Loading...
HomeMy WebLinkAbout1984-04-10; City Council; 7707; Curb, gutter & sidewalk replacement program\B# 77 07 . ATG. ?//O/fq IEPT. U/M RECOMMENDED ACTION: TITLE: CURB, GUTTER AND SIDEWALK REPLACEMENT PROGRAM CONTRACT NO. U/M-1 Adopt Resolution No. 75&0 approving plans and specifications and authorizing City Clerk to advertise for bids. ITEM EXPLANATION: Council approved funds in the amount of $50,000 in the 1983/84 budget (01-51-10-2410) for concrete replacement in the City. of City streets and established a list for the replacement of curbs, gutters and sidewalks. ment project. project” and is theref ore exempt from environmental clearances. managed and inspected by the Utilities & Maintenance Department. The Streets Division has conducted a survey Maintenance staff has drawn plans and specifications for the replace- The replacement program is consideredan “administrative maintenance The project will be FISCAL IMPACT: Funds in the amount of $50,000 (Acct. No. 01-51-10-2410) were budgeted for this replacement program. Maintenance estimate for the work is $48,000. EXHIBITS : 1. Resolution NO. 75x0 2. Location map 3. Location Details 4. Plans, Specifications and Contract Documents I . 3 d W 0 w m 0 Q n a iE vo 0 -4 oa uo l- 4 l- 4 6 rr: 0 s 4 Y J a s Ln I= W W w W 7 0 4 N . I T n - ? s: G . s. -4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 20 RESOLUTION NO. 7560 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA APPROVING THE PLANS AND SPECIFICATIONS FOR THE REPLACEMENT CURB, GUTTER AND SIDEWALK AND AUTHORIZING THE CITY CLERK TO ADVERTISE FOR BIDS WHEREAS, the City of Carlsbad repairs and replaces curb, gutter and side- walks in various locations of the City and; WHEREAS, the City Council approved funds in the Fiscal Year 1983184 budget for such repair and replacement; WHEREAS, the Director of Utilities & Maintenance has developed a recom- mended list for replacements; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad as follows: 1. The plan and specifications for the Fiscal Year 1983184 curb and gutter program attached hereto and made a part of are approved. 2. The City Clerk is directed to make appropriate advertisements for such work. PASSED, APPROVED, AND ADOPTED at a regular meeting of the City Council held on the 10th day of m, 1984, by the following vote, to wit: AYES: NOES: None Council~rs Casler, -is, Kulchin, Chick and Presoott ABSENT: None ATTEST : ALETHA L. RAUTENKRANZ, City Cderk (SEAL) I ? c CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS & SPECIFICATIONS for CURB, GUTTER AND SIDEWALK REPLACEMENTS - 1984 CONTRACT NO. U/M-1 3 TABLE OF CONTENTS ITEM - NOTICE INVITING BIDS PROPOSAL BIDDER'S BOND TO ACCOMPANY PROPOSAL DESIGNATION OF SUBCONTRACTORS BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE CONTRACT LABOR AND MATERIALS BOND PERFORMANCE BOND GENERAL PROVISIONS SPECIAL PROVISIONS PAGE - 1 3 7 8 10 11 12 17 19 21 27 . I CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Page 1 Sealed bids will be received at the Office of the Purchasing Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, until 4:OO PM on the day of 9 19 at which time they will be opened and read for performing therk as follows: CONTRACT NO. U/M-1 The work shall be performed in strict conformity with the speci- fications therefor as approved by the City Council of the City of Carlsbad on file in the Engineering Department. Reference is hereby made to the specifications for full particulars and description of the work. No bid will be received unless it is made on a proposal form furnished by the City. Each bid must be accompanied by security in a form and amount required by law. The bidders' security of the second and third next lowest responsive bidders may be withheld until the contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten days after the contract is awarded. Pursuant to the provisions of law (Government Code Section 4590), appropriate securities may be substituted for any money deposited with the City to secure any obligation required by this notice. The documents which must be completed, properly executed, and notarized are: 1. Proposal 2. Bidder's Bond 3. Designation of Subcontractors 4. Bidder's Statement of Financial Responsibility 5. Bidder's Statement of Technical Ability and Experience All bids will be compared on the basis of the Engineer's estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's estimate is No bid shall be accepted from a Contractor who has not been licensed in accordance with the provisions of State law. The Contractor shall state his or her license number and classification in the proposal. Page 2 One set of plans, special provisions, and contract documents may be obtained at the Utilities & Maintenance Department, 405 Oak, Carlsbad, California, at no cost to licensed contractors. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the contract shall be those as determined by the Director of Industrial Relations pursuant to the Sections 1770, 1773, and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor Code, a current copy of applicable wage rates is on file in the Office of the Carlsbad City Clerk. The Contractor to whom the contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the contract. The Prime Contractor shall be responsible to insure compliance with provisions of Section 1777.5 of the California Labor Code. The provisions of Part 7, Chapter 1 of the California Labor Code commencing with Section 1720 shall apply to the contract for work. A prebid meeting and tour of project site will/will not be held on at at . Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause for rejection of bid. Bonds to secure faithful performance of the work and payment of laborers and materials suppliers each in an amount equal to one hundred percent (100%) of the contract price shall be required for work on this project. Approved by the City Council of the City of Carlsbad, California, by Resol ution No. , adopted on the day of bate AlethaL. Rautenkranz, City Clerk * CITY OF CARLSBAD Page 3 CONTRACT NO. U/M - 1 PROPOSAL City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. U/M - 1 in accord ance with the Plans and Specifications of the City of Carlsbad, and the special provisions and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: Approximate Un i t Item Article w/Unit Price or Quantity No. Lump Sum Written in Words & Unit Price TOTAL - - 1. Type i'Gii concrete curbs & 2,129 L.F. gutters including fine grade complete in place at Dol 1 ars Cents per lineal foot. 2. 4" PCC sidewalks including 3,472 S.F. fine qrade complete in place at Dol 1 ars & Cents per square foot. 3. 5 1/2" PCC driveway and 1,516 S.F. approaches including fine grade complete in place at Dol 1 ars Cents per square foot. Page 4 Approximate Item Article w/Unit Price or Quantity No. Lump Sum-Written- in-Uords &-Unit - - 7 1/2" PCC driveway and 640 S.F. approaches Commerical & Multiple units including fine grade complete in 4. place at - Dol 1 ars 3- Cents per square foot. 5. Sidewalk removal at 3,472 S.F. - ---DO- - .cents per square foot. 6. Curb and gutter removal at Dol 1 ars Cents per lineal foot. 7. Dr i veway and approach removal at DoTl ar s - -cents per square foot. 2,129 L.F. 2,156 S.F. Unit -Price TOTAL Tot a1 amount of bid in word s : Total amount of bid in numbers: $ has/ h ave been .. Addendum (a) No(s) received and is/are included in this proposal. Page 5 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds and insurance policies within twenty (20) days from the date of award of contract by City Council of the City of Carlsbad, the proceeds of check or bond accompanying this bid shall become the property of the City of Carlsbad. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. Identification The undersigned bidder hereby represents as follows: - 1. That no Councilmember, officer, agent or employee of the City of Carlsbad is personally interested, directly or indirectly, in this contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents or employees, has induced him/her to enter into this contract, excepting only those contained in this form of contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is in an amount of not less than ten percent (10%) of the total bid price. (Cash, Certi7ied Ch eck, Bond or m's Check) Page 6 The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. The undersigned is aware of the provisions of the State of California Labor Code, Part 7, Chapter 1, Article 2 relative to the general prevailing rate of wages for each craft or type of worker needed to execute the contract and agrees Phone Number Date -Bidder's Add ress to comply with its provisions. Bidder's Name Authorized Signature Authorized Signature Type ot Organization P art ners h i p ) (Individual, Corporation, List below names of President; Secretary; Treasurer; and Manager, - if a corporation; and names of all partners, if a partnership: (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST BE ATTACHED) (CORPORATE SEAL) Page 7 BIDDER’S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we, , as Principal, and . asmtv. are held and firmly bound unto the City of Carlsbad, ialifornia”,-in the sum nf Dol 1 ars - - . . - . - ... I ~~ ($ 1. lawtul money of th e United St ates for the .. payment of which sum-well and truiy to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH: That if the proposal of the above-bounden principal for: in the City of Carlsbad, is accepted by the City Council of said City, and if the above bounden Principal shall duly enter into and execute a contract including required bonds and insurance policies within twenty (20) days from the date of award of contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event any Principal above named executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 9 19 day of Corporate Seal (If Corporation) I_ Pri nci pal Title (Notarial acknowledgement of execution by all PRINCIPALS and (Attach acknowledgement of SURETY must-be attached.) Attorney in Fact) /7 Page 8 DESIGNATION OF SUBCONTRACTORS The undersigned certifies he/she has used the subbids of the following listed Contractors in making up his/her bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the Director of Utitities & Maintenance, and in accordance with applicable provisions of the specifications. No changes may be made in these subcontractors except upon the prior approval of the Director of Utilities & Maintenance of the City of Carlsbad. The following information is required for each subcontractor. Additional pages can be attached, if required: Full Complete Items of Company Address Phone No. Work Name w/Zip Code w,/Area Code Page 9 DESIGNATION OF SUBCONTRACTORS continued The bidder is to provide the following information on the subbids of all the listed subcontractors as part of the sealed bid submission. Additional pages can be attached if required. Type of State Carl sbad Amount Contracting Business of Full _Company Name License & No. License No.* Bid ($ or %) *Licenses are renewable annually twelve months after inital purchase. If no valid license indicate "NONE". Valid license must be obtained prior t submission of signed contracts. (Notarize or Corporate Seal ) Bidder's Company Name ress 6xder's Complete Add Authorized Signature Page 10 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a notarized or sealed statement of his/her financial responsibility. (Notarize or Corporate Seal) 7g n a€u re Page 11 - I- -- - BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE The Bidder is required to state what work of a similar character to that included in the proposed contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used if notarized or sealed. (Notarize or Corporate Seal ) Signature Page 12 CONTRACT - PUBLIC WORK This agreement is made this day of . bv and between the Citv of Carmad, California. a 9 19 -- - municipal corporation (hereinafter called 'ICity") and a whose principal place of business is II_. 7 hereinafter call ed !IC o n t r ac t o r . ) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the contr-act documents for: Removing and replacing curb, gutter and sidewalks in designated areas of the City and in the quantities shown in the proposal. (hereinafter called "project") 2. Provisi,ons of Lab,or and Materials. Contractor shall provide a1 1 1 abor. materials. tools. eauiDment and Dersonnel to pe.rform the work spedified by the' contract documents. 3. Contract Documents. The contract documents consist of this contract; the bid documents, including the notice to bidders, instructions to bidders and contractors proposal; the plans and specifications and all proper amendments and changes made thereto in accordance with this contract or the plans and specifications; and the bonds for the project; all of which are incorporated herein by this reference. 4. Pa ment. As full compensation for Contractors performance & under this contract, City shall make payment to Contractor as follows: On a unit price basis to be made as shown on the payment schedule attached hereto and made a part hereof. 22 . Page 13 Payment of undisputed contract amounts shall be contingent upon Contractor furnishing City with a release of all claims against City arising by virtue of this contract as it relates to those amounts. 5. Independent- Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions under the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The contract price includes payment for all work that may be done by Contractor in order to overcome unanticipted underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditons are as thus indicated. Contractor is satisfied will all job conditions, including underground conditions and has not re1 ied on information furnished by City. 6. Contractor Responsible for Unforeseen Conditions. Contractor shall b e responsible for all 1 oss or damage arising out of the nature of the work or from the action of the elements or from any unforeseen difficulties which may arise or be encountered in the prosecution of the work until its acceptance by the City. Contractor shall also be responsible for expenses incurred in the suspension or discontinuance of the work. However, contractor shall not be responsible for reasonable delays in the completion of the work caused by acts of God, stormy weather, extra work, or matters which the specifications expressly stipulate will be borne by City. 7. Chang-e Orders. City may, without affecting the validity of this contracf, order changes, modifications, deletions and extra work by issuance of written change orders. Contractor shall make no change in the work without the issuance of a written change order, and Contractor shall not be entitled to compensation for any extra work performed unless the City has issued a written change order designating in advance the amount of additional compensation to be paid for the work. If a change order deletes any work the contract price shall be reduced by a fair and reasonable amount. If the parties are unable to agree on the amount of reduction the work shall nevertheless proceed and the amount shall be determined by arbitration or litigation. The only person authorized to Page 14 order changes or extra work is the Director of Utilities & Maintenance. However, no change or extra work order in excess of $5,000.00 shall be effective unless approved by the City Council. 8. Prevailing-Wage. Pursuant to the Labor Code of the State of talifornia, the City Council has ascertained the general pre- vailing rates of per diem wages for each craft or type of worker needed to execute the contract and a schedule contain- ing such information is in the City Clerk's office and is in- corporated by reference herein. Pursuant to Labor Code Section 1775 contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. Indemnit . Contractor shall indemnify, hold harmless and from any and all liability or loss resulting from any suit, claim or other action brought against City, or for any other losses of whatever nature, directly or indirectly arising from the acts of Contractor or its officers, employees or agents done in the construction of this project or in the performance of this contract regardless of responsibility for negligence. The expenses of defense include all costs and expenses, including attorneys fees, of litigation, arbitration or other dispute resolution method. Nothing in this paragraph shall require contractor to indemnify City for losses caused by the active negligence of City. d ity and its officers and employees, and each of them, 10. Insurance. Contractor shall maintain insurance covering the liability stated in paragraph 9 in an amount acceptable to the City Council and shall cause the City to be named as an additional insured on any policy of liability or property damage insurance concerning the subject matter or performance of this contract taken out by Contractor. 11. Workers Compensation. Contractor shall comply with the requirements of Section 3700 of the California Labor Code. Contractor shall also assume the defense and indemnify and save harmless the City and its officers and employees from all claims, loss, damage, injury and liability of every kind, nature and description brought by any person employed or used by Contractor to perform any work under this contact regardless of responsibility for negligence. 12. Proof of 1nsuranc.e. Contractor shall submit to the City certification of the policies mentioned in Paragraphs 10 and 11 or proof of workers' compensation self insurance prior to the start of any work pursuant to this contract. 13. Arbitration. Any controversy or claim in any amount up to 100,000 arising out of or relating to this contract or the breach thereof may, at the option of City, be settled by arbitration in accordance with the construction industry rules of the American Arbitration Association and judgment upon the award rendered by the arbitrator(s) may be entered Page 15 in any Cal ifornia court having jurisdiction thereof. The award of the arbitrator(s) shall be supported by law and substantial evidence as provided by the California Code of Civil Procedure, Section 1296. 14. Maintenance of Recor-ds. Contractor shall maintain and make available to the City, upon request, records in accordance with Sections 1776 and 1812 of Part 7, Chapter 1, Article 2 of the California Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this contract. Contractor shall notify the City by certified mail of any change of address of such records. 15. Labor Code Provisions: The provisions of Part 7, Chapter 1 commencina with section 1720 of the California Labor Code are incorborated herein by reference. 16. Security. Pursuant to the requirements of law (Government 'Code Section 4590) appropriate securities may be substituted for any monies withheld by City to secure performance of this contract or any obligation established by this contract. 17. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Special Provisons" attached hereto and made a part hereof. t ont r ac tor (Seal ) (Notarial acknowledgement of execution by ALL PRINCIPALS must be attached.) APPROVED AS TO FORM: BY Ti tl e - Ti tl e. CITY OF CARLSBAD, CALIFORNIA Assistant City Attorney hayor -? 3- -- Page 16 ATTEST: my Cle3 Contractors Certification of Awareness of Workers Compensation Responsibility. ''1 am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." tontr ac tor Page 17 LABOR AND MATERI-AL BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. ad o pt ed 9 has awarded to hereinafter designated as the "Princw, a contract for: in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents now on file in the Office of the City Clerk of the City of Carlsbad. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his/her or its subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon for or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW. THEREFORE. WE. as Principal, hereinatter designated as the "Contractor", and as Surety, are her bound unto the Citv ot Carlxad in the sum of - 1 Dollars ($ ) said sum being one hundred per cent (lm) of t6e estimated amount payable by the City of Carlsbad under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/her subcontractors fail to pay for any materials, provisions, provender or other supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the court, as required by the provisions of Section 4202 of the Government Code of the State of California. a7 -- Page 18 This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the provisions of Section 4205 of the Government Code of the State of California. In the event any Contractor above named executed this bond as an individual, it is agreed the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor and Surety above named, on the day of , 1984. (Notarize or Corporate Seal for each Signer) - Ton t r ac t o r Surety __I Page 19 PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Car sbad, State of California, by Resolution No. adopted 9 has awarded to hereinafter designated as the "Vrincm", a contract for: ¶ in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents now on file in the Office of the City Clerk of the City of Carlsbad. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, WE, Y as Principal, hereinafter designated as the I'Co-, and Surety, are held and tirmly bound unto the City of Carfsbac in as the sum of Dollars of the estimated amount of the contract. to be Daid to the said ($ ), said sum being equal to 1 mqE7Tzx (100%) City or its certain attorney, its succe;sors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, his/her or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his/her or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. Page 20 And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. In the event that any Contractor above named executed this bond as an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor and Surety above named on the day of , 19 (Notarize or Corporate Seal for Each Signer) Contract or Surety GENERAL _P ROV I S IONS Page 21 1. PLANS AND S,PECIFICATIONS The sDecifications for the work shall consist of the latest edition of the Standard Specifications for Public Works Construction hereinafter designated SSPWC , as issued by the Southern ChaDterS of the American Public Works Association, the City of Carlsbad supplement to the SSPWC, the Contract documents and the General and Special Provisions attached thereto. 2. WORK TO BE DONE The work to be done shall consist of furnishing all labor, equipment and materials and performing a1 1 operations necessary to complete the project work as shown on the project plans and as specified in the specifications. 3. DEFINITIONS AND INTENT A. Engineer: The word "Engineer" shall mean the Director of Utitlies & Maintenance or his approved representative. B. Reference to Drawings: Where words "shown", "indicated", "detailed", "noted", "scheduled" or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions unless stated otherwise. C. Directions: Where words ttdirectedlt, "designated", "selected" or words of similar import are used, it shall be understood that the direction, designation or selection of the Inspector is intended unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Director of Utilities & Maintenance" unless stated otherwise. -- Page 22 D) Equals and Approvals: Where the words laequalll, "approved equal", "equivalent" and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Inspector" unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Inspector is intended. E) Perform and Provide: The word "perform" shall be understood to mean that the Contractor, at her/his expense, shall perform all operations, 1 abor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified, or required to mean that the Contractor, at her/his expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools equipment and transportation. 4. CODES AND STANDARDS Standard specifications incorporated in the requirements of the specifications by reference shall be those of the latest - edition at the time of receiving bids. It shall be understood that the manufacturers or producers of materials so required either have such specifications available for reference or are fully familiar with their requirements as pertaining to their product or materi a1 . 5. CONSTRUCTION SCHEDULE A construction schedule is to be submitted by the Contractor per Section 6-1 of the SSPWC at the time of the preconstruction conference. If the completion date shown on the Notice to Proceed letter is not met by the Contractor, he will be assessed the daily salary of the City Inspector for each working day beyond the completion date, as damages. Page 23 Coordination with the respective utility company for removal or relocation of conflicting utilities shall be requirements prior to commencement of work by the Contractor. The Contractor shall begin work after being duly notified by an issuance of a "Notice to Proceed" and shall diligently prosecute the work to completion within consecutive calendar days from the date of receipt of said "FI otice to Proceed." 6 . NONCONFORMING WORK The Contractor shall remove and replace any work not conforming to the plans or specifications upon written order by the Director of Utilities & Maintenance. Any cost caused by reason of this nonconforming work shall be borne by the Contractor. 7. GUARANTEE All work shall be guaranteed for one year after the filing of a "Notice of Completion" and any faulty work or materials discovered during the guarantee period shall be repaired or replaced by the Contractor. 8. MANUFACTURER'S INSTRUCTIONS Where installation of work is required in accordance with the product manufacturer's directions, the Contractor shall obtain and distribute the necessary copies of such instructions, including two copies to the Director of Utilities & Maintenance. 9. INTERNAL €OMBUSTION-ENGINES All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to City Noise Control Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. 10. CITY INSPE€TORS All work shall be irnder the observation of a City Inspector designated by the Engineer. Inspectors shall have free access to any or all parts of work at any time. Contractor shall furnish Inspectors with such information as may be necessary to keep her/him fully informed regarding progress and manner of work and character of materials. Inspection of work shall not relieve Contractor from any obligation to fulfill this contract. e- - . Page 24 11. PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this contract shall be deemed to be inserted herein and the contract shall be read and enforced as though it were included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party the contract shall forthwith be physically amended to make such insertion or correction, 12. INTENT OF CONTRA€T DOCUMENTS The Contractor, her/his subcontractors and materials suppliers shall provide and install the work as indicated, specified and implied by the contract documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances throughout the life of the contract, the City will be the interpreter of the intent of the contract documents and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise her/his subcontractors and materials suppliers of this condition of the contract will not relieve her/him of the responsibility of compl i ance. 13. SUBSTITUTION OF MATERIALS The Proposal of the Bidder shall be in strict conformity with the drawings and specifications and based upon the items indicated or specified. The Contractor may offer a substitution for any material, apparatus, equipment or process indicated or specified by patent or proprietary names or by names of manufacturer which she/he considers equal in every respect to those indicated or specified. The offer made in writing, shall include proof of the State Fire Marshal Is approval (if required), all necessary information, specifications and data. If required, the Contractor, at her/his own expense, shall have the proposed substitute, material, apparatus, equipment or process tested as to its quality and strength, its physical, chemical or other characteristics, and its durability, finish, or efficiency, by a testing laboratory as selected by the City. If the substitute offered is not deemed to be equal to that so indicated or specified, then the Contractor shall furnish, h c -- Page 25 14. erect, or install the material, apparatus, equipment or process indicated or specified. Such substitution of proposals shall be made prior to beginning of construction, if possible, but in no case less than ten (10) days prior to actual installation. PERMITS The general construction, electrical and plumbing permits will be issued by the City of Carlsbad at no charge to the Contractor. The Contractor is responsible for all other required licenses and fees. 15. QUANTITIES IN THE SCHEDULE The quantities given in the schedule, for unit price items, are for comparing bids and may vary from the actual final quantities. Some quantities may be increased and others may be decreased or entirely eliminated. No claim shall be made against the City for damage occasioned thereby or for loss of anticipated profits, the Contractor being entitled only to compensation for the actual work done at the unit prices bid. The City reserves and shall have the right, when confronted with unpredicted conditions, unforeseen events, or emergencies, to increase or decrease the quantities of work to be performed under a scheduled unit price item or to entirely omit the performance thereof, and upon the decision of the City to do so, the Director of Utilities & Maintenance will direct the Contractor to proceed with the said work as so modified. If an increase in the quantity of work so ordered should result in a delay to the work, the Contractor will be given an equivalent extension of time. 16. SAFETY & PROTECTION OF WORKERS AND PUBLI€ The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about or adjacent to the premises where the work is being performed. He/she shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public and shall post danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes and falling materials. 3 5- 17. Page 26 CODES, ORDINAN€ES, REGULATIONS & ABBREVIATIONS Reference to codes, ordinances and regulations are to editions in effect as to date of proposals. Abbreviations are used for agencies issuing standard specifications as follows: Agency American Society for Testing Materi a1 s U.S. Government National Board of Fire Underwriters American Institute of Steel Construct ion Amer i c an Stand ard s Assoc i at ion Underwriters Laboratories, Inc. Department of Commerce American Concrete Institute St and ard s Abbreviation ASTM Fed. Spec. NBFU AISC AS A UL cs AC I ---- Page 27 SPECIAL ~ROVISIONS/SPECIFICATIONS . 1. Utilities 2. 3. The Contractor shall notify Underground Service Alert far enough in advance of the operations to verify utility locations at the various sites. It shall be the responsibility of the Contractor to protect all existing utilities whether shown or not on the project plans. Pavement Removals Pavement, root and other material removals shall conform to Section 300-1 of the SSPWC and to these special provisions. All concrete or pavement removals shall be made along a saw cut or a weakened plane joint. The exent of the pavement removals will be marked in the field by the Engineer. All removals shall become the responsibility of the Contractor and shall be disposed of at a legal site. Pruning of large tree roots 5" in diameter, will be done by the City forces. The Contractor is responsible for notifying the City 24 hours in advance of the need to prune roots. Cutting and clearing of local tree roots shall be the responsibility of the Contractor. Payment for the concrete removals incl uding asphalt removals necessary to form new gutters and all materials disposal shall be considered included in the unit price bid for this item and no additional compensation will be made therefor. The basis for measurement shall be made on the horizontal sidewalk, curb and gutter areas. The removal of asphalt concrete in the roadway necessary to form gutters will not be considered in the payment of the pavement removal item. Concrete Sidewalk and €urb and Gutters The construction of concrete sidewalk and curb and gutter shall conform to the requirements of Section 303-5 and 201-1 of the SSPWC and these special provisions. The repair of the driveway aprons shall be included under the driveway item. 37 . , Page 28 Curbs and gutters, sidewalks and driveway aprons shall be replaced in kind with the existing surrounding improvements and according to the San Diego Regional Standards Numbers 6-2, 6-7-1 and 6-14-1. Payment for the concrete curb and gutters and sidewalks shall be considered included in the unit price bid for these items and no additional compensation will be made therefor. 4. Aggregate Base Aggregate base material shall conform to the requirements of Section 301 of the SSPWC and to these special provisions. Aggregate beneath the roadway section shall be Class 11. Compensation for the aggregate base shall be included in the unit price paid for curb and gutter and no additional payment wi 11 be made therefor. 5. Asphalt Concrete Asphalt concrete shall conform to the requirements of Section 203 and 302 of the SSPWC and to these special provisions. Apshal t concrete shall be Type 1-6-AR-4000. A tack coat shall be applied to all abutting concrete surfaces at the rate of 0.10 gal/SY. The tack coat shall be Type SS1 asphaltic emulsion. A seal coat shall be applied to the finished surface at the rate of 0.10 gal/SY. The seal coat shall be Type SS1 asphaltic emulsion with a 60-70 grade liquid asphalt. Asphalt concrete roadway sect ions shall be rep1 aced with the same thickness as the existing asphalt concrete plus 1 inch. Compensation for the asphalt concrete complete and in place shall be considered included in the unit price bid for the curb and gutter and no additional compensation will be made therefor. 6. Noticing Proper,ty- Owners It shall be the responsibility of the Contractor to inform the affected property owners of the proposed construction in front of residences. Special noticing shall be given to the residents of the houses where the driveway is to be repaired. Compensation for the residential noticing shall be considered included in the prices bid for the various items of work and not additional compensations will be made therefor. c. . Page 29 7. Clean-up Clean-up and dust control shall conform to the requirements of Section 7-8.1 of the SSPWC and to these Special Provisions. Compensation for site clean-up and dust control shall be considered included in the unit prices bid for the various items of work and no additional payment will be made therefor. 8. Street Closures, Detour-s, Barricades and Signing The Contractor shall not close any street within the City of Carlsbad without first obtaining approval of the City Engineer. The Contractor shall provide and install barricades, delineator warning devices and construction signs in accordance with the Work Area Traffic Control Handbook. All signing and barricading will meet with approval of the City Engineer or his Representative. Should the Contractor fail to furnish a sufficient number of traffic and/or pedestrian safety devices, the City will place necessary item and and the Contractor will be billed for items and wages to place items. Judgment as to adequate or sufficient barricading shall be that which is adequate or sufficient in the opinion of the City Engineer or his Representative. * c h r Page 30 CITY OF CARLSBAD STANDARD DRAWINGS The standard drawings for the City of Carlsbad shall be comprised of the 1979 edition of the San Diego Regional Standard Drawings (SDRS) as published by the San Diego Department of Transportation and as modified by the additions and substitutions listed below and the City of Carlsbad Supplemental Standards attached hereto. Modifications to the San Diego Area-Regional Standards 6-14 Shall be modified by the substitution of the following: 5 1/2" thickness in place of the 4" thickness for residential driveway and 7 1/2" thickness in place of the 6" thickness for commercial driveway. Driveway aprons will be same thickness as driveways. h - Revision By ~EEOYYLNDED 8V THE SA1 OILGO SAN DIEGO REGIONAL STANDARD DRAWING REGIONAL STANDARDS COYYlTTEf Page 31 Approved Date * Thickness Jc, 9 J Z.L/-. r- - &i -5 Thickness d Hf.b - -- Cone. ?id ~e. IC T-! .TT DRAWING CONCRETE DRIVEWAYS NUMBER G-14.1 Property Line '..'...? .. .:,; f* -.! .. . . b' . .. 7-72 6-a ~-82 Non-contiguous Sidewalk -& :I I PLAN E LEVATION Edge of Sidewlkd I /Nordl Rirc 1/4" per foot, 534" Residential 73 I" Commrial SECTION R--/ Ll'' above Gutter NOTES 1. No concrete shall be placed until forms and wbgrade are inspected by the ApmQf. 2. Concrete shall be 520-C.2500. 3. See standard drawings 6-15 and 6-16 for width and location requirement% LEGEND ON PLANS $ of - Residential (Commercial) +-t Drivewav , - Page 32 . I I P"" i I I I I J varies Width as shown on plan 1/2" R 'f it. I I I I I I b---- -- --- ------ -------* NON-CONTIGUOUS NOTES 1. Concm shall k 517 - C - 2500. 2 Slt Standard DmringG-lOfor joint details. LEGEND ON PLANS .. .. ,...C. '. . . ... . ..'.?I: ,-.-.. , I I I I SIDEWALK - TYPICAL SECTIONS t- ORAWING , -* ” Page 33 r< L .A LEGEND ON PLANS I t 3 s 0 SAN DIEGO REGIONAL STANDARD DRAWING CURB AND GUTTER - COMBINED 2” Weakened Plane Joint Reviuon I Bv I A~prond Date II !I I I I1 I 1 112” except when elwetions shown indicate othemirr. c 3 . .?. .. . * .. .. .:, . 0. .. .c’.-. : . . I *WPE G & H CURB P ’ AREP ’I TYPE W en c- with 6” Curb Face NOTES: 1. Concrete shell be 517 - C - 2500. 2. Sa Standard DrawingG-10for joint details. DRAWING NUMBER 6-2 Y3 h I Page 34 CERTIFICATION OF COMPLIANCE I hereby certify that in performing under the Purchase Order awarded by the City of Carlsbad, will comply with the County of San Diego Affirmative Action Program adopted by the Board of Supervisors, including all current amendments. Legal Kame of-Contractor Signature (Seal) (NOTARIZE OR CORPORATE SEAL) - fitle (Notarial acknowledgement of execution by all principals must be attached.) A 84-061 S 816 April 13, 1984 TO: CITY MANAGER FROM: Director, Utilities & Maintenance LEVANTE STREET SIDEWALK INSTALLATION As directed by the City Council at its April 10, 1984 meeting, the cost of installing 1,215 1.f. of sidewalk along Levante Street between Anillo Way and Escenico Terrace has been calculated: 1,215’ long x 5’ wide = 6,075 sq. ft. @ $2.00 per sq. ft = $12,150 plus $3,000.00 for grading = $15,150.00 This project could be readily added to the contract which Council approved to be advertised on April 10, 1984. There are a couple of funding options available. transferred from the contingency fund to account number 01-51-10-2410. project could be accomplished under the Improvement Act of 1911, allowing the benefited parties to pay for the improvement. Necessary funds could be The The Improvement Act of 1911 is both an act for creation of a lien against property and an act which provides for the issuance of bonds. all the necessary provisions for initiating the proceedings, acquiring jurisdiction, letting contracts for the work, assessing benefited properties, collecting assessments and issuing bonds secured by unpaid assessments. The proceeding can be initiated by petition of the property owners or by direct action of the City Council. It contains RWG/JNE:jlc COUNCIL ACTICkJ: Council directed that $15,150 be transferred from the contingency fund and that the sidewalk described above be added to the curb, gutter, and sidewalk maintenance antract approved by council on April 10, 1984. %