installing of materials that are indicated, specified or required to mean 1
the Contractor, at herbis expense, shall furnish and install the work, complete in place (
ready to use, including furnishing of necessary labor, materials, tools, equipment,
transportation.
10
Release F r. 12l22P2 R
I
1
1
I
I
T s
T
E.
1
t
1
I
I
II
@ 1-2DEFINITIONS 1E Modify Section 1-2 as follows:
Agency - the Carlsbad Municipal Water District, Carlsbad, California
Engineer - the District Engineer for the Carlsbad Municipal Water District or his appro'
representative.
2-4 CONTRACT BONDS
Delete the third sentence of the first paragraph having to do with a surety being listec
the latest revision of U.S. Department of Treasury Circular 570.
Modify Paragraph 3 as follows:
Contractor shall provide two good and sufficient surety bonds. The "Payment Bo
(Material and Labor Bond) shall be for not less than 50 percent of the contract price
satisfy claims of material suppliers and of mechanics and laborers employed by contrac
on the project.
Add:
The Payment Bond and the Performance Bond shall be kept in full force and effect by
Contractor during the course of this project. Both bonds shall extend in full force i
effect and be retained by the District for a period of one (1) year from the date of fon
acceptance of the project by the District. The Warranty Bond shall be kept in full force i
effect by the Contractor to remedy any defects which may develop during a period on (
(1) year from the date of completion and acceptance of the work performed under I
contract provided such defects are caused by defective or inferior materials or workmansl 1 Add the following:
All bonds are to be placed with insurers that have a rating in Best's Key Rating Guidr
at least A-:V and are authorized to conduct business in the state of California and are lis
in the official publication of the Department of Insurance of the State of California. I 2-5 PLANS AND SPECIFICATIONS
To Section 2-51, General, add:
The specifications for the work include the Standard Plans and Specifications
Construction of Water Mains of the Carlsbad Municipal Water District and the Stand
Specifications for Public Works Construction, (SSPWC), 1991 Edition, and the la
Special Provi! I. 12/22/92 R
I
I
1
8 s
I
I
II
supplement, hereinafter designated "SSPWC", as issued by the Southern California Chap
of the American Public Works Association, and as amended by the Special Provisic
section of this contract.
The Construction Plans consist of 13 sheet(s) designated as Carlsbad Municipal Wa
District Drawing No. . The standard drawings utilized for this project are 1
latest edition of the San Diego Area Regional Standard Drawings, - hereinafter designa -
SDRS, as issued bv the San Diego Countv Department of Public Works, together with i
Carlsbad Municipal Water District Supplemental Standard Drawings.
Copies of pertinent standard drawings are enclosed with these documents.
To Section 2-5.3, Shop Drawings, add:
Where installation of work is required in accordance with the product manufacturc
direction, the Contractor shall obtain and distribute the necessary copies of such instructi
including two (2) copies to the District.
2-5.4 Record Drawings: - .
The Contractor shall provide and keep up-to-date a complete "as-built'' record set
transparent sepias, which shall be corrected daily and show every change from the origi
drawings and specifications and the exact "as-built'' locations, sizes and kinds of equipmc
underground piping, valves, and all other work not visible at surface grade. Prints for 1
purpose may be obtained from the City at cost. This set of drawings shall be kept on
job and shall be used only as a record set and shall be delivered to the Engineer UI
completion of the work.
89-108
f
- - 1
10
3-5 DISPUTED WORK t To Section 3-5, Disputed Work, add:
All claims by the contractor for $375,000 or less shall be resolved in accordance with
procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article
(commencing with Section 20104) which is set forth below:
m
1
1
1
I
0
ARTICLE 1.5. RESOLUTION OF CONSTRUCTION CLAIMS
0 20104. Application of article; inclusion of article in plans and specifications
(a) (1) This article applies to all public works claims of three hundred seventy- thousand dollars ($375,000) or less which arise between the contractor and a local age
(2) This article shall not apply to any claims resulting from a contract between a contra(
Special Pmvi iii 12/22/92 F
1
I
1
I
B
1
I
1
1
a
I
1
t
c
I
I
and a public agency when the public agency has elected to resolve any disputes pursuanf
Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2.
(b) (1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Co
except that "public work" does not include any work or improvement contracted for by 1
state or the Regents of the University of California.
(2) "Claim" means a separate demand by the contractor for (A) a time extension, (
payment of money or damages arising from work done by or on behalf of the contrac
pursuant to the contract for a public work and payment of which is not otherwise expre5
provided for or the claimant is not otherwise entitled to, or (C) an amount the paymenl
which is disputed by the local agency.
(c) The provisions of this article or a summary thereof shall be set forth in the plans specifications for any work which may give rise to a claim under this article.
(d) This article applies only to contracts entered into on or after January 1, 1991.
5 20104.2. Claims; requirements
For any claim subject to this article, the following requirements apply:
(a) The claim shall be in writing and include the documents necessary to substantiate
claim. Claims must be filed on or before the date of final payment. Nothing in I
subdivision is intended to extend the time limit or supersede notice requirements othem
provided by contract for the filing of claims.
(b) (1) For claims of less than fifty thousand dollars ($50,000), the local agency SI
respond in writing to any written claim within 45 days of receipt of the claim, or n
request, in writing, within 30 days of receipt of the claim, any additional documentat
supporting the claim or relating to defenses or claims the local agency may have against
claimant.
(2) If additional information is thereafter required, it shall be requested and provic
pursuant to this subdivision, upon mutual agreement of the local agency and the claim2
(3) The local agency's written response to the claim, as further documented, shall
submitted to the claimant within 15 days after receipt of the further documentation
within a period of time no greater than that taken by the claimant in producing
additional information, whichever is greater.
(c) (1) For claims of over fifty thousand dollars ($50,000) and less than or equal to th
hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writ
to all written claims within 60 days of receipt of the claim, or may request, in writing, wit
30 days of receipt of the claim, any additional documentation supporting the claim
Special Provis P 12/22/92 R
f
1C.
43
relating to defenses or claims the local agency may have against the claimant.
1
I
t
E
t
1
I
1
E
1
1
1
1 0
(2) If additional information is thereafter required, it shall be requested and provided
pursuant to this subdivision, upon mutual agreement of the local agency and the claimant.
(3) The local agency’s written response to the claim, as further documented, shall be
submitted to the claimant within 30 days after receipt of the further documentation, or
within a period of time no greater than that taken by the claimant in producing the
additional information or requested documentation, whichever is greater.
(d) If the claimant disputes the local agency’s written response, or the local agency fails to
respond within the time prescribed, the claimant may so notify the local agency, in writing,
either within 15 days of receipt of the local agency’s response or within 15 days of the local
agency’s failure to respond within the time prescribed, respectively, and demand an informal
conference to meet and confer for settlement of the issues in dispute.Upon a demand, the
local agency shall schedule a meet and confer conference within 30 days for settlement of
the dispute.
(e) If following the meet and confer conference the claim or any portion remains in
dispute, the claimant may file a claim pursuant to Chapter 1 (commencing with Section 900)
and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the
Government Code. For purposes of those provisions, the running of the period of time
within which a claim must be filed shall be tolled from the time the claimant submits his or
her written claim pursuant to subdivision (a) until the time the claim is denied, including
any period of time utilized by the meet and confer conference.7
0 20104.4. Procedures for civil actions filed to resolve claims
The following procedures are established for all civil actions filed to resolve claims subject
to this article:
(a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings,
the court shall submit the matter to nonbinding mediation unless waived by mutual
stipulation of both parties. The mediation process shall provide for the selection within 15
days by both parties of a disinterested third person as mediator, shall be commenced within
30 days of the submittal, and shall be concluded within 15 days from the commencement
of the mediation unless a time requirement is extended upon a good cause showing to the
court.
(b) (1) If the matter remains in dispute, the case shall be submitted to judicial arbitration
pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code
of Civil Procedure, notwithstanding Section 1131.11 of that code. The Civil Discovery Act
of 1986 (Article 3 [commencing with Section 20161 of Chapter 3 of Title 3 of Part 4 of the
Code of Civil Procedure) shall apply to any proceeding brought under this subdivision
consistent with the rules pertaining to judicial arbitration.
Special Provisions
12/22P2 REV.
I
b
1
1
t
8
I
I
I (2) In addition to Chapter 2.5 (commencingwith Section 1141.10) of Title 3 of Part 3 of
Code of Civil Procedure, (A) arbitrators shall, when possible, be experienced in construct
law, and (B) any party appealing an arbitration award who does not obtain a more favora
judgment shall, in addition to payment of costs and fees under that chapter, also pay
attorney’s fees on appeal of the other party.
5 20104.6. Payment by local agency of undisputed portion of claim, interest on arbitpal
award or judgment
(a) No local agency shall fail to pay money as to any portion of a claim which is undispu
except as otherwise provided in the contract.
(b) In any suit filed under Section 20104.4, the local agency shall pay interest at the 1c
rate on any arbitration award or judgment. The interest shall begin to accrue on the c
the suit is filed in a court of law.
0 20104.8. Duration of article; application of article to contracts between Jan. 1, 1991 i
Jan.1, 1994
(a) This article shall remain is effect only until January 1, 1994, and as of that datt
repealed, unless a later enacted statue, which is enacted before January 1, 1994, deletes
extends that date.
(b) As stated in subdivision (c) of Section 20104, any contract entered into between Janu
1, 1991, and January 1, 1994, which is subject to this article shall incorporate this artic
To that end, these contracts shall be subject to this article even if this article is repea
@
10
I pursuant to subdivision (a).
4-1 MATERIALS AND WORKMANSHIP
To Section 4-1.3.1, Inspection Requirements, General, add:
M work shall be under the observation of the Engineer or his appointed representati
The Engineer shall have free access to any or all parts of work at any time. Contrac
shall furnish Engineer with such information as may be necessary to keep herhim fi
informed regarding progress and manner of work and character of materials. Inspection
work shall not relieve Contractor from any obligation to fulfill this Contract.
Modify Section 4-1.4, Test of Materials, as follows:
Except as specified in these Special Provisions, the Agency will bear the cost of test
materials and/or workmanship where the results of such tests meet or exceed *
requirements indicated in the Standard Specifications and the Special Provisions. The c
Special Pro* I. 12/22/92 R
1
1
1
I
I
1
1
I the SSPWC. Compaction tests may be made by the District and all costs for tests that m
or exceed the reau irements of the specifications shall be borne by the District.
I
I In order to minimize delays to the Contractor caused by failure of others to relocate utili
which interfere with the construction, the Contractor, upon request to the District, may
permitted to temporarily omit the portion of work affected by the utility. The portion t
is omitted shall be constructed by the Contractor immediately following the relocatior
the utility involved unless otherwise directed by the City.
t
1 6-1 CONSTRUCTION SCHEDULE
Modify this section as follows:
A construction schedule is to be submitted by the Contractor per the following:
I
I
T
I
H)
I
1
I
I
8
I
I
1. The prime contractor is required to prepare in advance and submit at
time of the project preconstruction meeting a detailed critical path met1
(CPM) proper schedule. This schedule is subject to the review and apprc II of the City.
2. The schedule shall show a complete sequence of construction activit
identifying work for the complete project in addition to work requii
separate stages, as well as any other logically grouped activities. The sched
shall indicate the early and late start, early and late finish, 50% and 9
completion, and any other major construction milestones, materials ;
equipment manufacture and delivery, logic ties, float dates and duration
The prime contractor shall revise and resubmit for approval the schedulr
required by City when progress is not in compliance with the origi
schedule. The prime contractor shall submit revised project schedules v
each and every application for monthly progress payment identifymg chan
since the previous version of the schedule.
The schedule shall indicate estimated percentage of completion for each ii
of work at each and every submission.
The failure of the prime contractor to submit, maintain, or revise
aforementioned schedule(s) shall enable City, at its sole election, to withh
up to 10% of the monthly progress payment otherwise due and payable to
contractor until the schedule has been submitted by the prime contractor (
approved by City as to completeness and conformance with
3,
4.
5.
1 aforementioned provisions.
No changes shall be made to the construction schedule without prior wril
approval of the Engineer. Any progress payments made after the schedu
completion date shall not constitute a waiver of this paragraph or
damages.
Special Provk 8. 12/22/92 R
i
I
I
I
I
i
I
1
I.
I
I
8
8
I
1
Coordination with the respective utility company for removal or relocatio1
conflicting utilities shall be requirements prior to commencement of work
the Contractor.
6-7 TIME OF COMPLETION
The Contractor shall begin work within ten (10) calendar days after receipt of the "NO
to Proceed" and shall diligently prosecute the work to completion within ninety ( calendar days after the date of the Notice to Proceed.
To Section 6-7.2, Working Day, add:
Hours of work - All work shall normally be performed between the hours of 7:OO a.m. i
sunset, from Monday thru Friday. The contractor shall obtain the approval of the Engin
if he/she desires to work outside the hours state herein.
Contractor may work during Saturdays and holidays only with the written permission of
Engineer. This written permission must be obtained at least 48 hours prior to such w(
The Contractor shall pay the inspection costs of such work.
6-8 COMPLETION AND ACCEPTANCE
Add the following:
AU work shall be guaranteed for one (1) year after the filing of a "Notice of Completi
and any faulty work or materials discovered during the guarantee period shall be repai
or replaced by the Contractor, at his expense.
6-9 LIQUIDATED DAMAGJS
Mod* this section as follows:
If the completion date is not met, the contractor will be assessed the sum of $ 500
day for each day beyond the completion date as liquidated damages for the delay. 1
progress payments made after the specified completion date shall not constitute a wa
of this paragraph or of any damages.
7-3 LIABILITY INSURANCE
Add the following:
All insurance is to be placed with insurers that have rating in best's Key Rating Guidi
at least A-:V and are authorized to conduct business in the state of California and are li!
in the official publication of the Department of Insurance of the State of California.
t -
1
I
Special Provi 8. 12/22/92 F
1
8
I
t
I
1
I
1.
1
1
I
8
I
I
7-4 WORKERS’ COMPENSATION INSURANCE
Add the following:
All insurance is to be placed with insurers that are authorized to conduct business in
state of California and are listed in the official publication of the Department of Insura
of the State of California. Policies issued by the State Compensation Fund meet
requirement for workers’ compensation insurance.
t
7-5 PERMTI3 I Modify the first sentence to read:
The Agency shall obtain, at no cost to the Contractor, all encroachment, right-of-\
grading, and building permits necessary to perform work for this contract on District
City property, in street, highways (except State highway right-of-way), railways or 01
rights-of-way.
Add the following:
Contractor shall secure and pay for all County or State permits, fees and licenses neces
for proper execution and completion of work as applicable at time of receipt of bids.
Contractor shall not begin work until all permits incidental to the work are obtained.
Contractor shall obtain approval for haul routes. Haul route approvals shall be issue(
the City Engineer.
7-8 PROJECTS AND SITE MANAGEMENT
To Section 7-8.1, Cleanup and Dust Control, add:
Cleanup and dust control shall be executed even on weekends and other non-working (
at the District’s request.
Add the following to Section 7-8:
-
e
t
8 7-8.8 Noise Control
All internal combustion engines used in the construction shall be equipped with mu€l
in good repair when in use on the project with special attention to City Noise Cox
Ordinance No. 3 109, Carlsbad Municipal Code, Chapter 8.48.
Special ~mvi I* 12/22/92 I
I
8 7-10 PUBLIC CONVENIENCE AND SAF'ETY
Add the following to Section 7-10.4, Public Safety:
7-10.4.4 Safetv and Protection of Workers and Public
The Contractor shall take all necessary precautions for the safety of employees on the w
site and shall comply with all applicable provisions of Federal, State and Municipal sa,
laws and building codes to prevent accidents or injury to persons on, about, or adjacen
the premises where the work is being performed. He/she shall erect and properly main1
at all time, as required by the conditions and progress of the work, all necessary safegu;
for the protection of workers and public, and shall use danger signs warning against hazi
created by such features of construction as protruding nails, hoists, well holes, and fa1
materials.
t
I
I
8
I
I
1
8
1
I
I
1[
1
7-13 LAWS TO BE OBSERVED
Add the following:
Municipal ordinanceswhich affect this work include Chapter 11.06. Excavation and Grad
If this notice specifies locations or possible materials, such as borrow pits or gravel bc
for use in the proposed construction project which would be subject to Section 1601
Section 1603 of the Fish and Game Code, such conditions or 'modifications establis
pursuant to Section 1601 of the Fish and Game Code shall become conditions of
contract.
8 FACIL,lTIE!3 FOR AGENCY PERSONNEL
I.
I Delete this section.
9-3 PAYMENT
Modify Section 9-3.2, Partial and Final Payment, as follows:
Delete the second sentence of the third paragraph having to do with reductions in amc I of retention.
Contractor shall preserve all surveyed control points. All expenses related to replacem
if any, of the preceding which have been disturbed or destroyed by Contractor shall be I
Special Provi I* L 12f22D2 E
I
I
The Contractor shall obtain a construction meter for water utilized during the construci
under this contract. The Contractor shall contact the appropriate water agency
requirements. The Contractor shall include the cost of water and meter rental wii
appropriate items of the proposal. No separate payment will be made.
1
TECHNICAL SPECIFICATIONS 8 SUPPIEMJ3TI"T PROVISIONS
The work performed under this Contract shall be done in accordance with the Carlsl
Municipal Water District's Standard Plans and Specifications for construction of wa
mains (Revised June 1990.)
1. EARTHWORK (WATER MAINS)
I.
1
1
I
I
1
1.
I
8 ADD: to Section A. GENERAL
A-10 DEWATERING:
Where conditions are such that running or standing water occurs in the tre:
bottom or the soil in the trench bottom displays a "quick" tendency, the water SI
be removed by pumps or other suitable means such as well points or pervi
underdrain bedding until the pipe has been installed and the backfill has been plat
to a sufficient height necessary to prevent flotation of the pipeline. Care shall
taken that any underdrain is of proper gradation and thickness to prevent migrai
of material between the underdrain, pipe embedment and native soils in the tre;
below and at the sides of the pipe.
PAYMENT:
The cost of dewatering operations, including installation and operation of well pc
systems, will not be paid for separately but shall be included in and considered I
of the bid price for completed pipe.
MODIFY SECTION El. MATERIALS AND WORKMANSHIP
I
DELETE: B-3.3 COMPACTION: 8 ADD: B-3.3 COMPACTION (MODIFIED):
Compaction shall be in conformance with "Typical Trench Section," Sheet 1 8 Drawings.
2. POLYVINYL CHLORIDE PIPE (AWWA C900)
A. GENERAL.:
The work consists of furnishing all labor, equipment and materials and perfonr
all work for pipe installation including removals, excavation, compacted backfill l
1
I
8.
1
1 testing.
Technical Specifical
Supplemental pro^
12/29/82 R
1
1 B. SUBMITTALS:
Provide affidavit of compliance with AWWA C900.
Submit copies of the manufacturer required test of the following conducted
project pipe:
f
I a. Quick-burst strength of pipe and couplings.
b. Flattening resistance of pipe.
c.
Submit manufacturer's literature on ductile iron fittings including dimensic
thickness, weight, coating lining and a statement of inspection and compliance v
the acceptance of tests of AWWA C110.
C. PRODUCTS:
PIPE AWWAC PIPE JOINTS. ........ Rubber Ring Bell End or Plain End W/Ring Coup
PIPECLASS ..............................................
FI"GS Bell and Gasket (Push On) AWWA C
Mechanical Joint AWWA C
Flanged Joint AWWA C
INTERIOR LININGS (FI"GS) Cement Mortar-AWWA C
EXTERIOR COATING (FI'"GS ......... Asphalt Material-AWWA C
BOLTS, WASHERS AND NUTS ....... Carbon Steel-ATSM A307, Grad
GASKETS Ring, % inch Thick Cloth-Inserted Rubber or Acrylic/Nit
CONTRACl7)R MAY Sm DUCTILE IRON PUSH ON FTITIh
CllO OR C153 WlTH MIN. WORKING PRESSURE RATINGS OF 250 P.S
GASKETS .............................. Shall be Tyton Style Rub
D. EXECUTION:
DELIVERY AND TEMPORARY STORAGE OF PIPE AT SITE
Ship, store, and place pipe at the installation site by supporting the pipe unifon
Stack to a maximum of 4 feet without weight on bells. Cover to protect fi
sunlight.
Pipe that is gouged or scratched will be rejected.
Record of additional test after test sample failure.
il
1
1
8
1
lo
8
I
8
8
I
I
I
............................................
....................
..........
.......
I
Technical Specifical
Supplemental Provi
12/29/82 R
I*
1
8
1
PIPE SIZE MINIMUM ALLOWABLE RADIUS
(inches) (feet)
6 225
8 660
10 1,600
12 3,000
1
8
1
i
8
I
B
I(,
CONCRETE THRUST BLOCKS
Concrete thrust blocks required at all changes in direction or reduction in s
Concrete shall be 5-sack mix (2000 psi in 28 days) and conform to the Stand
Specifications for Portland Cement Concrete. Thrust blocks shall completely
space between the fittings and the trench wall. At all bends or angles, the concr
shall not be placed in direct contact with the pipe adjacent to the fittings.
CONNECTION TO EXISTING MAINS
Prior to any work which would interfere with the operation of the existing main,
Contractor shall have at the site all materials necessary for the orderly i
uninterrupted prosection of the work. Contractor shall arrange with the District i
the District's Representative for shutdowns and give ample notice of the period
which the shutdown can be scheduled. The opening and closing of all valves SI
be done by the District's Representative. Contractor shall obtain an Encroachm
Permit from the District prior to making a connection. (No Fee)
f
8 FIELD TESTING AND DISINFECTION
Pressure testing to be done in accordance with AWWA C600-87, subsequent ta
backfill and compaction. Disinfection to be done in accordance with AWWA CC
90. A standard plate count will be required by the District. The bacteriological
shall be made by a certified laboratory selected by the District.
3. ASBESTOS CEMENT PIPE 1 A. GENERAL:
8 The Contractor will be encountering existing asbestos materials @.e.: asbe!
cement pipes) during prosecution of his work.
B. HEALTHHAZARD:
The Contractor is warned that Asbestos is known human carcinogen w
inhaled and poses serious health risks. Asbestos fibers are easily inhaled
can result in chronic respiratory illness, cancer and other severe health effe
I
I
I
8
1
8
C. REMOVAL OF EXISTING PIPE:
Removal of existing asbestos material shall be performed by a Contrac
registered by CWOSHA and certified by the State Contractor Licen!
Board for asbestos removal. Copies of the certification shall be submittec
the District prior to the commencement of any asbestos removal activil
The Contractor or subcontractor shall comply with all State and Federal 1
regarding handling and removal of asbestos materials. The Contractor s
Technical Specifica
Supplemental Provi
12129182 F
I.
1
be responsible for the proper identification, removal and disposal of 8 asbestos materials.
D. JOINING EXISTING ASBESTOS CEMENT PIPE:
In the specific instance of making connection to the existing asbestos cem
pipe, the contractor shall disconnect, at the nearest joints, the length
asbestos cement pipe to be connected into. This length of existing asber
cement pipe will be replaced by the new pipe making the tie-in.
CUTTING AND HANDLING ASBESTOS PIPE:
The Contractor shall cut asbestos cement pipe only when absolutely necea
and shall perform all cutting and handling of asbestos cement pipe in st
conformance with all applicable CAIJOSHA, E.P.A. and governing he;
agency requirements. The Contractor shall provide sufficient supervision (
monitoring to assure said conformance.
I 4. VALVE AND HYDRAULIC SPECIALTIES
1 SENTENCE
1. equal.
1 or approved equal.
f
1
i
1
8
E.
MODIFY SECTION B. GATE VALVES: B-1 SCOPE, 4-12 INCH, Lp
DELETE: Gate valves 4-12 inch shall be American 80 CRS valves or appro
ADD: Gate valves 4-12 inch shall be American-Darling 80 CRS, Waterous, M d
5. PAVEMENT REPLACEMENT
A. GENERAL:
U
I
1
I
I
I
I
The work to be done consists of furnishing all labor, equipment and mater
and performing all operations necessary to resurface all trenching as requj
herein.
B. PRODUCTS:
A. Amhalt Concrete Type I-C2-AR-4000 conforming to Section 2C
of the Standard Specifications (Green Book)
B. Seal Coat SS-1H Emulsified Asphalt.
C. Aggregate Base Class I1 per Cal-Trans Section 26.1.02 A, P
25-1, 1988 Edition.
Technical Specificai
Supplemental Provi
12/29/32 R
I.
1
I
I
I
I
I
1
1
1
I
C. EXECUTION:
Saw-cut and remove existing roadway approximately six inches wider t
trench on each side. In all other respects, this work shall conform to Seci
300-1 of the Standard Specifications.
Asphalt concrete shall conform to Section 203-6 of the Stand
Specifications. Asphalt concrete shall be placed per section 302-5 of
Standard Specifications. A tack coat shall be applied to all existing sufi
to be covered or paved. A seal coat shall be applied to the finished paven
at 72 hours after completion at a rate of 0.10 gallons per square y(
Disposal of concrete and asphalt concrete pavement shall be the I
responsibility of the Contractor. Replacement shall conform to San Di
Regional Standard Drawings No. G-24, Type A (as modified by Typ
Trench Section on Sheet 1 of Drawings.)
Disposal of concrete and asphalt concrete pavement shall be the I
responsibility of the Contractor.
t
D. PAYMENT:
AU the material and work specified in this section shall be paid for c
linear foot or square foot basis as indicated in the Bid Schedule. 8@ 6. REPLACE TRAFFIC MARKING AND STRIPING
A. GENERAL:
The work to be done consists of replacing all striping and traffic marl
removed or damaged during construction.
B. PRODUCTS: i
I C. EXECUTION:
Thermoplastic shall not be used.
All work shall be in conformance with Section 84 "Traffic Stripes
Pavement Markings" and Section 85 "Pavement Markers" of the Statc
California, Department of Transportation, Standard Specifications di
January 1988.
Application shall consist of two coats of paint.
I
I
i
I
Technical Specifica
Supplemental Pmvi
12/29/82 I
I.
I
8
I
I
I
I
I
I
I.
I
I
1
I
1
1
I
I
D. PAYMENT:
All material and work specified in this section shall be paid for on a lun
sum basis as indicated in the Bid Schedule. r.
Technical Specifica
Supplemental Provi
12/29/82 I;
I.
I
MATERIALS LIST
FOR
HILLSIDE PROJECT'
REPLACEMENT OF WATER MAINS
IN HILLSIDE DRIVE, CHESTNUT AVENUE, AND ARLAND ROAD
IN THE CITY OF CARLSBAD
+ B
I
1
I
I
i
I.
I
i
I
I
I
D
I
A. Asbestos cement and steel pipe shall be in conformance with Standard Plans i
Suecifications for Construction of Water Mains, Carlsbad Municipal Water Dish
latest edition.
B. Polyvinyl Chloride Pipe
The pipe shall be J-M, Pacific Western, Capco, Diamond, ETI or Vinyltech P
conforming to AWWA C900. Provide pipe with rubber ring bell end or plain t
with rubber ring coupling. Solvent weld joints are not permitted. Provide pipe VI
cast iron equivalent outside diameter and Class 150 or 200 pressure rating as shc
on the drawings.
C. Fittings - Ductile Iron
Use ductile iron push-on fittings conforming to AWWA CllO or C153 wit1
minimum rated working pressure of 250 psi. Provide fittings with bells and Rub
0-Ring gaskets specifically designed for cast iron equivalent outside diameter P 1 pipe.
D. Flanges
Flanges on ductile iron fittings shall conform to AWWA CllO or ANSI B1C
Class- 150.
E. Lining and Coating
Provide double thickness lining and use cement conforming to ASTM C150 Type
The interior of the fittings will be cement mortar lined by the factory per AWT
C104.
F. Saddles
All services to be saddled. No direct tapping permitted. Saddles shall be flat silic
Materials
12/L9/92 R
I.
I
I bronze body with wide strap, double strap of bronze or stainless steel and bronze nuts w
Rubber 0-Ring gaskets. 1" and 2" services will be Jones J-969, Ford 202 B.S. or Ron
202B.
G. Bolts, Nuts and Gaskets
All flange bolts, nuts and washers to be cadmium plated with non-oxide grei
applied to the bolts (head and threads) and nuts prior to installation.
I.
I
H. Plastic Wrap
All buried valves, fittings, service saddles, tapping sleeves, and appurtenances will
double wrapped with eight (8) mill polyethylene film (ANSVA) thickness to sixtc
(16) mil.
I
I
I
I
I.
I
I
I
1
I
I
I
I I. Copper Water Services
1. 1" & 2" Copper Water Tube - 1" & 2" copper water tube shall confom
"Standard Specifications for Seamless Copper Water Tube" AS
Designation No. B-88, Type K, (soft), latest revision. All sweat-type fitti
will be silver soldered, 15 percent (15%) Silflo.
Buried Comer Tubing - All buried copper tubing will be sleeved (Pla
Sleeve I.A.P.M.O. or approved equal) or wrapped with ten (10) mill P
pipe tape (overlap 50%). Sleeve will be securely taped to tubing. All sez
or tears shall be taped to prevent the entry of moisture.
Copper Services - All copper services shall be completely encased wit
minimum 6" below and 12" above piping in sand. Sand shall be free from
foreign materials such as dirt, rocks, sticks, clay vegetation, etc., and shall
so graded that not more than ten percent (10%) by weight shall pass a '
200 sieve (silica sand not permitted.)
2.
3.
I J. Gate Valves
1. 4" to 12" resilient Seat-American Darling, Waterous, or M. & H., with fac
fused coated epoxy coating inside (interior coating shall be holiday free)
outside, with machine surface flange face.
K. Butterfly Valves
1. American Darling
2. Mueller
Materiak
12/29/92 E
I.
1
I L. Plug Valve
Nordstrom
M. Ball Valves
P
1 Pratt
N. Corporation Stops - Ball Corps
1. MIP X Flare
1
1
I
I
De
E
I
I
0
Ford 1" FB700
2" FB700
Jones 1" 51929 - 2" 51929
Mueller 1" B25025 I 2" B25025
2. MIP X MIP
Ford 1" FB500
2" FB500
Jones 1" 51943
2" J 1943 1 0. Angle Meter Stops
1. Flare X Meternumeter Flange
Ford 1" BA23-444W
2" Fv23-777w
2" 51525-F
Mueller 1" B-24255
Jones 1" J-1964W
E 2" H14276
P. Meter Box
1. 1" Service
Brooks No. 37 with two (2) piece lid, J. & R. W4% with two (2) piece lit
San Diego Precast Concrete No. 4% with two (2) piece lid. (In traffic ar e use cast iron lid).
2. 2" Service
Matenah
1209192 I
1.
I
D
Brooks No. 66 with two (2) piece lid, J. & R. W6B with two (2) piece
San Diego Precast Concrete No. P69 with two (2) piece lid. (In traffic are
a two (2) piece diamond plate steel lid with ribbed reinforcement.)
Q. Valve Boxes
1.
2.
J. & R. Products Valve Box No. 3RT, box and lid marked RECLAIMEI
Blow-Offs - Alhambra Foundry No. 29612, 12" X 24" can (asphalt coated) i
12" diameter cast iron box cover (marked reclaimed).
i.
I
I
1
1
I
I.
I
I
1
1
I
1
I
I
R. Tapping Sleeve
1. Mueller M.J.
2. Tyler M.J.
3. Romac - All stainless steel w/stainless steel flange.
S. Detector Tape
1. Thor Enterprises, Inc.
P.O. Box 450
Sun Prairie, Wisconsin 53590 (Magnetic) I
T. Paint for Valve Box Lids
1. Valve box lids shall receive two (2) coats of Frazee Paint No. 502, Tra
Yellow or approved equal.
Materials
12/29/92 R
1.
1
I
I.
1
I
B
1
MODIFIED COMPARABLE
STD. DWG. EXISTING CMWI
NUMBER DESCRIPTION STD. DWG. NO.':
w5 1" MANUAL AIR RELEASE ASSEMBLY 13
W6 2" BLOW-OFF MANUAL AIR RELEASE 14
W8 OUTLETS ON D.I. OR STEEL MAIN FOR
1" THRU 2" ASSEMBLIES
w12 FIRE HYDRANT ASSEMBLY 3
W13 VALVE BOX ASSEMBLY 4
W15 CONCRETETHRUST BLOCKS FOR NON- 6
W16 GATE VALVE INSTALLATION PVC, DIP, 5
w19 THRUST BLOCK BEARING AREAS 9
1, 2, 13 & 14
RESTRAINED JOINTS
ACP & STEEL PIPE
1
I
I
1
I
I
1
I
I.
I
I
I
1
i
B
1
r.
I . SEE SPEclFlcaTIONS f%R SOlDIBNG RE(XIIRMEh
2. SEE SPECIFICATlONS FOR LD FWNTlNG i R~l~fNTS.
I.
I
I
1
1
I
II
I
I
I.
1
I
I
1
1
1
i
I
I.
I. SEE sFECIrnrnS f?x SOLERING FIEQUIREME
2. SEE SPECIFICATIONS FOF? FWNTING REQUIREMENT
3. SEE IMPROVEMENT PL FOR ASSEMBLY SIZE.
I.
AC. MAIN WC MAIN
FCR WATER SERVICE CONNECTION (TYP. )
STD. I OUTLETS ON AC OR W.C MAIN FOR I tNCH THRU 2 INCH ASSEMBLIES I d DECEM v t
I
1. FIRE HYDRANT BASE - 6EA. 13%' DIA. HOLES.
2. BOLTS & NUTS - 3423' HEX HW
3. INSTALL BOLTS WITH NUTS ON TOPOF FLANGE.
4. SEE SPEClFlcATlorv FCR F#INTiNG REQUIREMENTS. (BEGIN WUNTAT SCORE IN BREAK-OFF SPOOL).
5. SEE SECIFICATKN FOR BURIED RANGE REQUIREMENTS.
6. SEE 1MPFII)VEMENT PLANS FOR RRE HVORANT LOCATIONS.
* 36' FQR NoN-CoMlaKxls / OR- NO SIDEWALK.
I
i
D
R
4
I
I
I.
I
1
1
I
I
B
8
I
I.
------I------
I.
1
i
I
II
I
i
I
I
1.
I.
RISER SHALL Ncrr RESTONBONNET OF VALVE. ( 2' MIN. 1
I SECTION A-A
OOMESTIC WATER I
I
1
t
1
1
I . IN NON- Ropo AREAS PLACE GUAR0 POST NEXT TO VALVE 8oX ASSEMBCY AS DIRECTEO 8Y THE ENGlNEER(SEE 3. ORAWtNG NO. 22).
2 . SEE ORAWING NO. 22 FOf? GATE V EXTENSION.
I.
1
I
1
1
I
1
4
Ih
I
1
I
I
I
1
1
1
REINFORCING STE€L DETAIL. r.
1 VERTICAL BEND.
TEE (SIDE VIEW
LENGTH INTO AND OUT WAkFl7
3. CONCRETESHAU,ESWK.(X A MIN. 3 QAY CURING TIME BEK
4 . SEE DWG'S. NQ I7 8 I8 R3R REOL PWG,B aumm VALVE THR~
2 . FOR AC. PIPE, A MIN. 3'-3' TO A 6'-
I.RlTlNGSSklALl8EOUCTllElRONFOR HYOROSTATJC TEST.
QLF! & W.C.; CASTIRON FOR KR (CEMENT LINED SHORT Boou). BLOCKS.
I.
1
I
i
I
I
1
I
1
Io
I
I
I
i
I
8
i
1
I , SEE SPfXIFCAllONS FOR BlJmED FLANGE:ANo VALVE REQUIREMEMS.
2. SEE ORAWING N0.B K)R
I.
REIWWCING STEEL DETAIL.
---
I.
I
1
1
I
8
t
I
i
E.
I
I
I
1
II
i
I
I.
Pfpe oiomster h Inches
1. BASEDON225fSJTEST~SSWEANOEARNGWJJ€SCFDRY~. 8 AN0 c€AOEME, I€; SlRAlGHT UNE THR
I.
TYPE A TYPE B
NOTES 1. Existing AC. shall be cut and nmoved in such a manner so as not to tear, bulge or
displaa adjjacant pavement Edges shhslt be clean and vsrtical. All cub shall be parallel or perpendicular to street unrsrline, when practical.
base matorial.
at all contact surfaces, prior to resurfacing.
1) Minimum total thickncsr shall k one inch greatar than axisting AX. b) AC. shall br hot plant mix,
dfinith mum for Typ 8 resurfacing shall k Idd down wing a tpreadtr box. 6. All AC. nrurfrcing shall k mal coated with m emulufied asphalt md awrtd rVith and. Chip sealing Jlall k applied 91 nquired by &my. 6. Type B not to k urtd ~n ltural crossings. 7. Sloughing of trench under psvtmnt fhafl be cause for requiring additional pavement and baae.
2 Base material to be replaced to depth of existing base. AC. may be substituted for
3. A tack coat of asphaltic emulsion or paving asphalt shall br applied to ex'uting A.C.
4. Atphaltic Concna Rslurfacing:
SAN DIEGO REGIONAL STANDARD DRAWING atcomufmto tr int UI) Mtco W.GIORA1 nANOAAw COYY(T7lt
TRENCH RESURFACING TYPES A & 8
June 20, 1994
Thomas Pipeline, Inc.
24060 Washington Ave.
Mdeta, CA 92562
Re: Bond Release - Construction of Hillside Water Line Replacement - Contract N
3404/0 Proj. No. 89-108
The Notice of Completion for the above-referenced project has recorded. Therefore, we ai
hereby releasing Faithful Perfomance Bond No. BN1321118, Firemen’s Insurance Co. (
Newark, New Jersey, in the amount of $237,643.00. The bond is enclosed so that you ca
return it to your surety. The Warranty Bond has been retained.
A copy of the recorded Notice of Completion is enclosed for your records. &* Assistant City C e
Enc.
c: Rita, Eng.
1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-281