Loading...
HomeMy WebLinkAboutHarry Wanket Construction Inc; 1980-12-11; 1086, I CITY OF CARLSBAD SAN DIEGO COUNTY . CALIFORNIA CONTRACT DOCUMENTS & SPECIFICATIONS FOR STORM DRAIN AT OCEAN STREET a CEDAR AVENUE CONTRACT NO, 1085 OCTOBER, 1980 TABLE OF CONTENTS ' PAGE, ITEM ' 1 NOTICE INVITING BIDS 3 PROPOSAL •6 BIDDER'S BOND TO ACCOMPANY PROPOSAL 7 DESIGNATION OF SUBCONTRACTORS 9 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 1.0 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE 11 CONTRACT . 14 LABOR AND MATERIAL BOND 16 PERFORMANCE BOND 18 GENERAL PROVISIONS : 24 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 3:00 p,m. on the 5th day of November , 19_89_, at which time they will be opened and read for performing the work as follows: - STORM DRAIN AT OCEAN STREET $ CEDAR AVENUE CONTRACT NO. 1086 -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 Engineering Department. Refer- ence is hereby made to said specifications for full particulars and description of said work. . . * ' No bid will be received unless it is made on a proposal' form furnished by the Engineering 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. Bidder's Bond • 3. Designation of Subcontractors 4. Bidder's Statement of Financial Responsibility 5. Bidder's Statement of Technical Ability and Experience Said documents shall be affixed with the appropriate nota- rized 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 docu- ments requiring signatures. In the case of a partnership, the notarized signature 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 $15 Page 2 Plans, special provisions and contract documents may be obtained at the Engineering 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$7.00 per set.*-~-Lrj ~-r * The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality 'in such bids. The general prevailing rate of wages for each craft or type of 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, 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 genSral 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. C> 7>o& adopted on the ~11? day of -.> 19 go . Page 3 CITY OF C A P, I, S 3 A I) CONTRACT NO. 1086 * * 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 dov all the work to complete Contract No. 1086 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: Item Article with Unit Price or Ho. '_Lump Sum Written in .Words 1 'STORM SPAIN INLET TYPE A AT Two Thousand ' _DOLLAR£ CENTSno/oo PER .EACH STORM BRAIN INLET TYPE B AT One Thousand J Hundred Eighty- 8 DOLLARS *§ ___ nO/OQ CENTS PER EACH 18" REINFORCED CONCRETE Fi f ty-Fiyo -PIPE AT 99/00 _P.OLLARS CENTS PER LINEAL FOOT •' * TOTAL (IN FIGURES)' 12,607.00 'Approxirfiate Unit CHiantitv % Unit Price- 2 EACH 2000.00 1 EACH 1888.00 120 L.F.55.99 TOTAL 4000.00 1888.00 671Q.00 TOTAL (IN WORDS) Twelve Thousand Six Hundred Seven'and, on/—=— Addendum(a) No(s") . t is/are included in tTTis proposal. hns/havc been received and 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 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.. 372072 , Identification A" .- 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 ' Bond,. ._.._.._ (cash~jcertTf ied" check,bond" . or cashier's check) in an amount not less than ten percent (10?0 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 5 727-6270 ' . Phone n -2-9-80 "Date 1433 Alpine Place-?__San_Marco.s'- ~ BTcicier's Addre s s Harry Wanke^Cqnstructlon.j_..Iii,c. ^f Name V (SEAL) '/,,'Chari^s . J. Sohmuckle,- --Secretary- •• Treasurer " . jjx^'below names of President, co^poStion, and names of all co-partners tfarry' Wanket"- 'President- ' • ...._.. . ''•— _'• Type of Organisation .(Individual, Corporation, Co- Partnership) . • and Manager if a- _ -partnership: .Regina Wanke.'t - Vice Presiderrb__ .Charles Schinuckle ~ • Secretary-Treasurer STATE CF CALIFORNIA, COUNTY OP OFflClAL SEAL 3 LeiLani F Heyden 0 NGf.-W pi.lQLIC-C'.L'Vo.'lM!A Rl i'fJ.r')CIW.L CfFICE ir,j ^ SAN OiEG'J COUNTY ,ft My Commission Expires tiov 8.1283 » ' j5" ON before me, the undersigned, a Notary Public in and for the said State, personally appeared - ±*&S&y--.&l&*t*rj?F_ ______________ ......... ___________ known to me to be the _ President, and ____ ^^ScsMttJCittLl^ _____ _ known to mc to be the ________ ' __ Secretary of ____ _______ t jatc. ____ 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 ms 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. . ft S«e.-Woleottl form ZZI—Rtv.Notaryublic in an<j for said State Direct a!! correspondence to ~^ AL BARKER BONDS 635 Carondelet Street i.os Ange'es, California -90057 r?i?i ?^.2if,a 'BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: Page 6 0SM 557 532-1 BID PATE: 17/5/80 and That we, HARRV WANKET CONSTRUCTION, T'f/C. AMERICAN MOTORISTS INSURANCE COMPANY , as Principal, " , as Surety, are held and firmly bound, unto the City of Carlsbad, California, in the sum of ^JWOJTHOUSANP AMP NO/lOO——————————————— Pol lars- ($_2 £d£^Q_Q- __-_-J 5 lawful money of the United States, for the pay- ment of whT cTT slim ~w e 11 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-bounxien principal for: STORM DRAIN AT OCEAN STREET $ CEDAR AYFNUE- CONTRACT NO. 1 OS6 in the City of Carlsbad, is accepted by the City Council of said City, and if the above-boundcn 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 nu|l 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 29th day of OCTOBER ' , 1.9 SO . Corporate Seal (if corpn r n tion} HARRV 0/ANKET CONSTRUCTION, INC. Principal AMERICAN MOTORIS CE COMPANV '.ES H. RESTRICT, ATTORWEV-IN-FACT A 1.1 a c h a c T; n o w 1 c d t« c m cut of Attorney in Fact ----- 11 o I jK /i a 1 a c 1; n o w ] e d p, e ir. c n t of cution by all PRINCIPALS and SURETY must be attached Attach Power of Attorney STATE OF CALIFORNIA, nr .^ss. hfflOOC3Oe>OCK;3 urnciAi. st'Ai S| Leilam F Hyyden § WOrAnY I'U •<!.!(: CAl \\ I.IHNIA ^ before me, t!ie undersigned, a Notary Public in and for the. said State, personally appeared ________ #<3£&__^/VA//z£7~_ _______ , known to me to be the __________ President, and_ C^~ *SC.ti.HUC.kt-£~ , known to me to be the &'Wy Coroniiisi NW:i?Ai. OITlOf IN «} AN IXECU COUNTY " A niisicn Upira Kav. 8.1'JS2 J| _ ____ ________________ 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 bylaws or a resolution of its board of directors.. WITNESS my hand and official seal. «limmiEI!GMi:u-wrp.-nef. I Soc.-Wolconi form Z»~««¥. M4 otary I'ublic in and for said Slate. STATE OF CALIFORNIA COUNTY OF LOS ANGELES ON me a Notary Public in and for said State, personally appearedmes H. Eastrkk known to me to he the person whose name is subscribed to the within Instrument ai the Attorney in Fact of AMERICAN MOTORISTS INSURANCE COMPANY, and acknowledged to me that he subscribed the name of said Company thereto as Surety, and his own name as AttorneY^ Fact. AMERICAN MOTORISTS INSURANCE COMPANY Home Office: Long Grove, !L 60049 POWER OF ATTORNEY Know AH Men By These Presents: to That the American Motorists Insurance Company, a corporation organized and existing under the laws of the State of Illinois, and having its principal office in Long Grove, Illinois, does hereby appoint ******** Stephen C. Kolb, Mary M. Sullivan, and James H. Restrick of Los Angeles, California (EACH)******************#*****-*-)fr** ifs true and lawful agent(s) and attorney(s)-in-fac1, to make, execute,1 seal, and deliver during the period begin- ning with the date of issuance of this power and ending December 31, 1982, unless sooner revoked for and on its behalf as surety, and as its act and deed: Any and. all bonds and undertakings provided the amount of no one bond or undertaking exceeds SIX HUNDRED THOUSAND DOLLARS (£600,000.00 )*-****##*#**##* **#**-**##-x-*-###-*#*#^ EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. This appointment may be revoked at any time by the American Motorists Insurance Company. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said American Motorists Insurance Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by.its regularly elected officers at its principal office in Long Grove, Illinois. THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31, 1982 This Power of Attorney is executed by authority of a resolution adopted by the Board of Directors of said American Motorists Insurance Company on May 15, 1939 at Chicago, Illinois, a true and accurate copy of which is hereinafter set forth and is hereby certified to by the undersigned Secretary or Assistant Secretary as being in full force and effect: "VOTED, Thai Ihe President or any Vice President or Secretary or any Assistant Secretary shall have power and authority to ap- point agents and attorneys in lad, and to authorise them to execute on behalf ol the company, and attach the seal of the company thereto, bonds and undertakings, recognisances, contracts ol indemnity and other writings obligatory in the nature thereof, and any such ollicer ut Ihe company may appoint agents tor acceptance ol process.' This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the Board of Directors of the company at a meeting duly called and held on Ihe 22nd day of May, 1963: "VOTED, That Ihe signature ol the President, any Vice Presidenl, Secretary or Assistant Secretary, and the Sea! of the Com- pany, and Ihe certification by any Secret.m or Assislan! Secretary, may be affixed by facsimile on any power of attorney executed pursuant to resolution adopted by the Board ol Directors on May 16, 'I962, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding uponthe Company " in Testimony Whereof, the American Motorists Insurance Company has caused this instrument to be signed and its corporate seal !o be affixed by its authorized officers, this 17th day of September , 19_80_. Attested and Certified: AMERICAN MOTORISTS INSURANCE COMPANY By R.H. Johnson, Secretary C. H. Kasbohm, Vice President STATE OF JLLINO!S> COUNTY OF LAKE J I, Martha E. Anderson, a Notary Public, do hereby certify that G.H. Kasbohm and R.H. Johnson personally known to me to be the same persons whose names are respectively as Vice President and Secretary of the American Motorists Insurance Company, a Corporation of the State of Illinois, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrumeni as the free and voluntary act of said corporation and as their own free and voluntary act for the uses and purposes therein set forth. My commission expires: February 16, 1984 IM8M.-I 7*) IM M.irth.1 E. Anderson, NoMry Puhlic PRINTED IN U.S.A. , CSRTiFJC&TION 1, Sven L. Johanson, Secretary of the American Motorists Insurance Company, do hereby certify thai the attached .Power, of Attorney dated __^ep±e^h$r_lZ.,,-- .198.0 _______ on behalf ofJS±epben C. KollySullivan, ana James H. Res-crick o± LOS Angeles, • j . j ,u .js a true ancj correct copy and that the same has been in fuli force and effect since the: date thereof and is in full force and effect on the date of this certificate; and I do further certify that the saio C.H. Kasbohm and R.H. Johnson who executed the Power of Attorney as Vice President and Secretary respectively were on the date of the execution of the attached Power of Attorney the duly elected Vice President and Secretary of the American Motorists Insurance Company. IN TESTIMONY WHERLGF, I have hereunto subscribed my name and affixed Ihe corporate seal of the American Motorists Insurance Company on this ___ _ _________ day of ___ HJCI-2_S.JSM_ __ __, 19 _____ Sven L. lohanson. Secretary This Power of Attorney limits the acts of those named therein \o the bonds and undertakings specifically named therein, and they have no authority to bind the Company except in the manner and to the extent herein stated. £age 7 •DESIGNATION OF SUBCONTRACTORS The undersigned certifies he/she has used the subbids of the following listed contractors in making up his/her bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the Public Works Administrator, and in accordance with applicable provisions of -the specifications. Mo 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 • Full Company Name Complete Address with 7. in fnrie Area Code Phone No Concrete Dave Sape Construction 280-3650 A/C Scibilia & Sons 281-0959 Page 8 DESIGNATION OF SUBCONTRACTORS (continued) The "bidder is to'provide the following Information on the subbids of all the listed subcontractors as part of the sealed bid submission. Additional, page can ba attached if required. Full Company Name Type of State Contracting License & No, Carlsbad . Business License No.* Sons Amount of Bid<$ or %) 536.00 Dave .Sape Construction "5888.00 *Licenses are renewable annually by January 1st. If no valid 3.i- cense indicate "none." Valid license must be obtained prior to submission of signed contracts. . ; ' ' (NOTARIZE OR CORPORATE' SEAL) ••. HARRY WANKET CONSTRUCTION, INC. Bidder's Company Name J:!33Alpine Place, San Marcos f C.A.. 37069._. „ . : _ ..^_j___ . Harry Wanket - Prei ^, Sectetary-Tr easur ei Page 9 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith'a notarized or sealed statement of his/her financial responsibility. We will- 'submit: a contract. y/Wanket - President • (NOTARIZE OR CORPORATE SEAL) Ct*f*TJ'' SchmSckle' ' Sectary-Treasurer (/ ' Skane Accountancy Corporation Harry l-lanket Construction Inc Mr. Harrv l-Janket President 1433 filpine Place San Marcos California 92869 The accompanying balance sheet as of 69/3Q/S9 and the related statement of operations for the ei?ht months then ended have been compiled by me. rt compilation is limited to presenting in the form of finan- cial statements information that is the representation of manage- Kent. I have not audited or reviewed these statements and.. accordingly/ do not express an opinion or any other form of assurance on them. A. Keith Skane Certified Public Accountant 10/26/19SQ 9165 San Diego Avenue. Suite 105 » San Diego. California 92110 • [714)291-2799 HARRY UAHKET CONSTRUCTION INC BALANCE SHEET AS OF &'Js-3B/8d ASSETS CURRENT ASSETS PETTY CASH CASH IN BANK- GENERAL CASH IN BANK- WIMCD CASH IN SftVINGS-#893 CASH IN SAVIHGS-8321 CASH IN BANK- H.C.C.C.U. CASH IN BANK-STAR GIRL CASH IH SAVINGS-IUMCO ACCOUNTS RECEIVABLE-TRADE ACCOUHTS RECEIVABLE-EMPL0YEES NOTES RECEIVABLE-0THERS CURRENT FORTIQN-N/R-RQLLES TOTAL CURRENT ASSETS PROPERTY & EQUIPMENT OFFICE FURNITURE & EQUIPMENT ACCUMULATED DEPRECIATION MACHINES & EQUIPMENT ftCClWULA TED DEPRECIATION TRANSPQRTATION EQUIPMENT HCCUMULA TED DEPRECI AT I ON LARGE MQRK TOOLS ACCUMULATED DEPRECIATION TOTAL PROPERTY £ EQUIPMENT OTHER ASSETS DEPOSITS CASH VALUE- LIFE INS NOTE RECEIVABLE-ROLLES ET.AL. L ESS •• CURREN T POR TI ON TOTAL OTHER ASSETS $ 100.Od (6.'557. 11) 8..976. 98 98.63 97.21 10.,561.21 472.44 2.'000. Od 183,883.43 4.. S31.03 27.' 370.00 26.. 615. 00 91f385.86 (32.. 369.00) 4 87,428.31 <68,376.6d). 4 86,288.00 (42,539.00) j IS-315.00 <:H.. F63.tf0.> $ 59.. 01 6. 8 6 19,052.31 43,749.80 3. .556. OO .$ 23..766. 92 750.00 123.. 177.64 (26.. 615. OO) 263,448.82 125..374. 17 121..079.56 TOTAL ASSETS XSEE ACCOUNTANT'S COMPILATION REPORT.* $509..902.55 HARRY BANKET CONSTRUCT I OH IHC LIABILITIES & EQUITY. CURRENT LIABILITIES ACCOUNTS PAYABLE-TRADE $ 78,395.38 PROFIT SHARRING PLAN PAYABLE 58,762.28 FUI PAYABLE 17.53 NOTE PAYABLE-EL CAM INO I HUEST. 1@,788.88 SALES TAX PAYABLE 1,415.75. STATE INCOME TAX PAYABLE 3,815.88 NOTE PAYABLE- SOUTHWEST BK 75.< 888.88 . CURRENT PORT ION--L-T-L 22,835.88 TOTAL CURRENT LIABILITIES $ 242.-94d.7S LONG TERM LIABILITIES W/P H.C.C. CREDIT UNI OH $ 6,937.12 N/-P J.I. CASE 666.29 H.--P SOUTHUEST BANK 8,185.19 A'/P XEROX 3,699.77 N/P IBM 10,895.62 . LEASE PAYABLE-GMAC 19,783.17 W/P N.C.C.CRIEIT UNION(TOYOTA) 6,187.73 H/P MOTOROLA 9,583.37 L ESS •' CUR. PUR. L-T-L ( 22, 835. 88 ) TOTAL LONG TERN LIABILITIES $ 41,763.26 OTHER LIABILITIES DEFERRED CORP FED INC TX PAY $ 26*276.99 DEFERRED STATE IHC TX PAY 8,168.68 STOCKHOLDER-ADUAHCES (5,182.21) TOTAL OTHER LIABILITIES $ 29,335.79 TOTAL LIABILITIES $ 313,979.83 STOCKHOLDERS EQUITY COHHOH STOCK $ 14,868.68 RETAINED EARNINGS 172,218.78 NET INCOME ELOSS3 9,711.94 TO'TAL STOCKHOLDERS EQUITY . # 195,922.72 TOTAL LIABILITIES & EQUITY * _ #SEE ACCOUNTANT'S COMPILATION REPORT.* CONTRACT REVENUES LESS' COSTS OF REVENUES GROSS MARGIN OPERATING EXPENSES SALARIES & UAGES OFFICER'S SALARIES PAYROLL TAXES ACCOUNTING ADVERTISING AUTO & TRUCK COMPUTER SOFTWARE COMPUTER OTHER CONTRIBUTIONS DEPRECIATION DUES & SUBSCRIPTIONS EMPLOYEE BENEFITS EQUIPMENT RENTAL GAS & OIL FREIGHT INSURANCE-GENERAL INSURANCE-AUTO & TRUCK INSURANCE-GENERAL I INSURANCE-HEALTH INSURANCE-OFFICER-' i INSURANCE-l-lORKERS'i INTEREST INTEREST INCOME LEGAL & COLLECTION MISCELLANEOUS OFFICE SUPPLIES & I OFFICER'S MEDICAL POSTAGE PROMOTION & ENTERTf RENT REPAIRS & MAINTENANCE SALE OF ASSETS-(GAIN) SHOP EXPE-NSE STAR GIRL NET EXPENSE TAXES & LICENSES TELEPHONE UTILITIES TOTAL OPERATING EXPENSES- NET INCOME BEFORE TAXES PROVISION FOR STATE INC TX NET INCOME CLOSS3 *SEE ACCOUNTANT'S COMPILATION REPORT. HARRY UANKET CONSTRUCTION INC STATEMENT OF OPERATIONS FOR THE PERIOD 69/01/80 TO 89/36/88 \ CURRENT-PERIOD AMOUNT 168,682. IES 82,368. $ 26,362. 1,377. 11,168. 274. 926. 566. 258'. 2,847'. 1 , 384 '. 1,467. ~:K ABILITY 358. .IFE 787. IP 8,258. (1,682. 645. :-ENSE 712. 387. 152. WENT 1,104. 3,256. • 455. > OR LOSS 99. • (INCOME) 783. • 523. 546. CENSES- $ 35,761. rAXES $ (9,458.rNC TX $ (9,458. 83 17 66 8Q 68 93 00 1-5 86 88 86 68 86 88 81 88 88 88 87 88 86 86 26 66 88 85) 17 88 94 81 79 91 88 26 66 44 30 06 37 63 87 41) 68 41) RATIO 188.66 75.78 24.22 * 1.27 16.28 ' .25 .85 .47 .88 .88 .24 .88 1.88 .88 1.27 .88 .88 .86 1.35 .86 .88 .32 .72 .08 7.68 (1.48) .59 .66 .66 .36 .14 1.82 2 99 .42 .88 .89 .65 .88 .48 .58 32 . 93 $ (8.71) $ .88 (8.71) $ YEAR-TO~DhiTE AMOUNT RATIO 1,128, 901, 226, 17, 62, 1, 5, 2, 16, 2, 3, 12, 5, 3, 5, 18, (6, 4, 4, 4, 1, 5, 27, 1, (4, 7, 1, 3, 4, 216, 9, < 9, 784 . 935. 769. 318. 288. 362. 948. 439. 533. 598. 9* 9 . 214. 165. 819. 551. 18. 863. 231 . 262. 92 168. 123. 888 . 956. 631 . 228. 561. 271. 731 . 581. 216. 288. 887. 949 . 588 . 432. 219. 848. 879. 275. 857. 911. 286 . 711. 96 188. 84 79. 12 28. 35 1. 88 5 . 25 66 51 17 26 87 88 68 1 . 46 67 82 32 '. 43 51 1. 86 54 68 63 86 89 1 . 86) (. 11 88 65 84 16 88 58 2. 25 86) (. 58 74 78 86 79 18 19. 94 86) ( . 94 88 91 89 53 51 12 53 22 05 85 09 62 43 87 23 68 34 82 69 01 46 28 44 0S 65 55) 46 82 42 48 11 47 48 17 48) 84 64 16 34 38 21 88 82) 86 HARRY UANKET CONSTRUCTION INC LESS: COSTS OF REVENUES FOR THE PERIOD 03/01.-'SO TO Q9/36/80 MATERIALS PRODUCTIVE LABOR PAYROLL TAXES INSURANCE- UQRKsCQMP INSURANCE- HEALTH SUB- CONTRACTS GAS & OIL REPAIRS & MAINTENANCE TRAVEL SMALL TOOLS MISCELLANEOUS ' TELEPHONE DUMP FEES EQUIPMENT CENTAL PERMITS & LICENSES UTILITIES REPAIRS & MAINTENANCE TOTAL DIRECT COSTS I4IHCO SALES WJWCO COSTS 1-ntiCO INCOME (LOSS) TOTAL COSTS OF CON REV *Sf£ ACCOUNTANT'S COMPILATION REPOR STAR GIRL REVEHUES SALARIES & MAGES ADVERTI SIHG OFFICE SUPPLIES & EXPENSE RENT TELEPHONE UTILITIES STAR GIRL NET EXPENSE <INCQME)$ C'URRE'NT-PERIOD AMOUNT $ $ $ ON 11, 28* 1.. (1.. 2, 45, 2.. 92.. 8, (1, - 10.. 82, REPORT 384. 6S3 . 713. 60B. 666. 624. 931 . 66S. 132.. 138.5. 107. 214'. 654. fl9.7 46"! . 554. 500. • # 588. 348. 269. 74'. • 80 26. 69 60) 66 65 75 65 66 55 00 00 75 30 62 60 80 62 69 36) 45 17 43 00 00 02 00 71 60 RATIO 16.43 26.41 1.58 ( .92) 1.34 42.01 90 2'.46 . 00 .12 .60 .00 .13 .00 .10 . 66 .20 35.32' $ 3.19 <1.35) 9.53 $ 75.73 $ .54 .37 . 60 .25 .60 . 67 .66 YEAR-TO-DATE AMOUNT 119.. 299.. 25, 12 . 17.. 413.. 4, 11.. 2, 2, 912.. 36.. 75.. 16.. 961.. 7, 7, 5, fi , 666 665'. 399 . 566. 1 73 . 120. 276 . 452. 92. 556. 763. 631 . 532. 303. 025. 344. 101. 429. 448. 946. 493. 935 . 231. 146. 337. 563. 256. 962. 136. 76 41 66 66 12 26 53 26 66 26 27 13 66 64 37 S3 22 66 79 97 O*I 84 43 00 12 36 73 43 43 RATIO 1 6 . 66 26.55 2 . 29 1.11 1 .52 36 . 66 .33 1.61 .61 u5 .67 .86 .05 .08 .13 .63 .19 S6.S4 7 . 66 6. 73 .93 73.31 . 64 . 63 .63 .32 .26 .69 .01 703.30 .65 7,213.74 6'4 HARRY WANKET CONSTRUCTION, INC NOTES TO FINANCIAL STATEMENTS NOTE 1 - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES The financial statements of Harry Wanket Construction, Inc. (the Company), a California Corporation, were prepared on the accrual basis of accounting and in accordance with generally accepted accounting principles, No Statement of Changes in Financial Position has been prepared. NOTE 2 - PARTIALLY RESTRICTED CASH Funds on deposit in North County Catholic Credit Union are restricted. The Credit Union will allow the Company to borrow up to $12,000 with no restrictions on their cash balance. Any borrowings, whether secured or unsecured, in excess of $12,000 will restrict the cash balance on a dollar for dollar basis. NOTE 3 - PROPERTY AND EQUIPMENT Property and equipment are being depreciated over useful lives ranging from two to seven years, using a combina- tion of straight line and accelerated methods of depreci- ation . NOTE 4 - LONG TERM LIABILITIES Notes and Contract Payables are comprised of the following notes: Payable To N. C. Catholic Credit Union 1977 Dump Truck H.88% $432.56 July, 198C Southwest Bank #3 Mobile Office 11.12% $339.94 Dec., 198; Xerox Copier 11.00% $110.75 Jan., 198: GMAC 1978 Mercedes 12.85% $477.55 Aug., 1981 J. I. Case Zieman Trailer 15.68% $165.95 Jan., 198J I. B. M. IBM Computer 13.00% $432.97 Dec., 198^ Motorola Radio System 18.75% $258.00 Mar., 190L N. C. C. Credit Union 1979 Toyota 15.00% $233.52 Mar., 198? N. C. C. Credit Union fee NOTE 2 12.00% $477.20 Feb., 198: page 2 : i NOTE 5 - INCOME TAXES AND OTHER LIABILITIES The company has elected to report its income and expenses on a modified cash basis for Federal and California income"tax purposes. The provision for income taxes calculates the income tax expense iising the current Federal and California rates on its income as reported in the financial statements for all year£. The effec- tive rate differs from the statutory income tax rates due to investment, new jobs and non-highway gasoline tax credits the Company has earned. Tax credits are accounted for on the flow- through method, The portion of the expense that is currently due is reflected as a current liability. The deferred portion of the taxes are shown as Other Liabilities. The company has unused credits for Federal income tax purposes (as of January 31, 1980) of $9,430 that is available for years through January 31, 1985. NOTPJ 6 - PROFIT SHARING RETIREMENT PLAN The Company has established a Company funded IRS qualified profit sharing retirement ple.n. The plan provides for contributions by, the Company in such amounts as the Board of Directors may determine annually. There is no required minimum contribution. The Company's contribution to the plan has been: For the Year Ended Amount January 31, 1980 $65,762 ; January 31, 19/9 80,025 i January 31, 1978 • 106,558 January 31, 1977 62,808 January 31, 1976 34,608 January 31, 1975 29,643 i NOTE 7 - WORKMEN'S COMPENSATION INSURANCE Included in deposits is $20,000 which represents the required deposit in excess of estimated workmen's compensation'insurance expense for the y^ar ended January 31, 1980. This is to be refunded in 1981. NOTE 8 - NOTE PAYABLE, OFFICER This represents an unsecured demand note bearing interest at a rate of 15% per annum to the President/Sole Stockholder of the Company. Page 10 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 tele- phone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used if notarized or sealed. El Camino Property Storm Drain - Water - Sewer Electric 3.4 Million Anahiem Storm - Water 1.2 Million Miramar - Storm •••- Water 1.5 Million President (NOTARIZE OR CORPORATE . SecretarV~Treasurer Page 11 CONTRACT fhTHIS AGREEMENT, made and entered into this j/ day o'f » 19^0, by and between the City of Carlsbad, California, hereinafter designed as "City", party of the first part, and Harry Wanket Construction. Inc. _ 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: STORM DRAIN AT OCEAN STREET § CEDAR AVENUE CONTRACT NO.' 1086 . 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 \vork aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be en- countered in the prosecution of the \vork 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, 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 referred to for 'the price aforesaid and in accordance with the conditions set forth in the Page 12 t specifications; and the said parties for themselves, their heirsrexecutors, 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 parities 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 worker needed to exe- cute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by ref- erence herein. 6. The Contractor shall assume the defense of and indemni- fy- and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. 7. Contractor shall cause the City to be named as an addi- tional insured on any policy of liability or property damage insurance concerning the subject matter or performance of this contract taken out by Contractor. 8. The Contractor shall cause the City to be named as an additional insured on any workers' compensation insurance policy taken out by Contractor concerning the subject matter of this contract. If Contractor has no workers' compensation insurance policy covering the subject matter of this contract, then Con- tractor shall either (1) acquire such a policy naming the City as an additional insured prior to the start of any work pursuant to this contract or (2) shall assume the defense and indemnify and save.harmless the City and its officers and employees from all claims, loss, damage, injury and liability of every kind, nature -and description which would otherwise be covered by such workers' compensation insurance policy regardless of responsibility for negligence. - ' , 9. The Contractor shall submit to the City the policies mentioned irn Paragraphs 7 and 8 or proof of workers' compensa- tion self-insurance prior to the start of any work pursuant to this contract. 10. Any controversy or claim in an amount up to $100,000 arising out of or relating to this contract or the breach thereof Page 13 shall be settled by arbitration in accordance with the con- struction industry rules of the American Arbitration Associa- tion and judgment upon the award rendered by the arbitrator(s) may be entered in any California court having jurisdiction thereof. The award of the arbitrator(s) shall be supported by law and substantial evidence as provided by the California Code of Civil Procedure Section 1296. •IN WITNESS WHEREOF, the parties hereto have caused this con- tract to be executed the day and year first above written. Harry Wanket Construction, Inc. (Notarial acknowledgement of execution by ALL PRINCIPALS must be attached.) Contractor fseal) Y, Assistant Mayor ATTEST: City Clerk STATE OF CALIFORNIA, San Diego ss. OFFICIAL SEAL LeiLani F Heyden NOTARY PUBLIC-CALIFORNIA PRINCIPAL OFFICE IN SAN DIEGO COUNTY My Commission Expires Nov. 8,1S82 ON NnvpmhPr 26 before me, the undersigned, a Notary Public in and for the said State, personally appeared Harry Wanket , known to me to be the President, and C. J. Schmuckle , known to me to be the Treas.- Sectary oL Harry Wankp.t Construction, Inc.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. ACimnn.ED&MEnr-Mrp.—nu. t S«c.—Wolcottt Form ZZ»-K«v. "9~^~^>/f-^x—-9 - v- - - •Notary Public in and for said State. ' Page 141 ' LABOR AND MATERIAL BOND "* KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of% * California, by Resolution No. adppted has awarded to Harry Wanket Construction, Inc. . hereinafter designated as the "Principal", a contract for: STORM DRAIN AT OCEAN STREET $ CEDAR AVENUE CONTRACT NO. 1086 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 Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, WE Harry Wanket Construction, Inc. as Principal, hereinafter designated as Contractor, and American Motorists Tnsuranrp r.mnpany as Surety, are held firmly bound unto the City of .Carlsbad in the.sum of Six Thousand Three Hundred Three and 50/100 Dollars ($A 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 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 shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Section Page 15 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 5-^ day of 19 (Notarial acknowledgement of execution by ALL PRINCIPALS must be attached.) (seal) AMERICAN MOTORISTS INSURANCE COMPANY (seal) I James H. Surety Attach acknowledgement of Attorney in Fact. Attach Power of Attorney. STATE OF CALIFORNIA COUNTY OF LOS ANGELES ) OFFICIAL SEAL J. M. LEMANTSNE NOTARY PUBLIC - CALIFORNIA PRINCIPAL OFFICE IN LOS ANGELES COUNTY My Commission ExpJtog. 2,1982 j ON DEC - 5 1980 19 before me a Notary Public in and for said State, personally appeared H. Restrict known to me to be the person whose name is subscribed to the within Instrument as the Attorney in Fact of AMERICAN MOTORISTS INSURANCE COMPANY, and acknowledged to me that he subscribed the name of said Company thereto as Surety, and his own name as Attorney-m Fact. / STATE OF CALIFORNIA, COUNTY t*San •sooooooooooo OFFiCIW. SEAL LeiLani F Heyden NOTARY PUBLIC CALIFORNIA' PRINCIPAL OFflCt IN SAN DIEGO COUNTV My Commission Expires Hov. 8,1982 —""wws.esa' ss. November 26 19M. before me, the undersigned, a Notary Public in and for the said State, personally appeared Harry Wanket (known to me to be the President, and^^.JScjimuckle (|<nown to me to be the Treas.- Secretary of. Harry Wanket Construction. Inc. 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. ACKNDWLCDGMENr-Mrp.—PrM. • S«c.—Woleattt Form Z»-*«». 344 Notary Public in and for siid State. Pase>6 PERFORMANCE BOND „-, fi , s. KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. • adopted _ _ , has awarded to Harry Wanket Construction. Inc. _ . _ ^ _ » hereinafter designated as the "Principal", a contract for: STORM DRAIN AT OCEAN STREET $ CEDAR AVENUE CONTRACT NO. 1086 - 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, Harry Wanket Cons t.rurt.i on t T^r _ , as Principal, hereinafter designated as the "Contractor", and American/Motorists Insurance Company • _ as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of Twelve Thousand Six Hundred Seven and no/inn ----------- Dollars ($ .12.60 7_._00 ), 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 does hereby waive Page 17 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 ^/A day of » 19 yA • (Notarial acknowledgement of execution by ALL PRINCIPALS must be attached.) AM^CAN MOTORISTS INSURANCE COMPANY Z JameiTH. Reatrick, (seal) (seal) Surety Attach acknowledgement of Attorney in Fact. Attach Power of Attorney. STATE OF CALIFORNIA COUNTY OF LOS ANGELES ss ON DEC - 5 1980 19 before me a Notary Public in and for said State, personally appeared "*. RestrickBBBBBPBBBBBBBBB OFFICIAL SEAL J. M. LEMANTiNE NOTARY PUB'JC - CALIFORNIA PRINCiPAL OFFICE IN LOS ANGELES COUNTY My Commission Exp. Aug. 2, 1982 BBBBBBBBCaaaoaBBB known to me to be the person whose name is subscribed to the within Instrument as the Attorney in Fact of AMERICAN MOTORISTS INSURANCE COMPANY, and acknowledged to me that he subscribed the name of said Company thereto as Surety, and his own name as Attorney-m Fact. / -/Notary Public &^^^^$^//^^^m^^////m STATE OF CALIFORNIA, WUHTY tf OFFICIAL SEAL LeiLani F Heyden NOTARY PUBLIC CALIFORNIA PRINCIPAL OFFICE IN SAN DIEGO COUNTY My Commission Expires Hov 8.1982 tOOOOBOaOBBBBBBBBe ss. ON before mej tjre undejrsjgjied, a Notary Public in and for the said State, personally appeared _ ^d/^gt^/s£J[IL , known to me to be the it, and <L-3~. *SQ,/-J/1UC/<Le~ known to me to be the — _Senret?ry of. the Corporation that executed the within Instrument, known to me to be the pers'ons 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 hart* and official seal. « Stc.—Wtlcottt Form ZZS-Hev.^X NotaffPublic in and for said'State/ Page IS CITY OF CARLSBAD CONTRACT No. 1086 General Provisions 1. Definitions A.. . Reference to Drawlngs: Where the words "shown", "indicated", ... "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the drawing accompanying these provisions unless stated ctherv/ise. B. 'Directions: Where the words "directed", "designated", "selected", or words of similar import are used> it shall be understood that the direction, designation, selection, or similar import of the architect is intended unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly-complete the. work as required and approved by the City Engineer" unless stated otherwise. £• Equals and Approvals: Where the words "equal",."approved equal", "equivalent" and such words of similar import are used, it shall'be understood such words are followed by the expression "in the opinion of the architect" unless otherwise stated. Where the words "approved", "approval", "acceptable", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar inrort of the architect is intended. D. Perform and Provide: The word "perform" shall be understood to mean that the contractor, at her/his expense, sha.ll perform all operations, labor, tools and equipment, and further, including the furnishing.and Installing of materials that are indicated, specified, or required to complete such performance. The word "provide" shall be understood to - - mean that the contractor, at her/his expense, shall furnish and install the work, complete in place and ready for use, including furnishing of necessary labor, materials, tools, equipment and transportation. £• Language and Intent: The specification section is written in a modified brief style consistent with clarity. In general, the words Hhe", "shall", "will", and "all" are not used. Where such words as "perform", • "install", "erect", "test", or words of similar import are used, it shall bs understood that such words include the meaning of the phrase, "the contractor shall". The requirements indicated and specified apply to work of the same kind, class and type, even though'-the word "all" is not stated. 2. Codes and Standards Standard specifications incorporated in the requirements of the speci- fications by reference shall be those of the latest edition at the time of receiving bids. It shall be understood that, the manufacturers Page 19 Codes and Standards (continued) " or producers of materials so required either have such specifications available for reference or are fully familiar with their requirements as pertaining to their product or material. : 3. Manufacturer's Instructions Where installation of work is required in accordance with the product manufacturer's directions, the contractor shall obtain and distribute the necessary copies of such instructions, including two copies to the City Engineer. 4. Internal Combustion Engines All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project (with special attention to'City Noise Control Ordinance Mo. 3109, Carlsbad Municipal Code, Chapter 8.48). 5. City Inspectors . All work shall ti under the observation of a City Contruction In- spector. Inspectors shall have free access to any or all parts of work at any time. Contractor shall furnish inspectors with such information as may be necessary to keep her/him fully informer regarding progress and manner of v/ork and character of materials. Inspection of work shall not relieve contractor from any obligation to fulfill this contract. 6. Provisions Required by Law Deemed Inserted Each and every provision of law and clause required by law to be inserted in this contract shall be deemed to be inserted herein and the contract shall be read and enforced as though it were included herein, and, if through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon application of either party the contract shall forthwith.be physically amended to make such insertion or correction. , 7. Intent of Contract Documents The contractor, her/his subcontractors and materials suppliers shall provide and install the work as indicated, specified and implied by the contract documents. Any items of work not indicated or speci- fied, but which are essential to the- completion of the work, shall be provided at the contractor's expense to fulfill the intent of said documents. In all instances throughout the life of the contract Page 20 Intent of Contract Documents (corvtinued) the City will be the interpreter of the intent of the contract . documents and the City's decision relative to said intent will be final and binding. Failure of the contractor to apprise her/his subcontractors and materials suppliers of this -condition of the contract will not relieve her/him of the responsibility of compliance, 8. Substitution of Materials ' • The proposal of the bidder shall be in strict conformity with the drawings and specifications and based upon the items indicated or specified. The contractor may offer a substitution for any material, apparatus, equipment or process indicated or specified by patent or proprietary names or by names of manufacturer' which she/he considers equal in every respect to those indicated or specified. The offer, made in writing, shall include proof of the State Fire Marshal's approval (if required), all necessary information, specifications and data. If required, the contractor,at her/his own expense, shall have the proposed substitute, material, apparatus, equipment or process tested as to its quality and strength, its physical, chemical or other- characteristics, and its durability, finish, or efficiency, by a testing laboratory as selected by the City. If the substitute offered is not deemed to be equal to that so indicated or specified, then the contractor shall furnish, erect, or install the material, apparatus, equipment or process indicated or specified. Such substitution pro- posals shall be made prior to beginning of construction, if possible, but in no case less than 10 days prior to actual installation. 9. Record Drawings The contractor shall provide and keep up-to-date a complete "as-built" record set of transparent sepias, which shall be corrected daily and show every change from the original drawings, and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Owner at cost. This set of draw- ings shall be kept on the job and shall be used only as a record set and shall be delivered to the Owner on completion of the work. 10. Permits The general construction, electrical and plumbing permits will be Issued by the City of Carlsbad at no charge to the contractor. The contractor is responsible for all other required licenses and fees. Page 21 I1. Quantities in the Schedule The quantities given in the schedule, for unit price items, are for com- paring bids and may vary from the actual final quantities. Some quanti- ties may be increased and others may be decreased or entirely eliminated; no claim shall be made against the City for damage occasioned thereby or for loss of anticipated profits, the .contractor being entitled only to compensation for the actual work done at the unit prices bid. The City reserves and shall have the right, when confronted with unpre- dicted conditions, unforeseen events, or emergencies, to increase or de- crease the quantities of work to be performed under a scheduled unit price item or to entirely omit the performance thereof, and upon the decision of the City to so do, the City Engineer will direct the con- tractor to proceed with the said work as so modified. If an increase in the quantity of work so ordered should result in a delay to the work, the-contractor will be given an equivalent extension of time. 12. Safety and Protection of Workers and Public The contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and municipal safety laws and building codes to pre- vent accidents or injury to persons on, about or adjacent to the prem- ises where the work is being performed. He/she shall erect and proper- ly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of the workers and public and shall post danger signs warning against the hazards created by such features of construction as protruding nails, hoists, well holes and falling materials. 13. Water for Construction The contractor shall obtain a construction meter for water utilized dur- ing the construction under this contract. The contractor shall contact the appropriate water agency for requirements. Contractor shall include cost of water and meter rental within appropriate items of proposal. No separate payment will be made. Page 22 14, Street Closures, Detours, Barricades The contractor shall not close any street within the City of Carlsbad with- out first obtaining the approval of the City Engineer. Barricading, traffic control and detour diagrams shall be submitted by the contractor as required by the City Engineer. Prior to road closure, the contractor shall notify the following City depart- ments at least 24 hours in advance: Engineering Department - 438-5541 Police Department - 438-5511 Fire' Department - 438-5521 The City will furnish at no charge to the contractor, "Temporary No Parking" signs to be posted and removed by the contractor. The signs shall be removed immediately when not required to facilitate the work. The contractor shall provide and install barricades, delineator warning . devices and construction signs in accordance with the Model Work Area Traffic Control Handbook (WATCH) prepared by the Southern California Chapters of the . American Public Works Association. During adverse weather or unusual traffic or working conditions, additional traffic devices shall be placed as directed by the City Engineer, All traffic signs-and devices shall conform to the current State of California, Department of Transportation, "Manual of Warning Signs, Lights, and Devices for Use in Performance of Work upon Highways," unless otherwise approved by the City Engineer. Should the contractor fail to furnish a sufficient number of traffic and/or pedestrian safety devices, the City Engineer will place such necessary items and the contractor shall be liable to the City for providing such devices in accordance with the following provisions: a. For placing of barricades - $5,00 per barricade for the first day or any part thereof and $2.00 per barricade per day for each day thereafter or any part thereof. • b. For flashers, -. $2.50 per flasher for the first day or any part thereof and $1.00 per flasher per day for each day thereafter or any part thereof. c. For traffic cones - $1.00 per cone for each day or any part thereof. d. In the event that the services of the City are required between the hours of 6 p.m. and 7 a.m., during the normal week or at any time on Saturday, Sunday, or a City holiday, there shall be an additional charge to the above set forth minimums of $25.00 for each service tfip required. Judgment as to adequate or sufficient barricading shall be that which is adequate or sufficient in the opinion of the Engineer. ' »/••- <* , Page 23 The contractor shall relocate, preserve and maintain the visibility of all existing signs within the project limits which affect the flow of traffic, as directed by the City Engineer. Any signs which are damaged or removed by the contractor during the cour.se of construction shall be replaced by .the contractor at contractor's expense as directed by the City Engineer. Payment for all necessary signing and barricading shall be considered included in the unit-prices bid for the various items of work and no addit- ional compensation will be made therefor. 15. Surveying Surveying service for this project shall be performed by the contractor. Requirements of the contractor pertaining to. this item 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 will be made. I «* I , • , , Page 24 CITY OF CARLSBAD CONTRACT NO. 1086 SPECIAL PROVISIONS 1. WORK TO BE DONE The work to be done shall consist of furnishing all labor, equipment and materials and performing all work on the operations necessary to complete the work as shown on the construction plans and as specified in these specifications. 2. PLANS AND SPECIFICATIONS The specifications for the work consist of the Standard Specifications of the City of Carlsbad, the 1979 edition of Standard Specifications for Public Works Cpri-struction (hereinafter designated SSPWC)as issued by the Southern California Chapters of the American Public Works Association and these contract documents and specifications. The construction plans consist of one sheet designated as City of Carlsbad Drawing No. 199-7. 3. CONSTRUCTION SCHEDULE A construction schedule is to be submitted by the contractor per Section 6-1 of the SSPWC at the time of the preconstruc- tion conference. Coordination with the respective utility companies for removal or relocation of conflicting utilities shall be requirements prior to commencement of work by the contractor. The contractor shall begin work after being duly notified by an issuance of a "Notice to Proceed" and shall diligently prosecute the work to completion within 30 consecutive calen- dar days from the date of receipt of said "Notice to Proceed." 4. TRENCHING AND BACKFILL ' All trenching shall conform to the requirements of Section •300 of the SSPWC and to these special provisions. The contractor shall obtain a right-of-way permit from the City Engineering Department prior to any construction .within the City right-of-way. Where trenches cross pavements sections the contractor shall saw cut along a straight lines as nearly parallel to the center line of the storm drain as possible to allow for clean join lines. . .* f . • • • J '" * . Page 25 Backfill shall be compacted to 90% of maximum dry density as determined by ASTM Test Method No. DJ.557-58T. Less than 4" asphalt concrete on 6" aggregate payment for trenching and backfill including pavement saw cutting, removal and disposal shall be considered as included in the unit prices paid for the various items of work and no additional payment will be made therefor. 5, TRENCH RESURFACING Trench resurfacing shall conform to the requirements of Section 306 of the SSPWC and to these special provisions. . • Aggregate'base material shall be Class II and conform to the requirements of Section 301-2 of the SSPWC. Asphalt concrete shall be Type I-B-AR-4000 and shall conform to the requirements of Sections 203 and 302 of the SSPWC. Payment for the resurfacing including the cost of the asphalt concrete and aggregate base shall be considered included in the cost of the various items of work and no additional pay- ment will be made therefor. 6, REINFORCED CONCRETE PIPE The work shall conform to the requirements of Sections 207-2, 207-11 and 306 of the SSPWC and to these special provisions. The 18" RCP shall have a. loading classification of 2000-D. The unit price paid per lineal foot for storm drain pipe shall include all materials, labor, equipment and operations necessary to construct the pipe complete and in place, as shown on the project plans and as specified herein including trenching, backfill and resurfacing. 7, CONCRETE CATCH BASINS The work shall conform to the requirements of Section 303-1 of the SSPWC. Upon completion of the catch basins, the contractor shall construct asphaltic concrete (type l-B-AR-4000)aprons for drainage flow into the basins as directed by the Engineer. The unit price paid for each catch bas.in shall include all labor, materials, equipment and operations necessary to construct the catch basin complete and in place as shown on the project plans and as specified herein, including pipe connections and asphaltic apron. Page 26 8. UTILITIES Handling of the utilities shall conform to the requirements of Section 5 of the SSPWC. It shall be the contrator's responsibility to determine the exact location of all utilities and their service connections The contractor shall notify the utility companies at least 48 hours in advance of excavating around their facilities. 9. CLEAN UP Upon completion of construction and before final acceptance the contractor shall remove all rubbish, trash and debris from the site resulting from the operation. The site shall be left in a neat and clean condition acceptable to the Engineer.