HomeMy WebLinkAboutGriffith Company; 1979-06-18; 1066CITY OF CARLSBAD
SAN DIEGO COUNTY
CALIFORNIA
CONTRACT DOCUMENTS & SPECIFICATIONS
FOR
CONSTRUCTION OF STREET RESTORATION IMPROVEMENTS
IN PORTIONS OF .
TAMARACK AVENUE, EL CAMINO REAL AND.PALISADES DRIVE
CONTRACT NO, 1066
APRIL, 1979
TABLE OF CONTENTS
PAGE ITEM
1 NOTICE INVITING BIDS
3 - PROPOSAL
6 BIDDER'S BOND
7 DESIGNATION OF SUBCONTRACTORS
8 STATEMENT OF FINANCIAL RESPONSIBILITY,
TECHNICAL ABILITY AND EXPERIENCE
9 CONTRACT ' •
11 -LABOR AND MATERIAL BOND
13 PERFORMANCE BOND
15 SPECIAL PROVISIONS
> ' Page 1
* <
CITY OF CARLSBAD, CALIFORNIA
' . NOTICE INVITING BIDS«M;;- • . ' -
Sealed 'bids will be received at the Office of the City
Clerk, City Hall, 1200 Elm Avenue, Carlsbad, California, until
3:00 p.m. on the 23rd day of May , 19 79 , at which
. time they will be opened and read for performing the work as
follows:
Construction of Street Restoration Improvements in Portions of Tamarack
Avenue, El Camino Real, and Palisades Drive.
Contract No. 1066 '
Said work shall be performed in'strict conformity with the
specifications therefor as a'pproved by the City Council of the
City of Carlsbad on file in the Public Works Department. Ref-
erence is hereby made to said specifications for full particu-
lars and description of said work.
No bid will be received unless it is made on a proposal
form furnished by the Public Works Department. Each bid must
be accompanied by cash, certified check or bidder's bond made
payable to the City of -Carlsbad for an amount equal to at least
ten percent (101) of the amount of bid; said guaranty to be for-
* feited should the bidder to whom the contract is awarded fail
•to furnish the required bonds and to enter into a contract, with
the City within the period of time, provided for by the bid' re-
quirements.
The do'cuments included within the sealed bids which require
completion and execution are the following: .
1. Proposal
2. Designation of Subcontractors
3. Bidder's Bond
4. Contractor's Financial Status • . '
Said documents shall be affixed with the appropriate no-
taried signatures and titles of the persons signing on behalf
of the bidder." For corporations, the signatures of the presi-
dent or vice-president and secretary or assistant secretary are
required and the corporate seal shall be affixed to all documents
requiring signatures. In the case of a partnership, the signa-
ture of at least one general partner is required.
All bids are to be compared on the basis of the Engineer's
estimate. The estimated quantities are.approximate only, being
given solely as a basis for the comparison of bids.
No bid will be accepted from a contractor who has not been •
*** licensed in accordance with the provisions of Chapter 9, Divi-
sion 3 of the Business and Professions Code. The contractor
shall state his/her license number and classification in the pro-
posal. The estimated cost of the work is $20,000.
Page 2
Plans, special provisions and contract documents may be
obtained at the Public Works Department, City Hall, Carlsbad,
California, at no cost to licensed contractors. A nonrefundable
charge of NONE will be required for each set of plans, spe- .
cial provisions and contract documents-for other than licensed
contractors. It is requested that the plans and special provi-•'
sions be returned within two (2) weeks after the bid opening.
The City of' Carlsbad reserves the right to reject any or
all bids and to \tfaive any minor irregularity or informality in
such bids.
A project tour will be conducted by the City of Carlsbad
Public.Works Department on May 17, 1979 .
/
The general prevailing rate of wages for each craft or type
of workperson needed to execute the contract shall be those
as determined by the Director of Industrial Relations pursuant
to the State of California Labor Code, Part 7, Chapter 1, Ar-
ticle 2, Sections 1770, 1773 and 1773.1.
Pursuant to Section 1773.2 of said Labor Code, a current
copy of applicable wage rates are on file in the Office of the
City Clerk of the City-of Carlsbad.
*
It shall be mandatory upon the contractor to whom the con-
tract is awarded to pay not less than the said specified prevail-
ing rates of wages to all workpersons employed by him/her ""in the
execution of the contract.
Also, the prime contractor shall be responsible to insure
compliance with provisions of Section 1777.5 of the Labor Code
of the State of California for all occupations with apprentice-
ships as required on public ivorks projects above thirty thousand
dollars ($30,000) or twenty (20) working days.
The amount of the bond to be .given for the faithful per-
formance of the contract for the said work shall be one hundred
percent (100%) of the contract price therefor, and an additional
bond in the amount equal to fifty percent (50%) of the contract
price for said work shall be given to secure the payment of the
claims for any material or supplies furnished for the performance
of the work 'contracted to be done by the contractor for any work
or labor of any kind done thereon.
Approved by the City Council of the City of Carlsbad, Cali-
fornia, by Resolution No. 5759 adopted on May 1 » 19 79 .
May 2, 1979 rfj£2&, dC IttsGt^-
Date~ ALETHA L. RAUTENKRANZ, CITY CLERK T
Page 2A
SPECIAL NOTICE
Prior to submitting a bid on this project, it is advisable that each
contractor investigate the work area for street restoration improvements,
Per the notice inviting bids, a project job tour will be conducted on
May 17, 1979 at 10 A.M. Contract No. 1066 is a storm damage emergency
contract and the exact extent of damage cannot be determined until
excavation and investigation of subgrade conditions are undertaken.
Consequently, the City of Carlsbad reserves the right to increase or
decrease the amount of work to be done.
Page 3
C I T Y 0 F C A R L S B A D
. CONTRACT NO'.
QRJFFITH COMPANY
PROPOSAL
City Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
The undersigned declares he/she has carefully examined the
location of the work, read the Notice Inviting Bids, examined
the plans and specifications, and hereby proposes to furnish all
labor, materials, equipment, transportation and services required
to do all the work to complete Contract No. 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
Quantity § Unit
Article with Unit Pri'ce or Unit
Lump Sum Written in Words Price TOTAL
10,400 sq'. ft.
(Tamarac1-'. Ave.)
200 cubic yards
(Tamarack Ave.)
220 tons
(Tamarack Ave.)
8400 sq. ft.
(El Camino Real)
Remove approximately TO,400
square -feet of existing 3V1
asphalt concrete paving on
Tamarack Avenue at
r$per sq.. ft,
200 Cubic yards disintegrated
granite in place at ^ ^
fc-^
• . .per cubic yard
220 tons asphalt concrete pav
ing in place at
er ton
Remove approximately 8,400
square feet of existing 4"
asphalt concrete paving on
El Camino Real at
0
oer so. ft.
GRIFFITH COMPANY Page 3A
Approximate
Quantity & Unit
Article with Unit Price or
Lump Sum Written in Words
Unit
Price TOTAL
8
10
11
, t^'1-
S '
160 cubic yards
(El Camino Real)
180 tons
(El Camino Real)
1,000 sq. ft.
(Palisades Drive)
25 cubic yards
(Palisades Drive)
16 tons
(Palisades Drive)
lump sum
(Tamarack Ave.
& El Camino Real")
Estimate 2
(Tamarack Ave.)
160 cubic yards disintegrate^'
granite in place at ^
per cubic yard
180 tons asphalt concrete pav-
ing in place at
per ton
Remove approximately 1,000 sq.
ft. of existing 3" asphalt con-
crete 'paving on Palisades Drive
at /A6
per sq. ft.
25 cubic yards of disintegrated
granite in place at
per cubic yard 3
16 tons asphalt concrete paving
in place at
-/ CTy V
per ton
Rembve sand, silt and debris
from the storm drain and struc-
tures on Tamarack Avenue and
El Camino Real at
lump, sum
Grout joints as required in
24" RCP storm drain at .Q t/
^A^LC'/J^J
each
• GRIFFITH COMPANY
Page 3B
Item Approximate Article with Unit Price or Unit
No.^. Quantity & Unit Lump Sum Written in Words ' Price TOTAL
Estimate 2 Grout joints as required in
36" RCP storm drain at <0
ri £"7
each
. TOTAL (/N FIGURES)
TOTAL (IN WORDS)
. . • '•' '. GRIFFITH COMPANY page 4
All bids arc to be computed on the basis of the given es-
.timated quantities of work, as indicated in this proposal, times
the unit price as submitted by the bidder. In case of a dis-
crepancy between words and figures, the words shall prevail.
In case of an error in the extension of a unit price, the cor- *
rected extension shall be calculated and the bids will be com-
puted as indicated above and compared on the basis of the cor-
rected totals. -.-'..'
The estimated quantities of work indicated in this proposal
are approximate only, being given solely -as a basis for compari-
son of bids . .
The undersigned has checked carefully all of the above
figures' and understands that the City will not be responsible
for any errors or omissions "on the part of the undersigned in
making up this bid. ' .
The undersigned agrees that in case of default in executing
the required contract with- necessary bonds and insurance poli-
cies within twenty (20) days from the date of award of contract
by City Council of the City of Carlsbad, the proceeds of check
or bond accompanying this bid shall become the property of the
City of Carlsbad. • '
Licensed in accordance with the Statutes of the State of
'California providing for the' registration of contractors, Li-
cense No. ft 32168 , Identification A-SB-I-SC-IZ _ •
The undersigned bidder hereby represents as follows: (1)
That no Councilperson, 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 of-
. ficers, agents or employees, has induced' him/her to enter into
this contract, excepting only those contained in this form of
contract and the papers made a part hereof by its terms; and
(2) that this bid is made without connection with any person,
firm or corporation making a bid for the same work, and is in
all respects fair and without collusion or fraud,
Accompanying this proposal is ^^"^^^^
(cash, certified check, bond
or cashier's check)
in an amount not less than ten percent (lOS) of the total bid
price.
The undersigned is aware of the provisions of Section 3700
of the Labor Code which require every employer to be insured
against liability for workers' compensation or to undertake
self -insurance in accordance with the provisions of that code,
and agrees to comply with such provisions before commencing the
performance of the work of this contract.
Page 5
$714) 297-4455 GRIFFITH COMPANY
Phone Number
Date
Bidder s Nair.e
thorized Signature
. COMPANY
.P.O. BOX 33187.,
SAN DICGO. CALIF. 921Q3
Bidder's Address
Authorized) Signature
ROBERT D. LYTLE SECRETARY
CORPORATION
Type of Organization
•(Individual, Corporation, Co-
partnership)
List below names of President, Secretary, Treasurer and Manager if a
corporation, and names of all co-partners if a co-partnership:
' • . V v/e wiH furnish the insurance required by the
. . ' specifications, however, we will state on the •
'•'••' certificate of insurance that the certificate ; . .
. • •• ' • . is subject to the terms, conditions and .exclusions ^'
• • stated in the listed policies. . *.
' (NOTARIZE OR CORPORATE.SEAL) . : "'
(Notarial acknowledgement of execution by PRINCIPAL(S) must be attached)
GRIFFITH COMPANY OFFICERS
George P. Griffith
Donald L. McGrew
Robert D. Lytle
John E. TigerJanes A. Hearn
James B. Hayden
Janes D. Waltze
Vincent Diaz
Tenny R. Fogelberg
Evan E. Millington
Ned G. Hichou
John E. Snider
President
Executive Vice President
Vice President-Secretary/Treasurer-
Chief Financial OfficerVice President
Vice President/District Manager
Vice President/District Manager
Vice President/District Manager
Assistant District Manager
Assistant District Manager
Assistant District Manager
Controller
Assistant Secretary
314 Robinhood Lane
304 Avenida Monterey
1830 Ocean Boulevard
2360 Mountain Avenue145 - 21st Street
5411 Warwick Place
284 Bucknell Road
4S08 Greenmeadow Road
19774 Golden Bough Drive
915 Paloma Street
2213 Linnington Avenue
3958 Franklin Avenue
Costa Mesa
San Clemente
Long BeachNorco
Del MarBakersfield
Costa Mesa
Long Beach
Covina
Bakersfield
Los Angeles
Los Angeles
9262 .•
92672
90802
91760 .
92014
93309 •
92627
90808
91722
93304
90064
90027
STATE OF CALIFORNIA,
COUNTY OF .
SAN B1EGO
a^^m»«™OFFICIAL SEAL
SANDRA J. GJSH I
NOTARY PUBLIC CALIFORNIA ;
NOTpmNC.PAL OFFICE IN |
ss.
on ULZ£.
before me, the undersigned, a Notary Public in and for said State, personally appeared
1ST /?• MtftftfsJ , known to me to be the
.President, and ^ • k- LLJJ-\^_^ (known to me
-Secretary of_to be the.
GRIFFITH COMPANYthe Corporation that executed the within Instrument, known to me to be the persons who
executed the within Instrument, on behalf of the Corporation herein named, and acknowledged
to me that such Corporation executed the within Instrument pursuant to its by-laws or a
resolution of its board of directors;
WITNESS my hand and official seal.
Notary Public-injand for said State.
ACKNOWLEDGMENT-Corp., Pres. & Sec., Wolcotts Form 223—flev. 344
STATE OF CALIFORNIA )
COUNTY OF SAN DIEGO >SS-
ON BEFORE ME, THE UN
FOR SAID COUNTY, PERSONALLY APPEARED
TO BE THE PERSON WHOSE N/WE
OF UNITED PACIFIC INSURANCE
t?.
A NO IY/PUBLIC IN AND
/KNOWN TO ME
FFICIAL SEAI
SANDRA J. GISH
NOTrtRY PUBLIC CALIFORNIA
PRINCIPAL OFFICE IN
SAN DIEGO COUNTY
My Commission Expires April 29. 198Q"
IS SUBSCRIBED TO THE WITHIN INSTRUMENTAS ATTORNEY-IN-FACT
COMPANY", AND ACKNOWLEDGED TO ME.THAT __HE SUBSCRIBED THE-
COMPANY, AS SURETY AND H/J^ OWN NAME AS ATTORNEY-IN-
MY COMMISSION EXPIRES '., 19.NOTARY PUBLIC IW/AND FOR SAID COUNTY
STATE OF CALIFORNIA,
COUNTY OF .LOS ANGELES $AN DIEGO
«illlil!l«iHm™™»»"™""
OFFICIAL SEAL
SANDRA J. GISH
NOTARY PUBLIC CALIFORNIA
PRINCIPAL OFFICE IN
SAN DIEGO COUNTY
SS.
ON_
before me, the undersigned, a Notary Public in and for said State, personally appeared
"-J-. /?- /-*£''/?'€*/ , known to me to be the
WCE President, and £* > & • ^y//g- . _, known to me
to be the_-Secretary of_
mMPAMV
the Corporation that executed the within Instrument, known to me to be the persons who
executed the within Instrument, on behalf of the Corporation herein named, and acknowledged
to me that such Corporation executed the within Instrument pursuant to its by-laws or aresolution of its board of directors.
WITNESS my hand and
Notary Public ijtarid for said State.
ACKNOWLEDGMENT-Corp., Pres. & Sec., Wolcotts Form ZO-Rev. 344
Page 6
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS:
That we, GRIFFITH COMPANY
and UtUTEQ PACIFIC i
__, as Principal,
, as Surety, are held
and firmly bound'untg the City of Carlsbad, California, in the sum
of TojAL^Sn^y^yj^pg ; .-"• ' Dollars
gjjj |^ DQ^ClLA'RflJ"" ***** >***"($ ), lawful money of the United States for the pay-
ment of which sum well and truly to be made,, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH:
That if the proposal of the above-bounden principal for:
CONSTRUCTION OF STREET RESTORATION IMPROVEMENTS IN PORTIONS OF
.TAMARACK AVENUE, EL CAMINO REAL, AND PALISADES DRIVE. CONTRACT NO. 1066
in the City of Carlsbad, is accepted by the City Council of said
City, and if the above-bounden Principal shall duly enter into
and execute a contract including required bonds and -insurance
policies within twenty (20) days from the date of award of con-
tract by the City Council of"the City of Carlsbad, being duly
notified of said award, then this obligation shall become null
and void; otherwise, it shall be and remain in full force and
•effect, and .the amount specified herein -shall be forfeited to
the said City. *. '•
In the event any Principal above named executed this .bond
as an individual, it is agreed that the death of any such Prin-
cipal shall not exonerate the Surety from its obligations under
this bond.
IN -WITNESS WHEREOF, we hereunto set our hands and seals this
day of '_
Corporate Seal (if corporation)
GRIFFITH COMPANY
UNITED PACIFIC INSURANCE COMPANY
Suret
Title ~7,
(Attach
Attorney in Fact)
of
ROBERT D. LYTL£SECREfrARY
(Notarial acknowledgement of exe-
cution by all PRINCIPALS and
SURETY must be attached.)
HOME OFFICE. TACOMA. WASHINGTON
POWER OF ATTORNEY
th" UN'TED •>AC'FIC INSURANCE COMPANY. . «rpor.«,on duly organiz* under the ..w, of the
.«n.t,tu».r«, appoint C. H. COYLE, JR. of SAN DIEGO, CALIFORNIA
Wtrue and lawful Attorney-in-fact, to make execute, seal and deliver for and on its behalf, and a* its act and'dead
ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP
and to bind tha UNITED PACIFIC INSURANCE COMPANY thereby as fully and to the ume extent as if such bonds and undertakings and other
writings obligatory in tha nature thereof were signed by an Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and sealed and attested
by on* other of such officers, and hereby ratifies and confirms all that its said AttorneyUI-in-fact may do in pursuance hereof.
This Power of Attorney is'granted under and by authority of Section 37A of the By-Laws of UNITED PACIFIC INSURANCE
COMPANY which provisions are now in full force and effect, reading as follows:
SECTION 37A - ATTORNEYS-IN-FACT
SECTION 1. The Board of Directors, the Pretident, or any Vice-President or Assistant Vica-Prei.dunt shall have power and authority to: (a) appoint
Attorneyi-in-fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other
writing* obligatory in the nature thereof, and (W to remove any such Attorney-m-fact at any time and revoke the power and authority given to him.
SECTION 2. Attorneys-in-fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute
and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity end other writings obligatory in the nature thereof
The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in •
the nature thereof.
This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of
UJVITED PACIFIC INSURANCE COMPANY at a meeting held on the 26th day of October. 1971. at which a quorum was present, and said Resolution
' not been amended or repealed:
"t;-,.
"Resolved, that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of
attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile
signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by
facsimile signatures and facsimile seal (hall be velid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached."
IN WITNESS WHEREOF, the UNITEOPACIFIC INSURANCE COMPANY has caused these presents to be signed by its Vice-President, and its corporate
! «•»! to he hereto affixed this 22nd rf»v of July 19 74.
UNITED PACIFIC INSURANCE COMPANY
i
STATE OF WashingtonCOUNTY OF Pierce
On this 22nd _day of.
I
July
Vice-President
.. 1924, personally appeared MORRIS E. BROWN
____________________________ . to me known to be the Vice-President of the UNITED PACIFIC INSURANCE COMPANY, and
acknowledged that he executed and attested the foregoing instrument and affixed the seal of said corporation thereto, and that Section 37A. Section 1
and 2 of the By-Laws of said Company and the Resolution, set forth therein, are mil in full
My Commission Expires:
January 15 . 19 _2_L Notary Public in and for State of
P. Keith Johnson . Assistant Secretary of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the
i and foregoing is a true and correct copy of a Power of Attorney executed by said UNITED PACIFIC INSURANCE COMPANY, which is still in full
force and effect. . ^_s
/^ - ^IN WITNESS WHEREOF. I have hereunto set my hand and affixed the seal of said Company this
WBDU-1431 ED 7 72
day of 19.___\ f
Page 7
DESIGNATION OF SUBCONTRACTOR
The undersigned certifies he/she has used the subbids of the
following listed contractors in making up his/her bid and that*the
subcontractors listed will be used for the work for which they bid,
subject to the approval of the Public Works Administrator, and in
accordance with applicable provisions of the specifications. No
changes may be made .in these subcontractors except upon the prior
approval of the Public Works Administrator of the City of Carlsbad.
The following information is required for each subcontractor. Ad-
ditional page can be attached if required.
Item(s)
of Work
Pull
Company
Name Complete Address
A.C. &
Phone No,
GRIFFITH COMPANY
(SEAL).dder' s Name
A,VICE 'R 0 _
rized Signature ROBERT a LYTLB SECRETARY
CORPORATION
Type of Organization (individual, part-
nership or corporation)
. ... GRIFFITH COMPANY
P. 0. BOX 33107AddressSAN DIEGO, CAUF, 92103
City, state, zip uoae
Page 7A
. DESIGNATION OF SUBCONTRACTOR (continued)
••
The bidder is to :provide the following information on the
'. subbids of all the listed subcontractors as part of the sealed
'bid submission. Additional page can be attached if required.
Full • Type of State Carlsbad Amount
Company . Contracting Business of
Name License & No. License No.* Bid ($ or
*Licenses are renewable annually by January 1st. If no valid li-
cense indicate "none." Valid license must be obtained prior to
.working on project.
• . «3RIFFITH COMPANY
Ldder's Name ij. A. Hearn
(SEAL) -.<rZaiir^\^ - 3. A.Hearn r; VICE PRES.DENT
ViCE PRESIDFNT
rized Signature
O- V9'r-s . A, x
ROBERT D. LYTLE U SECRETARY
Page 8
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
1 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 which will enable
.the City Council to judge his/her responsibility, experience,
skill and. business standing.) ' . • ^ -.••-.•
The undersigned submits herewith a statement of his/her
financial responsibility. •-• -:-- -• ^--tv. -.-;,- •:-• ...-....-•-
The undersigned submits'-below a statement of the work of
similar character to that included in the proposed contract
which he/she has successfully performed.
GRIFFITH COMPANY
•rtf. A. Hearn
': VICE-PRESIDENT.
(NOTARIZE OR CORPORATE SEAL)ROBERT D. lYTLE
Page 9
CONTRACT
THIS AGREEMENT, made and entered into 'this day of
_" , 19 , by and between the City of Carlsbad,
California, hereinafter designed as "City", party .of the firstt •
part, and Griffith Conroanv hereinafter
designated as "Contractor", party of the second part.
»
WITNESSETH: The parties hereto do mutually agree as fol-
lows: . •
1. For and in consideration of:the payments and agreements
hereinafter mentioned to be -made and performed by City, the Con-
tractor agrees with the City to furnish all materials and labor
for:
CONSTRUCTION OF STREET RESTORATION IMPROVEMENTS IN PORTIONS OF TAMARACK
AVENUE, EL CAMINO REAL, AND PALISADES DRIVE.
CONSTRACT NO. 1066
and to perform and complete in a good and \\Torkpersonlike manner
all the work- pertaining thereto shown on the plans and specifica-
tions therefor; to furnish at his/her own proper cost and expense
all tools, equipment, labor and materials necessary therefor (ex-
cept such materials, if any,, as in the said specifications are
stipulated to be furnished by City), and to do everything -required
. by this agreement and the said plans and specifications.
• 2. For furnishing -all said materials and labor, tools and
equipment, and doing all the work contemplated and embraced in
this agreement, also for all loss and damage arising out of the
nature of the work aforesaid, or from the action of the elements,
or from any unforeseen difficulties whcih may arise or be en-
• countered in the prosecution of the work until its acceptance by
the City, and for all risks of every description connected with
the work; also, for all expenses incurred by or in consequence
of the suspension or discontinuance of work, except such as in
• said specifications are expressly stipulated to be borned by the
City; and for well and faithfully completing the work and the
\\rhole thereof, in the manner shown and described in the said
plans and specifications, the City will pay and the Contractor
shall receive in full compensation therefor the lump sum price,
or if the bid is on the unit price basis, the total price for
the several items furnished pursuant to the specifications,
named in the bidding sheet of the proposal, as the case may be.
3. The City hereby promises and agrees with said Con-
tractor to employ, and does hereby employ said Contractor to
provide the materials and to do the work according to the terms
and conditions herein contained and refer-.red to for the price
aforesaid and in accordance with the conditions set forth in the
Page 10
specifications; and the. said parties for themselves, their heirs,
executors, administrators, successors and assigns, do hereby
agree to- the full performance of the covenants herein contained.
4. The Notice to Bidders, Instructions to Bidders, Con-
tractor's Proposal, and the plans*and specifications, and all
amendments thereof, when approved by the parties hereto, or when
required by the City in accordance with the provisions of the
plans and specifications, are hereby incorporated in and made a
part of this agreement.
5. Pursuant to the Labor Code of the State of California,
the City Council has ascertained the general prevailing rates of
per diem wages for each craft or type of'workperson needed to
execute the contract and a schedule containing such information
is included in, the Notice Inviting Bids and is incorporated by
reference herein.
6. The Contractor shall assume the defense of and indemnify
and safe harmless the City, and its officers and employees, from
all claims, loss, damage, injury and liability of every kind,
nature and description, directly or indirectly arising from the
performance of the contract or work, regardless of responsibility
for negligence; and from any and all claims, loss, damage, injury
and liability, howsoever the same may be caused, resulting di-
rectly or-indirectly from the nature of the work covered by the
contract, regardless of responsibility for negligence.
IN WITNESS WHEREOF, the parties hereto have caused this cpn-
tract to be executed the day and year first above written.
(Notarial acknowledgement of
execution by ALL PRINCIPALS
must be attached.)
GRIFFITH COMPANY
(seal)
VIC SENT/DISTRICT MANAGER
Title
APP
ROBERT D. LYTLE SEC8ETARY
Title
CITY OF jQARLSBAD, CALIEOJINIA
By /
May or
ATTEST:
/•''
v
i'ty Clerk
STATE OF CALIFORNIA,
COUNTY OFjaJEfflMKK SAN DIEGO
OFFICIAL SEAL
SANDRA J. GISH
NOT/W 3UC CALIFORNIA
PRINCIPAL OFFICE IN-vosirr SAN DIEGO COUNTY
My Commission Expires April 29,1£
ss.
^^-^ 19 79 ,
before me, the undersigned, a Notary Public in and for said State, personally appeared
J. A. Hearn ( known to me to be theVice Prssirifint, and R. D. Lytle
to be the Sprretare nf GRIFFI1]known to me
the Corporation that executed the within Instrument, known to me to be the persons who
executed the within Instrument, on behalf of the Corporation herein named, and acknowledged
to me that such Corporation executed the within Instrument pursuant to its by-laws or aresolution of its board of directors..
WITNESS my hand and official seal.N •-"
LABOR AND MATERIAL BOND
KNOW ALL PERSONS BY THESE PRESENTS;•
Page 11
Bond No. U 08 36 11
Executed in 4 Counterparts
' "The FremnMi drargsd for &-
^™ °°W"
WHEREAS, the City 'Council of the City of Carlsbad, State of
*
California, by Resolution No. 5801 adopted June 5, 1Q79 _ '_
has awarded to Griffith Company _ , • _; _ _
hereinafter designated as the "Principal", a contract for:
*
CONSTRUCTION OF STREET RESTORATION' IMPROVEMENTS IN PORTIONS OF
TAMARACK AVENUE, EL CAMINO REAL,- AND PALISADES DRIVE. .
CONTRACT NO. 1066
in the City of Carlsbad, in strict conformity with the drawings
and specifications and other contract documents on file in the
Office of the City Clerk.
WHEREAS, said Principal has executed or is about to execute
said contract and the terms thereof require the furnishing of a
bond with said contract, providing that if said Principal or any
of his/her or its subcontractors, shall fail to pay for any ma-
terials, provisions, provender or other supplies or teams used
in, upon, for or about the performance of the work agreed to be
done^, or for any work or labor done thereon of any kind, the
Sure'ty on this bond will pay the same to the extent hereinafter
set forth:
NOW, THEREFORE, WE Griffith Company ___ ~'
as Principal, hereinafter designated as Contractor, and
United Pacific Insurance Company as Surety, are
held firmly bound unto the City of Carlsbad in the sum of Twenty
Two Thousand Seventy Six and 25/100 ---^---Dollars ($22,076.25 )
said sum being fifty percent (50%) of the estimated amount payable
by the City of Carlsbad under the terms of the contract, for which
payment well and truly to be made we bind ourselves, our heirs,
executors and administrators, successors, or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the person
or his/her subcontractors fai-l to pay for any materials, provisions,
.provender or other supplies, or teams used in, upon, for, or about
the performance of the work contracted to be done, or for any other
work or labor thereon of any kind, or for amounts due under the
Unemployment Insurance Code with respect to such work or labor,
, that the Surety or Sureties will pay for the same, in an amount not •
exceeding the sum specified in the bond, and also, in case suit is
brought upon the bond, a reasonable attorney's fee, to be fixed by
the court, as required by the provisions of Section 4204 of the
Government Code of the State of California.
This bond shall inure to the benefit of any and all persons,
companies and corporations entitled to file claims under Section
Pdge 12
1192.1 o£ the Code of Civil Procedure so as to give a right of
action to .them or their assigns in any suit brought upon this
bond, as required by the provisions of Section 4-205 of the Gov-
ernment Code of the State of California.
And the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alterations or ad-
ditions to the terms of the contract or to the work to be per-
formed thereunder or the specifications accompanying the same
shall, in any way, affect its obligations on this bond, and it
does hereby waive notice of any such change, extension of time,
alterations or additions to the terms of the Contract or to the
work or to the specifications.
In the ev.ent any Contractor above named executed this bond
as an individual, it is agreed the death of any such Contractor
shall not exonerate the Surety from its obligations under this
bond.
IN WITNESS WHEREOF, this instrument has been duly executed
by the Contractor and Surety above named, on the isth day of
, 19June 79
Griffith Company (Seal)
J. A. liearn
VICE PRESiDENT/DISTRICTMANA^Ef* J
(Seal)
ROBERT D, LYTUE Contractor SECRETARY
United Pacific InWmance Coftpfcny (Seal)
(Seal)
Harry J. Collihs, Attorney-in-Fact (Seal)
SuFety
(Notarial acknowledgement of execution by all PRINCIPALS and SURETY must
be attached)
State of California
County of Los Angeles
ss:
On June 18 , 19 79 , before me, the undersigned, a Notary Public in and for said County,
personally appeared Harry J. Collins known to me to be the person whose name is
subscribed to the within instrument as Attorney-in-Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged
to me that he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and h is own name as
Attorney-in-Fact. ,
'-. v» %"v •$"'"• V*oJ ^n-* /•'a VTHA J. CHASE
y Kiirxip.-M. orr:CL 1:1
« ^Ss&fS LC3 AMBLES COUNTY
My Commission exj!ftfe<Fniis5lon ^P'1"85 April 3, 1981»»»»*»»«<•
BDU-1818 ED. 3/72 (CALIF.)
f fff-f f jf^ JL L- •JmrT>i^i*~>r -f- ^-^—^ j/ Notary Public Hi-lind/for said County
STATE OF CALIFORNIA,
COUNTY OF XQSXSBBIXK SAN DIEGO
OFFICIAL SEAL
SANDRA J. GISH j
NOTARY PUBLIC CALIFORNIA |
PRINCIPAL OFFICE IN |
^ SAN DIEGO COUNTY
Commission Expires April 29, 198Q,i.uiiiui«l»l
SS.
ON JUNE 18, 19_79_,
before me, the undersigned, a Notary Public in and for said State, personally appeared
J' A. Hearn _( |<nown {0 me [Q \^s (he
Vice Presidpnt, anri R- D- Lytle ( known to me
to be the Secretary nf GRIFFITH COMPANY
the Corporation that executed the within Instrument, known to me to be the persons who
executed the within Instrument, on behalf of the Corporation herein named, and acknowledged
to me that such Corporation executed the within Instrument pursuant to its by-laws or a
resolution of its board of directors. ^
WITNESS my I
Notary Pumic in and for said State.
ORIGINAL
PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS;
Page 13
Bond No. U 08 36 11
Executed in 4 Counterparts
Premium: $331.00
WHEREAS, the City Council of the City of Carlsbad, State of
California, by Resolution No. 580T. adopted June 5, 1979 ,
has awarded to Griffith Company ; ; . ,
hereinafter designated as the "Principal", a contract for:
CONSTRUCTION OF STREET RESTORATION IMPROVEMENTS IN PORTIONS OF
TAMARACK AVENUE, EL CAMINO REAL, AND PALISADES DRIVE. CONTRACT NO. 1066
in the City of Carlsbad, in strict conformity with the drawings
and specifications and other contract documents now on file in
the Office of the City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute
said contract and the terms thereof require the furnishing of a
bond for the faithful performance of said contract;
NOW, THEREFORE, WE, Griffith Company ,
as Principal, hereinafter"designated as the "Contractor", and
• United Pacific Insurance Company . as Surety,
are held and firmly bound unto the City of Carlsbad, in the sum
°f Forty Four Thousand One Hundred Fiftv Two & 50/100 -Dollars
($ 44.152.50 )» said sum being equal to 100 percent (100%): of
the estimated amount of the contract, to be paid to the said City
or its certain attorney, its successors and assigns; for which
payment, well and truly to be made, we bind ourselves, our heirs,
executors and administrators, successors' or assigns, jointly and
severally, firmly by these presents.
. THE CONDITION OF THIS OBLIGATION. IS SUCH that if the above--
bounden Contractor, his/her or its heirs, executors, adminis-
trators, successors or assigns, shall in all things stand to and
abide by, and well and truly keep and perform the covenants, con-
ditions and agreements in the said contract and any alteration
thereof made as therein provided on his/her or their part, to be
kept and performed at the time and in the manner therein speci-
fied, and in all respects according to their true intent and
meaning, and shall indemnify and save harmless the City of Carls-
bad, its officers and agents, as therein stipulated, then this
obligation shall become null and void; otherwise it shall remain
in full force and virtue.
And said Surety, for value received, hereby stipulates and
agrees that no change, extension of time, alteration or addition
to the terms of the contract or to the work to be performed
thereunder or the specifications accompanying the same shall not
affect its obligations on this bond, and it does hereby waive
Page 14
notice of any change, extension of time, alterations or addition
to the terms of the contract or to the work or to the specifica-
tions. .
In the event that any Contractor above named executed this
bond as an individual, it is agreed that the death of any such
Contractor shall not exonerate the Surety from its obligations
under this bond.
IN WITNESS WHEREOF, this'instrument has been duly executed
by the Contractor and Surety above named' on the 18th day of
'June ^ f 19 79 .
Griffith Company
~., ...rafetti o. LYiut Contractor SECRETARY
(Seal)
X i-Unit'ed Pacific Insurance do (Seal)
• (Seal)
Hafery J. Collins, Attorney-in-Fact, (Seal)
Surety
(Notarial acknowledgement of execution by all PRINCIPALS and SURETY must
be attached)
STATE OF CALIFORNIA,
COUNTY OF LBSaflKKEX SAN DIEGO
iKJlHHInniimnmiiiiiMimiiMimimmiiuimiimmiuimmiin
OFFICIAL SEAL I
SANDRA J. GISH |
NOTARY PUBLIC CALIFORNIA |
PRINCIPAL OFFICE IN |
3 -%SiSs8S»- SAN DIEGO COUNTY |
I My Commission Expires April 29,198Q I
BiliuiiiiuuuuuiiinnuiiiiiiHiiiiiiiiiuiiuiiiiiuiiiiiiiiiiiiiiiiiiiiiiiiuiiiiiiHiiiiiuuiiiiAiiiiiil
SS.
JUNE 18,79
before me, the undersigned, a Notary Public in and for said State, personally appearedJ- A. Hearn
to be the_
PresMflnt . D. Lytle
_Secretary oL GRIFFITH COMPANY _, known to me
the Corporation that executed the within Instrument, known to me to be the persons who
executed the within Instrument, on behalf of the Corporation herein named, and acknowledged
to me that such Corporation executed the within Instrument pursuant to its by-laws or a
resolution of its board of directors.
WITNESS my hand and official seal.
oorp., Pres. & Sec., Wolcotts Form 223—Rev. 3-64
State of California
County of Los Angeles
ss:
On June 1 8 _ , 19 79 _ before me, the undersigned, a Notary Public in and for said County,
personally appeared Harry J. Collins _ known to me to be the person whose name is
subscribed to the within instrument as Attorney-in-Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged
to me that _ he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and his own name as
Attorney-in-Fact.
J. CHASE
. ;C- C ".: ifOKMA o• -/r.':^;: IN
., ;
My Commissiof!) .e^aif ss^. <• ... ^ j, ».-
A:>;ii 3, 1981
BDU-1818 ED. 3/72 (CALIF.)
ST
ORIGINAL
Page 15
C ' " CITY OF CARLSBAD -%»..>»••
CONSTRUCTION OF STREET RESTORATION IMPROVEMENTS
IN PORTIONS OF
TAMARACK AVENUE, EL CAMINO REAL AND PALISADES DRIVE
•
CONTRACT NO'. 1066
SPECIAL PROVISIONS
A. GENERAL REQUIREMENTS
1. Work to be Done
The work to be done consists of furnishing all labor, equipment,
materials, and performing all operations for street restoration
improvements in portions of the following streets:
AREA #1 - Tamarack Avenue from El Camino Real to approximately
400 feet westerly.
AREA #2 - El Camino Real from Tamarack Avenue to approximately
700 feet southerly.
V-.,AREA #3 - Palisades Drive from Tamarack'Avenue to approximately
50 feet northerly.
2. Plans and Specifications
The specifications for the work consist of the Standard Specifications
of the City of Carlsbad, the 1976 Edition of Standard Specifications
for Public Works Construction (hereinafter designated S.S.P.W.C.) as
issued by the Southern California Chapters of the American Public
Works Association, and these contract documents and specifications.
The standard drawings utilized for this project are City of Carlsbad
drawings and drawings from the Regional Standard Drawings of the
San Diego Area. Copies of pertinent standard drawings are enclosed
with these documents.
3. Construction Schedule and Time of Completion
A construction schedule is to be submitted by the Contractor per
Section 6-1 of the S.S.P.W.C. Coordination with the respective
utility company for removal or relocation of conflicting utilities
shall be requirements prior to commencement of work by the Contractor.
Page 16
The Contractor shall begin work after being duly notified by an
issuance of a "Notice to Proceed" and shall dligently prosecute
the work to completion within (30) consecutive calendar days from
the date of receipt of said "Notice to Proceed."
4. Nonconforming Work
The Contractor shall remove and replace any work not conforming to
the plans or specifications upon written order by the City Engineer.
Any cost caused by reason of his/her nonconforming work shall be
borne by the Contractor.
5. Guarantee
All work shall be guaranteed for one year after completion and any
faulty work or materials discovered during the guarantee period shall
be repaired or replaced promptly.
6. Water for Construction
The Contractor shall obtain a construction meter for water utilized
during the construction of this contract. The Contractor shall
contract the appropriate water agency for requirements.
The City shall bear the cost for all water utilized during this
contract. •
7. Surveying
Surveying service for this project shall be performed by the City of
Carlsbad or their authorized agent. Requirements of the Contractor
pertaining to this item are set forth in Section 2-9 of the S.S.P.W.C.
B. DISINTEGRATED GRANITE BASE
1. Disintegrated granite base material shall conform to the requirements
of Section 400-2.3 of the S.S.P.W.C.
C. ASPHALT CONCRETE PAVING
1. Asphalt concrete paving shall conform to Section 302-5 of the S.S.P.W.C.
Asphalt concrete paving viscosity grade shall be AR 4000.
2. Section 302-5 is modified to require that a 3 inch or 3% inch thickness
of the asphalt concrete pavement be placed in two courses, being
two inches or 2% inches in thickness of base course and 1 inch thickness
of surface course. Mixture of each course to be approved by the Engineer.
Page 17
3. All new asphalt concrete pavement shall be fog seal coated with
asphalt emulsion a.s directed by the Engineer and as set forth -in
Section 37-1 of the California Division of Highways Standard •
Specifications.
4. Payment: Compensation for asphalt concrete pavement including
fog seal coat sfoall be included in the asphaltic concrete pavement
bid item, and no other compensation shall be provided.
D. EXCAVATION
1. Excavation shall meet the requirements of Section 300 of the
S.S.P.W.C.
2. All excavated concrete, paving, base material, and dirt subgrade
containing deleterious materials shall be removed from the work
sites and disposed of by the Contractor.
E. SPECIFICATION REFERENCES
1. Clearing and grubbing, and backfill shall meet the requirements of
Section 306-5 of the S.S.P.W.C.
V..,
1" max graded aggregate.
SECTION
NOTES
1. For trenching on improved streets see Standard Drawing G - 24 or
. G • 25 (or resurfacing details.
2. (*) indicates minimum relative compaction.
c
4" clearance (min)
RtCOUMFNDED BY THE SAN OlfGD
H&ION/U STANDARDS COMMUIU
tuoidiiuim B C f .
DRAWING n rnNUMBER U-bU
SAN DIEGO REGIONAL STANDARD DRAWING
PIPE BEDDING AMD TRENCH BACKFILL
FOR STORM DRAINS
Revision By Approved Date