Loading...
HomeMy WebLinkAboutAbghari Construction; 1992-01-14; 3355T - DON’T ! T~ FILE From Karen RE: CONTRACT NO. 3355 - ABGHARI CONSTRUCTION Carlsbad Blvd. Whale Watch Fence A Stop Notice and Lawsuit have been filed for this project. DO NOT RELEASE ANY BONDS!!!! AIGNER FORM NO. 55-032 '* I .. October 24, 1991 ADDENDUM NO. 1 BID/PROJECT NO. 3355 - CARLSBAD BLVD. FENCE REPLACEMENT Please include the attached addendum in the Notice to Bidders/Request for Bids y have for the above project. This addendum--receipt acknowledged--must be attached to your Proposal Form/l when your bid is submitted. @ &,rl k/&L>,w*7* RUTH FLETCHER Purchasing Officer RF:af Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 0 - 2?3 IzrIsDad Village Drive - Carlsbad. Caiifornia 92008-1 989 - (61 9) 434-21 a c F ADDENDUM NO. 1 a CARLSBAD BOULEVARD WHALE WATCH HANDRAIL REPLACEMENT PROJECT NO. 3355 OCTOBER 24, 1991 NOTE: THE BID OPENING DATE SHALL BE CHANGED FROM 4:OO P.M. ON OCTOBER 28,199 TO 4:OO P.M. ON NOVEMBER 6,1991. Changes and additions to Plan Sheet 2, Drawing No. 320-5, are as follows: 1. 2. 3. Add Note: All handrail balusters shall be 3/4" square, 6063-T6, clear anodized aluminu Delete Aluminum Railing Note Number 8. On Handrail Detail A/2, change as follows: 3a. 3b. Delete 8-1/4" R between top rail and vertical post. Provide 1/2' expansion joints on rails at 50-fOOt intervals. 0 0 TABLE OF CONTENTS Itern & 0 NOTICE INVITING BIDS ........................................... CONTRACTOR’SPROPOS .......................................... BIDDER’S BOND TO ACCOMPANY PROPOSAL ........................... DESIGNATION OF SUBCONTRACTORS ............................... 1 BIDDER’S STATEMENT OF FINANCIAL, RESPONSIBILITY .................. 1 BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE .......... 1 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID .............................. 1 CONTRACT . PUBLIC WORKS ...................................... 1 LABOR AND MATERIALS BOND .................................... 2 PERFORMANCEBOND ........................................... 2 ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION ................................. 2 RELEASEFORM ............................................... 3 0 SPECIAL. PROVISIONS I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION ............................ 3 TECHNICAL SPECIFICATIONS - CARLSBAD BOULEVARD FENCEREPLACEMENT ........................................ 4 e 1 9/13/91 Re @ / I. 6 CITY OF CARLSBAD, CALIFORNIA 0 NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 12C Carlsbad Village Drive (formerly Elm Avenue), Carlsbad, California, until 4:OO P.M. on tk 28th day of October, 1991, at which time they will be opened and read, for performing tl work as follows: CARLSBAD BOULEVARD FENCE REPLACEMENT CONTRACT NO. 3355 The work shall be performed in strict conformity with the specifications as approved by th City Council of the City of Carlsbad on file with the Municipal Projects Department. Th specifications for the work include the Standard Specifications of Public WorE Construction, (SSPWC), 1991 Edition, and the latest supplement, hereinafter designate "SSPWC", as issued by the Southern California Chapter of the American Public WorE Association and as amended by the special provisions sections of this contract. Referenc is hereby made to the specifications for full particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-ownel businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators an contractors to utilize recycled and recyclable materials when available and wher appropriate. No bid will be received unless it is made on a proposal form furnished by the Purchasin Department. Each bid must be accompanied by security in a form and amount require! by law. The bidder's security of the second and third next lowest responsive bidders ma be withheld until the Contract has been fully executed. The security submitted by all othe unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days afte the Contract is awarded. Pursuant to the provisions of law (Public Contract Code Sectior 22300), appropriate securities may be substituted for any obligation required by this noticc or for any monies withheld by the City to ensure performance under this Contract. Sectior 22300 of the Public Contract Code requires monies or securities to be deposited with thc City or a state or federally chartered bank in California as the escrow agent. The documents which must be completed, properly executed, and notarized are: 1. Contractor's Proposal 2. BiddeJs Bond 3. Non-Collusion Affidavit e 9/13/91 Rev @ All bids will be compared on the basis of the Engineer's Estimate. The estimated quantiti are approximate and serve solely as a basis for the comparison of bids. The Engineel Estimate is $125,000. No bid shall be accepted from a contractor who is not licensed in accordance with tl provisions of California state law. The contractor shall state their license numbt expiration date and classification in the proposal, under penalty of perjury, pursuant Business and Professions Code Section 7028.15. The following classifications a acceptable for this contract: A or (C-8, C-13) in accordance with the provisions of sta law. If the Contractor intends to utilize the escrow agreement included in the contra documents in lieu of the usual 10% retention from each payment, these documents mu be completed and submitted with the signed contract. The escrow agreement may not 1 substituted at a later date. Sets of plans, special provisions, and Contract documents may be obtained at tl Purchasing Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue Carlsbad, California, for a non-refundable fee of $10.00 per set. The City of Carlsbad reserves the right to reject any or all bids and to waive any minc irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute tl: Contract shall be those as determined by the Director of Industrial Relations pursuant t the Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2 ( the Labor Code, a current copy of applicable wage rates is on file in the Office of tE Carlsbad City Clerk. The Contractor to whom the Contract is awarded shall not pay le: than the said specified prevailing rates of wages to all workers employed by him or her j the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions ( Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Codc "Subletting and Subcontracting Fair Practices Act." The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 172 shall apply to the Contract for work. A pre-bid meeting and tour of the project site will not be held. a 9/13/91 Re7 @ All bids are to be computed on the basis of the given estimated quantities of work, i indicated in this proposal, times the unit price as submitted by the bidder. In case of discrepancy between words and figures, the words shall prevail. In case of an error in tE extension of a unit price, the corrected extension shall be calculated and the bids will t 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 an typed or written in with ink and must be initialed in ink by a person authorized to sign fc the Contractor. Bidders are advised to verify the issuance of all addenda and receipt thereof one day pric to bidding. Submission of bids without acknowledgment of addenda may be cause ( rejection of bid. Bonds to secure faithfkl performance of the work and payment of laborers and materia, suppliers, in an amount equal to one hundred percent (100%) and fifty percent (50%: respectively, of the Contract price will be required for work on this project. These bond shall be kept in full force and effect during the course of this project, and shall extend i full force and effect and be retained by the City for a period of one (1) year from the dat of formal acceptance of the project by the City. Both bonds and insurance are to be placed with insurers that have a rating in Bests, Ke Rating Guide of at least A:V and are authorized to conduct business in the State c 0 California. The Contractor shall be required to maintain insurance as specified in the Contract. An additional cost of said insurance shall be included in the bid price. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 9 I- 27 8 , adopted on the 3 f d day of 5ePi-&4A@2, 19TI ,, ,-*LL-,yg-, -4-3 Lq- L&.,& XeJlda L. R& anz,dty Clerk %Yb Date 0 9/13/91 Re1 @ > 4 CITY OF CARLSBAD i CONTRACT NO. 3355 CARLSBAD BOULEVARD FENCE REPLACEMENT CONTRACTOR'S PROPOSAL City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 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. 3355 in accordance with the Plans and Specifications of the City of Carlsbad, and the Special Provisions and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: Approximate Item Quantity Unit * and Unit Price Total 1 Anodized Aluminum Handrail 1150 LF Complete In Place Including Post Anchors at 8": 5-p-/. LC W 1.c;- ?&> I I t5.m. L4d~'J '""gy-\/ ,s *- y Dollars per Linear Foot Sidewalk (G-7) at 1800 SF h;; :> ijLLJ; b Lf $ Qe fi&?Lj LJ . [tc Bk c 3 ' 2 Dollars per Square Foot 3 Remove and Discard Existing LS $2 ce Wood Fence and Foundation at gs, 4 f -q\ ^D wq {x ,,dl &'\Ye I-inJ @35-&- /k.s h5-&,:; %& &NO $4~9 XI ;tj12fj Dollars per Lump Sum 0 9/13/91 Rev. @ 5 Approximate wm Quantity Unit - No. and Unit Price Total 4 Clear and Grubb at LS 5-Ld(c e 5-24,s ";Sw la-< iI c 4 il:, c3 h&MJ&& @wr,,ja &. .-# la, 4) Dollars per Lump Sum Y 1200 SF I 3S'Lc %-- +LL *: $&sb CiPl i %-; )"d L&fJ 5 Construct Sod at kt & Bk. L.. Dollars per Square Foot --- / Total amount of bid in words: "'6'1i'rv )~V,kid fW~~ii:S;q~dD, F&)C (jt~fi:JypJ baa I 25 e!, g n+-3 Do r t $3 {-% ^I "7,+16; &> *tal amount of bid in numbers: $ u R:! I Price(s) given above are firm for 90 days after date of bid opening. Addendurn(a) No(s). k>N E proposal. The Undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any error or omissions of 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 the City Council of the City of Carlsbad, the proceeds of the check or bond accompanying this bid shall become the property of the City of Carlsbad. The Undersigned bidder declares, under penalty of perjury, that they are licensed to do business or act in the capacity of a contractor within the State of California and that they are validly licensed under license number which expires on I - 3 I - Ll 7. - This statement is true and correct and has the legal effect of an affidavit. has/have been received and is/are included in this 9 G 3 a 4 2 , classification A- f ,G .&&>> /sy J&<& i /p Y'< 07 I\ 0 df.Gi;'' P fi c6 %9 ib "/4 'd i/J i y pJ J \"I 74 9/13/91 Rev. 1 9. 6 A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant @o the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. 5 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. Public Contract Code § 20104. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted hidher 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 6jj-J BQ,.dJ (Cash, Certified Check, Bond or Cashieis Check) @or ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. ..e. .... -..a e... ... s .... .... 0 .. 9/13/91 Rev. @ I’ 7 The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article , relative to the general prevailing rate of wages for each craft or type of worker needed qo execute the Contract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted ptq.1 fi&fqrq&r rl SUd, b3 qi /+y&{,lJ,b&” , i (2) Signature (given and surname) of proprietor 1 /i v 1; (3) Place of Business 2 sq 2.- ’ 4%; 5 E !d SQG 15 (Street and Number) City and State fiq !.55/& ju fij5-i $- c.+ . 1’ (4) Zip Code 92 L s ! Telephone No. IF A PARTNERSHIP, SIGN HERE: (1) (2) Name under which business is conducted Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) 0 (3) Place of Business (Street and Number) City and State Zip Code Telephone No. @ 9/13/91 Rev. @ 8 IF A CORPORATION SIGN HERE: (1) Name under which business is conducted a (2) Signature Title Impress Corporate Seal here (3) (4) Place of Business Incorporated under the laws of the State of (Street and Number) City and State 0 (5) Zip Code Telephone No. NOTARIAL ACKNOWLEDGEMENT OF EI(ECUTI0N BY ALL SIGNATORIES MUST BE AITACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: D 9/13/91 Rev. @ . .. *' . * 9 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we, ABWARI CONSTRUCTION , as Prhcipal, and EXPLORER INSURANCE ,CQMBL as silrery are held and firmly bound unto the City of Carlsbad, California, in an amount as fdlows: (must be at least ten percent (10%) of the bid amount) for which payment, well and truly made, we bind oursdves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDTTION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-bounden Principal hc TEN PERCENT OF THE NOUNT BTn---(ln& OF qTn> -- - CARLSBAD BOUWARD FENCE REPLACEMENT CONTRACT NO. 3355 in the City of Carlsbad, is accepted by the City Council, and if the 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 Carkbad, 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 amourat specified herein shall be forfeited to the said City, - 0 .... .-.a .... .... .**. .... ...- ...I .... -... I) ..*. P 9/13/91 Rev. @ L . ._ . '* L Explorer Insurance Company POWER' OF ATTORNEY HOME OFRCE: SAN DIEGO, CALIFORNIA Certified Copy of e KNOW ALL MEN BY THESE PRESENTS: That the EXPLORER INSURANCE COMPANY, a Corporation duly authorized and existi laws of the State of APtZONA and having its principal office in the City of San Oiego, California. does hereby nominate, constitute a PHILIP E. VEGA its true and lawfulAttorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, a and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature thereof. This Power of Attorney is granted and is signed 2nd sealed by facsimile under and by the authority of the following Resolution ad1 Board of Oirectors of %e EXPLORER INSURANCE COMPANY at a meeting duly called and held on the 22nd day of JULY, 198: Resolution has not been amended or rescinded and of which the following is a true, full, and complete copy 'RESOLVED That the President or Secretary may from time to time appoint Attorneys-in-Fact to represent and act for and on Company. and either the President or Secretary, the Board of Directors or Executive Committee may at any time remove such Atton and revoke the Power of Attorney given him or her; and be it further RESOLVED: That the Attorney-in-Fact may be given full power to execute for and in the name of and on behalf of the cbmpan: bonds and undertakings as the business of the ampany may require, and any such bonds or undertakings executed by any such Fact shall be as binding upon the Company as if signed by the Resident and Sealed and attested by the Secretary.' IN WlTNESS WHEREOF, EXPLORER INSURANCE COMPANY has caused its official seal to be hereunto affixed and these prf signed byitsdulyauthorizedofficersthis 22nd day Of December, 1989. f=JJ EXPLORER INSURANCE COMPANY On this 22nd day of &c. , &?%?e the subscriber. a Notary Public of the State of California. in and for the County o duly commissioned and qualified, came Bernard Martin Feldrnan of MPLORER INSUFiANCE COMPANY to me personally known dividual and officer described in and who executed the preceding instrument. and he acknowledged the execution of the same, and I duly sworn, deposeth and saith, that he is the said officer of the Corporation aforesaid. and that the sed affixed to the preceding ir the Corporate Seal of the said Corporation. and that the said Corporate Seal and his signature as such officer were duly affixed and to the said instrument by the authority and dimc5on of the said Corporation. l~NE~~€F~~~~l%&~hqetgip set my hdnd and affixed my Wal Seal. at the Gty of San Diego. the day and yea SEAL- g s%**, 4% t STATE OF CALIFORNIA $.c r.db COUNTY OF SAN DEGO SS: a # P. I?,&P-~.Zh~,?d~& == 2 ? -= ?. -. t . p. _c a- .-. n :-2%%.4P3 wiEe& rj'.,:3.- ->. a' !:;-..\- J.!:NIS E. T:-!Z3r3$?5 .$ s' !- I-- >e;?, ,. , , -~--. ..;-/ !Si,',.:Y KXiC. G.L!FXX,~ *: m .'. . ./ $-"g-7-c-v-*.:--.., .- #a .-. i F& 3 ~ \.a:. ,<<, - -- ' ?,( ?CX.:..'.'L GiC. :?8 -. su: 3:E .:3 :'>l;tj i'/ ..? a/ p! r .--. -.-. r. - -9 ,*.. .... .. .... ..> !-::e : !9] : . -, . ---__-_-, -1 sr*TE-(.jg mfaRm - - L& - - - L : L z A --;=d COUNM OF SAN DIEGO .Notary Puolic 1. the undersigned. James W. Austin, Ill, of the EWIORER INSUF"C€ COMPANY. do hereby certify that the original WWER NEY. of which the foregoing is a full, true and correc! cow. is in full force wd elfact, and has not bean revoked. IN WlTNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the Corporate seal of the Corpoi 19 cr i'; q?~ day of qJb+J a. MPLORER INSURANCE COMPANY e 0 5 %*a ,** 8 p Ld secretary G** .. EX?? CU 37 . I \* * 1C In the event Principal executed this bond as an individual, it is 3greed that the death 01 Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this day of a Executed by SURETY r&-.28M day of ,I9 -* e- OCTO6 ER ,1991. PRINCIPAL: SURETY: ABGHARI CONSTRUCT I ON EXPLORER INSURANCE COMPANY (Name of Principal) (Name of Surety) By; Fr--y7 --3![y?, L - gka mAttorney-in&act 8 (print name here) -* z f %!&I IP E. GA i"\ '\ \printe&xfilrne 73 of ATtorney-m-F2 -. T -# (attach corporare resolution showing current power of attorney) :S& E GLYI td'b YC (tide and organization of signatary) a* By: (sign here) 1 (print name here) I (title and organization of signatory) f 9 (Proper nordal acknowledge of execution by PRINCIPAL and SURETY must be attached) (President or vice-ptesidenr and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must arcach a resolution certified by the secretary or assistant secretary under corporate sed empowering that officer to bind the corpofation.) APPROVED AS TO FORM: VINCENT F. BIONDO, SR. Chy Attorney By: KAREN J. HIRATA e Deputy City Attorney 9/13/91 Rev. 68 =L -~=*=~Xll*l****~l%~Z8~~*~**~~*SXX*~~8~~X~***~8~~88~~~x~xr~~~~~x~ x * STATE OF CALIFOENIA, COUNTY OF 1 If' j X x. before me a J q--i j On this '3d'>c19i.dsy of * me a Notary Public, withi ty and State, * personally appeared * Pe~sonallg known to m * evidence) to Be the pepson whose name is subscribed to the withir * instrument as the AttoPney--In-Fact of and for the EXPLORER -1NSUEL * COMPANY, and acknowledged to me that he subscribed the name of tl * EXPLORER -1NSURAXCE COMPANY thereto as Supetg, and his own name ai * Attorney--In-Fact, * *<>ti >+'C+.R*+i rPq-t****** <.i F3CL'14I. :;"L 9 0 Sk:rRI Ri; iiA'dfSH f p:3T~:,'i FURLlC CA..iFORFJ!A z 4'' ")TARY BOND FiLED IN t io$, ANGELS COJNTY o r *, MY Commission Expires January 39. 19% P LU.~OQ~.#0*~?140+.o:aa~*~~~a~~:P~~~~~V~~~ a Notary Public -~-~ri~xir~rrr~~~r~rrx~r~x~r*~~~-~oo***rr~~~rr~n~~rrr~~rrrr~~~~~~i~~ 11 DESIGNATION OF SUBCONTRAaORS The Contractor certifies he/she has used the sub-bids of the following listed Contractors in making up his/her bid and that the sub-contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with applicable provisions of the specifications and Section 4100 et seq. of the Public Contracts Code - "Subletting and Subcontracting Fair Practices Act." No changes may be made in these subcontractors except upon the prior approval of the City Engineer of the City of Carlsbad. The following information is required for each sub-contractor. Additional pages can be attached if required: 8 Items of Complete Address Phone No. Work Full Company Name with Zip Code with Area Code f 4 66 5 fi1LhYy 57- pd ,*. 7 ? h"i c; i,i ?-?el 4, r &;~AL~$ fi~ I: ~d R jc. ibie pLJ /iwac(, - * 9/13/91 Rev. @ 12 AMOUNT OF SUBCONTRACTORS' BIDS . m 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 Contracting Carlsbad Business Amount of Bid 62 ($ or YO) Full Company Name License & No. License No.* Cb32tS &PjJ $&L @senL hr fkk $-/$ jpdd -.. __L 2-9 ECL" I !#.'(, - * Licenses are renewable annually. If no valid license, indicate "NONE." Valid license must be obtained prior to submission of signed Contracts. e 9/13/91 Rev. @ 1: BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 0 Bidder submits herewith a statement of financial responsibility. tr\k? (, b6 *J 1- L 'a' 4k ?Y67 -cur Ln M -+i- P c .L flfbq FULLY LC< ;+ 'p 5/ M i 1% k ~' > -.. Fr'nr 1-l B,a'J /?/bJ? fl-uq 3 LL. \I Be 8flhddC2 c* /' I lJ a 9/13/91 Re CB I" John J. Deniken, Jr. Certified Public Accountant 2172 Dupont Drive, Suite 16 e Irvine,CA92 Fax: 7 141752-61 BUS.: 714/757-01 Board of Directors Abghari Construstion El Toro, California We have reviewed the accompanying balance sheet of Abghari Construction. as of October 31, 1990, and the related statements of income, retained earnings, and cash flow for the period then ended, in accordance with the standards established by the American Institute of Certified Public Accountants. All information included in these financial statements is the representation of the management of Abghari Construction. A review consists principally of inquiries of company personnel and analytical procedures applied to financial data. It is substantially less in scope than an examination in accordance with generally accepted auditing standards, the objective of which is the expression of an opinion regarding the financial statements taken as a whole. Accordingly, we do not express such an.opinion. Based on our review, we are not aware of any material modifications that should be made to the accompanying fin- ancial statements in order for them to be in conformity with generally accepted accounting principles. f WflU John J. Deniken Certified Public Accountant November 15, 1990 Abghari Construction Balance Sheet as of October 31, 1990 ASSET * Current Assets Cash in bank $ 10,3E Inventory (Note 3) Accounts receivable (Note 2) 33,45 Contruction in progress $336,857 Less: Costs in excess of billings (192,492) 144,3C Prepaid expenses - 7,6e 85, OC Investments (Note 4) Total Current Assets $280 , 88 Fixed Assets Contruction equipment $ 18,640 Automotive equipment 14 , 780 6,450 Office equipment Total $ 39,870 Less: Accumulated depreciation (Note 5) (15,550) Total Fixed Assets 24,32 Other Assets - Deposits 1,oc TOTAL ASSETS $306,2C ------- --_---- LIABILITIES Current Liabilities Accounts payable $ 31,14 Payroll taxes payable 9a Federal and state income taxes payable 7,69 Current portion of long-term debt 4.34 e Total Current Liabilities $ 44,15 Long-Term Debt Note payable - equipment $ 19,860 Less: Current portion of long-term debt (4,340) Total Long-Term Debt $ 15,52 TOTAL LIABILITIES $ 59,67 Accumulated equity contributed $217,350 Current year's net "income 51 , 867 Less: Owner's drawing account (22,682) Total Proprietor's Equity 246,53 PROPRIETOR'S EQUITY TOTAL LIABILITIES & PDROPRIETOR'S EQUITY $306,~ ------- --_---- * Footnotes are an integral part of the financial statements Abghari Construction Statement of Income Percentage of Completion Method For the year ended October 31, 1990 0 Revenues : Contract Price $485,6C Less Costs: Actual cost to date (cumulative) $284,9S Estimated cost to complete 125,84 Estimated total costs $410,83 Estimated total income $ 74,75 Apportionment of total income (based on ratio of costs incurre to date to estimated total constructin costs) --_---- -__---- ($284,990 divided by $410,830) x $74,770 = $ 51,8€ ------- ------- Schedule of Cost of Operations Materials $120,12 Payroll taxes 2,7a Auto & truck expense 3,9a Fuel 3,75 Labor 25,29 Outside Subcontractors 69 , 73 Equipment rental 8,67 Other direct costs 18,49 Total Cost of Operations $252.84 * Schedule of General & Administrative Expenses Accounting & legal $ 3,24 Depreciation 3,9a Interest 1,39 Office salaries 7,45 Rent 3,84 Utilities 70 Insurance 6,45 Office supplies & expense 1,7C Payroll taxes 82 Telephone 2,49 Total General & Administrative Expenses $ 32.14 Total Costs Incurred to date $284,99 ------- ------- Footnotes are an integral part of the financial statements e Abghari Construction Statement of Cash Flows 0 for the period ended October 31, 1990 Cash flows from operating activities: Net income, per income statement $ 51,86 Add: Depreciation $ 3,987 Increase in accounts payable 3,300 Increase in income taxes 1,300 838 $ 60,45 $ 8,700 1,360 Deduct: Increase in receivables Increase in inventory 35,834 Increase in prepaid expenses Decrease in payroll taxes 360 46,25 Net cash flow from operating activities $ 14,20 Cash flows from financing activities: $ * Investing activities: Cash paid for proprietor's draw $ 22,682 Note payable - equipment reduced 2,170 (24,85 Decrease in cash $ 10,65 Cash at the beginning of the year 21 00 Cash at the end of period, October 31, 1990 $ 10,35 ------- ------- Footnotes are an integral part of the financial statements (I) L Abghari Construction NOTES TO THE FINANCIAL STATEMENTS 0 1. Summary of significant accounting policies: A. Abghari Construction is in business as a general build: contractor for the purpose of building commercial and residential projects for the public. Abghari Construcl started business in January, 1977. The accounting records are maintained under the percentage of complet: method of accounting. Equipment consists of construction equipment, automoti7 equipment, office furniture and office equipment and i: stated at cost. Depreciation is provided by the Accelc ated Cost Recovery System (ACRS) which applies acceleri methods of cost recovery over statutory periods, and k the straight line method over the estimated useful livc of the assets. Major renewals and additions are capiti ked; maintenance, repairs, and minor renewals are chai to expense. 2. Accounts Receivable B. Equipment The accounts receivable accounts are all current and tl appears no need to set-up an allowance for doubtful accounts at this time. 0 3. Inventory Materials in Progress is computed at cost for all materials and labor used through December 31, 1989. Investment in the capital stock of Welt Construction, 1 4. Investments 5. Equipment Equipment is being depreciated over five years under tl Accelerated Cost Recovery System (ACRS) and by the straight line method over the estimated useful lives 01 the assets. 6. Provision for Federal and State Taxes The record of the company are being kept on the accrual method of accounting and follow generally accepted accounting principles. @ 14 e 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. No. of Person * 9/13/91 Re7 @ r 1: NON-COLLUSION AFFIDAVIT TO BE EXECUTED e BY BIDDER AND SUBMITITD WITH BID State of California 1 ) ss. Countyof Qi{ being first duly sworn, deposes (Name of Bidder) + and says that he or she is 1 1l.d &&. E CL Y9dE~g (Title) of (Name of Firm) the party making the foregoing bid that the bid is not made in the interest of, or on behal of, any undisclosed person, partnership, company, association, organization, or corporatior that the bid is genuine and not collusive or sham; that the bidder has not directly o indirectly induced or solicited any other bidder to put in a false or sham bid, and has nc 'rectly or indirectly colluded, conspired, connived, or agreed with any bidder or anyon 11 refrain from bidding that the bidder has not in any manner, directly or indirectlj sought by agreement communication, or conference with anyone to fix the bid price, or c that of any other bidder, or to fix any overhead, profit, or cost element of advantag against the public body awarding the contract of anyone interested in the propose contract; that all statements contained in the bid are true; and further, that the bidder hz not, directly or indirectly submitted his or her bid price or any breakdown thereof, or th contents thereof, or divulged information or data relative thereto, or paid, and will not pa! any fee to any corporation, partnership, company association, organization, bid depositor] or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct and that th affidavit was executed on the - day of 98 Subscribed and sworn to before me on t (NOTARY SEAL) * 9/13/91 Re d33 1 CONTRACT - PUBLIC WORKS 0 This agreement is made this @day of & of Carlsbad, California, a municipal corpQ/ration, hereinafter called "City"), and is 2391 Rosehedge, Mission Veijo, CA 92691 , 199e by and between the Cit whose principal place of busine Abghari Construction (hereinafter called "Contractor".) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contrac documents for: CARLSBAD BOULEVARD FENCE REPLACEMENT CONTRACT NO. 3355 (hereinafter called "project") Provisions of Labor and Materials. Contractor shall provide all labor, material: tools, equipment, and personnel to perform the work specified by the Contrac Documents. Contract Documents. The Contract Documents consist of tlis Contract, Notic Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation c Subcontractors, Bidder's Statements of Financial Responsibility and Technic: Ability, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans an Specifications, the Special Provisions, and all proper amendments and changc made thereto in accordance with this Contract or the Plans and Specification: and all bonds for the project; all of which are incorporated herein by th reference. Contractor, her/his subcontractors, and materials suppliers shall provide an install the work as indicated, specified, and implied by the Contract Document Any items of work not indicated or specified, but which are essential to th completion of the work, shall be provided at the Contractor's expense to fulfi the intent of said documents. In all instances through the life of the Contrac the City will be the interpreter of the intent of the Contract Documents, and th City's decision relative to said intent will be final and binding. Failure of th Contractor to apprise subcontractors and materials suppliers of this condition c the Contract will not relieve responsibility of compliance. 2. 0 3. e 9/13/91 Re Q9 1 Payment. For all compensation for Contractor's performance of work under th Contract, City shall make payment to the Contractor per Section 9-3 of tk Standard Specifications for Public Works Construction (SSPWC) 1991 Editioi and the latest supplement, hereinafter designated "SSPWC", as issued by tE Southern California Chapter of the American Public Works Association, and i amended by the Special Provisions section of this contract. The closure date fc each monthly invoice will be the 30th of each month. Invoices from tE Contractor shall be submitted according to the required City format to the City assigned project manager no later than the 5th day of each month. Paymen will be delayed if invoices are received after the 5th of each month. The fin; retention amount shall not be released until the expiration of thirty-five (35 days following the recording of the Notice of Completion pursuant to Califom Civil Code Section 3184. Independent InvestiEation. Contractor has made an independent investigation ( the jobsite, the soil conditions at the jobsite, and all other conditions that migl affect the progress of the work, and is aware of those conditions. The Contrac price includes payment for all work that may be done by Contractor, whethc anticipated or not, in order to overcome underground conditions. Ar information that may have been furnished to Contractor by City aboi underground conditions or other job conditions is for Contractor's convenienc only, and City does not warrant that the conditions are as thus indicate( Contractor is satisfied with all job conditions, including underground conditio1 and has not relied on information furnished by City. 4. a 5. 0 6. Contractor Responsible for Unforeseen Conditions. Contractor shall t responsible for all loss or damage arising out of the nature of the work or fro] the action of the elements or from any unforeseen difficulties which may arise c be encountered in the prosecution of the work until its acceptance by the Cit Contractor shall also be responsible for expenses incurred in the suspension c discontinuance of the work. However, Contractor shall not be responsible fc reasonable delays in the completion of the work caused by acts of God, storrr weather, extra work, or matters which the specifications expressly stipulate wi be borne by City. Hazardous Waste or Other Unusual Conditions. If the contract involves diggin trenches or other excavations that extend deeper than four feet below the surfac Contractor shall promptly, and before the following conditions are disturbec notify City, in writing, of any: A. 7. Material that Contractor believes may be material that is hazardous wastc as defined in Section 25117 of the Health and Safety Code, that is require to be removed to a Class I, Class 11, or Class 111 disposal site in accordanc with provisions of existing law. e 9/13/91 Re @ 1 Subsurface or latent physical conditions at the site differing from thos indicated. Unknown physical conditions at the site of any unusual nature, differer materially from those ordinarily encountered and generally recognized E inherent in work of the character provided for in the contract. B. 0 C. City shall promptly investigate the conditions, and if it finds that the conditior do materially so differ, or do involve hazardous waste, and cause a decrease c increase in contractor's costs of, or the time required for, performance of any pal of the work shall issue a change order under the procedures described in th contract. In the event that a dispute arises between City and Contractor whether th conditions materially differ, or involve hazardous waste, or cause a decrease c increase in the contractor's cost of, or time required for, performance of any pal of the work, contractor shall not be excused from any scheduled completion dat provided for by the contract, but shall proceed with all work to be performe under the contract. Contractor shall retain any and all rights provided either b contract or by law which pertain to the resolution of disputes and protesl between the contracting parties. Change Orders. City may, without affecting the validity of the Contract, ordt changes, modifications and extra work by issuance of written change order: Contractor shall make no change in the work without the issuance of a writte change order, and Contractor shall not be entitled to compensation for any extr work performed unless the City has issued a written change order designating i advance the amount of additional compensation to be paid for the work. If change order deletes any work, the Contract price shall be reduced by a fair an reasonable amount. If the parties are unable to agree on the amount ( reduction, the work shall nevertheless proceed and the amount shall b determined by litigation. The only person authorized to order changes or extr work is the Project Manager. The written change order must be executed by th City Manager or the City Council pursuant to Carlsbad Municipal Code Sectio 3.28.172. Immigration Reform and Control Act. Contractor certifies he is aware of th requirements of the Immigration Reform and Control Act of 1986 (8 US Sections 1101-1525) and has complied and will comply with these requirement, including, but not limited to, verifying the eligibility for employment of a agents, employees, subcontractors, and consultants that are included in th Contract. 8. 0 9. a 9/13/91 Re @ a Prevailing Wane. Pursuant to the California Labor Code, the director of 13 Department of Industrial Relations has determined the general prevailing rate ( per diem wages in accordance with California Labor Code, Section 1773 and copy of a schedule of said general prevailing wage rates is on file in the office ( the Carlsbad City Clerk, and is incorporated by reference herein. Pursuant i California Labor Code, Section 1775, Contractor shall pay prevailing wage Contractor shall post copies of all applicable prevailing wages on the job site. Indemnification. Contractor shall assume the defense of, pay all expenses ( defense, and indemnify and hold harmless the City, and its officers am employees, from all claims, loss, damage, injury and liability of every kind, nattu and description, directly or indirectly arising from or in connection with tk performance of the Contractor or work; or from any failure or alleged failure ( Contractor to comply with any applicable law, rules or regulations includir those relating to safety and health; except for loss or damage which was cause solely by the active negligence of the City; and from any and all claims, 10s damages, injury and liability, howsoever the same may be caused, resultir directly or indirectly from the nature of the work covered by the Contract, unle: the loss or damage was caused solely by the active negligence of the City. Tk expenses of defense include all costs and expenses including attorneys fees fc litigation, arbitration, or other dispute resolution method. Insurance. Contractor shall procure and maintain for the duration of the contrac insurance against claims for injuries to persons or damage to property which mz arise from or in connection with the performance of the work hereunder by tl- Contractor, his agents, representatives, employees or subcontractors. (A) COVERAGES AND LIMITS - Contractor shall maintain the types ( coverages and minimum limits indicted herein: 1. Comprehensive General Liability Insurance: 10. a 11. 12. 0 $1,000,000 combined single limit per occurrence for bodily injur and property damage. separate aggregate in the amounts specified shall be established fc the risks for which the City or its agents, officers or employees a additional insureds. If the policy has an. aggregate limit, 2. Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury an property damage. Workers’ Compensation and Employers’ Liability Insurance: Workers’ compensation limits as required by the Labor Code of tl- State of California and Employers’ Liability limits of $1,000,000 pt incident. 3. e 9/13/91 Re Q4 2 (B) ADDITIONAL, PROVISIONS - Contractor shall ensure that the policies ( insurance required under this agreement contain, or are endorsed 1 contain, the following provisions. General Liability and Automobi Liability Coverages: 1. a The City, its officials, employees and volunteers are to be covere as additional insureds as respects: liability arising out of activitit performed by or on behalf of the Contractor; products an completed operations of the contractor; premises owned, leasec hired or borrowed by the contractor. The coverage shall contaj no special limitations on the scope of protection afforded to tk City, its officials, employees or volunteers. The ContractoJs insurance coverage shall be primary insurance i respects the City, its officials, employees and volunteers. Ar insurance or self-insurance maintained by the City, its official employees or volunteers shall be in excess of the contract01 insurance and shall not contribute with it. Any failure to comply with reporting provisions of the policies shz not affect coverage provided to the City, its officials, employees ( volunteers. Coverage shall state that the contractor's insurance shall app separately to each insured against whom claim is made or suit brought, except with respect to the limits of the insurer's liabilit (C) "CLAIMS MADE" POLICIES - If the insurance is provided on a "claims madl basis, coverage shall be maintained for a period of three years following tl date of completion of the work. (D) NOTICE OF CANCELLATION - Each insurance policy required by th agreement shall be endorsed to state that coverage shall not be suspende voided, canceled, or reduced in coverage or limits except after thirty (3( days' prior written notice has been given to the City by certified ma return receipt requested. 2. 3. 4. e (E) DEDUCTIBLES AND SELF-INSURED RETENTION (S*I.R.) LEVELS - AI deductibles or self-insured retention levels must be declared to ar approved by the City. At the option of the City, either: the insurer slx reduce or eliminate such deductibles or self-insured retention levels i respects the City, its officials and employees; or the contractor shall procu a bond guaranteeing payment of losses and related investigation, clai administration and defense expenses. e 9/13/91 Re @ 2 (F) WAIVER OF SUBROGATION - All policies of insurance required under thi agreement shall contain a waiver of all rights of subrogation the insure may have or may acquire against the City or any of its officials c employees. (G) SUBCONTRACTORS - Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements fc each subcontractor. Coverages for subcontractors shall be subject to all c the requirements stated herein. (H) ACCEPTABILITY OF INSURERS - Insurance is to be placed with insurei that have a rating in Best's Key Rating Guide of at least A:V, as specified b City Council Resolution No. 90-96. VERIFICATION OF COVERAGE - Contractor shall furnish the City wit certificates of insurance and original endorsements affecting coverag required by this clause. The certificates and endorsements for eac insurance policy are to be signed by a person authorized by that insurer t bind coverage on its behalf. The certificates and endorsements are to be i forms approved by the City and are to be received and approved by the Cit before work commences. COST OF INSURANCE - The Cost of all insurance required under th agreement shall be included in the Contractor's bid. a (I) (J) 0 13. Claims and Lawsuits. All claims by Contractor for $375,000 or less shall E resolved in accordance with the provisions in the Public Contract Code, Divisio 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which a incorporated by reference. All claims over $375,000 shall comply with tk Government Tort Claims Act (Section 900 et seq of the California Governme1 Code) for any claim or cause of action for money or damages prior to filing an lawsuit for breach of this agreement. Maintenance of Records. Contractor shall maintain and make available at no COI to the City, upon request, records in accordance with Sections 1776 and 1812 ( Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does nc maintain the records at Contractois principal place of business as specific above, Contractor shall so inform the City by certified letter accompanying tk return of this Contract. Contractor shall notify the City by certified mail of ar change of address of such records. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing wit Section 1720 of the Labor Code are incorporated herein by reference. 14. 15. a 9/13/91 Re @ 2 Security. Securities in the form of cash, cashieis check, or certified check ma be substituted for any monies withheld by the City to secure performance of th contract for any obligation established by this contract. Any other security th: is mutually agreed to by the Contractor and the City may be substituted fc monies withheld to ensure performance under this Contract. Affirmative Action. Contractor certifies that in preforming under the purcha: order awarded by the City of Carlsbad, he will comply with the County of Sa Diego Affirmative Action Program adopted by the Board of Supervisors, includir all current amendments. Provisions Required bv Law Deemed Inserted. Each and every provision of la and clause required by law to be inserted in this Contract shall be deemed to 1 inserted herein and included herein, and if, through mistake or otherwise, ar such provision is not inserted, or is not correctly inserted, then upon applicatic of either party, the Contract shall forthwith be physically amended to make su( insertion or correction. 16. 0 17. 18. ...e *DO* ..OD 0 .... ...e e... e... ... D ...e .... .... .... .... .... 0 9/13/91 Rc @ X w J < , personally known to me or L proved to me on the basis of satisfactory evidence to be + the person-whose name i -5 subscribed to the exe- within instrument and acknowledged that n i $e cuted the same. WITNESS my hand and official seal. 'I i Signature / h/z+////l ~ fij0tap.y W!ic - Caiifornja CSrn,:?7 Exp ;#jay ;7, $99: m=?3iww-a? zz5zz3%-- (This area for official notarial seal) 2 Additional Provisions. Any additional provisions of this agreement are set fort in the "General Provisions" or "Special Provisions" attached hereto and made part hereof. 19. m j+ cx 14AR 4r c@/v5^rl2jBg_~OPd NOTARIAL ACKNOWLEDGEMENT OF Contractor EXECUTION BY ALL SIGNATORIES MUST BE ATI'ACHED (CORPORATE SEAL) XR4i fi8&/+4f@r Print Name of Signatory - APPROVED TO AS TO FORM: Print Name of Signatory VINCENT F. BIONDO, JR. __ City Attorney By: Signature of Signatory 5;iE &Jfi.h5i?. I Title L Deputy LR. City Attorney 111 L >/?Z. k ATTEST: I &- y-4 * 9/13/91 Re @ BOND #1202233 PREMI UM INCLUDED24 IN PERFORMANCE BON LABOR AND MATERIAIS BOND WHEREAS, the City Council of the C;ty of CarXsbad, State of California, by Resolution No (hereinafter designated as the "Principal"), i ". 91-382 I) adopted December 3, 1991 , has awarded to Abahari Construction Contract for: CARLSBAD BOULEVARD FENCE REPLACFMENT COmm NO. 3355 in the City of Carisbad, in strict conformity with the drawings and specifications, and 0th Contract Documents now on He in the Office of the City Clerk of the City of Cmkbad anc all of which are incorporated herein by tbis referace. WHEREAS, Principal has executed or is about to execute said Contract and the term thereof require the furnisfiing of a bond, providing that if principal or my of th& subcontractors shall fail to pay for any materials, provisions, provender or other supplie! or teams used in, upon or about the performance of the work agreed to be done, or for a113 work or labor done thereon of any kind, the Surety on this bond will pay the same to th extent hereinafrer set forth. NOW, WEREFORE, WE, A bq ha r i Construct ion ,a: Principal, (hereinafter designated as the "Contractor"), and EXPLORER I NSURANCE COMPAN as Surety, are held fidy bound unto the City of Carlsbad iri the sum o Forty-three thousand seven hundred thirty-five------------------------------ Dollars ($ 43,735 00 I, said sum being fifty percent (50%) of the estimate( amount payable by &e Ciry of Cadsbad under the terms of the Contract, for whid payment well and truly to be made we bind ourselves, our heirs, executors am administrators, successors, or assigns, jointly and severally, fidy by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH rhat if the person or hidhe. subcontractors fail to pay for any materials, provisions, provender, supplies, or teams use( in, upon, for, or abour the performance of the work contracted to be done, or for any sthe work cir labor hereon of any kind, or for amounts due trnder the Uneap!oymmt Xnsumnc! Code with respect to such work or tabor, QX for any amounts required to be ded~~~ad wirhhdd, and paid over to the Employment Development Department fioffi the wa employees of the contractor and subcontractors pursuant to Section 13020 of &i Unemployment insurance Code with respect to such work and labor that the Smety d pay for the same, not to exceed the sum specified in the bond, and, dsq in -e ~r i brought upon the band, costs and reasonable expenses and fees, including reasonablr attorney's fees, ro be fixed by the cow, as required by the provisions of Sectian 3248 o the California Civil Code. This bond shall inure to the benefit of any and all persons, companies and eoqom~on entitled ro file claims under Title 15 of Part 4 of Division 3 of the CiviI Code (eonmencin; with Section 3082). a a ++a 9/23/91 Re1 @ CAT. NO. "00627 TO 1944 CA (9-84) g TICOR TITLE INSURANCE (Individual) 1 1 =- STATE OF CALIFORNIA COUNTY OF [i,, /JA/L,~. On ~Lt&/g,/3~ y '2 /J /oqi before me, the undersigned, a Notary Public in and 6 said State, personally appeared ,k .p A T ,&.- /: h/ &T ( t W i. a w X W J < , personally known to me or n proved to me on the basis of satisfactory evidence to be + - the person-whose name J" T subscribed to the within instrument and acknowledged that & exe- cuted the same. WITNESS my hand and official seal. Moixy Pubiic - Cz!ifarreia ORANGE COUNTY gv Comn. Exp. :+kg, 17, 3995 ,/ Signature /f (This area for official notarial seal) 1~~~XAXXXX1XXX~1XXX1SXS~~~~~~SSSXXXXSSSX~XXSSSXSSSXXX~XXXXX~*~SXX~X I * STATE OF CALIFORN-IA, COUNTY OF SAN BERNARDINO X X On this 30TH day of DECEM3 ER 19 - 91 Before me a x me a Notary Pu'tslic, within and for the said County and State, x personally appeared KIM M. WALKER * Personally known to me (or proved to me on the basis of satisfac 'X evikence) to Be the pepson whose name is subscriI5eC to the withf * instrument as the Attorney--In-Pact of and for the EXPLORER -1NSUR = COMPANY, and acknowledged to me that he suBsc~iUed the name of t. s aPLOXER -INSURANCE COMPANY theyeto as Surety, and his own name a x AttoPney--In-Fact, t i I/ ,, 4J p, j, I- - ,& /-.i., ,'L.*,L 1' I j ~ /&+,+.i ,-yi,i.. a,+\ i x* 4r MJ~Y Commission Expires ~eru2ry 20, j.9~ z Notary PuBlic x 09*CB868n*OBC3~*0fUW~C~~:~~~~~~~*~~~~~~~~~ *~rrrr*------------r--rr----------------~----**~***~~*~~~~~~~~~~~~*~~~*~ 25 In rhe event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from it5 obligations under rhis bond. Fxecuted by CONTRAC=TOR this Execured by SURETY this 30TH day of *. ,192. DECEMBER day of _. 3 19-- CONTRACTOR SURETY: . ABGHARI CONSTRUCTION EXPLORER INSURANCE COMPANY - I (Name of Contractor) (Name of Surety} 1 By: By: , . IRAJ &m?%MJ- KIM M. WALKER < (print name here) P&ted name of Attorney-h-Fact t a SOLE ObNE/-c (attach corporate ressiution showkg I (iitk and organization of signatory) current power of attorney] By: (sign here) w (print name here) (title and organization of signatory] proper notarial acknowledge of execution by CONTRACTOR and SURETY must be anachedl.) (President or vice-president and secrerary or assistant secretary mus: sign for co~ratkmm 1%: ody oni officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary wde corporate sed empowering that officer to bind the corporarim.) I APPROVED AS TO FORM: VINCENT F. BIONDO, JR. 5 I avL By: 0. &- K.A€EN J* WIRATA I// 3/92 Deputy City Attorney w 9/13/91 Rev @ a I Explorer Insurance Company HOME OFFICE SAN DIEGO, CALIFORNIA Certified Copy of 0 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the EXPLORER INSURANCE COMPANY, a Corporation duly authorized and existins laws of the State of APIZONA and having its principal office in the City of San Diego, California, does hereby nominate, constitute an Kim M. Walker its true and lawful Attorney@)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acl and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature thereof. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution ado6 Board of Directors of the EXPLORER INSURANCE COMPANY at a meeting duly called and held on the 22nd day of JULY, 1985, Resolution has not been amended or rescinded and of which the following isatrue, full, and completecopy: "RESOLVED: That the President or Secretary may from time to time appoint Attorneys-in-Fact to represent and act for and on bc Company, and either the President or Secretary, the Board of Directors or Executive Committee may at any time remove such Attorn! and revoke the Power of Attorney given him or her; and be it further RESOLVED: That the Attorney-in-Fact may be given full power to execute for and in the name of and on behalf of the Company bonds and undertakings as the business of the Company may require, and any such bonds or undertakings executed by any such I Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Secretary." IN WITNESS WHEREOF, EXPLORER INSURANCE COMPANY has caused its official seal to be hereunto affixed and these pre: signed byitsdulyauthorized officers this . lst day of Februaq, 199 1 EXPLORER INSURANCE COMPANY (=jJ -E/A I SEAL- g s%o,, 6 * >Of k+ President STATE OF CALIFORNIA COUNTY OF SAN DIEGO ss: 199 On this 1st day of FebruarytSefore &e subscriber, a Notary Publicof the Stateof California, in and for the Countyof duly commissioned and qualified, came Bernard Martin Feldman of EXPLORER INSURANCE COMPANY to me personally known tl dividual and officer described in and who executed the preceding instrument, and heacknowledged the execution of the same, and b8 duly sworn, deposeth and saith, that he is the said officer of the Corporation aforesaid, and that the seal affixed to the preceding in the Corporate Seal of the said Corporation, and that the said Corporate Seal and his signature as such officer were duly affixed and to the said instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, I Seal, at the City of San Diego, the day and year written. STATE OF CALIFORNIA COUNTY OF SAN DIEGO 1, the undersigned, James W. Austin, 111, of the EXPLORER INSURANCE COMPANY, do hereby certify that the original POWER 1 NEY, of which the foregoing is a full, true and correct copy, is in full force and effect, and has not been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the Corporate Seal of the Corpor 30TH dayof DECEMBER 19 91 EXPLORER INSURANCE COMPANY 0 SEAL- g LJ, c& -2 9-7 Secretary u, %oo,, 4% .$ d.1 kd 0 EX? CAL 37 BOND #1202233 PREMI UM $2,624. OC 'ORB ~~~~~~~~ BASED 01 21 FiWAL 68"bRACT PRICE IO PERF OW^ BOND WHEREAS, the City Council of the Ciry of Carkbad, State of Califonlia, by Resolution No 91-382, adopted December 3, 1991 j has awarded to Abghari , (hereinafter designated as the "Principal"), a Contract for Construction CARLSSAD BOULEVARD FENCE REPLACEMENT CONTRACT NO. 3355 in the City of Carlsbad, in strict conformity with he contract, &e hwkgs an( specificatims, and other Contract Dements now on file in the Office of the City Clerk o the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the term! thereof require the furnishing of a bond for the faithful performance of said Contract; NOW, WEREFORE, WE, Abghari Construction , as principd (hereinafter designated as the "Contractor"), andEXPLoRER I NS UWNCE COM PWY. ,a Surety, are held and fidy bound unto the City of Carkbacl, in the sum of Eiahty-se\ >, said sum beiq equal to one hundred percent (100%) of the estimated amount of the Contract, to be pak to City or its certain attorney, its success~rs and assigns; for which payment, well and trial: to be made, we bind ourselves, our heirs, executors and administrators, successors o assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Conmcror their heirs, executors, adminisYators, successors or assigns, shall in all things stand to anc abide by, and we11 and truly keep and perfom the covenants, conditions, and agreement in the Contract and any alteration thereof made as therein provided on their part, to bi kept and perfamed at the &,e and in the manna therein specified, and in all respect according to their true intent and meaning, and shd indemnify and save harmless the Cir of Carlsbad, its officers, employees and agenrs, as therein stipulated, then this obligatio! shall become null and void; otherwise ir shall remain in full force and &kt. As a part of the obligation secured hereby and in addition to the face amount specifiec therefor, there shall be included costs and reasonable expenses and fees, hcludin reasonable attorney's fees, inmed by the City in successfulty enforcing such obligauor all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to th terms of the Contract, or to rhe work to be performed thereunder or the specificanon accompanying the same shall affect its obligations on this bund, and it does hereby waiv notice of any change, extension of time, alterations or addition to the tern of th Contract, or to the work or to the specifications. thousand four hundred seventy-------- Dollars ($ 87,470.00 e a 9/13/91 Re? dE) I w , personally known to me or 2 . proved to me on the basis of satisfactory evidence to be b the person-whose name I ,\. subsc ibed to the within instrument and acknowledged that X-C exe- cuted the same. WITNESS my hand and official seal. 1- < Signature JZ/ /zzz-' -- /=" ;/ .i R'\l'otar~ $ut!ie - csijfornia OR.&!%E @o[jr4fT'y' Cnmn?. Exp. ?day 43,2993 (This area for official notarial seal) 2; In the event that Contractor is an individual, it is agreed that the death of any sud Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this -,, w Executed by SURETY this 30TH day of ,19 2. day of . ,19-. DECEMBER CONTRACTOR: SURETY: ABGHARI CONSTRUCTION EXPLORER INSURANCE COMPANY (Name of Contractor) By: By: - (Name of Surety) 1. 1 KIM M. WALKER b ZRAj flB@h'ARZ ATTORNEY-IN-FACT (print name here) Printed name of Attorney-in-Fact I SOLE QddAJEfl (attach corporate resolution. showiry (tide and organization of signatory] current power of attorney) e: # BY: (sign here) (print name here) (title and organization of signatory] @roper notarial acknowicdge of execution by CONTRACTOR and SUMV must be a~aehe$] I (Presidenr or vice-presidenr and secrerary or assistant secretary musr sign for coqom~on~. If only 0111 &cer signs, the corporarion must attach a resoiurion certified by the secretary or assistm$ sxreraz-y wde cos-pvrate seal empowering that officer to bind the corporation.) + APPROVED AS TO FORM: VINCENT F. BIONDO, JR. City tto ey By: LQL* KAREN J. HIRAT.4 I/, 3/92 al) Deputy City Attorney 9/13/91 Rev @ 3. a Explorer Insurance Company HOME OFFICE SAN DIEGO, CALIFORNIA Certified Copy of a POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the EXPLORER INSURANCE COMPANY, a Corporation duly authorized and existinc laws of the State of AFIZONA and having its principal office in the City of San Diego, California, does hereby nominate, constitute an( Kim M. Walker its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acb and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature thereof. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adoF Board of Directors of the EXPLORER INSUWNCE COMPANY at a meeting duly called and held on the 22nd day of JULY, 1985,l Resolution has not been amended or rescinded and of which the following is a true, full, and completecopy: "RESOLVED That the President or Secretary may from time to time appoint Attorneys-in-Fact to represent and act for and on bc Company, and either the President or Secretary, the Board of Directors or Executive Committee may at any time remove such Attornc and revoke the Power of Attorney given him or her; and be it further RESOLVED: That the Attorney-in-Fact may be given full power to execute for and in the name of and on behalf of the Company bonds and undertakings as the business of the Company may require, and any such bonds or undertakings executed by any such P Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Secretary.' IN WITNESS WHEREOF, EXPLORER INSURANCE COMPANY has caused its official seal to be hereunto affixed and these pre: - signed byitsdulyauthorized officers this lst day of February, 1991 EXPLORER INSURANCE COMPANY 0 -flyA - 5%oMa 4% a +L b.6 President STATE OF CALIFORNIA e) COUNTY OF SAN DIEGO ss: 199 On this 1s t day of Februarytpfore &e subscriber, a Notary Public of the State of California, in and for the County of duly commissioned and qualified, came Bernard Martin Feldman of EXPLORER INSURANCE COMPANY to me personally known 11 dividual and officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and bl duly sworn, deposeth and saith, that he is the said officer of the Corporation aforesaid, and that the seal affixed to the preceding in: the Corporate Seal of the said Corporation, and that the said Corporate Seal and his signature as such officer were duly affixed and to the said instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, I Seal, at the City of San Diego, the day and year written. STATE OF CALIFORNIA COUNTY OF SAN DIEGO , I, the undersigned, James W. Austin, 111, of the EXPLORER INSURANCE COMPANY, do hereby certify that the original POWER 1 NEY, of which the foregoing is a full, true and correct copy, is in full force and effect, and has not been revoked. IN WITNESS WHEREOF, 1 have hereunto subscribed my name as Secretary, and affixed the Corporate Seal of the Corpor 30TH dayof DECEMBER 19 91 EXPLORER INSURANCE COMPANY 0 5% QOWonrr SEAL- 4% * g LJ, Secretary cz& -7 - 2.1 kt@ 0 EX? CAL 37 WOODY JONES INSURANCE AGENCY IRVINE, CA 92715 e172 DUPONT DR., STE. STEll ABGHARI CONSTRUCTION 23921 ROSEHEDGE MISSION VIEJO, CA 97691 COMPREHENSIVE FORM 1500 31 52 PRODUCTS/COMPLETEO OPERATIONS INDEPENDENT CONTRACTORS BROAD FORM PROPERlY DAMAGE PERSONAL INJURY ALL OWNED AUTOS (PRIV PASS ) ALL OWNED AUTOS ( $iy$R&!$N) 1500 31 52 NON-OWNED AUTOS GARAGE LIABILITY CARLSBAD BOULEVARD WHALE WATCH FENCE - PROJECT N0.3355 CARLSBAD, CA 92008-1989 mrir~p FF r;rrnnF R vrnrZgry1 CF-VF~ 1 1111 Q ,- a STATE CO M PEN SAT IO N INSURANCE P.O. BOX 807, SAN FRANCISCO, CA 94101-0807 ' @ Fu N D CERTIFICATE OF WORKERS' COMPENSATION INSURANCE i' 6. 1 -_ 9 " POLICY NUMBER: CERTIFICATE EXPIRES: - - L This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the Californi Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer. We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by th policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document wit respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policic described herein is subject to all the terms, exclusions and conditions of such policies. - a &LE!? - EMPLOY E R r L COPY FOR INSURED'S FILE SClF 10262 (REV 10-86) 2 OPTIONAL ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION a This Escrow Agreement is made and entered into by and between the City of Carlsba whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinaftc called "City" and who: address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agrc as follows: 1. Pursuant to Section 22300 of the Public Contract Code, Contractor has the optic to deposit securities with Escrow Agent as a substitute for retention earnin1 required to be withheld by City pursuant to the public works contract enterc into between the City and Contractor for in tf amount of dated (hereinafter referred to as the "Contract"). A copy of said contract is attached i Exhibit "A". When Contractor deposits the securities as a substitute for Contra( earnings, the Escrow Agent shall notify the City within ten (10) days of tf deposit. The market value of the securities at the time of the substitution sha be at least equal to the cash amount then required to be withheld as retentic under the terms of the Contract between the City and Contractor. Securities sha be held in the name of City of Carlsbad and shall designate the Contractor as tf beneficial owner. Prior to any disbursements, Escrow Agent shall verify that tf present cumulative market value of all securities substituted is at least equal 1 the cash amount of all cumulative retention under the terms of the Contract. The City shall make progress payments to the Contractor for such funds whic otherwise would be withheld from progress payments pursuant to the Contra1 provisions, provided that the Escrow Agent holds securities in the form ar amount specified above. Alternatively, the City may make payments directly to Escrow Agent in tf amount of retention for the benefit of the City until such time as the escro created hereunder is terminated. Contractor shall be responsible for paying all fees for the expenses incurred 1 Escrow Agent in administering the escrow account. These expenses any paymei terms shall be determined by the Contractor and Escrow Agent. 0 2. 3. 4. 0 9/13/91 Re 68 2 The interest earned on the securities or the money market accounts held i escrow and all interest earned on that interest shall be for the sole account ( Contractor and shall be subject to withdrawal by Contractor at any time and fro1 time to time without notice to the City. Contractor shall have the right to withdraw all or any part of the principal in th Escrow Account only by written notice to Escrow Agent accompanied by writte authorization from City to the Escrow Agent that City consents to the withdraw; of the amount sought to be withdrawn by Contractor. The City shall have a right to draw upon the securities in the event of default E the Contractor. Upon seven (7) days written notice to the Escrow Agent fro1 the City of the default of the Contractor, the Escrow Agent shall immediate1 convert the securities to cash and shall distribute the cash as instructed by tE City. Upon receipt of written notification from the City certifying that the Contract( has complied with all requirements and procedures applicable to the Contrac Escrow Agent shall release to Contractor all securities and interest on deposit le: escrow fees and charges of the Escrow Account. The escrow shall be close immediately upon disbursement of all monies and securities on deposit an payments of fees and charges. Escrow Agent shall rely on the written notifications from the City and tf Contractor pursuant to Sections 6 thru 8 and 10, inclusive, of this agreement ar: the City and Contractor shall hold Escrow Agent harmless from Escrow Agent release and disbursement of the securities and interest as set forth in Sections thru 8 and 10. 5. a 6. 7. 8. 9. e e... .0.. .... .... .... .... .... .... .... 0 9/13/91 Re @ 31 The names of the persons who are authorized to give written notices or t receive written notice on behalf of the City and on behalf of Contractor i connection with the foregoing, and exemplars of their respective signatures ar as follows: For City: Title 10. 0 Name Signature Address For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address 0 e 9/13/91 Re @ 3 At the time the Escrow Account is opened, the City and Contractor shall deliver to th Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper office] on the date first set forth above. 0 For City: Title Name Signature Address For Contractor: Title Name Signature Address 0 For Escrow Agent: Title Name Signature Address a 9/13/91 Re @ 3 RELEASE FORM THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS NAME OF CONTRACTOR: PROJECT DESCRIPTION: PERIOD WORK PERFORMED: The above-named Contractor hereby acknowledges payment in full for all compensatic of whatever nature due the Contractor for all labor and materials furnished and for a work performed on the above-referenced project for the period specified above with tf exception of contract retention amounts and disputed claims specifically shown below. RETENTION AMOUNT FOR THIS PERIOD: $ 0 DISPUTED CLAIMS DESCRIPTION OF CLAIM AMOUNT CLAIMED The Contractor further expressly waives and releases any claim the Contractor may hav of whatever type or nature, for the period specified which is not shown as a retentic amount of a disputed claim on this form. This release and waiver has been ma( voluntarily by Contractor without any fraud, duress or undue influence by any person ( entity. Contractor further certifies, warrants, and represents that all bills for labor, materials, ar work due Subcontractors for the specified period have been paid in full and that the partic signing below on behalf of Contractor have express authority to execute this release. DATED: 0 PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporation, etc.) By: Title: By: a Title: 9/13/91 Re @ 3 SPECIAL, PROVISIONS I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CON!XRUCI'ION 0 2-5 PLANS AND SPECIFICATIONS To Section 2-5.1, General, add: The specifications for the work include the Standard Specifications for Public Worl Construction, (SSPWC), 1991 Edition, and the latest supplement, hereinafter designate "SSPWC", as issued by the Southern California Chapter of the American Public Worl Association, and as amended by the Special Provisions section of this contract. The Construction Plans consist of 2 sheet(s) designated as City of Carlsbad Drawing Nc 320-5. The standard drawings utilized for this project are the latest edition of the Sa Dieno Area Renional Standard Drawings, hereinafter designated SDRS, as issued by the Sa Diego County Department of Public Works, together with the City of Carlsba Supplemental Standard Drawings. Copies of pertinent standard drawings are enclosed wit these documents. To Section 2-5.3, Shop Drawings, add: Where installation of work is required in accordance with the product manufacturer direction, the Contractor shall obtain and distribute the necessary copies of suc instruction, including two (2) copies to the City. To Section 2-5, add: 2-5.4 Record Drawinns: The Contractor shall provide and keep up-to-date a complete "as-built" record set 1 transparent sepias, which shall be corrected daily and show every change from the origin drawings and specifications and the exact "as-built" locations, sizes and kinds of equipmer underground piping, valves, and all other work not visible at surface grade. Prints for th purpose may be obtained from the City at cost. This set of drawings shall be kept on tl job and shall be used only as a record set and shall be delivered to the Engineer upc completion of the work. 0 a 9/13/91 Re @ 3f 3-5 DISPUTED WORK To Section 3-5, Disputed Work, add: All claims by the contractor for $375,000 or less shall be resolved in accordance with th( procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.1 (commencing with Section 20104) which is set forth below: 0 ARTICLE 1.5. RESOLUTION OF CONSTRUCTION CLAIMS 5 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-fiv thousand dollars ($375,000) or less which arise between a contractor and a local agencj (2) This article shall not apply to any claims resulting from a contract between contractor and a public agency when the public agency has elected to resolve any dispute pursuant to 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 Civ Code, except that "public workf does not include any work or improvement contracted fc by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (E payment of money or damages arising from work done by or on behalf of the contractc pursuant to the contract for a public work and payment of which is not otherwise express1 provided for or the claimant is not otherwise entitled to, or (C) an amount the paper of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans c 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 th claim. Claims must be filed on or before the date of final payment. Nothing in th subdivision is intended to extend the time limit or supersede notice requirements otherwis provided by contract for the filing of claims. a 9/13/91 Re @ 3 (b) (1) For claims of less than fifty thousand dollars ($50,000), the local agency sha respond in writing to any written claim within 45 days of receipt of the claim, or ma request, in writing, within 30 days of receipt of the claim, any additional documentatio supporting the claim or relating to defenses or claims the local agency may have again the claimant. (2) If additional information is thereafter required, it shall be requested and provide pursuant to this subdivision, upon mutual agreement of the local agency and the claiman (3) The local agency’s written response to the claim, as further documented, shall b submitted to the claimant within 15 days after receipt of the further documentation c within a period of time no greater than that taken by the claimant in producing tk additional information, whichever is greater, (c) (1) For claims of over fifty thousand dollars ($50,000) and less than or equal to thrc hundred seventy-five thousand dollars ($375,000), the local agency shall respond i writing to all written claims within 60 days of receipt of the claim, or may request, i writing, within 30 days of receipt of the claim, any additional documentation supportin the claim or relating to defenses or claims the local agency may have against the claiman (2) If additional information is thereafter required, it shall be requested and provide pursuant to this subdivision, upon mutual agreement of the local agency and the claiman (3) The local agency’s written response to the claim, as further documented, shall t submitted to the claimant within 30 days after receipt of the further documentation, within a period of time no greater than that taken by the claimant in producing tl additional information or requested documentation, whichever is greater. 0 (d) If the claimant disputes the local agency’s written response, or the local agency fa to respond within the time prescribed, the claimant may so notify the local agency, writing, either within 15 days of receipt of the local agency’s response or within 15 da of the local agency’s failure to respond within the time prescribed, respectively, ai demand an informal conference to meet and confer for settlement of the issues in disput Upon a demand, the local agency shall schedule a meet and confer conference within : days for settlement of the dispute. (e) If following the meet and confer conference the claim or any portion remains dispute, the claimant may file a claim pursuant to Chapter 1 (commencing with Sectic 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 the Government Code. For purposes of those provisions, the sunning of the period of tir within which a claim must be filed shall be tolled from the time the claimant submits 1 or her written claim pursuant to subdivision (a) until the time the claim is denie including any period of time utilized by the meet and confer conference. 0 9/13/91 Rr @ 3 2 20104.4. Procedures for civil actions filed to resolve claims The following procedures are established for all civil actions filed to resolve claims subjec 0 to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsit pleadings, the court shall submit the matter to nonbinding mediation unless waived I: mutual stipulation of both parties. The mediation process shall provide for the selectio within 15 days by both parties of a disinterested third person as mediator, shall t commenced within 30 days of the submittal, and shall be concluded within 15 days fro1 the commencement of the mediation unless a time requirement is extended upon a goc cause showing to the court. (b) (1) If the matter remains in dispute, the case shall be submitted to judicial arbitratic pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of tl- Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Ch Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought under th subdivision consistent with the rules pertaining to judicial arbitration. (2) In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part of the Code of Civil Procedure, (A) arbitrators shall, when possible, be experienced 1 construction law, and (B) any party appealing an arbitration award who does not obta; a more favorable judgment shall, in addition to payment of costs and fees under th chapter, also pay the attorney’s fees on appeal of the other party. § 20104.6. Payment by local agency of undisputed portion of claim; interest on arbitration award or judgment (a) No local agency shall fail to pay money as to any portion of a claim which undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the leg rate on any arbitration award or judgment. The interest shall begin to accrue on the da the suit is filed in a court of law. 2 20104.8. Duration of article; application of article to contracts between Jan. 1,19S and Jan. 1,1994 (a) This article shall remain in effect only until January 1, 1994, and as of that date repealed, unless a later enacted statute, which is enacted before January 1, 1994, deletc or extends that date. 0 9/13/91 Re @ 3 (b) As stated in subdivision (c) of Section 20104, any contract entered into betwee January 1,1991, and January 1,1994, which is subject to this article shall incorporate th article. To that end, these contracts shall be subject to this article even if this article repealed pursuant to subdivision (a). 4-1 MATERIALS AND WORKMANSHIP To Section 4-1.3.1, Inspection Requirements, General, add: All work shall be under the observation of the Engineer or his appointed representativ The Engbeer shall have free access to any or all parts of work at any time. Contract( shall furbish Engineer with such information as may be necessary to keep her/him ful informed regarding progress and manner of work and character of materials. Inspectic of work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.7 Nonconforming Work The contractor shall remove and replace any work not conforming to the plans I specifications upon written order by the Engineer. Any cost caused by reason of th nonconforming work shall be borne by the Contractor. 0 5-1 LOCATION Add the following: The City of Carlsbad and affected utility companies have, by a search of known recorc endeavored to locate and indicate on the Plans, all utilities which exist within the limj of the work. However, the accuracy of completeness of the utilities indicated on the Pla: is not guaranteed. 54 RELOCATION Add: The temporary or permanent relocation or alteration of utilities, including semi connection, desired by the Contractor for his/her own convenience shall be the Contract0 own responsibility, and he/she shall make all arrangements regarding such work at no cc to the City. If delays occur due to utilities relocations which were not shown on the Plar it will be solely the City's option to extend the completion date. In order to minimize delays to the Contractor caused by the failure of other parties relocate utilities which interfere with the construction, the Contractor, upon request to t City, may be permitted to temporarily omit the portion of work affected by the utility. T portion thus omitted shall be constructed by the Contractor immediately following t relocation of the utility involved unless otherwise directed by the City. a 9/13/91 Rc €B 3, 6-1 CONSTRUCTION SCHEDULE Modify this section as follows: A construction schedule is to be submitted by the Contractor per the following: 0 1. The prime contractor is required to prepare in advance and submit at the time of the project preconstruction meeting a detailed critical path method (CPM) project schedule. This schedule is subject to the review and approval of the City. 2. The schedule shall show a complete sequence of construction activities, identlfying work for the complete project in addition to work requiring separate stages, as well as any other logically grouped activities. The schedule shall indicate the early and late start, early and late finish, 50% and 90% completion, and any other major construction milestones, materials and equipment manufacture and delivery, logic ties, float dates, and duration. The prime contractor shall revise and resubmit for approval the schedule as required by City when progress is not in compliance with the original schedule. The prime contractor shall submit revised project schedules with each and every application for monthly progress payment identifying changes since the previous version of the schedule. 3. 0 . 4. The schedule shall indicate estimated percentage of completion for each item of work at each and every submission. The failure of the prime contractor to submit, maintain, or revise the aforementioned schedule (s) shall enable City, at its sole election, to withhold up to 10% of the monthly progress payment otherwise due and payable to the contractor until the schedule has been submitted by the prime contractor and approved by City as to completeness and conformance with the aforementioned provisions. 5. No changes shall be made to the construction schedule without the prior written approv; of the Engineer. Any progress payments made after the scheduled completion date sha not constitute a waiver of this paragraph or any damages. Coordination with the respective utility company for removal or relocation of conflictir utilities shall be requirements prior to commencement of work by the Contractor- 0 9/13/91 Re @ 3 6-7 TIME OF COMPLETION The Contractor shall begin work within to Proceed" and shall diligently prosecute the work to completion within consecutive 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. ar sunset, from Mondays through Fridays. The contractor shall obtain the approval of tk Engineer if he/she desires to work outside the hours state herein. Contractor may work during Saturdays and holidays only with the written permission ( the Engineer, This written permission must be obtained at least 48 hours prior to SUC work. The Contractor shall pay the inspection costs of such work. 10 calendar days after receipt of the "Notic 0 45 6-8 COMPLETION AND ACCEPTANCE Add the following: All work shall be guaranteed for one (1) year after the filing of a "Notice of Completioi and any faulty work or materials discovered during the guarantee period shall be repairc or replaced by the Contractor, at his expense. 6-9 LIOUIDATED DAMAGES 0 Modify this section as follows: If the completion date is not met, the contractor will be assessed the sum of $300 per d: for each day beyond the completion date as liquidated damages for the delay. AI progress payments made after the specified completion date shall not constitute a waiv of this paragraph or of any damages. 7-3 LIABILITY INSURANCE Add the following: All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide 1 at least A:V and are authorized to conduct business in the state of California. 74 WORKERS' COMPENSATION INSURANCE Add the following: All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide at least A:V and are authorized to conduct business in the state of California. 0 9/13/91 Re @ 4 7-5 PERMITS Modify the first sentence to read: The agency will obtain, at no cost to the Contractor, all encroachment, right-of-wa grading, and building permits necessary to perform work for this contract on City propert in streets, highways (except State highway right-of-way), railways or other rights-of-wa Add the following: Contractor shall not begin work until all permits incidental to the work are obtained. 0 7-8 PROJECT AND SITE I"AGEMENT To Section 7-8.1, Cleanup and Dust Control, add: Cleanup and dust control shall be executed even on weekends and other non-working da: at the City's request. Add the following to Section 7-8: 7-8.8 Noise Control All internal combustion engines used in the construction shall be equipped with muffle in good repair when in use on the project with special attention to City Noise Contr Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. 7-10 PUBLIC CONVENIENCE AND SAFETY Add the following to Section 7-10.4, Public Safety: 7-10.4.4 Safety and Protection of Workers and Public The Contractor shall take all necessary precautions for the safety of employees on the wo and shall comply with all applicable provisions of Federal, State and Municipal safety lai and building codes to prevent accidents or injury to persons on, about, or adjacent to tl premises where the work is being performed. He/she shall erect and properly maintain all time, as required by the conditions and progress of the work, all necessary safeguar for the protection of workers and public, and shall use danger signs warning agair hazards created by such features of construction as protruding nails, hoists, well holes, ai falling materials. 0 9/13/91 Rt @ 4 7-13 LAWS TO BE OBSERVED Add the following: Municipal ordinances which affect this work include Chapter 11.06. Excavation an Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel bed 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 establish€ pursuant to Section 1601 of the Fish and Game Code shall become conditions of tl- contract. 8 FACILITIES FOR AGENCY PERSONNEL Delete this section. 0 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 amoui of retention. 10 SURVEYING Contractor shall employ a licensed land surveyor or registered civil engineer PO perfor necessary surveying for this project. Requirements of the Contractor pertaining to this ite are set forth in Section 2-9.5 of the SSPWC. Contractor shall include cost of surveying service within appropriate items of proposal. No separate payment w be made. Contractor shall protect in place or replace all obliterated survey monuments as per Sectic 8771 of the Business and Professional Code. Contractor shall provide Engineer with 2 copies of survey cut sheets prior to commencir construction of surveyed item. 11 WATER FOR CONSTRUCTION The Contractor shall obtain a construction meter for water utilized during the constructic under this contract. The Contractor shall contact the appropriate water agency fc requirements. The contractor shall include the cost of water and meter rental with appropriate items of the proposal. No separate payment will be made. 0 0 9/13/91 Re @ 4 TECHNICAL SPECIFICATIONS CARLSBAD BOULEVARD FENCE REPLACEMENT 0 ANODIZED ALUMINUM HANDRAIL 1. Fabrication All anodized aluminum installation and fabrication shall conform to Standar Specification for Public Works Construction, SSPWC 1988 Edition, and the: provisions: Anodized aluminum handrail shall be square and shall match existing anodize aluminum rails on Carlsbad Boulevard just north of Cherry Avenue. A completed aluminum railing units shall be anodized after fabrication conformin to the requirements of the Aluminum Association Standard for Anodize Architectural Aluminum Class I Anodic Coating AA-C22-A41 e 2. Installation The railing shall be erected in holes formed by schedule 40 galvanized ste sleeves provided in the concrete sidewalks to receive the railing posts. No railing shall be erected on the structure until the sidewalk to which it is 1 be attached is completed and all falsework is removed. The railing shall be erected true to line and grade. Posts and balusters shall E vertical with the deviation from vertical for the full height of the panel nc exceeding 1/16 inch. After erecting the railing any abrasions or exposed aluminum or steel sleevc shall be repaired in accordance with subsection 210.3.5. If galvanized ste sleeves are to be grinded to be flush with the sidewalk, all exposed areas 1 sleeves shall be coated with Rust-oleum cold galvanizing compound. 0 3. Submittals A. The Contractor shall submit to the City for approval, a sample of anodizf aluminum railing to be used. Shop drawings showing detail of anodized aluminum handrailing wi complete dimensions. B. e 9/13/91 Re @ L C. AU shop drawings shall be approved and certified by the Contractor that meets or exceeds the requirements of plans and specifications, prior submittal to the City. No fabrication shall commence until City approves sample of anodizt railing and shop drawings. 0 D. 4. Measurement and Payment The installed anodized aluminum railing will be measured by the hear foot fro end to end along the face of railing, including terminal sections. The price paid per linear foot for anodized railing in place shall include fi compensation for furnishing all labor materials, tools, and equipment a~ performing all work involved in constructing the railing complete in place, shown on the plans and specified herein. CONCRETE SIDEWALK The construction of sidewalks shall conform to Section 303-5.5.3 of Standard Specificatio for Public Works Construction (SSPWC) and these provisions: All areas to receive sidewalk shall be cleared of vegetation and deleterious material, ai if required import, place, and compact suitable material to 95% maximum density. If 1 import is required, the Contractor shall compact the graded areas to 95% of maximu density. After the completion of compaction, 4 x 4 - 10 x 10 welded wire mesh (WWD shall be placed over the areas to receive sidewalk. All new sidewalks shall follow the cu grade with 2% cross fall towards the existing lawn. The Contractor shall remove, relocai or cap existing sprinklers as necessary to construct the sidewalks. PAYMENT The price bid for sidewalks shall include full compensation for all material, includij possible import, labor, equipment, and incidentals required to construct the sidewalks p plans and specifications and no other compensations will be made. SOD All graded areas between the new sidewalk and existing grass shall be prepared to recei sod as shown on the plans. PAYMENT The price bid for sod shall include full compensation for all material, labor, equipment, ai incidentals required to construct the sod per plans and specifications and no 0th @ payments will be made. 9/13/91 Rt @ 221 1 West Orangewood Avenue P. 0. Box 1649 Orange, CA 92668-0649 ALUMINUM TUBE RAILINGS INC. San Gabriel, CA 91776 ALL OWNED AUTOS HIRED AUTOS NON-OWNED AUTOS GARAGE LlABlLlM BWC220464 DESCRIPTION OF 0PERATK)NSILOCATIONSNEHlCLESlSPEClAL ITEMS CERTIFICATE HOLDER IS ADDITIONAL INSURED UNDER GENERAL LIABILITY POLICY RE. WHALE WATCH RAILING, HEMLOCK & CARLSBAD, CARLSBAD, CA. EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL SPU MAIL 30 DAYS WRIlTEN NOTICE TO THE CERTIFICATE HOLDER NA CITY OF CARLSBAD ATTN: CITY CLER 495 OAK AVENUE CARLSBAD, CA. 92008 W&&&G- 6.&pA33ss 0 ) 2080 ) CITY OF CARLSBAD ) )\ 1 City Clerk 1 City of Carlsbad 1 Recording request a - y: When recorded mail to: )' 1200 Carlsbad Village Drive ) Carlsbad, CA 92008 ) Space above for Recorder's Use Notice is hereby given that: 1. 2. 3. 4. 5. 6. 7. NOTICE OF COMPLETION The undersigned is owner of the interest or estate stated below in the property t described. The full name of the undersigned is City of Carlsbad, a municipal corporation The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, 1 92008. The nature of the titie of the undersigned is: In fee. A work of improvement on the property hereinafter described was completed 11/03/92 The name of the contractor, if any, for such work of improvement is Abghari Cor Incorporated. The property on which said work of improvement was completed is in tt Carlsbad, County of San Diego, State of California, and is described as follows: Boulevard Fence Replacement, Project No. 3355. The street address of said property is NONE. 8. VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, , 19$2 accepted I declare under penalty of perjury that the foregoing is true and correc Executed on nm. /r , 192at Carlsbad, California. CITY OF CARLSBAD California, 92008; the City Council of said City on /dm . I7 described work as completed and ordered that a Notice of Completion be filed. ALETHA L. RAUTENKRANZ City Clerk W w :,