Loading...
HomeMy WebLinkAboutJHP Construction; 1991-05-10; U/M 91-3-d - February 27, 1991 ADDENDUM NO. 1 PROJECT: 1990-91 CURB, GU?TER AND SIDEWALK REPLACEMENT PROGRAM, CONTRACT NO. U/M 91-3 Page 2, paragraph 2 existing wording "The following classifications are acceptable for Contract: A, C-12 or C-32 in accordance with provisions of State law". Revised wording: "The following classifications are acceptable for this Contract : A, C-12 or C-8 in accordance with the provisions of State law. This addendum, with receipt acknowledgement signed, must accompany proposal when bid is submitted. No change to bid opening date. @ Am1 e RALPH W. ANDERSON 7 Director e receipt of Addendum No. 1 H:\LIBRARY/UM\WPDATA\C"T9 1 025 .AD 1 U- 2075 Las Palmas Drive - Carlsbad, California 92009-1519 (619) 438-7753 I f I‘ 8 I @ 1 h I. 1 I I 1 1 I TABLE OF CONTENTS Pane No - NOTICE INVITING BIDS.. . . . . . . *. . . . . . . *. . * ~. ~. . . . . . o.. *. . . . . . . . . . 1 CONTRACTOR’SPROPOS .......................................... 4 BIDDER’S BOND TO ACCOMPANY PROPOSAL . . . . . . . . . . . . . . . . . . . . . . . . .. . . 9 DESIGNATION OF SUBCONTRACTORS . . . . . . - . . . . . . . e . . . D . . . . . . . . . . e . 11 BIDDER’S STATEMENT OF FINANCIAL, RESPONSIBILITY . . . . . . . . . . . . . . . . . . 13 BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE . . . . . . . . . . 14 I NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID . . . . . . D . . . . . . . . . . . . . . . . . . . . . . . 15 CONTRACT - PUBLIC WORKS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . - . . . . 16 LABOR AND MATERIALS BOND . . . . - . . . . f . . . . . . . . . . . . . e . . . . . . . . . . . . 24 PEREORMANCEBOND ........................................... 26 ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION . . . . e . . . e . . . . . ~ . . . . e ~ . e . 1 . . . . . . . . 28 RELEASEFORM ............................................... 32 SPECIALPROVISIONS -. . . . . . . . . . . . . . . . . . o. -. . . . . . , . D.. . . . *. . . . . . 33 SPECIFICATIONS.. . *. . . . . . . . f.. . *. Q.. . -. . . . . . -. . . . . . . . . -. . . . . . o 40 LOCATIONMAPS .............................................. 44 6 1/14/91 Rev. t* et1 w 1 CITY OF CARLSBAD, CALIFORNIA NOTICE I"G BIDS Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1200 Carlsbad Village Drive (formally Elm Avenue), Carlsbad, California, until 4:OO P.M. on the 14th day of March, 1991, at which time they will be opened and read, for performing the work as follows: 1990-91 Curb, Gutter and Sidewalk Replacement Program. 1. 1 CONTRACT NO. U/M 91-3 The work shall be performed in strict conformity with the specifications as approved by the City Council of the City of Carlsbad on file with the Municipal Projects Department. The specifications for the work shall consist of the latest edition of the Standard Specifications of Public Works Construction, hereinafter designated as SSPWC, as issued by the Southern Chapters of the American Public Works Association. Reference is hereby made to the specifications for full particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-owned businesses. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code Section 22300), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 22300 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The documents which must be completed, properly executed, and notarized are: i I c s 1 1 I I 1. I I a. I 1. Contractor's Proposal 2. Bidder's Bond I 3. Non-Collusion Affidavit 1/14/91 Rev. f .li 2 I T C U c 1 5 1c fi I All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The EngineeJs Estimate is $126,650. It is estimated to take twenty (20) work days to fully complete all aspects of the project, including sweeping. No bid shall be accepted from a contractor who is not licensed in accordance with the provisions of California state law. The contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury, pursuant to Business and Professions Code Section 7028.1 5. The following classifications are acceptable for this contract: A,C-12 or C-32 in accordance with the provisions of state law. If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. Sets of plans, special provisions, and Contract documents may be obtained at the Purchasing Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue), Carlsbad, California, for a non-refundable fee of $10.00 per set. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the Carlsbad City Clerk. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 1720 shall apply to the Contract for work. A pre-bid meeting will be held on February 13, 1991 at 2:OO p.m., at the Utilities and Maintenance Administration Conference Room, located at 2075 Las Palmas Drive, Carkbad, California. A tour of the project sites should be made prior to the pre-bid meeting. All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. 0 h, s 1 i 1 I I 1/14/91 Rev. f fr 3 I T 8 t t t 1 I Ro .&~ Dat 1 1 I I I 1 I I P All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for @ the Contractor. Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. Bonds to secure faithful performance of the work and payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) and fifty percent (SO%), respectively, of the Contract price will be required for work on this project. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City for a period of one (1) year from the date of formal acceptance of the project by the City. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 91-24, adopted on the 22nd day of January 22, 1991. I L5-L- &, czd &a L. &e& an&y Clerk 1/14/91 Rev. ? C 4 B I I C 1 I B I ! il 1 I 1 8 CITY OF CARLSBAD CONTRACX NO. CONTRACXOR'S PROPOSAL 1990-91 CURB, GUTTER AND SIDEWALK REPLACEMENT PROGRAM 'I a City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. U/M 91-3, 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: c Approximate No. and Unit Price Total and disposal at mdp Dollars and 0 Cents per lineal foot. disposal at Dollars and .W(j Cents per square foot. 3. Driveway approach removal and disposal at (&& Dollars and 8 Cents per square foot. 4. Root barrier installation, Item Quantity unit $3 *- +7m%-/ $So $eAnqOL+ /:I $ -7q:\i/ i 1. Curb and gutter removal 850 lin. fi. 2. Sidewalk removal and 15,175 sq. ft. 741 sq. ft. I%Q.R 4" - 0.- Cents per lineal foot. 300 lin. ft. 5. Type "G" PCC curbs and I gutters installed including $1 SI--- lineal foot. 850 lin. ft. 1/14/91 Rev P t 5 1 I 1 1 li I 0. 1 I I 1 J I 1 II --# Approximate Item Quantity Unit No. and Unit Price Total 6. 4" PPC sidewalks I installed including $3"r, Y5-5 fine grade complete in place at -h;n Dollars and &3 Cents per square foot. 7. 5-1/2" PPC driveway approaches installed including fine grade I mplete in place at I. 15,175 sq. fi. p&%y-/. /- $q 1- ai2 $@!J/ 6 -7755 ' removal at m $/?a $a33.5 I square foot. 741 sq. ft. 8. 6" PCC cross gutter including fine grade complete in place at d*x Dollars and e.%() Cents per square foot. 1,590 sq. ft. 9. 6" PCC cross gutter Dollars and ,Ti Cents per square foot. 1,590 sq. ft. 10. 6" PCC spandril including square foot. 1,518 sq. ft. 11. 6" PCC spandril removal at m Dollars L 9 sa and ea Cents per square foot. 1,518 sq. ft. Prke(s) given above are firm for 90 days after date of bid opening, Addendum(a) No(s). [ has/have been received and is/are included in this proposal. )Pi " IcJ L.;\ 4 ~*~~~ 3 If jh $ +Y + 1/14/91 Rev. f m 6 The Undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any error or omissions of the part of the Undersigned in 0 making up this bid. E a I c I E I I. I i The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the proceeds of the check or bond accompanying this bid shall become the property of the City of Carlsbad. The Undersigned bidder declares, under penalty of perjury, that they are licensed to do business or act in the capacity of a contractor within the State of California and that they are validly license , classification ,A+ 6 which expires on . This statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. 5 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. Public Contract Code 3 20104. The Undersigned bidder hereby represents as follows: I license number 3qA 5ilO 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted himlher 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 1 fraud. I Accompanying this proposal is 3; & ‘so 4 (Cash, Certified Check, Bond or CashieJs Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. I I f 1/14/91 Rev. f 8 I 7 E 1 8 I 31 The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. 0 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: I (I) (2) (3) Place of Business Name under which business is conducted Signature (given and surname) of proprietor (Street and Number) City and State (4) Zip Code Telephone No. m IF A PARTNERSHIP, SIGN HERE: 1; (1) Name under which business is conducted 8. (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) I (3) Place of Business 1 (Street and Number) City and State Zip Code Telephone No. m t 1 I n 8 1/14/91 Rev. f 4 8 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted -3-2 CQh%tV WAk; h I I (2) 1 I E I b I 4 1 L I 8 1 I F Title I Impress Corporate Seal here (3) (4) Place of Business Incorporated under the laws of the State of City and State (5) Zip Code qW'9-t Telephone No. a\y - &77 '%&Q NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice pr corporation; if a partnership, list names of all gene I 1/14/91 Rev. #* CAT. NO. "00737 TO 1945 CA (8-84) g TlCOR TITLE INSURANCE (Corporation) STATE OF CALIFORNIA COUNTY OF sfid b\)lE@/3 w p: Y )% personally known to me or % proved to me on the basis of satisfactory evidence to be the person who executed the within instrument as the Secretary of the Corporation that executed the within instrument and acknowledged i to me that such corporation executed the within instru- of satisfactory evidence to be, the person who executed the within instrument as the F&S t President, and i )/,C F ms 4 - &&X c (This area for official notarial seal) I 9 BIDDER’S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: , as Principal, and i I I I C I .... I .... I 1 .... I I *... I 8 r. 1 a administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-bounden Principal for: 1990-91 Curb, Gutter and Sidewalk Replacement Program, Contract No. U/M 91-3, in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within ten (10) days from the date of award of Contract 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. e..* 4 ..SI .... .... ..e. I .... .... 1/14/91 Rev. AMWEST SURETY I SURANCE C WOODLAND HILLS, CALIFORNIA BOND NO. 1187435-3.1 PREMIUM BRSTJ BID DATE: -- 0 BID BO KNOW ALL MEN BY THESE PRESENTS, That we, JHP Construction, Inc, (hereinafter called Principal), as Principal, and AMWEST SURETY INSURANCE COMPANY, a corporation, organized and existing under the laws of the State of California and authorized to transact a general : business in the State of (hereinafter called Surety), as S are held and firmly bound unto City of Carlsbad California (hereinafter called Obligee) in the penal sum of Nine Thousand Eiqht Hundred and OO/lOO Ten percent ( 10 "/O) not to ex Dollars ($ 9 - 8nn - nn ** for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administr, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That, whereas the Principal has submitted or is abc submit a proposal to the Obligee on a contract for Curbs, gutters, sidewalk replace proqram, no, U/M 91-3 0 NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal shall, within such tin may be specified, enter into the contract in writing, and give bond, with surety acceptable to the Obligee fc faithful performance of the said contract, or if the Principal shall fail to do so, pay to the Obligee the dan which the Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this oblig shall be void; otherwise to remain in full force and effect SIGNED, SEALED AND DATED THIS 13th DAYOF 9 I 19- March L tt z la [i e L-1 b UN-A~O~ 3188 STATE OF CALIFORNIA, COUNTY OF San nipnn ss . On March 13, 1991 , before me a Notary Public, within and for t County and State, personally appeared Pamela Bentley , to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to thi instrument as the Attorney in Fact of and for the AMWEST SURETY INSURANCE COMPANY, and acknowledge that he subscribed the name of the AMWEST SURETY INSURANCE COMPANY thereto as Surety, and his ow as Attorney in Fact. & UN-A9008 (REV. 2/90) n BOYD NUMBER NOT VALID AFTER $9,800.00** City of Carlsbad EE OF AMWESJ SUSETY INSURANCE COMPANY tomey-in-Fact, with limited power and authority for and on behalf of the Company as surety, $****2 5080 60 .) 0 0 ous Bonds up to $+W**25,000,00 ness Administration Guaranteed Bonds up to $=%*l/25OrOOO the Company thereby This appointment IS made under and by authority of the hi& arc now in full force and effect CERTIFICATE m> p<c e &z;L'ki ,af DirectGFs This Power of Aiiorney is signed 2nd seclccl by iacsAmile under ard 3y the authority of ihe following resolutions adoF Board of Direcicrs cf Acl~vesl Surety Ir.su.rance Ccmpai-,y ai a ireeting duly held 02 December 15. 1975: RESOLVED. txt the Prcsidcni or ay Vice Prcsident, i:i corLjunccon wi:h e'ne Secretary cr any Assisiani Secrc -in-kci or agcn.s \\,it:: aui?orit)- as def:ncd or 1imi:ed in thc: ins:rumint evidencing the appoint1 o: hehalf o, tl-.e Coripay, t3 cxccute ay-d deliver and dfix ihe seal of the Company to bc undertakings, recogn:zanccs, and sGrc:);ship o3l:Lations cf all liind.5; and sad ofkers may remove my such attome: fact or agent and revclke any 2oue-r ol aitcl-ney pxv ously gran:ed to such person. RESOLVEC FURTIER, ihai any bond., ui-.der':zklpg, recognizcnce. or sureiyship o5ligaiion shall be valid ar.d bin upon the Company: (i) \i;'nen signec by the ?resilent or axy Vice President and attested ar.d sealed (if a seal be required) by any Secretary or Assistant Sccreiary; or (ii) when s:gncc by :h. ?:rcsiicnl o: a.ny Vice I'rcs,deni or Secretary or iissistznt Secretary, and cozntersigned 2nd scaled (if a scal 3c rcc,uirc.:i) by a duly nuihorized auorney-in-fact or ageni; or (tii) whcn duly cxccuicC and scaled (if a sc:l be rccyircd: by one or more ::::orneys-in-iac: or agenes pursuazi to and withi:-. the limi,:s of ihe auihonty el-idenc-d by clie power ol attorney issued by the Company to such pcrson or persons. RESO:SIX FURTI-;FR, [hat the s'gi-.atiuc cf my zut5orized officer and the seal of the Company may be affixe facsimle to any power of s::orncy 3r cmificaiion ihc:-:of aLthorizing ihi execJiio i and delivery of any bond, cnderta. recognizancc, or oikr suwyship o3l:gaiio:x oi the Compmy; and such signaiurz and seal when so used shall haw same force and effeci as though manml:y ifixed IY WITNESS WHEREOF, Amwest SLreiy Iiisurar-ce Com?any has caused ihese presents EO be signed by its proper oi I 1 its corporate seal io be hereunto eflixed this 1si day of December, 1990. ,,,\\\~l~~!"~llf,~,~ ++&,.)!?!84 '.. QJC" "'., 2'3. $9.. oflP o&?,(.. @% 3 @:'$$F\V 7, G., 0 ! o2 o z %'+'.. . .sli $O$. : $.S =+--:- zm: ;x: =, UJ :, 7975 : b = ZZ-. c ,- .;2 3 +,,[ \\,\I\'' ,+' $,& '.. ....... '/ iiiiiiiliiii STATE OF CALIFORSIA, COUNn OF LOS ANGELES On :his lsi day of Dcccmber; 1990, pcrsona1:y came before me John E. Savzge and Karen G. Cohen, to me know individ1mls and ofrlccrs of Arr.wcsi Surc:y 1ns:ra:icc Cornpa u:ho execulcd the abov~ instrument, and they have acknoLx execution of the s:n-.c, and being by nlc du:y sworn, clici sex cy depose and say that [hey 2re the said officers of the corporaiic and that :he sccl al'fisecl ic ihe above i:-.sirumcnt is ihe scal o the corpora!:on, end that said corporaie sea1 and their signaiv officers wcre duly afiixed and subscribed 10 the said instruinme ?y the authority of the Board of Directors of said corpoi xes 1 iver a.ncl affix thc seal ~i L:-t~ sad oeicers nay re:xc\ ? P\E,S<] I.-?,,q:. i) F. \;jt.r k e, or suretyship obligaiio t mi ariested snd sealed (if a seal .kc anti :he sed ai :he Co:r ey or cert!ficarion ther west Surety Ir:sum1ce 1nmy ?as caxed lhese presents io be si unto ariixed ihis Ist day o.^ ij r I__-_ t STATE OF CALIFORNIA, COUNTY OF LOS AXGEi-ES On :his 1st day or December, 1990, persona:ly cane oefcre me Johc E. Savage and Karen G. Co'ki: :o n1.e !mown :o individi;als and olGcers cf Amw:si 5uret.y [nsixance Corn?any, who executed the above instrumen:, 2nd ihcy haw al:known?.leclg execution of <ne same, ani ixing by ne daly sworn, did s i-dy depose and say ihat they are he said oifirers arid that the seal. alfixeil to the above mstrunient is :he d (1; he ccrporarion, and ihat said corporate seal a officers were duly affixed and s-ibscrhed LO the said insti e.:: by ihe authority of the 3oard of J3irec:o I 10 In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this day of Executed by SURETY this day of ,19-. ,19-. i PRINCIPAL: SURETY: I a I (Name of Principal) (Name of Surety) By: By: 1 (sign here) signature of Attorney-in-Fact I (print name here) printed name of Attorney-in-Fact U (title and organization of signatory) current power of attorney) ’ By: (attach corporate resolution showing (sign here) (print name here) I I 8 c lr I z 1 (title and organization of signatory) (Proper notarial acknowledge of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: 1/14/91 Rev. #@ I 11 DESIGNATION OF SUBCONTRACXORS The Contractor certifies he/she has used the sub-bids of the following listed Contractors in making up his/her bid and that the sub-contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with applicable provisions of the specifications and Section 4100 et seq. of the Public Contracts Code - "Subletting and Subcontracting Fair Practices Act." No changes may be made in these subcontractors except upon the prior approval of the City Engineer of the City of Carlsbad. The following information is required for each sub-contractor. Additional pages can be attached if required: ;. I t I x-\ 1 I Work Full Company Name with Zip Code with Area Code Items of Complete Address Phone No. "\ "e I 4 I I II E I i 1 1 \ 1/14/91 Rev F I 12 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 pages can be attached, if required. ;. I 1 1 I I I b I I I I I I 1 I Type of State Contracting Carlsbad Business Amount of Bid Full Company Name License & No. License No.” ($ or YO) c - J * Licenses are renewable annually. If no valid license, indicate “NONE.“ Valid license must be obtained prior to submission of signed Contracts. 1/14/91 Rev r. I I I 1 0 1 I I I I I .I 8 I a P I 13 BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY Bidder submits herewith a statement of financial responsibility, I;. 4 1/14/91 Rev. 1. 1;1,D* 33- s>w370 &dl Gap st Rw'-lb4tl -7- \ 0-4 a F S i\ittNC 3 At. ST ATEMEMTS J t-1 I' CCINGTRUCTION INC. OCEANS IDE f CA 92(:)54 130 SOUTI4 t-lILL- STREET, SLJITE U AS OF 12/31/'3C) e 0 3 H P CUNS IKFilJC I LUN I NL.; (. .. -, i I(:) SOUTI-I t-IILL STREET', SL.!I:?E T'i OCEANS 1 DE, [:A '32(1)54 FROM 12/(:)S/'3(1) '$ I;: -[ (I:! 11, ;; -1 E 1- [-! 1 :2 ,,/ ;.; 1 ,/ ,2 (1) T 0 1 2 ,/ 3 1. / '3 (:i I NCUME 0 Jn& :)I 1 B (2 . (I,(:) (:i . i:) :! '$ .i 1.') ~ 1 (1) yjj ~ (.:I i:l ] (1) -; y 3 7 ,::I. L g ,::. ,. , (1) n i:j (1) (Li II (1, ;( i;> y (1) ;< i-f . 11) ;< i_ , r; 1. x:: $1- '.. ,J u E ' :w 84 (2 . t1iir) (I! " (1, ;: !i;Al.ES -- JOE ($5 (1) . (:I(:) c:) ~ 0 2 ~,~ - ~~-.., CONTRACT - INCOME €35 , 8 €3 6 . 3 8 3. t:) (3 a (3 7: _. ' 2%" ~ , I-AT'E C:HARGES -4.. 28 i:, * r:, x . . i 0 . (:)i> (1) . (:it:) C3 C.! ---I--___-__ TOTAL. 1 NCCJME $ 85 , 882 ~ j, (1) j. (I)(:) ~ i:) 7: 5; COST OF SAL.EiT:'r .... :i- j. i:i'3 ~ i>BT y (11 11.: .>(-j" (-jT-:, CJc:: .-; ,p,,!i-.,\.- ,'.,~:~,f~~l..~~?i~.-'l' (:) . (:I(:> (11 . (3 ;: ...... ., r, . i... ' . !~>~Ij~::p~ . - I.., 5, " (:I(:) t:> ,. i:, x [,< 6,s; I ,, '4 x I .I ,. t':j;< 6, 1 l :1 I 19 -;? " .i I. -/ ," \?$ % ! "F I-. A,.. 1 ~ 227" '3 j, (:i " I::> (-I :; 1 I* 1 ::(:, " (.>!' '3 8-1, izJ " 3 ',Y 0 . 00 r. .::, :I: G r.1 s ,, / Pi&+ "!-)E F:; :[ ($ 1.- ::, D r3.i -/.. 2 A C: T I N ii , 'i. ...... d,. ... 4.6 ~ 35:; . ,.j. 7 1. 1 , 753. 35 'VEHICLE -. INSURANCE 4 it(:) . (SO (:I " 5 x f- BOND - INSURANCE 65 . (:)(:I (3. 1 x I '3 ' '3 3 .dr , .:4:2 I... I AE . 1: NEILJRANCE 1 p -.?.(:>G. 83 1.6% 1.3? 683, 14 MDRKEH'S COMP. INSURANCE 7.5'3 c:i ~ i:) 7; 7 72;f-Z?, 1, 1 - -.a c, 'I I::C!NSTRl.JC'T'I ON MANAGERS (:) " r:>r:> i:j . i:) 7: y (-):..." __.,. 14 c\ GF. s (:I , (:)(:I (:j . (:) 2 j, '::'E *"d7 1 (-)cJ - " 1 (., 1. - - .I ~ i i"iYiENT IiENTA 1. (:) . (:)(:I (*) . (-j i. + i-':' E F? E M OV A 1.. 0 I, (:) x MENT LEASED (1) . (:,(:I (1) . i:) 7; 1 1 y 86 8 . .::I. ,:I (-)G 7 .I ~4 '3 ~d. CAS!.!Al. LABOR '3.1.7 . (:)(:I :1 a s 7: 26, 6'7iJ I (:!E e:.: 4 7 E; " (1) :;:: F :[ (::A (: E X PL CIY E R ' S :) EX PENSE (:I , (:)(:I (:! . !:) ;i iJ ? ! 'EL) II l.lI~lL::IvIPLC)YIvIENT EXPENSE (3 u iX) (_i I (.) ;! STATE I..JNEIIPI..OYMENI- EX PI (:) . (I)(:) ( 's I (:)x ..........-.-. -. ................ TOTAL COST CIF SAI..ES $ 41 r 180.' @:I 8 " t:) 7: 3. -. ........ I - _. ........ ..................................... GRDSS PROF :I 1- % -14 " 7() 1 " :2t; 5:;: . (1,:; 3; z:2z> y E3 .;y, :L " :.-; yj OPERATING EXF'ENSES WAGES % 1 I 3G8. O(, S.GX $j I '3 1 3 :I. 1 . 0 (1) St',, 1. A F7 'I 1-S (1) - (3 x 1 (:)4. E6 0.IX 7' . l...I.) 7': . i.!l'~!i~l~'iPl..C:JYrIENT' Ex PENSE 1 (:I .I '35 (::) . <:) :.: (3" i.!I'JEMPLCIYMENT EXP. 4.7.88 bJtlRK:EF!* S COMP. INSURANCE (:) II (:)o C) y i:) x 1. p ,:, b ;-: I 3 '3 0 . (:I(:) 5 1. -7 , 5 (2 (IJ . 1 x 7-, .- - Prepared Ey ADVANTAGE EOQt::k:EEPING, INC. e UNAUDITEU I (1) ~ (IiQ <:! . c:t 7: " I -1 (;I y i:i(Ii , , ,-I &,q (, ;'E 7 '7 6 .. :;..1 i) . i:)(:) / ._ ,;) ~ 5 ..I 8;) " '1 77 i:l " (:)i:> ._ .;-!\.!) :!:> ,: :,[.JES(.l:T.? J. /:>'I-:[ [jp>j5 4 d K= * '9b .- - L" 17: c)(;>F; " ,; 1': ' .PI1 'I ,[!'r [...E EEI\IEFITS (1) . (:I(:) 1.11 , (1, ;( 1 , 1 (:!(I (, !:!I:: ! 1:: r.j -1- I_ Fi -1- ,; :i hj M E pd 2- ,;i: i (2 ,, i; I i' > mt! :I. mqjt-:'r..i-r REN-rAi.. F: i.! E I.. il . 1 i:) E3 ~ Fi i: ' ~T[]~l1...:< 1;:x ['Eb!:;L: ", - .,, I.-! .-. j. (:I 7; ,-, i i:) , (I)(:> i_i . (:j 7; <, ..j I (:) , (:)i:) 360. 34 i:! . !:) ii I'; . ,:+ ;.; 0 .: i-! ,, 8.. I i.! 1 ,, " ,.:I :: <;! r i:) ;< (:) . i:) x i C! I._ I1 I 1'1 I.3 I? (:I V E i'l E N 1- (1) . i:)(:) (1) , (I)(:, ?L , 3 1 5 ~ <:!(:I 1s AI\Ifi FEES (2 . <;)(:) (:i . i:! ;b 1. 1 6:';o" I i3 .:I. .. 638 . 3.7 UFF I: CX SUPP L I ES 0 " 00 (1, ~ i:t ;; 9 (1) 3 ~ 5 E{ PLANS Z,, SPECS t. 1 PJ. - (3 2 (:j . '7 ;I .q. " c.; .? (1 j . 1 5 1, T p.3 &E! i.2 n s T AG E (1) II (:)(:I i:i ~ i:) X L)LJ Y 2 I.. E f.; A I.., F: [: 1: S (:i ~ (>i:) (1:) )1 i:) 71 1 4 . (1, (:'I i:) ~ i:)(:) 1 p 3 5 ;L:i . (5 1. !:j . !:I ;< .L II i:> X 1- ti (2% I 1\1 -r E N ,<A tq c: E --,c_.-." --,r-, ' - .. .. i-'t\.iAl..?"Y 8.. J. NT'EREST (2 " i>(:) !:! . !I>:! I L1 .' ,. / :L. AND SMALL. 'TOOLS 4. E, . i:! 5 i:! y 1 2: E{Ljr 5 ~ $3 1 1:: 1 t.2 L1 1 :.:: ... _y ,_ i:j II 00 !I 1 t:, 7: 4 8 E, . ::: 3 (1; " 6 X (:) s i:>(::h . , I ...I Y -I- E L E Pt-wiw .- ;I ,I".' [j -r ki I.:: ~4 "r c., x E 5; -------.. ------_ ._ -. .- - - __ ._ - __ .-. .._ ._ . T'(::)T'AL C3PEBATING EXPENSE $; 5 L 5 7; :;. j. ;? 1, , $j.-tt " ?>(I, - - - - _- I I - - - - .I.. - -_ -. -- -- ..- - - .- - I .- .-:a i .? i-,4 .::. 7 c 4:. . A_ v - L . 4 <:I. 6 c './ $. INET OPERAT: I NE3 I: NCCIPIE $I 4 0 p 1:) (:I 5 . (:> 7 . Sf" PRQVISION FOR TAX -., % (1) I i:!O i:i y (? x g ;' ,, :. 3 g " [:I €3 0 - - - - -_ - .- -_ _- __ .._ __ -_ - __ -_ ..~ I -.. -_ -_ __ -- ... -'Y : !, I ,.A,, 1 -I_' {+ ): 1: T E: M {i;! $j (:I ~ (3 (1, (11 ,. i:i ?: 2; I' " 1. 2 F3 ,. ' - - - _- I - - -- __ - __ __ ..______.._.____ ~ _____ r\iu II\ICOME c:Ir -- LOSS - $ 40 , (I)(:)5 " (:)7 i7.F 2. L,L .: .' B ;;I: i:) <:I. y '3 (:),.:I. ,, 6 ;T . ....._... " ...__..___..___.._.... ....._...."_I__-_..___.__ ------I - - - - -. --1-1-1-1--- k., i:i;:j:hrF;r?d ECy ADVANTAGE: EOOt::liE:EF'I:1;!G, T NC. 0 UNAUDI 'rm OCEANS IDE, CA '3''?0"-1. &_\. .. BALANCE SIIEE.1" A 5 OF 1 2 ,: 3 1, ,,I '3 c) AS $; E T 53 0 CURRENT ASSETS c: A :: II I N B A r..i t(:: % TOTAL CLJRRENT ASSETS $; y . ,..! '. ts - ... - - ...... - I - ...... , (1, I t::.-,3 . -7 ..- .............................. F I XED ASSETS AUTC:IMOT I VE B 47, 007. 1. i 6 '3 ~ '36- .'? '3 r2 1'1ACH I NERY ?< EQU 1 PMEN'T J.1.. m T:~~lJr"I:.!IT'[JRE: Z,: FI XTI.JRES 1 , 25-7 rn 5E3 f:'i 1~"1~.11-,~-1-:~::~~~ IIEPREC IAT IC3N ..-@3, S.1.Sfj - 3.7 - - .. - - ... I - .............. I .-, ,::.- I (:)'f';\i.- 1:: I XEI> fjCjSE'I"S .:.. If a . _I._ ,._I ><.. .. - ................................. OTHER ASSETS __ cr 17 C' LOANS NECE I VAESLE ' % LJdLJ L ,:1.6 .- I I -_ -- I - - _" -- -- _- _,_ C'T? c . 'T'OTAI. DTt-iER ASSETS rl; -I -2 >., . *:.I. 6 P, $. ..... - ..................... - ... I.. I AT? 1 I.. I T I ES a ric! CA F' I T A 1. CURRENT LIABILITIES 3 f '36'7, 5 1, j::) A y 1; rj 1,. 1.. -1 i'AVAELE 8 ~ 73;: I 9 1 TOTAL r:[.i/ , , kBILITIES r& .., 1 2: p 7 3.1, ,) II I. ;. 2: . PAYAE1.E fg [,cJ('li 1:. 1:: r; P C:; i.' ' , ,: ' ) e .... ---I - - -- I - - -_ "_ - .................. - ..... LONG TERM L 1 AE I L I TIES 1.. [.I AN F'AY Ab L. L 4; I OANS LESL. IF!% t4ATR I I )AN T"AYAI!I I ALI-T'L:) 1 :::J , .._I 1.., .. ' " 1 J c J - - - -- - - - _- __ -_ __ -_ ." P'' I i CII A 1. 1.. UIV C:, I I: I i Pi 1.. I: AB I: 1.. I 1' I E E; '& ... L ,..; y ,.I . :J ( J . !.I I. .. - .......................... CAPITAL -:--a * ,.pc OFFICER DRAW- J. PECART % u\.J . 5 I CIFFICER DRAW - J HARTMAN -53,2E,6 .L '3 '7 r.4E.T PROFIT ctr 1-(3SS 2 (1) 4 , "j (1) *:I. I 6 '7 .j_ (3 T A 1- il A 1' 1 I- A L :{5 '3 il, I... (3ANS TO OFF I CERS -2, 880. >:(:) FIETf3INED EARNINGS I 5 , 3-,7(:! I ~~~1i~:v --I-.__- I-..--___ P~-epared By ADVANTAGE BOn~::~::EF;:'I:r'..iG, 'I: i;lC3. 0 UNAUD I TE:D 1 ,I,, -,-- ^,_ *-,I:,”, L.111 -...- e 0 Prepared Ey ADVANTAGE FOOb b ElEPIP\lG, !‘r‘::., 0 UNAUDITED I I I I a I 1 I I I I I I 1 ? I 14 BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE I. The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. T 4 1/14/91 Rev. I B 15 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMI'XTED WITH BID State of California 1 County of 1 I. ) ss. II 1 1 1 1 I 4 I I I I 8 1 I SJdW ?KCLL~ , being first duly sworn, deposes (Name of Firm) the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone shall refrain from bidding that the bidder has not in any manner, directly or indirectly, sought by agreement communication, or conference with anyone to fix the bid price, or of that of any other bidder, or to fix any overhead, profit, or cost element of advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and further, that the bidder has not, directly or indirectly submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the affidavit was executed on the A day of is true and correct and that this Subscribed and sworn to before me on the I (NOTARY SEAL) r 1/14/91 Rev. t rsonally known to me to be the person(s) whose name(s) subscribed to thc certficate to another documel MIS CERTIFICATE MUST BE AnACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Signer(s) Other Than Named Above I I 11 I I I 4 U I c I I I I I 16 CONTRACT - PUBLIC WORKS This agreement is made this 1 oT4 day of N el? City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and businessis 2110 S. HILL. SUITE D. OCFANSIDF CA 93054 , 19a, by and between the JHP CONSTRUCTION whose principal place of I. 1 (hereinafter called "Contractor".) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: 1990-91 Curb, Gutter and Sidewalk Replacement Program, Contract No. 91 -3, (hereinafter called "project") 3 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3, Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractois Proposal, Biddeis Bond, Designation of Subcontractors, Biddeis Statements of Financial Responsibility and Technical Ability, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the Special Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. 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 specified, 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 through the life of the Contract, 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 subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 1/14/91 Rev. t I I I I I 1 1 I II I 1 I I 1 I 17 Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per Section 9-3 of the Standard Specifications for Public Works Construction. The closure date for each monthly invoice will be the 30th of each month. Invoices from the Contractor shall be submitted according to the required City format to the City's assigned project manager no later than the 5th day of each month. Payments will be delayed if invoices are received after the 5th of each month. The final retention amount shall not be released until the expiration of thirty-five (35) days following the recording of the Notice of Completion pursuant to California Civil Code Section 3184. Independent Investimtion. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. Contractor Responsible for Unforeseen Conditions. Contractor shall be responsible for all loss or damage arising out of the nature of the work or from the action of the elements or from any unforeseen difficulties which may arise or be encountered in the prosecution of the work until its acceptance by the City. Contractor shall also be responsible for expenses incurred in the suspension or discontinuance of the work. However, Contractor shall not be responsible for reasonable delays in the completion of the work caused by acts of God, stormy weather, extra work, or matters which the specifications expressly stipulate will I * 4. 5. 4 6. 8 be borne by City. 7. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed notify City, in writing, of any: 1/14/91 Rev t I I 8' 8 I 8 I b I I 8 I 1 I 4 I/ Material that Contractor believes may be material that is hazardous waste as defined in Section 251 17 of the Health and Safety Code, that is require! to be removed to a Class I, Class 11, or Class 111 disposal site in accordanc with provisions of existing law. Subsurface or latent physical conditions at the site differing from thost indicated. Unknown physical conditions at the site of any unusual nature, differen materially from those ordinarily encountered and generally recognized a: inherent in work of the character provided for in the contract. A. B. C. I City shall promptly investigate the conditions, and if it finds that the condition: do materially so differ, or do involve hazardous waste, and cause a decrease 01 increase in contractor's costs of, or the time required for, performance of any pan of the work shall issue a change order under the procedures described in thi: I contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. Change Orders. City may, without affecting the validity of the Contract, order changes, modifications and extra work by issuance of written change orders. Contractor shall make no change in the work without the issuance of a written change order, and Contractor shall not be entitled to compensation for any extra work performed unless the City has issued a written change order designating in advance the amount of additional compensation to be paid for the work. If a change order deletes any work, the Contract price shall be reduced by a fair and reasonable amount. If the parties are unable to agree on the amount of reduction, the work shall nevertheless proceed and the amount shall be determined by litigation. The only person authorized to order changes or extra work is the Project Manager. The written change order must be executed by the City Manager or the City Council pursuant to Carlsbad Municipal Code Section 8. I 3.28.1 72. 1/14/91 Rev. P I I 15 8 I 1 Immiyration Reform and Control Act. Contractor certifies he is aware of thf requirements of the Immigration Reform and Control Act of 1986 (8 US( Sections 1101-1525) and has complied and will comply with these requirements including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. Prevailing Wage. Pursuant to the Califomia Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, Section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the Carlsbad City Clerk, and is incorporated by reference herein. Pursuant to California Labor Code, Section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contractor or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; except for loss or damage which was caused solely by the active negligence of the City; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, unless the loss or damage was caused solely by the active negligence of the City. The expenses of defense include all costs and expenses including attorneys fees for litigation, arbitration, or other dispute resolution method. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. (A) COVERAGES AND LIMITS - Contractor shall maintain the types of I@ 9. 10. t 11. m I I. I I 1 8 II I I I 12. coverages and minimum limits indicted herein: 1/14/91 Rev. f 1 8 2c II t 1 1 II I. I I I II I I 1. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injuq and property damage. If the policy has an aggregate limit, i separate aggregate in the amounts specified shall be established foi the risks for which the City or its agents, officers or employees arc additional insureds. ai 2. Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. Workers’ Compensation and Employers’ Liability Insurance: Workers’ compensation limits as required by the Labor Code of the State of California and Employers’ Liability limits of $1,000,000 per incident. 3. (B) ADDITIONAL PROVISIONS - Contractor shall ensure that the policies of insurance required under this agreement contain, or are endorsed tc contain, the following provisions. General Liability and Automobile II Liability Coverages: 1. The City, its officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. The Contractor‘s insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor‘s insurance and shall not contribute with it. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers . Coverage shall state that the contractor‘s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer‘s liability. 1/14/91 Rev. 8 2. I 3. 4. f I 21 "CLAIMS MADE" POLICIES - If the insurance is provided on a "claims made' basis, coverage shall be maintained for a period of three years following tht date of completion of the work. (D) NOTICE OF CANCELLATION - Each insurance policy required by thi: agreement shall be endorsed to state that coverage shall not be suspended voided, canceled, or reduced in coverage or limits except after thirty (30: days' prior written notice has been given to the City by certified mail return receipt requested. (C) i 1 1 I 1 li I. I I 1 U I I 1 (E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS - h~ deductibles or self-insured retention levels must be declared to anc approved by the City. At the option of the City, either: the insurer shal- reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim I administration and defense expenses. (F) WAIVER OF SUBROGATtON - All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (G) SUBCONTRACTORS - Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (H) ACCEPTABILITY OF INSURERS - tnsurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A:V, as specified by City Council Resolution No. 90-96. VERIFICATION OF COVERAGE - Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before work commences. COST OF INSURANCE - The Cost of all insurance required under this agreement shall be included in the Contractor's bid. I (I) (J) 1/14/91 Rev. r. R I 1 1 I i I I. I I I I I .... I. 8 2: 13. Claims and Lawsuits. Contractor shall comply with the Government Tort Claim Act (Section 900 et seq of the California Government Code) for any claim o cause of action for money or damages prior to filing any lawsuit for breach c I, II this agreement. 14. Maintenance of Records. Contractor shall maintain and make available at no cos to the City, upon request, records in accordance with Sections 1776 and 1812 c Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does no maintain the records at Contractor's principal place of business as specifiec above, Contractor shall so inform the City by certified letter accompanying th return of this Contract. Contractor shall notify the City by certified mail of an change of address of such records. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing wit1 Section 1720 of the Labor Code are incorporated herein by reference. Security. Securities in the form of cash, cashier's check, or certified check ma! be substituted for any monies withheld by the City to secure performance of thi: contract for any obligation established by this contract. Any other security tha is mutually agreed to by the Contractor and the City may be substituted fo. monies withheld to ensure performance under this Contract. Affirmative Action. Contractor certifies that in preforming under the purchast order awarded by the City of Carlsbad, he will comply with the County of Sar Diego Affirmative Action Program adopted by the Board of Supervisors, including all current amendments. 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 bc inserted herein and included herein, and if, through mistake or otherwise, an! 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 15. 16. 17. 18. II insertion or correction. ... e .... .... 1/14/91 Rev. f R .I 23 Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Special Provisions" attached hereto and made a part hereof. f 19. c .\ -r 8 I I I I I 1 I T4? OM3V9hC. \+ NOTARIAL ACKNOWLEDGEMENT OF Contractor EXEXUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) APPROVED TO AS TO FORM: VINCENT F. BIONDO, JR. b City Attorney ATTEST: \ City Clerk .I --- II_ ---- --~--~- __c_l -- _Ip_~ - 1 __- ~I --E__I______ ~I__ , personally kt (or proved to me on the basis of satisfactory evidence) to be the persons who e within instrument as c3f-p President and C ScP respectively, of the Corporation therein named, and acknowledged to me that the executed it pursuant to its by-laws or a resolution of its board of directors WITNESS my hand and ACKNOWLEDGMENT-Corp -Pres & Sec -WoIcotls Form 222CA-Rev 11 83 - BOND NUMBER POWER NUMBER PENAL SUM This document is pn raised seal of Amwes .valid This Power of At Power of Attorney are noted above and may used in connection nit rity of the By-Laws of thi CERTIFICATE 2nd this- day of San Diego, CA Signed and sealed at Karen G Cohen Sciictq 3 0:" clqe 3oard or Di,ec:oos This Power of Atrorney is sigrcc and Board of Direc:ors of Amwcst Suwy lnsur csiriiile uncer and 11): the authority of the followirg resolutions adopt ny e: a mxting Ciy held on December 15, 1973: RESOLVE3, that :he 3csiLent 01 any Vice I'rcs!dect. in cocjunction with the Secretary or ar,y ass is tar^ Secret may appoint atcorreys-in-fact or agmts with aukor.t). as defined or li~iced in cke inslrunent evidencmg the sppoxitn in each case. :or 2nd 0:: behalf 0-" the Corn?a.ny, 10 cxrcuin and deliver and zfEx [he seal of the Company to bo; undertakings, recognizances: ar.d sir all kinds; and said officers may remove any such attorney fact or agent end revoke eny pc?wcr granind t3 such persor,. RESOZ-VED FLXl-HER~ t'x: an). bond, -:ndcrlak:ng: recogniza~:ce; or suretyship obligatior. shall be valid ar?d binc upon :he Company: (i) li'hcn 7ignc.d 13)- :h: Prcs.d:.n: or an)' Vi:c kiident and a~sted and sealed (if G seal be required) by any Sccrctaq- or Assistant Sccrctary, c:- (ii) u her. signed '3y 1k.c ?rcsidcr: or c.n>' Vice Prxidcnt or Secl-ctar); or Assi5Lant Secretary, and cocntersigncd 3rd scalcc (ir a sea: be rcq'k-cd) by a dcly aul?orized attorney-in-lac: or agent; or (iii) wkn d~ly e.cccuicci md scaled (i: a sc~l be i-cc.uir:d) by one or more ai.torncys-in-fzct or agents pursuant to 2nd within thc hiis ol tht3 auihoriiy e\idcnccd by the power of attorney issuei by the Company to such p'xson or persons. RESOLVED FURTI-iTR. that the signat;re ol zn>. aut:iorized oKcer and the sea1 of the Company may be affixec' facsimile to ar.y newer of z,::or:icy cx cerl.ification t~ic:co~ ai;thoriz:ng the execution and delivery of any bond. undertab recognizance, or oCxr suretyship obl.gntions ci the Conipny; and such signatur- and seal when so used shall have same lox2 and elfcct as Ihough manual:). alfised. IN 'I\'iTTTSS \f'J ITREOF, AITU :st SUYC~), I?sLI"Jil?:': COX >; has c~uscd these p:-esents to be sigxd by its ?roper of its corporate sea! ic be ;icrc.into a:iixcd :his 1st Cq or 13cccmbcr, 1990. \,,\\\SW i !!iill,,/,, $\~~.. . \NSU@ . . . . . . . ...4 /f/ %. ."b$.' +P oiy..+% S%:$ +., c3 c+:. ~IAYI, 0':0=_ =Lo: is5 =_u: 7975 :zz =='.. e ,y,..+ ,= 3 '.+'.. 4 $ b- ...( IFOR..:' p $ 'I/ """.' ,\\X' Ill1 i , I I I I I l \\\\\\\\ //// P (,/??A4- / // STATE OF CALIFORNIA, CCUSTY OF LOS ASGL:-1S OR this 1st de)- o individuals and orhccrs execution of thi same. ar and that the seal al~iscd to the eho\ c' insiru officers wcrc Ci-ly afi-xcd and subscr~bcd io :11c said ~ii TC me Joh:: E. Savage xd Karen G. Cohen, :o me known \vho cxcu1cd the above instrumcnt, and they have acknowl cp::sc and. sey thai lhey are the said cfficers of the corporatior ccrjxvalion, ant: that $aid corpoxte sed and thcir signatui 1;) the au;hority of the BoarG of Directors of said corpor ovc ai?y such, ai!o?re) -!1 LO sucb, xrson. i&gw.o11 shall bc valii: end upon the Com?aiy: K WIIKESS WI-lEREOE', Arnwesi Surety Ii1surailcE C its corporare seal LO be hereunto aifLved. t:;is :'.st day 0:' De( nis caused h~se 2reseri:s tC >e signed by its proper ,\,,\,~~l~~"'~ll!l/// *\ ,J, \NSU? '>Ti $+&, . . . . . .. . . ?</p % . a\;. +P ols4....q35 sk;? b4Al r, <.,:a% /+' 5 c- w :, 7975 . l@-&g 5 4. '. c q. ,:.$$ - -___ 5 3 +....4i&@,,.. b '. ....,,,... ';\.. 7 *$ 3%: C v $]'..,,S d .- =m: :-rg C'obcn, > '/hi \.\" '////mi,,, ,,,\I\\ STATE OF Ci"\lI;ORXN, COUNTY OF ,.CS ANGELES .. Or: this 1st day of December, ::.990, pe:-soiia!ly carne individuals and officers of Amwest Surety Jnsuranc: Cornpa execution of the same, and lxirig by me duly swo~3, did sever and thar the seal alfixed io ~ho inow instrxnenL is ih? sea! OT Lhe corporation, anci hi said corporate seal anci ti-xir signatures ;, olficers were duly affix6 and subscn'oed ro he said. J~~.5~ 3y ice hui.hori1.y of the f3oard. of Directors of sad. corlioratii; c31-e ice John 2. Sa e and Karen S. Cohen io niz h.m+q 10 -,.$:bo execuced the a'rove xstrumeni; and the iepose and say that they are {he said olficers o eii.1 XZ4 Please issue a Permanent Certificate COVERAGE NOT AUTO COVERED LIABILITY COVERED 0 B Owned B Hired B Non-Owned 0 B Contingent Liability 0 0 Employer's Non-Ownership Single Limit Liability for Coverages checked [XI above GENERAL LIABILITY M&C - OLT Owners & Contractors Elevators Completed Operations C] Products and/or 0 Contractual * r iEk D Single Limit Liability for Coverages checked [XI above CARGO 0 !d 0 WORKERS €a COMPENSATION * Includes Goods or Products Warranty, Written COMBINED LIMITS OF LIABILITY Bodily Injury $ ,000 each person $ ,000 each occurrenc Property Damage $ ,000 each occurrenc $ ,000 each occurren $ ,000 each person r $ ,000 each occurrer Property Damage $ ,000 each occurrei Bodily Injury ,ooo annual aggrec $ products *** ,ooo annual aggreg products t * * $ ,000 each Occurrei ' - annual aggreg $ + ,000 products +* * ,000 each vehicle ,000 each occurren $ $ Statutory Lease of Premises, Easement Agreement, Municipal Orc YEAR, MAKE, TYPE OF BODY, LOAD CAPACITY OWNED MOBILES, IF COVERED AUTO- IDENTIFICATION NUMBER Umbrella Liabi I ity POLICY NUMBER $ ,000 retained lim $ each occurri $ aggregate r+ 24 Bond No. 12424( Premium: $2,68r WW, the Ci~y Council of the City of Carlsbad, State of Califcxnia, by Resolution No. 91-11? adopted April 16, 1991 , has awarded to JHP Ccrnstreretion - (hereinafter designated as the "Principai" j, a Contract for: 1980-91 Curb, Gur~ and Sidewalk Replacement Program, Contract No. U/M 91-3, in the Civ of Carlsbad, in strict cadomity with the drawings and specifications, and other Contrast Documents now on file in the Office of the Ciry Clerk of the Ciry of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed cr is abour ro execute said Contract and the terms thereof require the fur14shkg of a bond, providing that if Principal ax any sf their subcontractors shall fail to pay far asty materials, provisions, prcwender or other supplies or team used in, upon or about the performance of the work agreed 'to be done, or for any work or labor dotre thereon of any kind, the Sureey on thk band will pay the same TO the extent hereinafter set: t'onh. WR AND kl.!Km mm 0 _. - . -- - -L. NOW, THEWFOE, WE, fHP Construction , as Principal, Insurance clo- (hereinafter designated as the "Contractor"), and Amwes t Surety . Forty-four thousand r seven hundred ninetv-nine and no/ I MI----------- Dolfars ($ 4rb.,J99,00 1, said sum being fifty percent (50%) of thr estimated amount payable by the City of Cadsbad under rhe rem of the Conrract, for w'hish payment well and mBy to be made we bind ourselves, our heirs, executors and adminktrarors, successcxs, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS 0BLiGA'I"ION is SUCH that if the person or his/her subcontractors fail to pay for any materials, provisions, provrnder, supplies, or teams used in, UPOR, for, or about rhe performance sf the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due tinder thc Unemployment Insurance Code with respect to such work or labor, or fobs any amounts required to be deducted, wirMeId, and paid over to ahe Fmployment Development Department from the wages of employees of rhe cc.mtrsctol: arid subcontractors pursuant to Section 13020 of the Unemployment Insurance. Cde with respect IQ such work and labor thar rhe Surety wa/ill pay for the same, nor to exceed the sum specified in the bmd, and, also, in case suit is bsoughn rspn the bond, COSTS ad reasonable cxpeases and fees, including reasonable atxomey's fees, to be fixed by the t~urt, as required by the provisiuns of Section 3248 of as Surety, are held firmly bound unto the City of Carlsbad in the sum of A - @ - - -- the California Civil Code. This bond shall inure to the 'oenefir: of any and all persons, companies and corporatiom entitled to file claims under Title 15 3f Part 4 of Division 3 of the Civil Code (conimcncing with Scrrion 30821. -- d c .+ - 1/14/91 Rev r , ,* 25 ih the event that Contracmr is an hdividual, it is agreed that the death of any such Contractor shall not exmerate the Surety from its obligations under L~S bond. Executed by CQhTM&TQR this 2 vd! Executed by SURETY tkS2nd day of _d @ *.I day of u ,19@. May , 199L. w COhfTWCTOR; SUMTY: JHP rlnnsl dQn, Inc, (Name of Uontracmr) Amwest Surety Insurance Co. -- Pamela Bentley pdnted name of Atrumey-in-Facr .. .I (attach corporate resolution showing current power of atromey) ,"X -9 -- * , ()A PVd. ~v (title and organization of signatmy) (Proper noraria1 acknowledge of execution by CONTRACTOR and SURETY must he atrached.) (President or vicc-presidenr and secrerary or assistant secrerary must sigra for copporariotls. If only one ofleer spps, rhe corporation mus1 amch a resc?!cikn cenified by he secrerary OT assistant secretary ur,der corporate seal empowering that officer IO bind -5re corporarion.3 - 1% APPROVED AS TO FORM: -* - I I I 4 /G-sAv w 1 1/24/91 Rev. -e I. ____ .----- -~ COUNTY OF s@)u nlL!?Gc’ , in the yea On this 7 day of fi?# ‘I/ before me, the undersigned, a Notary Public ,in and for said State, personally # T&++Aj fifimm&L! : Jfi‘d! j+% <qQ k2p y i cl,AU.T ~ ’ 72 “e+d&&n&&& &[.-LE T&‘P&T ’ and , personally kn (or proved to me on the basis of satisfactory evidence) to be the persons who ex within instrument as &?,gF President and cdgr respectively, of the Corporation therein named, and acknowledged to me that the ( executed it pursuant to its by-laws or a resolution of its board of directors. WITNESS my hand and . II_^__ (price class8-2) -__.I -____,.~ San Dieqo ss . STATE OF CALIFORNIA, COUNTY OF On - May 3, 1991 , before me a Notary Public, within and for County and State, personally appeared to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to t instrument as the Attorney in Fact of and for the AMWEST SURETY INSURANCE COMPANY, and acknowledg that he subscribed the name of the AMWEST SURETY INSURANCE COMPANY thereto as Surety, and his o as Attorney in Fact. c & UN-A9008 (REV. 2/90) R x* 26 PWON a BOND Bond No. 12424 Premium: $2,6E WHEW, the City Council of the City of Carkbad, Stare of Califo~a, by Resojution No. , (hereinafter designatell as the "Principal"), a Contract for: 1990-91 Curb, Gutter and Sidewalk Replacement Program, Contract No. U/M 91-3, in the City of Cadsbad: in strict cuxffDhtgr with the Contract, rhe drawings and specificzaiions, and orher Contract Documents now on file in the Office of the City Clerk of the Ciry of Carlsbad, all of which are incorporated herein by this reference, WHEREAS, Principal has executed or is about 10 execute said contract and the terns thereof require the furnishing of a bond for the fai&fd pedommce of said contract; NOW, THEMFOE, WE, 1 MB Co,nstructian I as PrincipaI, {hereinafter designated as the "Contractor"), and Amwest Surety 1,nsurance Co. 7 as Srarepy, are held and frrdy bo~~d UII~Q the Chy of Cadsbad, in the sum ef Eiahtv-nine thousand, five hundred ninety-eight and nall a&---------------------- Dollars ($ 89,598.00 3, said sum being equal tc one bundrrd percent (10~1%': of the estimated anmount of the Conttac~ ta be paid to City or its certain aatomxy, its s~ccessors and assigns; for which payment, well and tdy to be made, we bind ourseives, our heirs, executors and adnzinisnatur3, succewm or assigns, joinrly and severally, firmly by these * - .. - 91-117, adopted April 16, 1991 , has awarded TO J#P Construction _. - *_ Y - presents, THE CONDITION OF THIS OBLIGATION [S SUCH that if the above bounden Contractor, their heirs, execurors, adm~stratots, successors or assigns, shall in ahl things stand to and abide by, and well and truly keep and pedurm the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided OII their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their tme intent and meaning, and shall indcmi and save harmless the City of CarIsbad, its officers. employees and agents, as therein stipulated, rhea this obligariion shall beccme null and void; otherwise ir shall. remain in full fclrce and effect. As a part of the obligaticm secured hereby and in addirion ea rhe face amount specified therefor, there shall be included cosrs and reasonable expenses and fees, inciuding reasonable atromt$s fees, incurred by the Cky Ira stnscessh2y mfbrcing such obligation, all to be taxed as costs and included in any judpenr rendered. Surety sripktlaras and agrees that no change, extc2nsicx of time, alteraxion or addition ro the terns of the Contract, or 10 the work to be perhmed thereunder or the specifications accompanying the sane shd affect its obligatio= on tbis bond, and it does hereby waive notice of any change, exremion of ;he, alterations or addition to the terms of the Contract, or to the WQ& or to the specificatiom. ""n -- t - e -- L'14/91 Rev, --.* y 27 In rhc evem thar Contractor is an individual, it is agreed rhar the dearh of my such Contractrsr shall not: exonerate ?he Surety from h sbfiigations under rhis bond. day af di,vt -,#, 19 2. ~y ,. J 1991. -- w- e Y Executed b CONTRACTOR this 3- Iikecutcd by SURETY &is 3 nd day of -_ GQNTMCTCSR: SURErn: = Construction, Inc. Amwest Surety Insurance Co. -_ *", t -. (attach corporate resolution showing I cwrrent power of attorney) -0 m. I I --_ A (Proper notanal acknowledge of execuuon by CONTRACTOR and S'JKTY' rnusr be attached.) (Presidem or vce-president and secreray or &stant wcratary milst sign for corfrowrons. If only one oficer signs, *.e copwarion must attach A resolution certified by the secretary or assistant seeremy under cwpsrate seal empowering &at officer to bind the corporarion.] APPROVED hs TO FORM: -. L t -* 1 dl & .- 0 U14/91 Rev. - - ___ I-p On this ';7 day of ,@My in the yea1 before me, the ndersigned, a Notary Public in and for said State, personally =G@&.Q\/ ke&%t7; 43dG &8E7-/839-~ i Tern2 H%5Ll F lk:.&Ld and , personally knc (or proved to me on the basis of satisfactory evidence) to be the perso s who ex1 within instrument as [Po b<p President and &I&' respectively, of the Corporation therein named, and acknowledged to me that the C executed it pursuant to its by-laws or a resolution of its board of directors WITNESS my hand and officia P ACKNOWLEDGMENT-Carp -Pres 8 Sec -WoIcotts Form 222CA-Rev 11 83 -- - ---_-~- --- E~___ -- STATE OF CALIFORNIA, COUNTY OF Sari Diego ss. On May 3, 1991 , before me a Notary Public, within and fo County and State, personally appeared to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to 1 instrument as the Attorney in Fact of and for the AMWEST SURETY INSURANCE COMPANY, and acknowledg that he subscribed the name of the AMWEST SURETY INSURANCE COMPANY thereto as Surety, and his o as Attorney in Fact. & UN A9008 (REV 2,90) 0 I 1 28 OPTIONAL ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION I. This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and whose address is L I 1 d s U b 1 1 1 I E I hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to Section 22300 of the Public Contract Code, Contractor has the option to deposit securities with Escrow Agent as a substitute for retention earnings required to be withheld by City pursuant to the public works contract entered into between the City and Contractor for in the amount of dated (hereinafter referred to as the "Contract"). A copy of said contract is attached as Exhibit "A". When Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within ten (10) days of the deposit. The market value of the securities at the time of the substitution shall be at least equal to the cash amount then required to be withheld as retention under the terms of the Contract between the City and Contractor. Securities shall be held in the name of City of Carlsbad and shall designate the Contractor as the beneficial owner. Prior to any disbursements, Escrow Agent shall verify that the present cumulative market value of all securities substituted is at least equal tc the cash amount of all cumulative retention under the terms of the Contract. The City shall make progress payments to the Contractor for such funds whicf otherwise would be withheld from progress payments pursuant to the Contracl provisions, provided that the Escrow Agent holds securities in the form anc amount specified above. Alternatively, the City may make payments directly to Escrow Agent in thf amount of retention for the benefit of the City until such time as the escrov 1 2. 3. 1 created hereunder is terminated. f 1/14/91 Ret 1 I 29 Contractor shall be responsible for paying all fees for the expenses incurred by Escrow Agent in administering the escrow account. These expenses any payment terms shall be determined by the Contractor and Escrow Agent. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven (7) days written notice to the Escrow Agent from the City of the default of the Contractor, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. Upon receipt of written notification from the City certifyrng that the Contractor has complied with all requirements and procedures applicable to the Contract, Escrow Agent shall release to Contractor all securities and interest on deposit les! escrow fees and charges of the Escrow Account. The escrow shall be close( immediately upon disbursement of all monies and securities on deposit an( payments of fees and charges. Escrow Agent shall rely on the written notifications from the City and thc Contractor pursuant to Sections 6 thru 8 and 10, inclusive, of this agreement ant the City and Contractor shall hold Escrow Agent harmless from Escrow Agent’, release and disbursement of the securities and interest as set forth in Sections t thru 8 and 10. I* 4. 5. I 1 d 1 11 1. I 1 I I .... 8 a .... I 6. 7. 8. m 9. .... .... .... .... 1. 1/14/91 Re 1 30 The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title I 1 1 s I s s 4 1 I c 1 I I 1 4 10. r. Name 1 Signature Address For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address P 1/14/91 Re! 31 At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. Ii 1 f 1 For City: Title Name Signature 1 4 I: B i Address For Contractor: Title Name Signature Address Title For Escrow Agent: G Name 1 Signature Address I 0 1 I I 1 I t 1/14/91 Rev. 32 i 1 RELEASE FORM THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS NAME OF CONTRACTOR: 1. I PROJECT DESCFUPTION: PERIOD WORK PERFORMED: The above-named Contractor hereby acknowledges payment in full for all Compensation of whatever nature due the Contractor for all labor and materials furnished and for all work performed on the above-referenced project for the period specified above with the exception of contract retention amounts and disputed claims specifically shown below. RETENTION AMOUNT FOR THIS PERIOD: $ I v 1 I 1 b 1 I II. I f 1 DISPUTED CLAIMS DESCRIPTION OF CLAIM AMOUNT CLAIMED The Contractor further expressly waives and releases any claim the Contractor may have, of whatever type or nature, for the period specified which is not shown as a retention amount of a disputed claim on this form. This release and waiver has been made voluntarily by Contractor without any fraud, duress or undue influence by any person or 1 entity. Contractor further certifies, warrants, and represents that all bills for labor, materials, and work due Subcontractors for the specified period have been paid in full and that the parties signing below on behalf of Contractor have express authority to execute this release. DATED: PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporation, etc.) By: t Title: By: Title: 1/14/91 Rev. P 33 I I SPEW PROVISIONS 1. PLANS AND SPECIFICATIONS A. The plans consist of location listing and map delineating the work areas which are further detailed herein. The specifications for the work shall consist of the latest edition of the Standard Specifications for Public Works Construction, hereinafter designated SSPWC, as issued by the Southern Chapters of the American Public Works Association, the City of Carlsbad supplement to the SSPWC, the Contract documents, the Special Provisions and the Specification: contained herein. I. 1 B. I It 1 I I. 8 E 1 1 2. WORK TO BE DONE The work to be done shall consist of furnishing all labor, equipment and materials and performing all operations necessary to complete the project work as shown on the project plans and as specified in the specifications. Expeditiou: commencement and completion of work is of prime importance. 5 3. DEFINITIONS AND INTENT A. Utilities and Maintenance Director: The title shall mean the Utilities and Maintenance Director or his approvec representative. 1 B. Reference to Drawings: Where the words "shown", "indicated', "detailed", "noted", "scheduled" 01 words of similar import are used, it shall be understood that reference i: made to the plans accompanying these provisions unless stated otherwise I C. Directions: Where the words "directed', "designated", "selected1 or words of simila import are used, it shall be understood that the direction, designation o selection of the Utilities and Maintenance Director is intended unless statec otherwise. The word "required" and words of similar import shall bc understood to mean "as required to properly complete the work as require( and as approved by the Utilities and Maintenance Director'' unless statec I otherwise. 1/14/91 Ret Be 1 1 I 34 1 1 B I I D. Equals and Approvals: Wlhere 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 Utilities and Maintenance Director" urnless otherwise stated. Where the words "approved', "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Utilities and Maintenance Director is intended. I. E. Perform and Provide: The word "perform" shall be understood to mean that the Contractor, at own expense, shall perform all operations, and shall provide all labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified, or required to mean that the Contractor, at own expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, 1 tools, equipment and transportation. 1. 4- CODES AND STANDARDS Standard specifications incorporated in the requirements of the specifications by reference shall be those of the latest edition at the time of receiving bids. It shall be understood that the manufacturers 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. I 1 1 1 1 1 I 1 5. CONSTRUCTION SCHEDULE A. A construction schedule is to be submitted by the Contractor per Section 6- 1 of the SSPWC at the time of the preconstruction conference. No changes shall be made to the construction schedule without the prior writter approval of the Utilities and Maintenance Director. Any progress payments made after the scheduled completion date shall no constitute a waiver of this paragraph or any damages. Coordination with the respective utility company for removal or relocatioi of conflicting utilities shall be requirements prior to commencement of worl by the Contractor. B. C. 1/14/91 Rec 4. l I 35 D. The Contractor shall begin work within 5 work days, unless otherwise specified by the Utilities & Maintenance Director, after being duly notified by an issuance of a "Notice to Proceed'' and shall diligently prosecute the work to completion within the number of consecutive calendar days: workdays, weeks specified in the "Notice to Proceed." 5. 1 6. NONCONFORMING WORK The Contractor shall remove and replace any work not conforming to the plans or specifications upon written order by the Utilities and Maintenance Director. Any cost caused by reason of this nonconforming work shall be borne by the Contractor. I I I 1 I. II B I I 8 1 E 7. GUARANTEE All work shall be guaranteed for one (1) year after the recording of a "Notice of Completion" and any faulty work or materials discovered during the guarantee period shall be repaired or replaced by the Contractor. 8. MANUFACTURER'S INSTRUCTIONS Where installation of work is required in accordance with the product manufactureJs directions, the Contractor shall obtain and distribute the necessary copies of such instruction, including two (2) copies to the Utilities and Maintenance Director upon completion of work and prior to the filing of Notice of Completion. I 9. 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 No. 3109, Carlsbad Municipal Code, Chapter 8.48. 8 10. CITY INSPECTORS All work shall be under the observation of the Inspector(s) designated by the Utilities and Maintenance Director. The Inspector(s) shall have free access to any or all parts of work at any time. The Contractor shall furnish the Inspector(s) with such information as may be necessary to keep the Inspector(s) fully informed regarding progress and manner of work and character of materials. Inspection of work shall not relieve the Contractor from any obligation to fulfill this Contract. 1/14/91 Rev. I. I I 36 p 11. 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, this Contract shall forthwith be physically amended to make such insertion or correction. 1 B i I B I 1 I I IC 8 8. 1 I 12. INTENT OF CONTRACT DOCUMENTS The Contractor, the Contractor's 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 specified, but which are essential to the completion of the work, shall be provided at the ContractoJs expense to fulfill the intent of said documents. In all instances throughout the life of this Contract, 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 Contractor's subcontractors and materials suppliers of this condition of the contract will not relieve him/her of the responsibility of compliance. '0 13. 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 the Contractor 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 the Contractor's 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 01 specified, then the Contractor shall furnish, erect, or install the material, apparatus, equipment or process indicated or specified. Such substitution of proposals shall be made prior to beginning of construction, if possible, but in nc case less than ten (10) days prior to actual installation. I 1/14/91 Rev 1 I I 8 D I I 3 14. RECORDS The Contractor shall keep a current record of the completed areas to includ times, dates and other pertinent data, and submit to an assigned Inspector at th end of each work day or at the beginning of the next work day, upon request b an assigned Inspector. PERMITS A Right-of-way Permit will be required to be obtained by the Contractor as soo' as the Contractor is notified of selection as the Contractor for the projeci Compensation for the permit shall be included within the contract costs and nl additional compensation will be made. When applying for the permit. traffi control plans for the areas of work are reauired, in addition to othe requirements. Traffic control plans shall conform to the latest edition of th State of California, Department of Transportation Traffic Manual, Manual c Traffic Control for Construction and Maintenance Work Zones. Submittal c traffic control plans to the Traffic Engineer a minimum of two (2) weeks prio to the preconstruction meeting is necessary to allow proper time for review corrections, resubmissions and final approval prior to the preconstructioi I. 15. I meeting. 16. QUANTITIES IN THE SCHEDULE 1. A. The quantities given in the proposal by the City for unit price items, are fo comparing bids and may vary from the actual final quantities. Somc quantities may be increased and others may be decreased or entirel: eliminated. No claim shall be made against the City for damage occasione( thereby or for loss of anticipated profits, the Contractor being entitled onl! to compensation for the actual work done at the unit prices bid. The City reserves and shall have the right, when confronted wit1 unpredicted conditions, unforeseen events, or emergencies, to increase o decrease the quantities of work to be performed under a bid unit price iten or to entirely omit the performance thereof, and upon the decision of thc City to do so, the Utilities and Maintenance Director will direct tht Contractor to proceed with the said work as so modified. If an increase ir the quantity of work so ordered should result in a delay to the work, tht Contractor will be given an equivalent extension of time. A Change Orde: must be issued prior to any change in work in accordance with tht Contract, item 7. 1 I I I I I 1 I. I B. 1/14/91 Rev I 4 I I I I 1 I R I I I 1 I 38 17. SAFETY & PROTECTION OF WORKERS AND PUBLIC A. 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 prevent accidents or injury to persons on, about or adjacent to the areas where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public and shall post danger signs warning I. B. 8 against hazards. 18. SURVEYING The Contractor shall employ a licensed land surveyor or registered civil engineer to perform necessary surveying for this project. 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. 19. UTILITIES A. Utilities for the purpose of these specifications shall be considered as including, but not limited ro pipe lines, conduits, transmission lines, and appurtenances of "Public Utilities" (as defined in the Public Utilities Act of the State of California) or individually solely for their own use or for the use of their tenants, and storm drains, sanitary sewers, and street lighting, The Ciry of Carlsbad and affected utility companies have, by a search oj known records, endeavored to locate and indicate on the Plans all utilities which exist within the limits of the work. However, the accuracy 01 completeness of the utilities indicated on the Plans is not guaranteed. Service connections to adjacent property may or may not be shown on the Plans. It shall be the responsibility of the Contractor to determine the exac location and elevation of all utilities and their service connections. Thc Contractor shall make own investigation as to the location, type, kind o material, age and condition of existing utilities and their appurtenances an( service connections which may be affected by this Contract work, and i~ addition the Contractor shall notify the City as to any utility appurtenances, and service connections located which have been incorrect1 shown on or omitted kom the Plans. fl. I 1/14/91 Re. 1. 3 The Contractor shall notify the owners of all utilities at least 48 hours i advance of excavating around any of the structures. At the completion c the Contract work, the Contractor shall leave all utilities and appurtenance in a condition satisfactory to the owners and the City. In the event c damage to any utility, the Contractor shall notify the owners of the utilit immediately. It is the responsibility of the Contractor to compensate fc l I B. P I utility damages. C. The temporary or permanent relocation or alteration of utilities, includin service connections, desired by the Contractor for own convenience shall E the Contractor's own responsibility, and shall make all arrangemeni regarding such work at no cost to the City. If delays occur due to utilitic relocations which were not shown on the Plans, it will be solely the City option to extend the completion date. In order to minimize delays to the Contractor caused by the failure of otht parties to relocate utilities which interfere with the construction, tE Contractor, upon request to the Utilities and Maintenance Director, may t permitted to temporarily omit the portion of work affected by the utilit, The portion thus omitted shall be constructed by the Contractc immediately following the relocation of the utility involved unless otherwi: directed by the Utilities and Maintenance Director. All costs involved in locating, protecting and supporting of all utility lint shall be included in the price bid for various items of work and n additional payment will be made. The Contractor shall notify Underground Service Alert far enough i advance of the work to allow marking of the utility locations at the varioi I I 1 I I I I I I 1 I D. E. c F. 8 sites. G. It shall be the responsibility of the Contractor to protect all existing utilitie 20. WATER FOR CONSTRUCTION Contractor shall obtain a construction meter for water utilized during tk construction under this Contract. The Contractor shall contact the approprial water agency for requirements and shall include cost of water and meter rent within appropriate items of proposal. No separate payment will be made. I P 1/14/91 Re 40 1 SPECIFICATIONS FOR 1990-91 CURB, GUTIER AND SIDEWALK REPLACEMENT PROGRAM a r 1. The work to be done consists of furnishing all labor, equipment and material2 and performing all operations necessary to complete the work as specified herein. Traffic control measures including street detours and barricades will be a: required in item 15 - Permits, of the Special Provisions and in accordance witl- the approved Traffic Control Plan. No street closures will be permitted withoul prior approval of the Traffic Engineer. The Contractor shall cooperate with local authorities relative to handling traffil through the area and shall make his own arrangements relative to keeping thi working area clear of parked vehicles. The Contractor shall provide the "Nc Parking - Tow Away Zone" signs that are to be posted 48 hours in advance o work. The local Police Department shall be notified 72 hours prior to the postin; of the signs by the Contractor. Full compensation for fumkhing, placing, maintaining, and removing signs anc temporary supports or barricades shall be considered as included in the contrac prices paid for the work and no separate payment will be made therefor. 2. I 1 I I I 1 I I I I I I I 3. 4. 5. All work shall be done in accordance with the Contract documents, Speck C Provisions and these specifications. 6. The Contractor and all subcontractors, suppliers, and vendors, shall guarantee th: the entire work will meet all requirements of this Contract as to the quality ( materials, equipment, and workmanship. The Contractor, at no cost to the Cit] shall make any repairs or replacements made necessary by defects in material, equipment, or workmanship that become evident within one (1) year after the dat of recordation of the Notice of Completion. Within this one (1) year period, th Contractor shall also restore to full compliance with the requirements of th Contract any portion of the work which is found to not meet those requirement The Contractor shall hold the City harmless from claims of any kind arising fro1 damages due to said defects or non-compliance. The Contractor shall make all repairs, replacements, and restoration within ten (1C work days after the date of notice by the Utilities & Maintenance Director. Failu to comply could result in forfeiture of the Performance Bond. 1: 7. P 1/14/91 Re 41 1. 1 P I I 4 I I 1 I 1 8. Before ordering any materials or doing any work, the Contractor shall verify all measurements, dimensions, elevations, and quantities. No extra charge or compensations over and above payment for the actual quantities of the various items of work will be allowed because of difference between actual measurements, dimensions, elevations, and quantities and those indicated in the specifications; or if certain items of work have not been included in the Bid Proposal. Any difference therein shall be submitted to the Utilities and Maintenance Director for consideration before proceeding with the work. A. P 9. The Contractor will provide and install "Tow Away No Parking" construction signs, #TC-R 30-S, for use in posting streets in advance of the work. Signs shall be pIaced at least 48 hours prior to commencement of work. Signs shall be posed at intervals of not more than 100 feet on both sides of the block affected by the work. Tow-away of any vehicles in violation of the "No Parking" signs will be handled by the Carlsbad Police Department. The City assumes no liability in connection with movement of vehicles by the Contractor. Temporary signing shall be removed as soon as the work areas are complete and are accepted by the Utilities and Maintenance Director. Notwithstanding any other or concurrent notification by the City of the work operations, the Contractor will notify residences and businesses of worl utilizing a notification method approved by the Utilities and Maintenancf Director. Notices shall be left on or at the front door of each dwelling or commercia unit abutting the work areas. This shall be done two (2) days prior tc placement of "No Parking" signs. The Contractor shall be required to inser dates and estimated times of work. If the work is delayed or rescheduled fo any reason after placement of "No Parking" signs or distribution of notificatioi letters, the Contractor shall re-date the signs affected and redistributi notification letters. B. I C. PO. A. C B. 11. I therefor. 12. 1 Payment for the placement of the "No Parking" signs and notices shall be considerec included in the bid price paid for the work and no additional payment will be madl A. Pavement, root and other material removal shall conform to Section 300-1 c the SSPWC and to these special provisions. 1 t 1/14/91 Re r 42 # II B. All concrete or pavement removals shall be made along a saw cut or a weakened plane joint. The extent of the pavement removals will be marked in the field by the Utilities and Maintenance Inspector. All removals shall become the responsibility of the Contractor and shall bc a disposed of at a legal dump site. Removal, cutting and clearing of all tree stumps and roots shall be the I responsibility of the Contractor. C. r. D. E. Payrnent for the concrete removals including asphalt removals necessary tc form new gutters and all materials disposal shall be considered included in the unit price bid for this item and no additional compensation will be made therefore. The basis for measurement shall be made on the horizontal sidewalk, curb anc gutter areas. The removal of asphalt concrete in the roadway necessary tc form gutters will not be considered in the payment of the pavement remova item. A construction of concrete sidewalk and curb and gutter shall conform to tht requirements of Section 303-5 and 201-1 of the SSPWC and these s; >cia provisions. The repair of the driveway aprons shall be included under the driveway item Curbs and gutters, sidewalks and driveway aprons shall be replaced in kin( with the existing surrounding improvements and according to the San Diegc Regional Standards Number G-2, G-7-1 and G-14-1. Payment for the concrete curb and gutters and sidewalks shall be considerec included in the unit price bid for these items and no additional compensatior will be made therefore. I I I I I I F. e 4 13. A. B. C. 1 D. 14. I Director. 15. I 1 The Contractor shall be responsible for the installation of root barriers provided b! the City at specified locations. Installation will be in accordance with thc manufacturer's specification, provided by the City, and the Utilities and Maintenance Base material under sidewalks, curbs, gutters and driveway approaches shall bc compacted prior to the new installation. A. 16. Asphalt concrete shall conform to the requirements of Section 203 and 302 o the SSPWC and to these Special Provisions. 1/14/91 Re\ F I 43 1 I B. Asphalt concrete shall be Type 1-B-AR-4000. C. A tack coat shall be applied to all abutting concrete surfaces at the rate of 0.18 gal/%. The tack coat shall be Type SS1 asphaltic emulsion. Asphalt concrete in roadway sections shall be removed by saw cut six inches (6") from gutter lip and parallel to portion being removed with a two inch (2") overlap at both ends. Asphalt concrete roadway sections shall be replaced with a minimum thickness of three inches (3") after compaction of base material. Compensation for the asphalt concrete complete and in place shall be considered included in the unit price bid for the curb and gutter and nc additional compensation will be made therefore. Clean-up and dust control shall conform to the requirements of Section 7-8.1 of the SSPWC and to the Special Provisions/Specifications. Compensation for site clean-up and dust control shall be considered includec in the unit prices bid for the various items of work and no additional paymen D. t I I I 1 1 E. F. 17. A. B. I will be made therefore. 18. It shall be the responsibility of the Contractor to repair all damage to propem caused by the Contractor. San Diego Regional Standard Drawing G-14.1 shall be modified by the substitutioi of the following: 19. 1) I I I I I I t I "5-1/2" thickness in place of the 4" thickness for residential driveway and 7 1/2" thickness in place of the 6" thickness for commercial driveway. Drhewa aprons will be same thickness as driveways." 20. The Contractor shall be responsible for setting all meter boxes. Bid amount sha include contractor's labor costs for setting meter boxes. Meter boxes will b I provided by City. 1/14/91 Re 1 I I u I I II I 4 1 R I B 1 1 I I 1. t I n I. I I I I 1 1. 4 I I N I I 1 1 I P I I I I I I I I 4 I I I I I 1 I I I. r. I 1 I I I I I 1 4 1 I I I r I 1 I I. B -2 01 28 kz G 52 E8 25 2k a.5 um n* a* uA z' a3 zw ?$ Zn gs + k=m^ az ZU m=, 2U d,Cr k3 P 30 I I I I 1 I I I 4 I I I I I I I I I. r I I I I I P I I b I I 1 I I I I 1. I. t 1 I 1 I 1 I 1 1 4 I 1 I I I 1 I I Re t I I 8 1 1 I C I 4 I E 1 I 1 I I I Io t I I 8' I 1 1 I I I 4 8 1 1 I D 8 I P t I 1 1 8 I 1 B i I I b 8 1 I I B 1 I I I. r I I 1 1 I I I 1 1. I I I 1 I I I I I. ? z 3 E t d P z I cc ,+ i s I I I t s% 00 0- M OIm olv) 4 a v) 2 & E 0 aeai &&kc & 3 VI 4 5 r -A== 3 4 ::g2*bu%3 g -200 2===;; avraf5ZZcnP, szS>>a .ggaZ + m al si tnl * $8 8 t@e$ =u.&ZLU*uuu I Lrl 1 I I 1 I I B b I 1 I I I I I 1 0 r 2! - r 1s m - & 1 t .% - --Z-$ 0 z - rn I W -4 4 0 m cn - 1 6 - m t 2 -J€-Z-% 0 z w I 1 I I- I 1 1 II I, I 1 I II 1 I 1 1 a -%-% 0 r 2! P i 5' 0 I- rk - w 4 4 -z-o v, 0 z I - 0 I - 1 4 rcc - a\ I I m - ti 'ci, - - 4 < -;f:-53 0 2? lZ fi -sm- Fa!? YZ '-0 so fl b -- c, p? c - 3: 4 95- 0' y) 92 t - - r G 0 - - * v1 P 0 ~a Po rk A r- 0 0. . a U I- v, 0 c) U 1 I I. J 4 Lhl -4 4 -2z-0 v) 1 1 t 5 - 1 1 t B 1c I 1 r 1 1 4 1 0 z! r 1c I+ I I E 1 _- -a 1 1 I I 1; 1 I I B 1 4 I ? _- VN: VN37I il!?VH : ivn c I. n' m - - a I U tb 0, m - tr 4 wz-5 v) 0 2! 0 v) 0 z I IN: rrau llHVA37 ndL8f-UIy r t i - W 0 0 z -z-a w I I I u 4 4 i I I- I I ! I b I 1 I 1 I I I fi -z-o o z PALAC10 3 LEVA N TE P 'CT) - B t6 a '0 - 0 0 z e-z- cn cn t- o Ll 13 0 4, -I 6 0 w a, a a - 0 Z dSEvZ%- r ( - !- U 3 u 0 I- 2 41 -I 6 a n c> u a_ a - 9 % I l i s 3 a cn 0 @ 2 = a,+ +' 0, ~ -.) -L* __ M HZ c_ -- rcn (221 I- C> LLl 7 0 0'- CL I 4 0 Ll L tn - 0 -m--tz=:- z 10 - r& CT) - rn I 0 q . - m LLL -I mz-5 I Lu d i < I 1 1 I I I I I I 1 I I U 1 1 e I P fu 1 i I I -- I I II 0 b I I I 1 I 1 I I u .I 4 c3 z -vz=:- 1, r ~ITE IT- DON'T SAY@-! Date ~ &/A a Ix] Reply Wanted / // To &A, From Karen Kundtz, Assistant City Clerk UNO Reply Necessary RE: BOND RELEASE INQUIRY - m .$ + ,5?/--3-/4/$+9 - /?2Q-Y/ L%a& 1 .-+Ad "%""----;cwy+ Bond for the above-referenced project. Bond No. /+a 467 Amount @'d+ 77s a 1 Thanks, pa I x- AlGNER FORM NO 55032 %e= F%IRF/ .' WP m c-9 'e r&J T&$ CaA.4 mat5 L-U ;OL, L (.#&4m /) &or ~ A9WEU@ 1 L!? t5it41Gz m4J4 &&;w &&&+&/ * PWK CH6M kt;% 4 h -A) A p,ho&yY, kz;& 4 h'fl Tgqfl '* LonhAS FL4w4 ' A wa+7 ***Note to File: I checked with Lorraine. There is in fact a Stop Notice on.this project. She provided me with the copy attached. 3- II) STOP NOTICE * LEGAL NOTICE TO WITHHOLD CONSTRUCTIQN FUNDS (Public or Private Work) PROJECT: CARLSBAD RE-DEVELOPME 1200 ELM AVENUE OAK ST, & VARIOUS ST. IMPROVE CARLSBAD, CA 92008 CARLSBkD, CA 92008 TO: CITY OF CmSBAD (Name of owner, publlc body or conatructlon fund holdar) (Nama) (Addrmsd (Addrmsm If dlrec1.d 10 m bmk Or Savlnp. and IOm *S*n uI. .ddr.Y of branch holdlnp lurid) (CltY. 8f.t. and ZIP) (Cltv, stmta and ZIP) TAKE NOTICE THAT ALLIED BARRICADE CO., INC. (Nmrna of th. parion or firm clalmlna Iha 1100 notlca Llconud contractors must us* rha nama under which contractof* 11c.n~ in IS., whose address is 801 GABLE WAY, EL CAJON, CA 92020 has performed labor and furnished materials for a work of improvement described as follows: (Addra8r of panon or flrrn clalmlnp stop notice) CX??S€3AD ~-~EVIZO~XXJ OAK ST. & VARIOUS ST., IMPROVEMENTS, CARLSBAD, CA 92008 (Name and 'ocation of the proled where work or materials were furnished) The labor and materials furnished by claimant are of the following general kind: RENTAL OF TRAFFIC SAF'E'TY EQUIPMENT (Gonerel dawrlptlon of work and matarlala furnlshed) The labor and materials were furnished to or for the following party: J - H . P - CONSTRUCTION 27961 CELIA RD., MURRIETA, CA 92362 The value of the whole amount of labor and materials agreed to be furnished is $ 2,316-47 (Name of parw who ordared the work or matmrlalr) 2 I 316 - 47 (Total of waryrhlng slolmant agraad or contracted to fu The value of the labor and materials furnished to date is $ . Claimant has (Toul walua of waryfhlng actually furnlrhad by claimant) 1,793.83 and there is due, owing, and unpaid the sum of $ 5 2 2 - 64 (Total amount whlch has bwn pald to claimant) (Bmlanca due to clalmont on tho projac with interest at the rate of 10 % per annum from 12/31 ,1! (Interest as specified in contract If none, legal rate Is 10%) (Data when unpald balance bscamm due) You are required to set aside sufficient funds to satisfy this claim with interest. You are also notified that claimant claims an equi against any construction furnds for this project which are in your hands. the claimant of the forogc MANAGER OF I, the undersigned, say: I am the ("Presldant Of'.. "ManJPer Of". "A Partner Of". "Owner of." stc.) Stop Notice; I have read said Stop Notice and know the contents thereof; the same is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. MARCH 13, (Data thl8 document was slgned) = FORM 107 - PUBLISHED BY 8h%%u% &m, hc. 3055 OWEFUND AVENUE, LOS ANGELES, CALIFORNIA 90034 - (213) 202-777 .- - - NqITE IT - DON’T SAY @! Date yk To 1 d/A - Reply Wanted / / // From Karen Kundtz, Assistant City Clerk UNO Reply Necessary RE: BOND RELEASE INQUIRY - w. * LA y/-J-’-/? - /7%-7/ & .d,QL.r&d Xj&G---z--~ 1 7 A Bond for the above-referenced J project. Bond No. /J+2 46s Amount @d+ 77~- D Thanks, PRll x- AIGNER FORM NO 55-032 I April 21, 1992 JHP Construction 2110 S. Hill, Suite D Oceanside, CA 92054 Re: Bond Release - Project No. U/M 91-3 - 1990-91 Curb, Gutter, Sidewalk Replacemenl Program. The Notice of Completion for the above-referenced project has recorded. Therefore, per instructions from our Utilities/Maintenance Department we are releasing 75% of the Performance Bond. Please consider this letter as your notification that $67,198.50 oj Amwest Surety Insurance Company Performance Bond No. 1242469 is hereby released. We are required to retain the remaining 25% for a period of one year. At that time, if nc claims have been filed, it will be released. The Labor and Materials Bond will be eligible for release six months from the date oj recordation of the Notice of Completion, on August 6,1992. A copy of the recorded Notice of Completion is enclosed for your records. LiiJd2 Assistant City Clerk Enc. 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-280f Recording request by: CITY OF CARLSTaAD When recorded mail to: City Clerk City af Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 Space above €or Recorder‘s use W e , ..I ,: ,.,' ) .. .:.. +.,.* _.. . k. -. + - January 31, 1992 Annette J. Evans, County Recorder P.O. Box 1750 San Diego, Ch 92101-2422 Enclosed for recordation are the following described documents: Not i ce of Compl et i on JHP Construction, Inc., Contractor Contract No. U/M 91-3 Notice of Compl et i on Mac0 Services, Inc., Contractor Project No. 3367 Notice of Completion Knox Electric, Inc., Contractor Project No. 3345 Our staff has determined that the recordation of these documents is of bene1 to the City; therefore, it is requested that the fees be waived. Thank you for your assistance in this matter. Y%X~ Assi stant City C1 erk Encs. 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-28C I Kecording request by: CITY OF CARLSBhD When recorded mail to: City Clerk City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 Space above for Recorder's use