HomeMy WebLinkAboutMladen Buntich Construction Company; 1982-01-27; 1111CITY OF CARLSBAD
San Diego County
California
CONTRACT DOCUMENTS & SPECIFICATIONS
for
CARLSBAD BOULEVARD STORM DRAIN
CONTRACT NO. 1111
TABLE OF CONTENTS
PAGE
ITEM
NOTICE INVITING BIDS 1
PROPOSAL 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL 7
DESIGNATION OF SUBCONTRACTORS 8
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 10
BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE 11
CONTRACT ' 12
LABOR AND MATERIAL BOND 15
PERFORMANCE BOND 17
/
GENERAL PROVISIONS 19*
SPECIAL PROVISIONS 27
Page 4
CITY OF CARLSBAD
CONTRACT NO. 1111
PROPOSAL
City Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
The undersigned declares he/she has carefully examined the location
of the work, read the Notice Inviting Bids, examined the Plans and
Specifications, and hereby proposes to furnish all labor, materials,
equipment, transportation and services required to do all the work
to complete Contract No.. 1111 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 therefore the following
unit prices for each item complete, to wit:
Item Article w/Unit Price or Approximate Unit
No. Lump Sum Written in Words Quantity & Unit Price TOTAL
1 18" R.C.P. at
Dollars 75 L. F.
X/£) Cents
per lineal foot
/ 9/#) oo2. Type B Curb Inlet (SDRS^D-2) 1 ea. ' ) "^'
Local Depressipn
Dollars
Cents
per each
3. Headwall at & tV '.lea.
Dollars
A/0 Cents
per each
Addendum(a) No(s).__ has/have been received and
is/are included in this proposal.
Page 5
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.
The estimated quantities of work indicated in this proposal are
approximate only, being given solely as a basis for comparison of
bids.
The undersigned has checked carefully all of the above figures and
understands that the City will not be responsible for any errors or
omissions on the part of the undersigned in making up this bid.
The undersigned agrees that in case of default in executing the re-
quired contract with necessary bonds and insurance policies within
twenty (20) days from the date of award of contract by City Council
of the City of Carlsbad, the proceeds of check or bond accompanying
this bid shall' become the property of the City of Carlsbad.
Licensed in accordance with the Statutes of the State of California
providing for the registration of contractors, License No.
Identification <Z^~- *j- <-— _ .
The undersigned bidder hereby represents as follows:
1. That no Councilperson, officer, agent or employee of the
City of Carlsbad is personally interested, directly or
indirectly, in this contract, or the compensation to be
paid hereunder; that no representation, oral or in writing,
of the City Council, its officers, agents or employees,
has induced him/her to enter into this contract, excepting
only those contained in this form of contract and the
papers made a part of hereof by its terms; and
2. That this bid is made without connection with any person,
firm or corporation making a bid for the same work, and is
in all respects fair and without collusion or fraud.
Accompanying this proposal is vCv I d<^'-<&f '_£" t^L2-£l 14.& _
(Cash, Certified Check, Bond or Cashier's Check)
in an amount of not less than ten percent (10%) of the total bid
price.
Page 6
The undersigned is aware of the provisions of Section 3700 of the
Labor Code which require every employer to be insured against
liability for workers' compensation or to undertake self-insurance in
accordance with the provisions of that code, and agrees to comply
with such provisions before commencing the performance of the work of
this contract.t
The undersigned is aware of the provisions of. the State of California
Labor Code, Part 7, Chapter 1, Article 2 relative to the general pre-
vailing rate of wages for each craft or type of worker needed to
execute the contract and agrees to comply with its provisions.
Phone Number
Date
Bidder's tyame
Authorized Signature
^__
Bidder's Address
Authorized Signature
_
Type of Organization
(individual, Corporation,
Partnership)
'STATE OF CALIFORNIA, f P~ " '
COUNTY OF LOS ANGELES / C\ D ! f ' *[ ss' U n ' r ,I v/ » I i V^ I
QM December 15,
before me, the undersigned, a Notary Public in and
:-ri7MAL< ^/ \L.-
19 81
for said State, personally appeared
Mladen Buntich
nates own «»»ai»«.«»««tmjw»«s<aMBWSMtM
0 X^f^'X „ O^'WM-SEW. i pprsnn whnse namp is
, known tn mp to he the
subscribed to the within Instrument.
r. | Fp5<siy^v<^ r»V«jv pust »c omf^^ ant' ac'<nowlet'2e^ *° me *nat ne— executed the same.
« t'CVi/^4: '"'¥ PRINCIPAL OFFICE l« §
S V«,-;5'j««>'X lasA^EuscoumY |t WITNESS my hand and official-seal.
i 5 ^&i53&r fy Commission £xp. Apr. 18, ]9g| 1 ' / )
ACKNOWLEOGMENT-General-Wolcotts Form 232-R«. 3-64 « ^-^ Notary-PubliC in and for said State.
IT7A ?*>*£*
ORIGINAL
STATE OF CALIFORNIA
County nf Los Angeles
On this 15th
V SS.
day of
Marguerite S. Butler
December m81 v. c, 19 , before me
, a Notary Public, in and for the County and
State aforesaid, residing therein duly commissioned and sworn, personally appeared
Allen Jayne
P*?JC!PAl OFFICE IN
LOS ANGaes COUNTY
' &W *!*.18,1384
known to me to be the Attorney-in-Fact of Fremont Indemnity Company the
Corporation that executed the within instrument and also known to me to be the
person who executed the within instrument on behalf of the Corporation therein
named and acknowledged to me that such Corporation executed the same.
Notary Public in and for the State of California, County of-Los Angeles
STATE OF CALIFORNIA,
COUNTY OF LOS ANGELES
SS.
-Decembex IS,, 1981 ,
before me, the undersigned, a Notary Public in and for said State, personally appeared
Mladen Buntich
. , known to me to be the
.subscribed to the within Instrument,-iS-person whose name
and acknowledged to me that he executed the same.
WITNESS my hand and official seal.
AfKNOWLEDGMENT-General-Wolcotts Form 232-Rev. 3-64 I Public in and for said State.
Bond No. B 051624
Page 7
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS:
That we, MLADEN BUNTICH CONSTRUCTION CO.
and FREMONT INDEMNITY COMPANY _ j as Surety, are held
and firmly bound unto the City of Carlsbad, California, 'in the sum
Of TEN PERCENT OF THE AMOUNT BID IN --------------------------- Dollars
, as Principal,
($-—10% of ) > lawful money of the United States for the pay-
ment of which sura well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH:
That if the proposal of the above-bounden principal for:
CARLSBAD BOULEVARD STORM DRAIN - CONTRACT NO. 1111
in the City of Carlsbad, is accepted by the City Council of said
City, and if the above-bounden Principal shall duly enter into and
execute a contract including required bonds and insurance policies
within twenty (20) days from the date of award of 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.
In the event any Principal above named executed this bond as an
individual, it is agreed that the death of any such Principal shall
not exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this
day of December t 19 81
15th
Corporate Seal (If Corporation)MLADEN BUNTICH CONSTRUCTION CO.
NDEMNITY COMPANY
Allen Jayn
Title Attorney-i\i-Fact
(Attach acknowledgement of
Attorney in Fact)
(Notarial acknowledgement of
execution by all PRINCIPALS and
SURETY must be attached.)ro..
FREMONT INDEMNITY COMPANY
HOME OFFICE - LOS ANGELES, CALIFORNIA
POWER OF ATTORNEY '
KNOW ALL MEN UY THESE PRESENTS:
Thai, FREMONT INDEMNITY COMPANY , by WILLIAM JONES, JR.
its Vice President, in pursuance of authority granted by Resolution of its Hoard of Directors at a meeting called
and held on the 18th day of February, 1972. which said Resolution has not been amended or rescinded and of which the following is a
true, full and complete copy:
"RESOLVED: That the President or any Vice-President may from time, to time appoint Attorncys-in-Facl lo reprcsenl and
acl for and on behalf of the Company, and either the President or any Viee-Presidcnt, the Hoard of Directors or Executive
Committee may at any time remove such Atlornrys-in-Fae.l and revoke the Power of Attorney given him or her; and be it
further
"RESOLVED: That the Altorneys-in-Farl may be given full power to execute, for and in the name of and on behalf of the
Company any and all bonds and undertakings as the business of the Company may recjuire, and any such bonds or under-
takings executed by any such Allorney-in-Fact shall be as binding upon the Company as if signed by the President and
sealed and attested by the Secretary." t
does hereby nominate, constitute and appoint ALLEN JAYNE
ils Irue and lawful Attorncy-in-Facl, lo make, execute, seal and deliver for and-on its behalf, as surety, and as its acl and deed:
ANY AND ALL BONDS AND UNDERTAKINGS . - • '
IN WITNESS WHEREOF the said Vice President has hereunto subscribed his name and affixed the
corporate seal of ihc said FREMONT INDEMNITY COMPANY, this 12th_ day of March . A.D., 19 79
„ " -T • • -. •- • •>, FREMONT INDEMNITY COMPANYH. . ^ .3
„ V ' " \ ' '/.I Hl7 I / ^ ^ JP O JL <*. . ^_V^ „ , /I ^ ^-
STATE OF CALIFORNIA \ Vice /•,„«..« J^liam J^Tjr.
COUNTY OF LOS ANGELES jfss
On this 12th day of -March A.I)., 1979 . before the subscriber, a Notary Public of the State of
California, in and for the County of Los Angeles, duly commissioned and qualified, came the above named Vl C6
President, of FREMONT INDEMNITY COMPANY , to me personally known to be llic individual and officer described in and who
executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposeth and saith,
that he is the said officer of the Corporation aforesaid, and that the se.al affixed to the preceding instrument is the Corporate Seal of
the Said Corporation, and that the said Corporate Seal and his signature, as such officer were duly affixed and subscribed to the said
instrument by the authority and direction of the said Corporation.
IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed my Official Seal, at thtrCity of Los Angeles, the day and year
first above written. -^^SSSSSSSSSrSSJ^SESSSySSS^SSSSS / /' '
OFFICIAL SEAL ffl ~ / /L ffl <~ /
MOTO cB ^X /NANCY L. OKAMOTO »
„.._ HOIARY J'UDUC-CMIIOK.NI* ?!
(SLAL) jJ'AsSt'^.y}'/ IOS AJJGEtlS COUH1Y
My Commijsicn Expires I
I, Ihc undersigned. Assistant Secretary of FREMONT INDEMNITY COMPANY , do hereby cerlify
thai the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect.
"N WITNESS WHEREOF, 1 have hereunto subscribed my name as Assistant Secretary, and affixed
thetorporalc Seal of the Corporation, this I5th day of December ,9 81 ^
7 ' ' - ^ '.'-/v (t ( L-Y - T '-'•<• "6^ •r-^-'V
Assistant Srcrctnry Robert S. Stein
Page 8
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies he/she has used the subbids of the
following listed contractors in making up his/her bid and that the
subcontractors listed will be used for the work for which they bid,
subject to the approval of the City Engineer, and in accordance
with applicable provisions of the specifications. No changes may
be made in these subcontractors except upon the prior approval of
the City Engineer of the City of Carlsbad. The following infor-
mation is required for each subcontractor. Additional pages can
be attached, if required: >
Full Complete
Items of Company Address Phone No.
Work Name w/Zip Code w/Area Code
"
STATE OF CALIFORNIA,
COUNTY OF LOS AN6Q.ES
on
ss.
December 15,19 SI
Irefore me, the undersigned; 3 Notary Public in and for said State, personally appeared
__^ Mladen Buntich
: , known to me to be the
subscribed to the within Instrument,person whose name
and acknowledged to me that
WITNESS mv hand and official
is
. executed the same.
otary Public in and for said State.
Page 9
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.
Full Company Name
Type of State
Contracting
License & No.
Carlsbad
Business
License No.*
Amount
of
Bid ($ or %)
r\!
N
X"
^Licenses are renewable annually by January 1st. If no valid license
indicate "NONE". Valid license must be obtained prior to submission of
signed contracts.
(Notarize or
Corporate Seal)
Bidder's Company Name
Bidder's Complete Address
Authorized Signature
& . 0- i
C ! *• 8 "i 1
Is-?»/,«'-, -Uf t *" i r*-H S•3 it U 11 Ji AL
STATE OF CALIFORNIA,
COUNTY OF LOS ANGELES
ss.
s y^ses?3 .xV- i WC i-Y...,,.J.;Cit» >-• ;';,..;.';•; fp
^ V\ .'L *.'*£'*l&l,
>£**&'.'
MA8fi»JER!TE S. BUTLER
KOTA«Y HJ8UC -
LOS ANGfUS COUNTY
'ACKNOWLEOGMENT-Gginnt-WolcottJ Form 23Z-fttv. 3-64 <
December 15,81
before me, the undersigned, a Notary Public in and for said State, personally appeared
t llaclan Huntich • '
, known to me to be the
-subscribed to the within Instrument,isperson whose name__
and acknowledged to me that he executed the same.
WITNESS mv hand and officia
f ••* -r .-
Notary Public in and for sard State.
Page 10
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a notarized or sealed statement of
his/her financial responsibility.
(Notarize or
Corporate Seal)
Signature
paUi
L i
t
STATE OF CALIFORNIA,
COUNTY OF. LOS ANGELES ss.
Decenber 15,.,19-
31
before me, the undersigned, a Notary Public in and for said State, personally appeared
Page 11
BIDDER'S STATEMENT OF
TECHNICAL ABILITY AND EXPERIENCE
The Bidder is required to state what work of a similar character to
that included in the proposed contract he/she has successfully
performed and give references, with telephone numbers, which will
enable the City to judge his/her responsibility, experience and skill.
An attachment can be used if notarized or sealed.
_
Signature
(Notarize or
Corporate Seal)
' Page 12
CONTRACT
THIS AGREEMENT, made and entered into this £ "7 daY of
19 fiQ » ky an<* between the City of Carlsbad, California, b«reinaftei
designated at "CITY", party of the first part, and Mladen Buntich
Constru ction Co. hereinafter designated as "CONTRACTOR", party
of the second part.
WITNESSETH: The parties hereto do mutually agree as follows:
1. For and in consideration of the payments and agreements hereinafter
mentioned to be made and performed by City, the Contractor agrees
with the City to furnish all materials and labor for:
CARLSBAD BOULEVARD STORM DRAIN
CONTRACT NO. 1111
and to perform and complete in a good workerlike manner all the work
pertaining thereto shown on the plans and specifications therefor;
to furnish at his/her own proper cost and expense all tools,
equipment, labor and materials necessary therefor (except such
materials, if any, as in the said specifications are stipulatd to
be furnished by City), and to do everything required by this
agreement and the said plans and specifications.
2. For furnishing all said materials and labor, tools and equipment,
and doing all the work contemplated and'embraced in this agreement,
also for all loss and damage arising out of the nature of the work
aforesaid, or from the action of the elements, or from any unfore-
seen difficulties which may arise or be encountered in the prose-
cution of the work until its acceptance by the City, and for all
risks of every description connected with the work; also, for all
expenses incurred by or in consequence of the suspension of discon-
tinuance of work, except such as in said specifications are expressly
stipulated to be borne by the City; and for well and faithfully com-
leting the work and the whole thereof, in the manner shown and de-
scribed in the said plans and specifications, the City will pay and
the Contractor shall receive in full compensation therefore the lump
sum price, or if the bid is on the unit price basis, the total price
for the several items furnished pursuant to the specifications,
named in the bidding sheet of the proposal, as the case may be.
3. The City hereby promises and agrees with said Contractor to employ,
and does hereby employ said Contractor to provide the materials and
to do the work according to the terras and conditions herein contained
and referred to for the price aforesaid and in accordance with the
conditions set forth in the specifications; and the said parties for
themselves, their heirs, executors, administrators, successors and
assigns, do hereby agree to the full performance of the covenants
herein contained.
r
" ' :" J '^- Page 13
4. The Notice to Bidders, Instructions to Bidders, Contractor's
Proposal, and the Plans and Specifications, and all amendments
thereof, when approved by the parties hereto, or when required by
the City in accordance with the provisions of the plans and speci-
fications, are hereby incorporated in and made a part of this
agreement. '
5. Pursuant to the Labor Code of the State of California, the City
Council has ascertained the general prevailing rates of per diem
wages for each craft or type of worker needed to execute the con-
tract and a schedule containing such information is in the City
Clerk's office and is incorporated by reference herein.
6. The Contractor shall assume the defense of 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 the performance of
the contract or work regardless of responsibility for negligence; and
from any and all claims, loss, damage, injury and liability, howso-
ever the same may be caused, resulting directly or indirectly from
the nature of the work, covered by the contract, regardless of respon-
sibility for. negligence.
7. Contractor shall cause the City to be named as an additional insured
on any policy of liability or property damage insurance concerning
the subject matter or performance of this contract taken out by the
Contractor.
8. The Contractor shall cause the City to be named as an additional
insured on any workers' compensation insurance policy taken out by
Contractor concerning the subject matter of this contract. If Con-
tractor has no workers' compensation insurance policy covering the
subject matter of this contract, then Contractor shall either:
1. Acquire such a policy naming the City as an additional insured
prior to the start of any work pursuant to this contract, -or
2. Shall assume the defense and indemnify and save harmless the
City and its officers and employees from all claims, loss,
damage, injury and liability of every kind, nature and descrip-
tion which would otherwise be covered by such workers' compen-
sation insurance policy regardless of responsibility for
negligence.
9. The Contractor shall submit to the City the policies mentioned in
Paragraphs 7 and 8 or proof of workers' compensation self insurance
prior to the start of any work pursuant to this contract.
10. Any controversy or claim in an amount up to $100,000 arising out of
or relating to this contract or the breach thereof shall be settled
by arbitration in accordance with the construction industry rules of
;^ -n;uih/-\
STATE OF CALIFORNIA,
COUNTY OF LOS ANGELES )r
ON January 15th,
before me, the undersigned, a Notary Public in and
fT O
," ,
for said State, personally appeared
Mladen Duntich
mm**,**- *H»~mmmmmm**nH»mmmmmm pfirson whose name is
, knnwn tn mft tn he the
subscribed to the within Instrument.
I *' : ' \ wSSaw 8nd acknowledged to me that ~he- executed the same'
, \ fKJTAKV PI/3LIC - CALIFORNIA ..,..,....„„ t. .. , „ . .
J'RINCIPAL OFFICE IN
LOS ANGEliS COUNTY
Ky Commission fjp. Apr. it,
'ACKNOWLEDGMENT-Generil-WnlcotU Form 232-Rtv. 3-64'
WITNESS my hand and officia
1 Notary Public in and for said State.
Page 14
the American Arbitration Association and judgement upon the award
rendered by the arbitrator(s) may be entered in any California court
having jurisdiction thereof. The award of the arbitrator(s) shall
be supported by law and substantial evidence as provided by the
California Code of Civil Procedure, Section 1296.
IN WITNESS WHEREOF, the parties hereto have caused this contract to be
executed the day and year first above written.
(Notarial acknowledgement of
execution by ALL PRINCIPALS
must be attached.)
Mladen Buntich Construction Co.
Contractor
By
(Seal)
Sole owner
Title
Title
CITY OF^CARLSBAD, CALIFORNIA
^rV^xa-
Mayor
ATTEST:
City Clerk J
Page 15
LABOR AND MATERIAL BOND
KNOW ALL PERSONS BY THESE PRESENTS:
BOND NO. B 051936
Premium included in
charge for Performance
Bond.
WHEREAS, the City Council of the City of Carlsbad, State of
California, by Resolution No. 6j$k adopted January 5, 1982
has awarded to Mladen Buntich Construction Co.
contract for:
hereinafter designated as the "Principal", a
CARLSBAD BOULEVARD STORM DRAIN
CONTRACT NO. 1111
in the City of Carlsbad, in strict conformity with the drawings
and specifications and other contract documents on file in the
Office of the City Clerk.
WHEREAS, said Principal has executed or is about to execute said
contract and the terms thereof require the furnishing of a bond
with said contract, providing that if said Principal or any of
his/her or its subcontractors shall fail to pay for any materials,
provisions, provender or other supplies or teams used in, upon for
or about the performance of the work agreed to be done, or for any
work or labor done thereon of any kind, the Surety on this bond
will pay the same to the extent hereinafter set forth:
*
NOW, THEREFORE, WE Mladen Buntich Construction Co.
as Principal, hereinafter designated as Contractor, and
Frpmnnt Indemnity Company as Surety, are held
firmly bound unto the City of Carlsbad in the sum of Four Thousand
Fifty and no/100 —Dollars ($fr.nqQ.QQ )~
said sum being fifty per cent(50%) of the estimated amount payable
by the City of Carlsbad under the terms of the contract, for which "
payment well and truly to be made we bind ourselves, our heirs,
executors and administrators, successors, or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/
her subcontractors fail to pay for any materials, provisions, pro-
vender or other supplies, or teams used in, upon, for, or about the
performance of the work contracted to be done, or for any other
work or labor thereon of any kind, or for amounts due under the
Unemployment Insurance Code with respect to such work or labor,
that the Surety or Sureties will pay for the same, in an amount not
exceeding the sum specified in the bond, and also, in case suit is
brought upon the bond, a reasonable attorney's fee, to be fixed by
the court, as required by the provisions of Section 4204 of the
Government Code of the State of California.
r *--•»*
STATE OF CALIFORNIA
County nf Los Angeles.
On this 3.5th day of January 19 82-, before me
Marguerite S. Rufcler _, a Notary Public, in and for the County and
Off iCIAL SEAL
KSARCaeRITE S. BUTLER
NOTARY PU8UC - CALIFORNIA
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
My Commission Eip. Apr. 18,1984
State aforesaid, residing therein duly commissioned and sworn, personally appeared
A3 1 nn .Taynp-
known to me to be the Attorney-in-Fact of Fremont Indemnity Company the
Corporation that executed the within instrument and also known to me to be the
person who executed the within instrument on behalf of the Corporation therein
named and acknowledged to me that such Corporation executed the same.
^-*t-e-H*~&t-<^
Notary Public in anc State of California, County of_Los Angeles
STATE OF CALIFORNIA,
COUNTY OF LOS ANGELES
OFFICIAL SEAL
S. BUTLER
• CAUF
PRINCIPAL OFFICE I
'ACKNOWLEDGMENT-General-Wnlcottl Form 232-Rev. 3-64'
January 15th,., 19_
before me, the undersigned, a Notary Public in and for said State, personally appeared
~ Mladen Buntich "~~
, known to me to be the
subscribed to the within Instrument,ISperson whose name
and acknowledged to me that he executed the same.
WITNESS my hand and official seal.
Notary Public in and for said State.
Page 16
This bond shall inure to the benefit of any and all persons, com-
panies and corporations entitled to file claims under Section
1192.1 of the Code of Civil Procedure so as to give a right of
action to them or their assigns in any suit brought upon this bond,
as required by the provisions of Section 4205 of the Government
Code of the State of California.
In the event any Contractor above named executed this bond as an
individual, it is agreed the death of any such Contractor shall not
exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the
Contractor and Surety above named, on the 15th day of January
, 19 82
Mladen/Bunt Ich Construction Co.
(Notarize or Corporate ~ Sole Qwner
Seal for each Signer)
Contractor
Fremont indemnity Company
Surety
Page 17
PERFORMANCE BOND ' BOND NO- B °51936
PREMIUM: $97.00
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of Cali-
fornia, by Resolution No. 675^ adopted January 5. 1982 ,
has awarded to Mladen Buntich Construction Co. .
hereinafter designated as the "Principal", a contract for:
CARLSBAD BOULEVARD STORM DRAIN
CONTRACT NO. 1111
in the City of Carlsbad, in strict conformity with the drawings and
specifications and other contract documents now on file in the Office
of the City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said con-
tract and the terms thereof require the furnishing of a bond for the
faithful performance of said contract;
NOW, THEREFORE, WE, Hladen Buntich Construction Co. ,
as Principal, hereinafter designated as the "Contractor", and
Fremont Indemnity Company
as Surety, are held and firmly bound unto the City of Carlsbad, in
the sum of Eight Thousand One Hundred and no/100-- •- — --Dollars
($ 8,100.00 ), said sum being equal to 100 per cent (100%) of
the -estimated amount of the contract, to be paid to the said City or
its certain attorney, its successors and assigns; for which payment,
well and truly to be made, we bind ourselves, our heirs, executors
and administrators, successors or assigns, jointly and severally,
firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden
Contractor, his/her or its heirs, executors, administrators,
successors or assigns, shall in all things stand to and abide by,
and well and truly keep and perform the covenants, conditions, and
agreements in the said contract and any alteration thereof made as
therein provided on his/her or their part, to be kept and performed
at the time and in the manner therein specified, and in all respects
according to their true intent and meaning, and shall indemnify and
save harmless the City of Carlsbad, its officers and agents, as
therein stipulated, then this obligation shall become null and void;
otherwise it shall remain in full force and virtue.
Page 18
And said Surety, for value received, hereby stipulates and agrees
that no change, extension of time, alteration or addition to the
terms of the contract or to the work to be performed thereunder or
the specifications accompanying the same shall not affect its
obligations on this bond, and it does hereby waive notice of any
change, extension of time, alterations or addition to the terms of
the contract or to the work or to the specifications.
In the event that any Contractor above named executed this bond as an
individual, it is agreed that the death of any such Contractor shall
hot exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the
Contractor and Surety above named on the 15th day of January
, 19 82 .
Mladen^/Bunt i ch Construction Co.
Sole owner
(Notarize or Corporate
Seal for Each Signer)Contractor
Fre:
Surety
rr^ vrsifF^n|;^,-1 fea w:*i
|.*$> fes^H
GINAL
STATE OF CALIFORNIA,
COUNTY OF LOS ANGELES
r
WER
M.-;rDW«A
-NTT
'ACKNOWLEDGMENT-General-Wolcotti Form 232-Rev. 3-641
ss.
OIL January 15th,
before me, the undersigned, a Notary Public in and for said State, personally appeared
isperson whose name
and acknowledged to me that he executed the same.
WITNESS mv hand and official seal.
, known to me to be the
subscribed to the within Instrument,
Notary Public in and for said State.
STATE OF CALIFORNIA
County of-Los Angeles
On this 15th
Mnrr-uerite S. Butler
V ss.
day of , before me
_ a Notary Public, in and for the County and
State aforesaid, residing therein duly commissioned and sworn, personally appeared
Allan Jayne
SUR
OFFICIAL SEAL
S. BUTLER
CALIFORNIA
f-RtNCIPAL OFFICE IN
LOS ANGELES COUNTY
Apt- 18, 1984
known to me to be the Attorney-in-Fact of Fremont Indemnity Company the
Corporation that executed the within instrument and also known to me to be the
person who executed the within instrument on behalf of the Corporation therein
named and acknowledfe3)to me that such Corporation executed the same.
Notary Public in and for fiirtttfe of California, County of.Los Angeles
o
IF-FREMONT INDEMNITY COMPANY
HOME OFFICE — LOS ANGELES. CALIFORNIA
POWER OK ATTORNEY •
ALL MEN BY THESE PRESENTS:
That; FREMONT INDEMNITY COMPANY . by WILLIAM JONES, JR.
~tl* "l C6 PrrsTilcnt, in pursuance of authority granted by Resolution i>f il* Hoard of Director* at a meeting called
and held on the 18th day of February. 1972. which said Resolution ha* not be.rn amended or/cscindr.d and of which ihr. following IK a
true, full and complete copy: " " ' .-",.."
"KESOLVED: That the President or any Vice-President may from lime to time appoint AlIorncys-in-Fact to represent and
act for and on behalf of the Company, anil either thr President or any Virc-Prcsidrnt. the Hoard of Director* or Exr.cbtive
Committee may at any lime remove such Allornitys-in-Facl and re-volte the Power i>f Attorney given him or her; and Lc it
further . " . . . . " -
ED: That Ihc Atlorneys-iii-FacI may be givr.n full powitr lo cx<:i:ule for and in the name of and on behalf of the
Company any and all honds~and undertakings as llir. business of the Company may r«:<juirc, and any such bonds or under-
takings executed by any such Attoriiry-in'-FacT shall be as binding uj>on the Compa'ny as IT>.igiffilf'<fly*'ltiacd?lfJ3ident and
scaled and attested by "the Secretary." • f T * L]
does hereby nominate, constitute and appoint ALLEN JAYNE {j \\ i \ji I I '\S|L' |_
ils Irue and lawful Allorncy-in-Fact, to make, cxi-.r.olc, s«-jl and deliver for and on its behalf, as surely, and as ils act and deed:
ANY AND ALL BONDS AND~UNDERTAKINGS
JN WITNESS WHEREOF the said VlCC President has hi.rcunlo subscribed his name and affixed the
corporate seal of the said FREMONT INDEMNITY COMPANY, this 12th day of March . A.D.. 19 79
Ml w .- - - - FREMONT INDEMNITY COMPANY
By
STATE OF CALIFORNIA \
COUNT-Y OF LOS ANGELES J
, Jr.
On this 1 2th day of March A.D., 1979 . before the subscriber, a Notary Public of the Slate of
California, in and for the.County of Los Angeles, duly commissioned and qualified, came the above named VI CG -
Presidr.nl. of FREMONT INDEMNITY COMPANY , to me personally known lo be the individual and officer described in and who
execuled the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposeth and saith,
that he is" ihc said officer of the Corporation aforesaid, and thai the seal affixed lo ihc preceding inslrumcnl is the Corporale Seal of
the Said Corporation, and lhal ihe said Corporale Seal and his signature as such officer were duly affixed and subscribed lo the said
inslrumenl by ihc authority and dirr.clion of theisaid Corporation.
IN WITNESS WHEREOF, I have hcrcunlo set my hand and affixed my Official Seal, al ih^Cily of Los Angeles, the day and year
first above written. .-c^osscssssc^sissssssscsssssSS
OFFICIAL SEAL ft
(SEAL)
NANCY L. OKAMOTO
HU1ART fUOUC-CAUIORNIA
IDS AHCEUS COUN1Y
V,y Commission Expiics Aug. 13.
I,"the undersigned. Assistant Secretary of FREMONT INDEMNITY COMPANY , do hereby certify
lhal ihe original POWER OF ATTORNEY, of which ihc foregoing is a full. Iruc and correct copy, is in full force and effect.
WITNESS WHEREOF, 1 have hereunto subscribed my name as Assistant Secretary, and affixed
ihe Corporale Seal "of the Corporalion, this 15th day of January 1982
Assistant Secretary Robert S. Stein
Page 19
GENERAL PROVISIONS
1. PLANS AND SPECIFICATIONS
The specifications for the work shall consist of the 1979
edition of the Standard Specifications for Public Works
1 Cons true t ion 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 and the General and Special Provisions attached
thereto.
The Construction Plans consist of 1 sheet(s) designated
as City of Carlsbad Drawing No. 214-4 . The standard
drawings utilized for this project are the San Diego Area
Regional Standard Drawings, hereinafter designated SDRS, as
issued by the San Diego County Department of Transportation,
together with the City of Carlsbad Supplemental Standard
Drawings. Copies of pertinent standard drawings are enclosed
with these documents.
WORK TO BE DONE•'""' " ' ™ - . . - ._ j
The work to be done shall consist of furnishing all labor,
equipment and materials and performing all operations neces-
sary to complete the project work as shown on the project plans
and as specified in the specifications.
3. DEFINITIONS AND INTENT
a) Engineer:
The. word "Engineer" shall mean the City Engineer or his
approved representative.
b) Reference to Drawings:
Where words "shown", "indicated", "detailed", "noted",
"scheduled" or words of similar import are used, it shall
be understood that reference is made to the plans accom-
panying these provisions unless stated otherwise.
Page 20
c) Direct ions:
Where words "directed", "designated", "selected" or words
of similar import are used, it shall be understood that
the direction, designation or selection of the Engineer is
intended unless stated otherwise. The word "required" and
words of similar import shall be understood to mean "as
required to properly complete the work as required and as
approved by the City Engineer" unless stated otherwise.
d) Equals and Approvals:
Where the words "equal", "approved equal", "equivalent"
and such words of similar import are used, it shall be
understood such words are followed by the expression "in
the opinion of the Engineer" unless 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
Engineer is intended.
e) Perform and Provide:
The word "perform" shall be understood to mean that the
Contractor, at her/his expense, shall perform all oper-
ations, labor, tools and equipment, and further, including
the furnishing and installing of materials that are indi-
cated, specified, or required to mean that the Contractor,
at her/his expense, shall furnish and install the work,
complete in place and ready to use, including furnishing
of necessary labor, materials, tools equipment and trans-
port at ion.
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.
5, CONSTRUCTION SCHEDULE
A construction schedule is to be submitted by the Contractor
per Section 6-1 of the SSPWC at the time of the preconstruc-
tion conference.
Page 21
Coordination with the respective utility company for removal
or relocation of conflicting utilities shall be requirements
prior to commencement of work by the Contractor.
The Contractor shall begin work after being duly notified by
an .issuance of a "Notice to Proceed" and shall diligently
prosecute the work to completion within 15 consecutive
calendar days from the date of receipt of said "Notice to
Proceed."
NONCONFORMING WORK
The Contractor shall remove and replace any work not conforming
to the plans or specifications upon written order by the City
Engineer. Any cost caused by reason of this nonconforming
work shall be borne by the Contractor.
7. GUARANTEE
All work shall be guaranteed for one year after the filing of
a "Notice of Completion" and any faulty work or materials dis-
covered during the guarantee period shall be repaired or re-
placed by the Contractor.
8. MANUFACTURER'S INSTRUCTIONS
Where installation of work is required in accordance with the
product manufacturer's directions, the Contractor shall obtain
and distribute the necessarj' copies of such instructions, in-
cluding two copies to the City Engineer.
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 Ordi-
nance No. 3109, Carlsbad Municipal Code, Chapter 8.48.
10 . CITY INSPECTORS
All work shall be under the observation of a City Construc-
tion Inspector. Inspectors shall have free access to any or
all parts of work at any time. Contractor shall furnish in-
spectors with such information as may be necessary to keep
her/him fully informed regarding progress and manner of work
and character of materials. Inspection of work shall not re-
lieve Contractor from any obligation to fulfill this contract.
p- iv JI-TBP ,«•->> r-™->ji •:pr.; i Pase 22
L'MI us j j/ \1_
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 in-
serted, then upon application of either party the contract'
shall forthwith be physically amended to make such insertion
or correction.
12. INTENT OF CONTRACT DOCUMENTS
The Contractor, her/his subcontractors and materials suppliers
shall provide and install the work as indicated, specified
and implied by the contract documents. Any items of work not
indicated or specified, but which are essential to the comple-
tion of the work, shall be provided at the Contractor's ex-
pense to fulfill the intent of said documents. In all
instances throughout 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 her/his
subcontractors and materials suppliers of this condition of
the contract will not relieve her/him of the responsibility
of compliance.
13. SUBSTITUTION OF MATERIALS
The proposal of the bidder shall be in strict conformity with
the drawings and specifications and based upon the items indi-
cated or specified. The Contractor may offer a substitution
for any material, apparatus, equipment or process indicated
or specified by patent or proprietary names or by names of
manufacturer which she/he considers equal in every respect to
those indicated or specified. The offer made in writing,
shall include proof of the State .Fire Marshal's approval (if
required), all necessary information, specifications and
data. If required, the Contractor, at her/his own expense,
shall have the proposed substitute, material, apparatus,
equipment or process tested as to its quality and strength,
its physical, chemical or other characteristics, and its
durability, finish, or efficiency, by a testing laboratory
as selected by the City. If the substitute offered is not
deemed to be equal to that so indicated or specified, then
the Contractor shall furnish, erect, or install the material,
Page 23
apparatus, equipment or process indicated or specified. Such
substitution of proposals shall be made prior to beginning of
construction, if possible, but in no case less than 10 days
prior to actual installation.
14. RECORD DRAWINGS
The Contractor shall provide and keep up-to-date a complete
"as built" record set of transparent sepias, which shall be
corrected daily and show every change from the original draw-
ings and specifications and the exact "as built" locations,
sizes and kinds of equipment, underground piping, valves, and
all other work not visible at surface grade. Prints for this
purpose may be obtained from the City at cost. This set of
drawings shall be kept on the job and shall be used only as a
record set and shall be delivered to the Engineer on comple-
tion of the work.
15 . PERMITS
The general construction, electrical and plumbing permits
will be issued by the City of Carlsbad at no charge to the
Contractor. The Contractor is responsible for all other re-
quired licenses and fees.
16. QUANTITIES IN THE SCHEDULE
The quantities given in the schedule, for unit price
are for comparing bids and may vary from the actual final
quantities. Some quantities may be increased and others may
be decreased or entirely eliminated. No claim shall be made
against the City for damage occasioned thereby or for loss of
anticipated profits, the Contractor being entitled only to
compensation for the actual work done at the unit prices bid.
The City reserves and shall have the right, when confronted
with unpredicted conditions, unforeseen events, or emergen-
cies, to increase or decrease the quantities of work to be
performed under a scheduled unit price item or to entirely
omit the performance thereof, and upon the decision of the
City to do so, The City Engineer will direct the Contractor
to proceed with the said work as so modified. If an increase
in the quantity of work so ordered should result in a delay
to the work, the Contractor will be given an equivalent exten-
sion of t irae.
Page 24
17. SAFETY & PROTECTION OF WORKERS AND PUBLIC
The Contractor shall take all necessary precautions for the
safety of employees on the work and shall comply with all
applicable provisions of Federal, State and Municipal safety
laws and building codes to prevent accidents or injury to
persons on, about or adjacent to the premises where the work
is being performed. He/she 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
against hazards created by such features of construction as
protruding nails, hoists, well holes and falling materials.
18. WATER FOR CONSTRUCTION
The Contractor shall obtain a construction meter for water
utilized during the construction under this contract. The
•Contractor shall contact the appropriate water agency for re-
quirements. Contractor shall include cost of water and meter
rental within appropriate items of proposal. No separate pay-
ment will be made.
19 . SURVEYING
Surveying service for this project shall be*performed by the
Contractor. Requirements of the Contractor pertaining to
this item are set forth in Section 2-9.5 of the SSPWC. Con-
tractor shall include cost of surveying service within appro-
priate items of proposal. No separate payment will be made.
Page 25
Street Closures, Detours, Barricades
The Contractor shall not close any street within the City of
Carlsbad without first obtaining the approval of the City
Engineer. Barricading, traffic control, and detour diagrams
shall be submitted by the Contractor as required by the City
Engineer. The Contractor's attention is directed to the
traffic control requirements of the Special Provisions.
The Contractor shall provide and install barricades,
delineator warning devices, and construction signs in
accordance with the Model Work Area Traffic Control Handbook
(WATCH) prepared by the Southern California Chapter of the
American Public Works Association. During adverse weather or
unusual traffic or working conditions, additional traffic
devices shall be placed as directed by the City Engineer.
All traffic signs and devices shall conform to the current
State of California, Department of Transportation, "Manual of
Warning Signs, Lights, and Devices for use in Performance of
Work upon Highways",-unless otherwise approved by the City
Engineer.
The Contractor shall provide and maintain 48 inch high
reflect orized cones at 20 feet on center with ribbon along
walkways of high pedestrian use, so designated by the
Engineer.
During paving operations barricades may be supplemented with
minimum size 18 inch high traffic cones and delineators such
that spacing between barricades and/or cones or delineators
is no greater than 25 feet. At all access points such as
intersecting streets, alleys, and driveways, barricades
and/or cones shall be provided at 5 foot intervals so as to
prevent vehicular access to the paving area. Where access
from an intersecting street is prohibited, a "Road Closed"
sign shall be provided at the nearest prior intersection.
"No Left Turn" signs shall be provided wherever required by
the City Engineer.
When oneway access from a side street or alley is permitted,
barricades and cones shall be provided at 5 foot intervals
for a distance of 50 feet on either side of the centerline of
the intersecting street or alley.
Should the Contractor fail to furnish a sufficient number of
traffic and/or pedestrian safety devices, the City Engineer
will place such necessary items and the Contractor shall be
liable to the City for providing such devices in accordance
with the following provisions:
Page 26
a) For placing barricades - $5.00 per barricade for
the first day or any part thereof and $2.00 per
barricade per day for each day thereafter or any
partthereof.
b) For flashers - $2.50 per flasher for the first day
or any part thereof and $1.00 per flasher per day
for each day thereafter or any part thereof.
c) For traffic cones - $1.00 per cone for each day or
any part thereof.
d) In the event that the services of the City are
required between the hours of 6:00 PM and 7:00 AM,
during the normal week or at any time on Saturday,
Sunday, or a City holiday, there shall be an
additional charge to the above set forth minimums
of $25.00 for each service trip required.
Judgment as to adequate or sufficient barricading shall be that
which is adequate or sufficient in the opinion of the Engineer.
The Contractor shall relocate, preserve, and maintain the visi-
bility of all existing signs within the project limits which
affect- the flow of traffic, as directed by the City Engineer.
Any signs which are damaged or found to be missing during the
course of construction shall be replaced by the Contractor at
his expense as directed by the City Engineer. All other signs
that interfere with the course of work and are not necessary for
the safe flow of traffic will be removed and replaced by the
City. Traffic control signs include Stop Signs, Speed Limit,
Parking Restrictions, and other regulatory signs.
27•\; , •' ' '
'I'liVo.
SPECIAL PROVISIONS
0;
1 . Trenching and Backfill
All trenching shall conform to the requirements of Section
300 of the SSPWC and to these Special Provisions. The Con-
tractor shall obtain a right-of-way permit from the City
Engineering Department prior to any construction within the
City right-of-way.
Where trenches cross pavement sections, the Contractor shall
saw cut along a straight line as nearly parallel to the
center line of the storm drain as possible to allow for
clean join lines.
Backfill shall be compacted to 90% of maximum dry density as
determined by ASTM Test Method No. D1557-58T.
The cost for the trenching and backfill, including the pave-
ment saw cutting, removal and disposal, shall be considered
included in the unit prices paid for the storm drain pipe,
and no additional payment will be made therefor.
»
2. Trench Resurfacing
Trench resurfacing shall conform to the requirements of
Section 306 of the SSPWC and to these Special Provisions.
The roadway structural section shall be 8" A.C. on 6" A.B.
Aggregate base material shall be Class II and conform to the
requirements of Sections 301-2 of the SSPWC.
Asphalt concrete shall be Type I-B-AR-4000 and shall conform
to the requirements of Sections 203 and 302 of the SSPWC.
Payment for the resurfacing, including the cost of the
asphalt concrete and aggregate base, shall be considered in-
cluded in the cost of the various items of work, and no
additional payment will be made therefor.
Page -28
Concrete Pipe
The work shall conform to the requirements of Sections 207
and 306 of the SSPWC and to these Special Provisions.
The reinforced concrete pipe shall have a minimum loading
classification of 1350-D. Asbestos cement pipe shall have a
minimum loading classification of 2000-D (Class IV).
The unit price paid for each lineal foot of storm drain pipe
shall include all materials, labor and equipment necessary
to install the pipe complete and in place as shown on the
plans and as specified in these Special Provisions, includ-
ing the saw cutting, trenching, excavation, backfilling and
resurfacing.
Concrete Catch Basins and Local Depression
The work shall conform to the requirements of Section 303.1
of the SSPWC and to these Special Provisions.
The bid price paid for these items shall include all the
materials, equipment, excavation, labor and operations
necessary to construct catch basin and local depression
complete and in place as shown on the plans and as specified
in' these Special Provisions, and no additional payment will
be made therefor.
Concrete Outlet Headwall
The work shall conform to the requirements of Section 303-1
of the SSPWC and to these Special Provisions.
The unit price
all materials,
install the
modified by
paid for the outlet structured shall include
labor, excavation and equipment necessary to
headwall structure as shown on the plans or as
the Engineer and as specified in these Special
Provisions, and no additional payment will be made therefor,
Utilities
Handling of the utilities shall conform to the requirements
of Section 5 of the SSPWC.
Page 29
It shall be the Contractor's responsibility to determine the
exact location of all utilities and their service connections
The Contractor shall notify the utility companies at least
48 hours in advaance of excavating around their facilities.
7 . • Cleanup
Upon completion of construction and before final acceptance
the Contractor shall remove all rubbish, trash and debris
from the site resulting from the operation. The site shall
be left in a neat and clean condition acceptable to the
Engineer.