Loading...
HomeMy WebLinkAboutGriffith Company; 1979-08-20; 1068CITY OF CARLSBAD *' SAN DIEGO COUNTY CALIFORNIA 'CONTRACT DOCUMENTS & SPECIFICATIONS FOR raSTP'JCTION OF LIBRARY PARKING • LOT EXTE^SM! 0>5 EU1 AVENUE COHTfiACT NO',' 1068 JUNE, 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 Sealed bids will be received at the Office of the City Clerk, City Hall, 1200 Elm Avenue, Carlsbad, California, until 4:00 p.m. on the 25rd day of July __» 19^79 > at which time they will be opened and read 'for 'performing the work as follows: CONSTRUCTION OF LIBRARY PARKING LOT EXTENSION ON ' ELM AVENUE - CONTRACT NO. 1068 • Said work shall be performed in'strict conformity with the specifications therefor as approved 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 (10%) 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 documents 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 i's 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 $10,700. Page 2. W Plans, special provisions and contract documents may be obtained at the Public Works Department, City Hall, Carlsbad, California, at no cost to licensed contractors for the first set. Additional sets are available for a non-refundable fee of -0- per set. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. A project tour will be conducted by the City of Carlsbad Public Works Department on July 17, 1979 at 10:00 a.m. 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 tire State of California Labor Code, Part 7, Chap- ter 1, Article 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 contract is awarded to pay not less than .the said specified prevailing 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 California Labor Code of the State of California for all occupations with apprenticeships as required on public works projects above thirty thousand dollars ($30,000) or twenty (20) working days or for specialty contractors not bidding for work through a general or prime contractor involving more than two thousand dollars ($2,000) or more than five (5) working days. The amount of the bond to be given for the faithful perform- ance of the contract for 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. Partial and final payments on this contract shall be in ac- cordance with Section 9 of the 1979 edition of "Standard Specifi- cations for Public Works Construction." ' Approved by the City Council of the City of Carlsbad, Cali- fornia, by Resolution No.- 5806 • adopted on the |9th d^y of June 19 79 Oune 27, 1979 BATE GRIFFITH COMPANY Page 3. CITY OF CARLSBAD CONTRACT NO. 1068 •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. 1068 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 Article with Unit Price or Unit Quantity § Unit Lmnr> Sum Written in Words Price TOTAL Lump Sum - Clearing and grubbing at per rump sum 110 C.Y. Excavation at Dollars $ A/0 . . ' ^ents per cubic yard 158 tons Disinte^gra'ted granite in place at "" Dollars Cents per ton 4 88 tons Asphaltic concrete paving in- *** eluding seal coat in place at •• ***** ., ' Dollars $ A A Cents per ton GRIFFITH COMPANY Page 3A Item Approximate ^*"* Quantity. Q Unit Article with Unit Price or Unit Lump Sum Written in "Words ' Price TOTAL 5 190 L.F. 6 260 S.F. 7 360 L.F. 8 56 L.F. 9 1530 S.F. 10 120 S.F. TOTAL (IN WORDS') Remove concrete curb includ- ing saw cut at per Dollars Cents / ./..' al foot Remove concrete- sidewalk in- cluding saw cut at ^/^ Dollars Cents- Kper square f/oot 6" concrete curb in place at _Dollars Cents per foot Type "G" curb and gutter in place at curb a MJ/Y\J 'per Iinea Dollars Cents P.C.C. sidewalk 4" in thick- ness at ^7^.^, ___ ^ Dollars F >/i * T/ / I) -' M Pp>n1~«:M l^ijj^A^\J/>/" L<JA-S->*-\ ^vjciiuoper squar'e/foot P.C.C. driveway apj^r'oach 6" in thickness at Dollars Cents_ .per /s~qu<ire foot TOTAL (FIGURES)y6 GRIFFITH COMPANY '• • ' .- . Page 4 All bids are 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 unxlerstands 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. » 32168 _ , Identification A-sa4-scri2 , » 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 \\rork, and is in all respects fair and without collusion o.r fraud. Accompany5.ng this proposal is (casEl certified check , bond or cashier ' s • check) in an amount not less than ten percent (10%) 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 r" 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. Paqe.5 (714) 297-4455 .GRIFFITH COMPANY Phone Number Bidder's Name -.--Authonzed Signature P. 0. BOX 33187 :.;.'.• SAN Dl£GO,.CAttF::92103v•:• .-V AuthorizedC/Signature ROBERT D. imE SECRETARY 1501 FRAZEE ;.OAO . -*•£• ft-fj --G i r-GQi—ft A r 9 ^1 0>-- '-—i'-Bicder's.Addre 'CALIFORNIA CORPORATION Type of -Organization •(Individual, Corporation, Co- partnership) I»ist below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co-partners if a co-partnership: C GRIFFITH COMPANY OFFICERS George P. Griffith Donald 1.. McGrew Robert D. Lytle John E. Tiger James A. Hearn James B. Hay den James D. Waltze Vincent Diaz Tenny R. Fogelberg Evan E. Millington Ned G. Michou John E. Snider President Executive Vice President Vice President-Secretary/Treasurer- Chief Financial Officer Vice 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 Avenue 145 - 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 Beach Norco Del Mar Bakersfield Costa Mesa Long Beach Ccvina Bakersfield Los Angeles Los Angeles 92627 92672 90802 91760 92014 93309 92627 90808 91722 93304 90054 90027 (NOTARIZE •We will 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. STATE OF COUNTY OF CALIFORNIA ss. before me, the undersigned,, a Notary St3te' Personai!y sppeared . SEAL SANDRA J. G1SH known to me to beThe person whose name is subscribed to the within instrument as the Attorney-in-Fact of and acknowledged to me tot thereto as principal _ and h^ _ own name as Attorney-in-Fact. WITNESS my hand and official seal. - Notary Public in and-lor'said State. ACKNOWLEDGMENT—Attorn(!y-in-Fact—Blank County & Stat»—WolcotU Form 2J7--Re¥._M4 STATE OF CALIFORNIA, COUNTY OF-teS-A ss. beforejne, the undersigned, a Notary Public-'in and for Said State, personally appear... t-? • r?&&•'*?<<*L-—: __ . _, known to me tc be the ' Cyg-President, and ^_^_L. Ai/2^/ic- , known to me to be the Secretary OFFICIAL SEAL SANDRA J. G!SH NOTARV PUBLIC CALIFORNIA PRINCIPAL OFFICE IN SAN BIEGO COUNTY My Commission Explras ApriS 29,1030 the Corporation that executed the within Instruments/known to me to be the persons wh 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. Notacy.Public in and for said State. ACKNOWLEDGMENT—Corp., Pres. & Sec., Wolcotts form 223-Rev. 3-64 STATE OF CALIFORNIA, COUNTY OF C?FICIAU SEAi. SANDRA J. GISH NOTARY PUBUC CALIFO3NW FK'.NCSPAL OFFICE \H SAN BftGO COUNTY My Commission Expires April 29,193Q i ss. before me, the undersigned, a Notary ^Public in and for* said State, personally appeared _, known to me to be the .-President, and X^- £> - £,</ •/ /S^./. ?, known to me to be the_Secretary of_ Ihe Corporation that executed the within Instrument, krtfwn to me to be the persons v;ho 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. ACKNOWLEDGMENT—Corp., Pres. & Sec.. Wolcolts Form 223—Rev. 3-64 Notary Public in and far said State. Page 6 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we, GRIFFITH COMPANY. and UNITED F>»CtF1C WSURtNCJ COMW.NY , as Principal, as Surety, are held and firmly bound unto the.City of Carlsbad, California, in the sum' U,. ffe.c":n'',ivy,) Of THE ' Of !107.) OF THETOTAL AMOUNT OF Tt4f. • 010 IN OOUAflS.Dollars ($ /# *?f ) , 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-bpunden principal for: CONSTRUCTION OF LIBRARY PARKING'LOT EXTENSION ON ELM AVENUE CONTRACT NO. 1068 • ' 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 YJITIISSS WHEREOF, we hereunto^set our hands and seals this day of J^^^_ , 1977. Corporate Seal (if corporation) PACIFIC 1HSURWKS GRIFFITH COMP Principal CT MANAGED Surety, Title 1 f ,.„. , , • , , . r(Attach acknowledgement of Attorney in Fact) ROBERT D. LYTLE V SECRETARY (Notarial'acknowledgement of exe- cution 'by all PRINCIPALS and SURETY' must be attached.) :>u jr» HOME Of PICE, TACOMA, WASHIN9TON POWER OF ATTORNEY KWOW ALL MEN BY THESE PRESENTS. That the UNITED PACIFIC INSURANCE COMPANY, a corporation duly orgoniiod under th« !*w« of the State of Wa»hir,gton. docs hereby make, con.t.tute and appomt c. H. COYLE, JR. of SAN DIEGO, CALIFORNIA - - - - ill tru» «fid lawful Attorney-in-fact, to mska execute, ucl end dolivsr lor and on us behalf, and «t in »ct and deed ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP ORIGINAL and to bind the UNITED PACIFIC INSURANCE COMPANY thereby »s fully and to the tarna extent st if such bonds end undertakings and othor writing obligatory in tht nature thereof were signed by «n Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and tailed snd attemd by one other of (uch offic«rt, and hereby ratifies and confirms (ill that HI aid Auorney(s] in fart 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 t. The Board of Directory the President, or any Vice-Presidcnt or Assistant Vice-President shall havs power and authority to: (a) epocint Attornevi-in-fact and to authorize them to execute on behalf of the Company, bonds and undertaking*, recognizances, contracts of indemnity snd otha< writings obligatory in the nature thereof, and (b) to remove any »uch Attorney-in-fact at any tims and r&voks tha power and authority givon to him. SECTION 2. Attorn»ys-m-f»ct ihall hava pow«r and authority, subject to the terms and limitations of the power of attorney istu«d to them, to txncute and t?«liv«f on b«Half of the Company, bond! and undertakings, recoeniMncsi, contracts of indemnity and other writings obligatory in the naturu thereof. The corporate teal it not necessity for the validity of any bonds and undertakings, recognisances, contracts of indemnity and other writings obligatory m the nature thereof. This power of attorney is signed and sealed by facsimile under c.rd by authority of the following Resolution adopted by tha Boerd of Directors of * (TED PACIFIC INSURANCE COMPANY et a meeting held on tha 2Sth dsy o< October, 1971, at which a quorum was presant, end said Resolution ., not been emended or repealed: "Resolved, that the signatures of such directors and officers snd the tsal of the Company may b« affixed to any such power o! attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal <h&il be valid end binding upon the Company and any such power so executed and certified by fjcsimile signatures and facsimile seal shall tw valid and binding upon the Company m th» iulurs with reipact to any bond or undertaking to which it is attached." IN WITNESS WHEREOF, the UNITED PACIFIC INSURANCE COMPANY has caused these presents to be jifned by its Vice-Presidant. and its corporate Wai to b« hereto affixed, ihn 22pd day of July 19_Z£. UNITED PACIFIC INSURANCE COMPANY STATE Of WashingtonCOUNTY OF Pierce On this 22nd _day of.July .. 19-Zii, 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 aid corporation thereto, and that Section 37A, Section 1 and 2 of the 8y-Laws of laid Company and the Resolution, set forth th«rem, are still m full locce. My Commission Expires: _ January i?,9 _z&_Notary Public in and for Staff nf r,..,cimg at i..- tilect. '" ___ , Assistant Secretary of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the it a true and correct copy of a Pow«r of Attorney executed by said UNITED PACIFIC INSURANCE COMPANY, which is still in full IN WITNESS WHEREOF, I have hereunto let my hand and affixed ths ;?«! of ia«d Comf^ny thu /_/...:. day of '-[/-(,*J.LJ.... t9 ( / !<»"•*"".». jS*~"\ . * * ^ * -. t sf WBOU-1431 E 0.2-73 Page 7 DESIGNATION OF SUBCONTRACTOR 4$#P*K » _. . . -...^jn-L , _- - ,-L-r.,-_ -x^n --LT1___.. _,.- ."-.- - ._ ---. ^w . • 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. Pull -. Item(s) Company " • A.C. & of Work Name Complete Address Phone No. . GRIFFITH ..COMPANY (SEAL) ROBERT D. irfti. SECRET-AR CORPORATION Type of Organization ( indivi cl u a 1^ pa r t~ nership or corporation) p'.0. BOX 33167 . . SAN DIEGO, CALIF. 92103 rfTFvT FrTvfFTn'/ rn r* STATE OF CALIFORNIA, COUNTY OF LQ£_AM££4£S—*=» *-!*, / "X ~CJ f SS. N CZ__4 ^-^•^Zi.*' SS , 19._-2>, before me, the undersigned, a Rotary Public in and for said State, personally appeared »D'", s-y?* £'/*j&'^>^*e:'s<^} , known to me to be the \/('C>£. PrfisidRnt, and /^T"-.^- £jis'/yr&'_;- /ffinm to rne•* ' ' - ^, •• Jr .- —.»'— -y- ™j -r| .. to be the_^Secretary of_ 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 myjjand-anaifircial-sea!. ACKNOWLEDGMENT—Corp., Pres. & Sec., Wolcotts Form 273—Rev. 3-54 Notary Public in and for said State. 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 Company Name Type of State Contracting License & No. Carlsbad Business License No.* Amount of Bid ($ or %) STATE OF CALIFORNIA, COUNTY OF .imnmimjctmuimimim OFFICIAL S£ALSANDRA'J. GISH | NOTARY PUBLIC CALIFORNIA I PRINCIPAL OFFICE IN | ^.i^ SAN BIEGO COUNTY | My Commission Expires April 29,198Q f il|in]ltnillMMHOtl<IUIIIIIIPUMOBillMIM ss. ON - ,, . before mejhe undersigned,^ fL.j V^ X^T *" ^President, and_ to be the__^ . . Secretary of." J^^c.^~^Lt g<g-. <• r•s ^ ! ' * 'iry Public in and for said State, personally appeared ^ known to me to be the 2>' V / t jL/«~> . Rnown t() me <^^J^fC^^£^L ^^x^^^=^^fthe Corpor^n5ii that exejeytcd the within Instrument/known to me to be the persons who executed the within Instriiment, 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 jnyJiand-and official seat ^ "^ s~ .. Wolcotts ?orm 223-Rev. 3-64 "licenses are renewable annually by January 1st. If no valid, li cense indicate "none." Valid license must be obtained prior to working on project. • . GRIFFITH COMPANY (SEAL) Page 8 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY ' 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. " •; "••••.."••;•"..••.-• - :..,•,..-.;.-,.., .... ,*...-• .-J- .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 (NOTARIZE OR CORPORATE SEAL) "TATE OF CALIFORNIA, COUNTY OF LGS-ANGfHS SANDRA J. GISH <»u t .• , * «*I*BI I/H f. , , ss. before me, the undersigned, _t//C£L.President, anil to be the for said State, personally appeared ., known to me to be the , known to me the Corporatiorrtfiat exe,2lit5d> the within Instrument, known to me itHie the persons who executed the within Instrument, on behalf of the Corporation herein named, and ackno\v!co:]ed to me that such Corporation executed the within Instrument pursuant to its by-laws or a resolution cf its board of directors. WITNESS my harul-anlofficial seal. ,.---. ACKNOWLEDGMENT— Torn.. Pre*. * S VMIrntts I Notary Public in and fer said State.r Jj • Page 9 CONTRACT..&,#*»* ' "—* —~ *p *~* — W*' • ' .... . . "' THIS AGREEMENT, made and entered'into this ^o *** day of (Ltxx*xA^Jtr > 19 ?jf > by and between the City of Carlsbad, * California, hereinafter designed as "City", party of the first part, and Griffith Company • •_ hereinafter designated as "Contractor", party of the second part. WITNESSETH: The parties hereto do mutually agree as fol- lows : 1.. For arid'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 LIBRARY PARKING LOT EXTENSION ON ELM AVENUE - CONTRACT NO. 1068 and to perform and complete in a good and workpersonlike 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 whole thereof, in the manner shown and described in the said plans and specifications, th-e 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 referred to for the price aforesaid and in accordance with the conditions set forth in the STATE OF CALIFORNIA, COUNTY ss. ON August- 14 , 19 79, before me, the undersigned, a Notary Public in and for said State, personally appeared .T. A. He.arn , known to me to be the Vice President, and K. D. T.ytle , known to me to be the_.Secretary of_COMPANY OFFICIAL SEAL 5 SANDRA J. GISH | NOTARY PUBLIC CALIFORNIA | PRINCIPAL OFFICE IN | , SAN DIEGO COUNTY | My Commission Expires April 29, 19SQ i 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 ofjts board_pf directors. WITJUBrmyhand and^olficwU seal.. ACKNOWLEDGMENT—Corp., Pres. & Sec., Wolcotts Form 223—Rev. 3-64 -.._•'. 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 Ci.ty, 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 iv'ork covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the parties hereto have caused.this con- tract to be executed the day and year first above written. Griffith Company (Notarial acknowledgement of execution by ALL PRINCIPALS must be attached.) Titfle By 'C> ROBERT D. LYTUE SECRETARY ' APPRQVlD/)AS TO FOfeM: / . CITY OF. CARLSBAD, CALIFORNIA •Way or ATTEST: 'Daniel S. Hent^chke; Assistant . _.City cTerTc "The Prsmr.m charged for this Bond is ii?c!ud2d in tiiat shown on the Performance Bond."LABOR AND MATERIAL BOND • Page 11' Bond No. U 08 88 37 Executed in Quadruplicate KNOW ALL PERSONS BY.THESE PRESENTS: WHEREAS, "the City Council of the City of Carlsbad, State o"f California, by Resolution No.5857 adopted August 7, 1979 has awarded to Griffith Company ; , hereinafter designated as the "Principal", a.contract for: CONSTRUCTION OF LIBRARY PARKING LOT EXTENSION ON. ELM AVENUE CONTRACT NO. 1068 in the City of Carlsbad, in strict conformity with the draivings 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 Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, WE Griffith Company • _ as Principal, hereinafter desig United Pacific Insurance Compan Pacific United Inouranco held 'firmly bound unto the City Thousand One-Hundred Forty Four as. Contractor, and as Surety, are Carlsbad in the sum of Eight 25/100-Dollars ($8,144.25 ) said sum being fifty percent (501) 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 fail to pay for any materials, provisions, provender or other supplies, or teams used in, upon, for, or about the performance of the-work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the court, as required by the provisions of Section 4204 of the Government Code of the State of•California, This bond companies and coi hall inure to the benefit of any and all persons, >rporations entitled to file claims under Section ' Page 12 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the provisions of Section 4205 of the 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 event any Contractor above named executed this bond as an individual, it is agreed the death of any such Contractor shall not exonerate the Surety from its obligations under this bond, IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor and Surety above named, on the mth- day ofAugust ig 79 . Company J. A. Hearn (Seal) (Seal) ___ ROBERT D. UYTU Contctor SECRETARY (Seal) United Pacific Insurance Company (Seal) (Seal) William E. Howard, Attomey-in-Fact (Seal) Surety STATE OF CALIFORNIA, COUNTY or uiniiNnnpr SAN DIEGO ss. ON- August 14 , 19 Z2, before me, the undersigned, a Notary Public in and for said State, personally appeared . J, At.Btearn : , known to me to be the Vice President, ami R. P. 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 whoexecuted tire within Instrument, on behalf of the Corporation herein named, and acknowledgedto me that such Corporation executed the within Instrument pursuant to its by-tews or aresolution of its board of directors. WITNESS my hag ACKNOWUDGMENT-Cwp., Prat. & S«c., Wolcotti Form Z8-flev. «4 State of California County of Los Angeles ss: On August , 19 79 . before me, the undersigned, a Notary Public in and for said County, personally appeared William E. Howard __knowixJtO,.rne to be the person whose name is subscribed to the within instrument as Attorney-in-Fact of UNITED PACJJRCTNSURANCE COMPANY, and acknowledged to me that he subscribed the name of UNITED PACIFIC INSU£i*NCE COMPANY, as Surety, and h.n- c own name as "»****»*»»»***•-* dgfTTh OFFICIAL SEAL * ^IlSSk MARTHA J. CHASE ! •i&SZSfS® tlOTARY. PUBLIC - CALIFORNIA * \vfc?T*"W7 PRINCIPAL OFFICE IT4 I ^^^^ L03 ANGCLES COUNTY « My Commission Expires April 3, 1981 My BDU-1818 ED. 3/72 (CALIF.) . . • Page 13 PERFORMANCE BOND . ' Bond No. D ?8 88 , . • . ' . • Premium; $122.00 KNOW ALL PERSONS BY THESE PRESENTS: Executed in WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 5857 adopted August 7, 1979 ; has awarded to Griffith Company • • ' . '. •. hereinafter designated as the "Principal", a contract for: -CONSTRUCTION OF LIBRARY PARKING LOT EXTENSION ON ELM AVENUE CONTRACT NO. 1068 • . • in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents now on file in the Office of the City Clerk of the City of Carlsbad. . WHEREAS, said Principal has -executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, WE, Griffith Company , as Principal, hereinafter designated as the "Contractor", and United Pacific Insurance Company as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of Sixteen Thousand Two Hundred Eighty Eight and 50/100 Dollars ($ 16.288.50 )» said sum being equal to 100 percent (1001) 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 docs 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 mth day of August , 19 79 . Griffith Company (Seal) J. A. Hearn VICE (Seal)_ _ ROBERT D. LYTLE Contractor §ECRETARY • United Pacific Insurance Company __ (Seal) (seal) William E. Howard, Attorney-in-Fact (Seal) Surety7 BEST ORIGINAL STATE OF CALIFORNIA, COUNTY OF-SAN DIEGO . ss. OIL before roe, the J. August 14 :, and. ,19—12, a Notary Public in and for said State, personally appeared , known to me to be the R. D. Lytle known to me tobethe_&jcn»torynf 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 exectrted the within Instrument pursuant to its by-laws or a resolution ofjl " WITNESS-myhand and officia ACKNOWLEDGMENT-Corp., Pres. & Sec., Wolcotts Form ZO-tm. State of California County of Los Angeles ss: On August 14 , 19 79 , before me, the undersigned, a Notary Public in and for said County, personally appeared William E. Howard known to me to be the person whose name is subscribed to the within instrument as Attorney-in-Fact of UNITED PAC^FttTlNSURANCE COMPANY, and acknowledged to me that he subscribed the name of UNITED PACIFIC INS^ffANCE COMPANY, as Surety, and his_ own name as OFFICIAL SEAL MARTHA J. CHASE NOTARY PUBLIC - CAUFQAMAPRINCIPAL orncs IN LOS ANGELES COUNTY My Commission Expires April 3, 1981 .. **•*«.•»«••••«••My Commission expires BDU-1818 ED. 3/72 (CALIF.) Page 15 CITY OF CARLSBAD CONSTRUCTION OF LIBRARY PARKING LOT EXTENSION ON ELM AVENUE CONTRACT NO. 1068 SPECIAL PROVISIONS I. GENERAL REQUIREMENTS A. Work to be Done The work to be done consists of furnishing all labor, equipment, materials and performing all operations for library parking lot improvements on Elm'Avenue 400 feet west of Highland Drive. B. Plans and Specifications The specifications for the work consist of the Stan- dard Specifications of the City of Carlsbad, the 1979 edition of Standard Specifications for Public Works Construction (hereinafter designated SSPWC)as issued by the SoutTTern California Chapters of the American Public Works Association and these contract documents and specifications. The construction plans consist of two sheets desig- nated as City of Carlsbad Drav/ing No. 194-4. 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. C. Construction Schedule and Time of Completion A construction schedule is to be submitted by the Contractor per Section 6-1 of the SSPWC. Coordina- tion with the respective utility company for removal or relocation of conflicting utilities shall be re- quirements prior to commencement of work by the Con- tractor, The Contractor shall begin work after being duly notified by an issuance of a "Notice to Proceed" and shall diligently prosecute the work to completion within 45 consecutive calendar clays from the date of receipt of said "Notice to Proceed." D. Noncom f o rming Work The Contractor shall remove and replace any work not conforming to the plans or specifications upon writ- ten order by the City Engineer. Any cost caused by Page 16 reason of his/her nonconformin.g work shall be borne by the Contractor. Guarantee All work shall be guaranteed for one year after com- pletion and any faulty work or materials discovered during the guarantee period shall be repaired or re- placed promptly. F. Water for Construction The Contractor shall obtain a construction meter and pay all fees and deposits for water utilized during the construction of this contract. The Contractor shall contact the City Water Department for require- ments. G. Surveying Surveying service for this project shall be performed by the City of Carlsbad or its authorized agent. Re- quirements of the Contractor pertaining to this item are set forth in Section 2-9 of the SSPWC. H. Payment Payment on this contract will be in accordance with Section 9-3 of the SSPWC. II. CLEARING AND GRUBBING A. Clearing and grubbing shall conform to the require- ments of Section 300-1 of the SSPWC. B. Clearing and grubbing shall include removal of as- phaltic paving in the existing library parking lot as shown on the plans. Wf C. All asphaltic paving shall be removed from the work site and disposed of by the Contractor. III. EXCAVATION A. Excavation shall meet the requirements of Section 300 of the SSPWC. B. All excess excavated dirt shall be removed from the work site and disposed of by the Contractor. IV. DISINTEGRATED GRANITE BASE A. Disintegrated granit base material shall conform to the requirements of-Section 100-2.3 of the SSPWC. Page 17 V. ASPHALT CONCRETE PAVING A. Asphalt concrete paving shall conform to Section 302-5 of the SSPWC. Asphalt concrete paving vis- cosity grade shall be AR4000. B. All new asphalt concrete pavement shall be fog seal coated with asphalt emulsion as directed by the En- gineer and set forth in Section 37-1 of the Cali- fornia Division of Highways Standard Specifications. C. Payment: Compensation for asphalt concrete pave- ment, including fog seal coat, shall be included in the asphaltic concrete pavement bid item, and no other compensation shall be provided. VI. CONCRETE CURBS AND GUTTERS, SIDEWALKS AND DRIVEWAYS A. The construction of concrete curbs and gutters, side- walks and driveways shall conform to Section 303-5 of the SSPWC. Portland cement concrete shall conform to Section 201-1 of the SSPWC. Concrete sidewalks shall be 4" in thickness and drive- way approaches shall be 6" in thickness. B. Measurement and payment for concrete curbs and gutters, sidewalks and driveways shall conform to Section 303-5.9 of the SSPWC. VII. OTHER LIBRARY PARKING LOT CONSTRUCTION WORK A. Further reference is hereby made to the plans, stan- dard drawings and the Standard Specifications for Pub- lic Works Construction for all other parking lot con-~ struction items not modified by these "Special Provi- sions." 2" Weakened Plane Joint GuUerUne 2" Weakened Plane Joint -6" CURB Area = 0.89 SQ. FT. 8" CURB Area = 1.09 SQ. FT. Weakened Plane Joint Existing Curb *—1 1/2" except where elevations shown indicate.otherwise GUTTER NOTES: 1. Concrete shall be 517 - C - 2500. 2. See Standard Drawing G-1Q for joint details. LEGEND ON PLANS 6" curb Revision By Approver!Date SAN DIEGO REGIONAL STANDARD DRAWING CURBS AMD GUTTER - SEPARATE RCCOWMtNOEO 11V THE SJN HUM REGIONAL StAHUARCS COMMilTtt .Coonti'iuiw ».c7l"l'j'llU» Kit" DRAWING f\ t NUMDKR b-1 c 2" Weakened Plane Joint i—'1 1/2" except where elevations shown indicate otherwise. 1/2" TYPE G & H CURB NOTES: 1. Concrete shall be 517 • C • 2500. 2. See Standard Drawing G-10 for joint details. TYPE H . 30" W 24" *ARF.A SO. FT. 1.34 1.61 * with 6" Curb Face LEGEND ON PLANS BY THE SAN OIIGO WCIONAI STANDARDS COMMlHCE _. II C I. I'JbO") 11,11 DRAWING NUMHI-II SAN DIEGO REGIONAL STANDARD DRAWING CURB AND GUTTER-COMBINED Hcvision Approved Date vanes Width as shown on plan 1/2" R -\ X^-fiytSlW '•—<&!&&~ k k 1/2" R->. 1 \— 1/4" oer ft. * :; *•'•'•••'* , V ' ^M*. ^J- r*. . . JM '_ - -.-. -. — — • • ""- •" """"" * Wpakpnpfi Planp .!r»int . • • r. f-I I ! NON-CONTIGUOUS Width as shown on plan -1/2" R 1/4" per ft. 1/2" R Weakened Plane Joint —' t. CONTIGUOUS NOTES 1. Concrete shall be 517 - C • 2500. 2. See Standard Drawing G-10 for joint details.LEGEND ON PLANS Revision Approved SAN DIEGO REGIONAL STANDARD DRAWING SIDEWALK - TYPICAL SECTIONS RCCOMMeNORD BY lilt SAN UltCO RFCIONAL STANDARDS COMtUMF.E KCt.-I)JI«" I) HAWING NUMIHiR G-7 Mid Point of Curb Return P.C.R. 5' Typ. NOTES ' 1. Expansion Joints at curl) returns, and adjacent to structures. (See Standard Drawing G-10). 2. Weakened Plane Joints at mid point of curb return, when required, and at 15' intervals from P.C.R.'s (See Standard Drawing G-10). 3. 1/4" grooves v;ith 1/4" radius edges at 5' inlervals. 4. See Standard Drawing G-8 for installation of sidewalk ramps. Revison .-' By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING SIDEWALK JOINT LOCATIONS ntCOMMlNDfU BY THE SAN DlfCQ (IIGIONAI SIAIJUAIILIS COMMITTCt DRAWING NUMBEH Expansion Joint filler material /-1/4" R .:-"•' *, ;._A> | -| ,'•*: ./*•." .*A • •*>-" _J 1 1 '.;*•• • "—'•/»• -V < '••'. v .... •"% -• — 1/2" 1/4" R f 4 x 22" Bar x 30" C.C. EXPANSION JOINT CONTACT JOINT Preformed Joint filler r-1/4" R -3/16" WEAKENED PLANE JOINT PAVEMENT WEAKENED PLANE JOINT SIDEWALK -1/4" R • . •»•».- •••-, -c :f-N;^_ j 't CM •''.< -«— -1 5/8" KEYED JOINT •%^/UtMtNDtD liY IMF SAN nifGO ..cfilUNAl STANDAhDS COMMinEE DHAWING SAN DIEGO REGIONAL STANDARD DRAWING CONCRETE JOINT DETAILS Revision ny Approved Date Existing Score Mark- o Area to he removed Extend to Existing score mark or joint -Existing Joint Existing Score Mark SIDEWALK PLAN Area to be removed N. °j Extend to existing 1 xj score mark or joint "•' '"*:' 1 .^'vSfe,. s— cxiMiiiy juiiu s •••••ft-' SIDEWALK SECTION Area to be removed 30" min from existing joint or edge of curb -Existing Joint or Edge Area to be removed CURB PLAN 3' min from existing joint or edge of pavement -Existing Joint or Edge .•<-.•.-'.' PAVEMENT SECTION Remaining edge to be smooth and true with no shatter. NOTE When distance from, "Area to be removed", to existing joint, edge or score mark is less than minimum shown, "Aren to be removed", shall be extended to that joint, edge or score mark. i Portland cement concrete i ^ ':. 1.1/2" 1 ?:'•>"•'.) "'•min }\ *'-'»\fr.-- • i I \ '-.Ir 1 ] x— Saw r- •• --4•••:r/.'..'-) .-'i:.'-'| ^^ Cut SECTION Showing Cut ^^nvision By Approved Hate SAN DIEGO REGIONAL STANDARD DRAWING PORTLAND CEMENT CONCRETE CURB, GUTTER, SIDEWALK AND PAVEMENT REMOVAL AND REPLACEMENT HfCOMMEKDEO BY THE SaN DIFnO REGIONAL STANOAHOS COMMITTEE Cooiifiiuloi fl 11. I'JHO/ Dm DRAWING O 11 NUMBER U-N Property Line Non-contiguous Sidewalk Contiguous Sidewalk I .x. Weakened Plane Joint PLAN Driveway Curb Opening Driveway width shown on plans •Depressed Curb- .*.•>• Bottom of Curb 12" R (typ.] ELEVATION Edge of Sidewalk- •Normal Rise 1/4" per foot. I 4" ResidnntialJ 6" Commercial SECTION 2" R--\" above Gutter NOTES 1. No concrete shall be placed until forms and subgrade are inspected by the Agency. 2. Concrete shall be 517-C-2500. 3. Weakened plane joints required on driveway £ 'or driveways 12 ft. to 24 ft. wide, driveways wider than 24 ft. to 30 ft. wide shall have two weakened plane joints evenly spaced. 4. See standard drawings G-15 and G-16 for width and location requirements. -4- LEGEND ON PLANS of.. Residential (Commercial) Driveway nv Ttir SAN rmco i.ll.iJ*«Al STANDAHUS COMMUTES ^.ii'c [. final DRAWING f» 1/1NUMIH:H u-rr SAN DIEGO REGIONAL STANDARD DRAWING CONCRETE DRIVEWAYS Revision Approvfid Dale c c