Loading...
HomeMy WebLinkAboutAyala Engineering; 2015-02-06; PWM15-46UTILRECORDED REQUESTED BY DOC# 2015-0504503 1111111111111111111111111111111111111111111111111111111111111111111111 CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 Sep 24, 2015 03:09 PM OFFICIAL RECORDS Ernest J. Dronenburg, Jr , SAN DIEGO COUNTY RECORDER FEES: $0.00 PAGES: 1 Space above this line for Recorder's use. PARCEL NO: NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on August 6, 2015. 6. The name of the contractor for such work or improvement is Ayala Engineering 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Poinsettia Lift Station Outfall Sewer Manhole Covers, Project No. 5503-9. 8. The street address of said property is 2422 Copper Way in the City of Carlsbad. VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Manager of said City on S'e~\Qe!.C 14, 20.15._, accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct Executed on ~:J}ep\eWl\?ev21, 20 IS:, at Carlsbad, California. A9Ji:l: 22,os?! R~o~ Q0\5-2!D Word\Masters\Forms\Nol!ce of Completion (City) 3/9/98 CITY OF CARLSBAD ACCEPTANCE OF PUBLIC IMPROVEMENTS COMPLETION OF PUBLIC IMPROVEMENTS The contractor has constructed the improvements required for Project No. 5503-9, Poinsettia Lift Station Outfall Sewer Manhole Covers, and has requested that the City of Carlsbad accept the public improvements. City forces have inspected the public improvements and found them to be satisfactory. The public improvements consist of: IMPROVEMENTS VALUE Sewer $10,500 PUBLIC WORKS DIRECTOR CERTIFICATION OF COMPLETION OF IMPROVEMENTS d ~;> -1 f!3 ·~/~ 1 ohle CITY MANAGER'S ACCEPTANCE OF PUBLIC IMPROVEMENTS The construction of the above described public improvements is deemed complete and hereby accepted. The City Clerk is hereby authorized to record the Notice of Completion and release the bonds in accordance with State Law and City Ordinances. The City of Carlsbad is hereby directed to commence maintaining the above described improvements. APPROVED AS TO FORM: Assistant City Attorney Word\Masters\Forms\Acceptance of Public Improvements (C1ty) 3/9/98 PWM15-46UTIL CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT POINSETTIA LIFT STATION OUTFALL SEWER MANHOLE COVERS; CONTRACT. NO. 5503-9 This agreement is made on the day of /^is^K'C/<a.f^ , 20(S^ by the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), aTfd ALAYA ENGINEERING whose principal place of business is 8482 East Meadowridge Street, Anaheim CA 92808, (hereinafter called "Contractor"). City and Contractor agree as follows: DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the project described by these Contract Documents (hereinafter called "Project"). PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents unless excepted elsewhere in this Contract. CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract, Contractor's Proposal, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict, this Contract will supersede terms and conditions in the Contractor's proposal. LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carlsbad Ordinances governing labor. GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project in accordance with directions and subject to inspection approval and acceptance by: (City Project Manager) PREVAILING WAGES REQUIRED. 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 Sections 1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the applicable wage rates is on file in the Office of the City Engineer. 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 execution of the Contract. FALSE CLAIMS. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. POINSETTIA LIFT STATION OUTFALL SEWER MANHOLE COVERS 5503-9 Page 1 of 5 City Attorney Approved 2/7/13 PWS15-46UTIL Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five years and that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in contract bidding. Signature: Print Name: ^CA/>QJ^J REQUIRED INSURANCE. The successful contractor shall provide to the City of Carlsbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers' Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be furnished to the City prior to the start of work. The minimum limits of liability insurance are to be placed with insurers that have: (1) a rating in the most recent Best's Key Rating Guide of at least A-:V and (2) are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less than $500,000 Subject to the same limit for each person on account of one accident in an amount not less than $500,000 Property damage insurance in an amount of not less than $100,000 Automobile Liability Insurance in the amount of $100,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non- scheduled. The automobile insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner The above policies shall have non-cancellation clauses providing that thirty (30) days written notice shall be given to the City prior to such cancellation. The policies shall name the City of Carisbad as an additional insured. INDEMNITY. The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. JURISDICTION. The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. Start Work: Contractor agrees to start within /G working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within "7 working days after receipt of Notice to Proceed. POINSETTIA LIFT STATION OUTFALL SEWER MANHOLE COVERS 5503-9 Page 2 of 5 City Attomey Approved 2/7/13 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE §1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California . of SfcO 0 ) County On V%-1J)\^ before me Date personally appeared ( Were Insert Name and Title of tAe Officer Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(^ whose name(s) is/swe subscribed to the within instrument and acknowledged to me that he/sherttrey executed the same in his/h©ftWretr authorized capacity(ie^, and that by his/heft*i6ir signature(^ on the instrument the person(8), or the entity upon behalf of which the person(^ acted, executed the instrument. OFFICIAL SEAL MILO L. MCCORMAC NOTARY PUBLIC-CALIFORNIA COMM. NO. 2053109 SAN DIEGO COUNTY MY COMM. EXP. DEC. 23.2017 1 J I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature. Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration ofthe document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Document Date: • Corporate Officer — Title(s): • Partner — • Limited • General • Individual • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: Signer's Name: • Corporate Officer — Title(s): • Partner — • Limited • General • Individual • Attomey in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 PWS15-46UTIL CONTRACTOR'S INFORMATION. ^/ (name of Contractor) (Contractor's license number) (license class, and exp. date) (street address) (city/state/zip) 9y¥' '?/^ 9 (telephone no.) (fax no.) (e-mail address) El AUTHORITY. The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR OD ta CD CO (priwname/titfe) By: (sign here) CITY OF CARLSBAD, a municipal corporation of the State of California By: Assistant City ManaAori Doputy Gity Monogor 'OP Department Director as authorized by the City Manager Patrick Thomas ATTEST: BARBARA ENGLESON City Clerk (print name/title) If required by City, proper notarial acknowledgment of execution by Contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups: Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: Assistant City Attorne; POINSETTIA LIFT STATION OUTFALL SEWER MANHOLE COVERS 5503-9 Page 3 of 5 City Attorney Approved 2/7/13 PWS15-46UTIL EXHIBIT A LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR Set forth below is the full name and location of the place of business of each sub-contractor whom the Contractor proposes to subcontract portions of the Project in excess of one-half of one percent of the total bid, and the portion of the Project which will be done by each sub-contractor for each subcontract. NOTE: The Contractor understands that if it fails to specify a sub-contractor for any portion of the Project to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the Contractor shall not be permitted to sublet or subcontract that portion ofthe work, except in cases of public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." SUBCONTRACTORS Portion of Project to be Subcontracted Business Name and Address License No., Classification & Expiration Date %of Total Contract Total % Subcontracted: POINSETTIA LIFT STATION OUTFALL SEWER MANHOLE COVERS 5503-9 Page 4 of 5 City Attorney Approved 2/7/13 PWS15-46UTIL EXHIBIT B (ENTER SCOPE OF WORK, SPECIFICATIONS, CONTRACTOR'S PROPOSAL, ETC.) JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION PRICE 1 Lump Sum 3 Remove Existing Standard Manhole Frame and Cover and Replace with Bolt Down Gas Tight Sewer Manhole Frame and Cover per attached Specification Section 01010. $10,500.00 TOTAL* $10,500.00 'Includes taxes, fees, expenses and all other costs. POINSETTIA LIFT STATION OUTFALL SEWER MANHOLE COVERS 5503-9 Page 5 of 5 City Attorney Approved 2/7/13 SECTION 01010 SUMMARY OF WORK PART 1 - GENERAL 1.01 GENERAL A. The Work to be performed under this Contract shall consist of fumishing all tools, equipment, materials, supplies, and manufactured articles and fumishing all labor, transportation and services, including fuel, power, water, and essential communications, and performing all work, or other operations required for the fulfillment of the Contract in strict accordance with the Contract Documents. The Work shall be complete, and all work, materials, and services not expressly indicated or called for in the Contract Documents which may be necessary for the complete and proper constmction ofthe work in good faith shall be provided by the Contractor as though originally so indicated, at no increase in cost to the Owner. B. The work under this contract shall conform to the Standard Specifications for Public Works Constmction, 2012 Edition (Green Book). C. The location of work is shown on attached Exhibit 1.1; 1.2 & 1.3 1.02 WORK COVERED BY CONTRACT DOCUMENTS A. Work Covered under Contract Documents: 1. Contractor shall acquire a City of Carlsbad Right-of-Way permit prior to commencement of work. 2. Remove and dispose of three (3) existing manhole frame & covers shovm in Exhibits: 1, 2 «& 3 3. Install three (3) bolt down gas tight manhole covers including surface repairs consistent with City of Carlsbad Std. Drawings S-1 A as shown on Exhibit 4. The replacement covers shall be CamSeal Pressure Tight Manhole Cover per Exhibit 5. 4. The existing T-Lock (PVC) liner shall be integrated into the new frame and cover resulting in a gas tight fitting. 5. The contractor shall make all reasonable efforts to protect exiting improvements including landscaping. Any damage or disturbed existing improvements including landscaping shall be repaired or replaced retuming all to the pre- constmction condition. 6. Comply with all Cal OSHA regulations including confined space entry pennits and necessary. 7. Comply with all jurisdiction agency environmental and health and safety regulations. Poinsettia LS FM Outfall Manhole Covers Summary of Work Contract No. 5503-9 October 2014 01010 - 1 1.03 SITE CONDITONS A. Site Conditions 1. Contractor shall be aware of the hazards of extreme high levels of H2S gas which may be emitted from this sewer. Contract shall control the release of the gasses protecting both the public and workers throughout the duration of the project. 1.04 SPECIFIC COORDINATION AND MILESTONE REQUIREMENTS A. Coordination Requirements: The Contractor shall coordinate the work of this project through the City's Inspector assigned to this contract. A right of way permit is required prior to commencement of work within the City's right-of-way or easements. 1.05 CONTRACTOR'S USE OF THE PROJECT SITE A. The Contractor's use of the project site shall be limited to his constmction operations. On-site storage of materials and on-site fabrication facilities will be limited to areas approved by owner, subject to environmental, traffic, and community relations considerations. These areas (however limited in extent) will be identified by Owner subsequent to contract award. B. The Contractor's use of the project site and surrounding area is further limited by the restrictions of the permits included in the contract. C. At the end of each workday the entire work area shall be swept free of all soil and construction debris for re-opening of the work area to traffic, bicycles, and pedestrians. 1.06 OWNER'S USE OF THE PROJECT SITE A. The Owner may utilize all or part of the existing site during the entire period of construction. The Contractor shall cooperate and coordinate with the Owner and the Construction Manager to facilitate the Owner's operations and to minimize interference with the Contractor's operations at the same time. In any event, the Owner shall be allowed access to the project site during the period of constmction. 1.07 DEFINITIONS APPLICABLE TO TECHNICAL SPECIFICATIONS A. The following words have the meaning defined in the Technical Portions ofthe work: 1. Indicated: Is a word used to direct the Contractor to information contained on the drawings or in the specifications. Terms such as "shown," "noted," "scheduled," and "specified" also may be used to assist in locating information but no limitation of location is implied or intended. 2. Fumish: Means to supply and deliver to the site, to unload and unpack ready for assembly, installation, testing, and start-up. 3. Install: Defines operations at the site including assembly, erection, placing, anchoring, applying, shaping to dimension, finishing, curing, protecting, and cleaning, ready for the Owner's use. Poinsettia LS FM Outfall Manhole Covers Summary of Work Contract No. 5503-9 October 2014 01010 - 2 4. Provide: Is defined as furnish and install, ready for the intended use. 5. Installer: A person or firm engaged by the Contractor or any subcontractor for the performance of installation, erection, or application work at the site. Installers must be expert in the operations they are engaged to perform. PART 2 - PRODUCTS PART 3 - EXECUTION (NOT APPLICABLE) END OF SECTION Poinsettia LS FM Outfall Manhole Covers Summary of Work Contract No. 5503-9 October 2014 01010-3 LOCATION MAP MANHOLE «2 (370-4) 40 no PROJECT NAME:pQ|,^g£jy,y^ ypj STATON OUTFALL SEWER MANHOLE COVERS iPIIOJBCT NO. CP 5603-9 EXHIBIT 1 LOCATION MAP NOTE: AERIAL PHOTO DOES NOT SHOW BUILDINGS WHICH HAVE BEEN CONSTRUCTED, PROJECT NAME:pQ||,g5£-pj,^ ypj sTATON OUTFALL SEWER MANHOLE COVERS PROJECT NO. CP 6503-9 EXHIBIT z SITE PHOTOGRAPHS PROJECT NAME: POINSETTIA LIFT STATON OUTFALL SEWER MANHOLE COVERS PROJECT NO. CP 5503-9 EXHIBIT 5 STANDARD HAST IRON MANHOLE PAVEMENT OR FRAME & COVER - SEE DWG. NO. ii4. FINISH GRADE. 12" I I 1?" WIDE X 6" THICK cOMCftrfE C6LLAk. CLASS 560-C-3250 WTH y ASPHALT CONCRETE OVERUY (TOPICAL). S DIA. VARIABLE .}OINT DETAIl. PIPE TQ MH 'JOINT DETAIL 8" 5' DIA. MIN SLOPE 1" PER FT. IffflDTH SHALL EQUAL INSIDE DIA. OF PIPE. BENTONITE •ccsr ADJUST WITH CONCRETE RINGS INVERT SECTION A-A NOTES: M'N. DEPTH = PIPE DIA. MIN. TOP-2-2 1/2" RINGS. RFNTQNITE / CLAY PANEL -4" MIN. MANHPLE..TO BE^QONSTRLjCTE^IN^^^^^^ ACCORDANCE WITH NOTES. S-1 jJl"E.!^}8p^0F'cT<ANNtL: SHAFr , "VJM BACK TO PIPE FACE. CORNERS. LOCiyS D WIW 'LIED TO 8" MANHOLE PROFILE -PVC PIPE L MANHOLE- CHANNEL J POUR BASE AGAINST 6-INCHES OF 3/4" CRUSHED ROCK BASE PVC UNING BUTU ELAN COUF .JONT ROPE_ 4" JOINT Y, STRIP \M FILL WITH NON GROUT MANHOLE MANHOLE? BASE PVC PIPE $FCTION A-A MASONRY SANO/ PLASTIC CEMENT JOINT DETAIL Aa CONCRETE TO CONCRETE JOINTS SHALL BE NOTCHED ETC. PVC TURN BACK ON PVC PIPING SHALL BE A MINIMUM OF 6". PVC TURN BACK SHALL BE HELD TIGHT TO PVC PIPING BY 1/2" STEEL BANT " CONTACT CEMENT i BOTH SURFACES. NO FUT SHEET PVC ..SHALL BE U^O. FORM IN T-LOCK OR ARROW^OCK QN SHELF AND CHANNEL OVERLAP^ ONTO kMNHC^^ SHAFT AND CHANNEL UNER; WELD TO BOTH AND COMPLETE WITH V WELD STRIPS. INSTALL NONSKID SURFACE ON MANHOLE SHELF. INSTALL PRE FORMED AMER--PLATE^95Y PVC SIIEVE UNDER FRAME AT TOP OPENING. WELD 4" JOINT STRIPS AND RNISH BOTH EDGES WITH 1" mO STRIPS. COMPLETE CONCRETE CHANNEL SHALL BE CONSTOUITED^.WTO FORMS^^ THE LOWER 90* SHALL BE T-LOCK LINtD. THE "T'S" SHAli RUN VERTICAL AS IN THE MANHOli SHAH'AND SHALL BE TACKED AT THE TERMINUS OF THE T-LOCK. SIDES AND ENDS OF THE BASE TO BE EITHER rORMEgTs/WDBAGGE^ OR POURED AGAINST UNDISTURBED EARTH. SYSTEM. VOLCLAY VOLTEX OR APPROVED EQUAL ALL LINER^JOINTS SH^^^ BY WELDERS CERTIFIED BY THE PVC„,^ MANUFACTURER. LINER WLL BE SPARK TESTED AT 20.000 VOLTS MIN. PIPE TO MANHOLE CONNECTION DETAIL EPOXY COATING SYSTEM^ MAY BE USED IN LIEU OF PVC LINING FOR THE §HELF AND CHANNEL OF THE MANHOLE. COA-nNCS" SHALL BE APPROVED BY OTY ENGINEER YSTEM AND ANGLES OR JUNCTIONS^SHALL HAVE 0.2' MIN. DROP THROUGH MANHOLE NOT TO SCALE CITY OF CARLSBAD PVC LINED MANHOLE OTY ENGINEER DATE SUPPLEMENTAL STANDARD NO. S-IA Technical Specification Information CamSeal Pressure Ttght Manhole Cover and Frame Manhole cover and frame shall be called CamSeal or approved equal. Cover and frame shall be manufactured from Ductile Iron. Covers shal! be fastened to the frame by six clamping claws held by stainless steel bolts. Covers shall incorporate a sealed handling box and be one-man operable using standard tools, and shall be capable of withstanding a test load of 100.000 Ibs. Frames shall be circular and be available in a 32-inch clear opening. The frame depth shall not exceed 4 inches, and the flange shall incorporate bedding slots and boll holes. Cover and frame shall incorporate a seating ring to prevent the ingress and escape of air and water to 14 psi (1 bar) positive or negative. Cover and frame shall be black coated. Frame weight: 167 Ibs. Cover weight: 185 Ibs, Total weight: 352 Ibs. i '[iJ-i >:S'^i^,^\ For more Information contact: FAMCON PIPE & SUPPLY. INC J 200 LAMBERT ST. OXNARD. CA 93036 (606) 485-4350