HomeMy WebLinkAboutMLaden Buntich Construction Company; 1986-12-03; 3229_
General Engi «^witractor
5946 Rancho Caballo Dr. ' Sunland, CA 91040 (818) 352-2709
BenJDay, Superintendent • Res. (818) 966-5097
CITY OF CARLSBAD
SAN DIEGO COUNTY
CALIFORNIA
CONTRACT DOCUMENTS & SPECIFICATIONS
for
Carlsbad Boulevard
Scorn Drain
Interceptor
CONTRACT NO. 3229
APPROVED: ILA^ky*7yW^v DATE:
•
Asst. 'City Engineer
RCE 33081 Exp. 6-30-90
•«*•">.v
%*,,
TABLE OF CONTENTS
ITEM
NOTICE INVITING BIDS 1
PROPOSAL 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL 9
DESIGNATION OF SUBCONTRACTORS 10
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 12
BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE 13
C CONTRACT 14
LABOR AND MATERIALS BOND 20
PERFORMANCE BOND 22
GENERAL PROVISIONS 24
SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS 32
SUPPLEMENTAL PROVISIONS 36
CERTIFICATION OF COMPLIANCE 39
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchasing
Agent, City Hall, 1200 Elm Avenue, Carlsbad, California,
until 4:00 pra on the 5th day of November, 1986, at which
time they will be opened and read for performing the work as
follows: Carlsbad Boulevard Storm Drain Interceptor.
CONTRACT NO. 3229
The work shall be performed in strict conformity with the
specifications therefore as approved by the City Council of
the City of Carlsbad on file in the Office of the City
Clerk. Reference is hereby made to the specifications for
full particulars and description of the work.
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 bidders' 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 (Government Code
Section 4590), appropriate securities may be substituted for
any money deposited with the City to secure any obligation
required by this notice.
The documents which must be completed, properly executed,
and notarized are:
1. Proposal
2. Bidder1 Bond
3. Designation of Subcontractors
4. Bidder's Statement of Financial Responsibility
5. Bidder's Statement of Technical Ability and
Experience
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
Engineer's Estimate is $500,000.
No bid shall be accepted from a Contractor who has not been
licensed in accordance with the provisions of State law.
The Contractor shall state his or her license number and
classification in the proposal.
Sets of plans, special provisions, and Contract documents
may be obtained at the Purchasing Department, City Hall,
Carlsbad, California, for a nonrefundable fee of $50 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 California
Labor Code. Pursuant to Section 1773.2 of the California
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 to insure
f** compliance with provisions of Section 1777.5 of. the
V, California Labor Code.
The provisions of Part 7, Chapter 1, of the California Labor
Code commencing with Section 1720 shall apply to the
Contract for work.
A prebid meeting and tour of project site will be held on
Thursday October 30, 1986, at 10:00 a.m. at Tamarack Avenue
and Carlsbad Boulevard.
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 for
rejection of bid.
Bonds to secure faithful performance of the work and payment
of laborers and materials suppliers each in an amount equal
to one hundred percent and fifty percent, respectively, of
the Contract price shall be required for work on this
project.
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.
r
Approved by the City Council of the City of Carlsbad,
California, by Resolution No. 8826 , adopted on the 7th day
of October, 19 86.
X
Date i A lethal . Rau t e nkranz , C it y/C 1 e r k
CITY OF CARLSBAD
CONTRACT NO. 3229
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. 3229 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:
NOTE: Please see Supplemental Provision 7.0 Prepurchase of
Pipe. The City of Carlsbad is supplying the pipe for this
project.
I
Ic
I
i
I
I
I
I
I
I
I
I
I
I
I
I
C
c
Schedule A
(North Drain Sheet 5)
Item
No.
1
2
3
4
5
6
7
8
9
10
11
12
Item
Descrip. w/Unit Price or
Lump Sum Written in Words
Mobilization, Lump Sum
Deleted
18" RCP (Installation Only)
(See Sheet 2), Unit Price
Storm Drain Cleanout
Type B5 (SDRSD D-10), Unit
Price
Permanent Pavement Replacements
(SDRSD G-24.1), Unit Price
(See Resurfacing Schedule
Sheet 1)
Plug and Abandoned Old Drains,
Unit Price
Reconstruct Existing Inlets,
Unit Price
Connect to Existing Inlets,
Unit Price
Concrete Energy Dissipater,
Unit Price
Fill Over Pipe on Bluff
Lump Sum
Trench Shoring, Lump Sum
Final Cleanup, Lump Sum
SUBTOTAL SCHEDULE A
Approximate
Quantity
& Unit
1 each
402.37'
1 each
402'
3 each
3 each
1 each
1 each
1 each
1 each
1 each
Unit
Price
<?,<&>.<>*
66.01
&*>
/O.Ob
3O&.3Q
^o^).<Sd
&0.rt
ll,m.*
4,™.*
/ Qfj}. dij
£of.5o
TOTAL
<t,ffi.«
&&
IS**
// w £Xtf/.
(M-J
//StM-
&d.<jz
I2,<m.<
tf, (f&i cr
i
/fm.«
5*1.$
\J/*^*/ ' / s.
NOTE: Please see Supplemental Provisions 7.0 Prepurchase of
Pipe. The City of Carlsbad is supplying the pipe for this
project.
i
I
I
1
I
I
I
I
1C
I
I
I
I
I
I
Schedule B
I
I
I
c
Item
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
Item
Descrip. w/Unit Price or
Lump Sum Written in Words
Mobilization, Lump Sum
Deleted
18" RCP (Installation Only)
(See Sheet 2), Unit Price
30" RCP (Installation Only)
(See Sheet 2), Unit Price
Storm Drain Cleanout
Type B5 (SDRSD D-10),
Unit Price
Curb Inlet Type B
(SDRSD D 2.1), Unit Price
Permanent Pavement
Replacements, (SDRSD G-24.1),
(See Resurfacing Schedule
Sheet 1)
Revisions to Cleanout at
STA 10 + 46.75, Lump Sum
Plug and Abandoned Old Drains,
Unit Price
Plug Existing Inlets,
Reconstruct Berm, Unit Price
Realign 4" Force Main, Lump Sum
Reconstruct Existing Inlets,
Unit Price
Trench Shoring, Lump Sum
Final Cleanup, Lump Sum
SUBTOTAL SCHEDULE B
Approximate
Quantity
& Unit
1 each
998.67'
1,874.49'
12 each
1 each
2,873.16'
1 each
8 each
4 each
1 each
5 each
1 each
1 each
Unit
Price
a$,o®&
(ck.CQ
12.00
7> 62tl <s&
3/3(j&. t-'t)
/0.<r»
/,osw
jca.*
**.<»
£,ff%l.<.®
JVW
^ . (TO~&Cd
3,G$Q- c(0
TOTAL
cZZOM*
^Z.
ti^te
£/£f&d.
4**.
* u
/,m*
/,&$.<?
gcv*£.
gfffffli,*.'
2,^.0
5&4.0
rt
•3£<~{>6d
NOTE: Please see Supplemental Provision 7.0 Prepurchase of Pipe
The City of Carlsbad is supplying the pipe for this project.
I
I
I
I
I
I
1
I
I
I
I
I
I
I
Total amount of bid in words (Schedule A and B):
//^^6/£
Total amount
Addendum (a)
<// M/ &^ i ~/*->k^C)(,-
' /
of bid in numbers
No(s) /V^/x/€
//? //.tf L/k$ ffiji
(Schedule
•*/'/(/SS '^.'G-/
A and B):
//&, £:,' />/<,/
has/have bee
received and is/are included in this proposal.
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 Undersigned has checked carefully all of the above figures
and understands that the City will not be responsible for any
error or omissions on the part of the Undersigned in making up
this bid.
The Undersigned agrees that in case of default in executing the
required Contract with necessary bonds and insurance 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
Califprnia^jjroviding for the registration of Contractors, License
No. ^
Classification (s) /9
The Undersigned bidder hereby represents as follows:
1. That no Councilraember, officer, agent, or employee
of the City of Carlsbad is personnally 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 officiers, agents, or employees has induced him/her
to enter into this Contract, excepting only those
contained in this form of Contract and the papers made a
part hereof by its terms; and
2. That this bid is made without connection with any
person, firm, or corporation making a bid for the same
work, and is in all respects fair and without collusion
or fraud. ,, , , , /~/*..... s^c,:*.<
i
I
I
I
I
I
i
i
i
i
i
i
i
i
i
i
i
i
Accompanying this proposal is •£) /fi{?. r-5 t^C* ^
(Cash, Certified Check, Bond, or Cashier's Check)
for ten percent (10%) of the bid amount.
The Undersigned is aware of the provisions of Section 3700 of the
Labor Code which requie 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.
The Undersigned is aware of the provisions of the State of
California 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.
Phone Number /Bidder's Name
Date
Bidder's Address
Authorized Signature
Authorized Signature
Type of Organization
(Individual, Corporation, or
Partnership)
List below names of President, Secretary, Treasurer, and Manager,
if a corporation; and names of all partners, if a partnership:
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTIO,
ATTACHED)
(CORPORATE SEAL)
i ALL PRINCIPALS MUST BE
INSURANCE COMPANY OF THE WEST
P 0 Bo« 81063
Sa" D>eqo CA 92138
Bill OR PROPOSAL BOM)
KNOW ALL MEN BYTHESE PRESENTS:
That we, MLADEN BUNTICH CONSTRUCTION CO., 9946 Rancho Caballo Dr., Sunland, Ca. 91040
(hereinafter called the principal), and INSURANCE COMPANY OF THE WEST, a corporation organized and doing business under
and by virtue of the laws of the State of California, and duly licensed for the purpose of making, guaranteeing or becoming sole surety
upon bonds or undertakings required or authorized by the laws of the State of Cal i fornia
as Surety, are held and firmly bound unto CITY OF CARLSBAD (hereinafter called the obligee)
in the just and full sum of TEN PERCENT OF THE AMOUNT BID"—
Dollars (S ^ ° ) lawful money of the United States of America, for the payment of which, well and truly to be
jade, we hereby bind ourselves and our and each of our successors and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden principal as aforesaid, is about to hand in
and submit to the obligee a bid or proposal dated Nov. 5,1986 fof
CARLSBAD BOULEVARD STORM DRAIN INTERCEPTOR
in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor.
W, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the
cipal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as
lired by law, then this obligation to be null and void, otherwise to be and remain in full force and effect.
'ITNESS WHEREOF, said principal and said Surety have caused these presents to be duly signed and sealed this 5th
if November ,19 86 /
MLADEN BONTICH CONSTRUCTION CO.
/
INSURANCE COMPANY OF THE WEST
By
Barbara Patton Attomey-in-Fact
120
^ L'
C-'-y of
POWER 0;: ATTORNEY
'OW ALL f.'.EN BY THESE PRESENTS: That the Insurance Company of the V.'e-st, I Corpsrztion duly author'.,-! d ir.d £x't.t;-.g
der the la.vs of the State of California ar.d having Its principal office in the City- of San Diego, Callfc n'a, doi-s hi ;by no.Tiir. ;'e.
constitute and appoint: ALLZN J.-.YNE LINDA JAY1JE . BARBARA
its true and Is.'.-ful AttorneyrsJ-i.-.-Fact, v/ith full power arid authority hereby conferred in fts r.ams. p!»ce and stc^d. 1o execute.
stat. iicknc-.v'e^je ar.d deliver any and all bonfH, unrfertskinjs, iccojnizancei or other \vrit'ien oblications in tha r.z'uie thtrc-of.
This Fc-.ver of A'loir.iy is grar,', d and is signed and scaled by facsimile under and by the ?'j!hority of !i.» follcv^ing Resolution
^dopier' by the 3c^rd of Directors of th» Insurance Corrpzny of Ine V/esI at a meeting duly called and h eld on the Si>:!h d:y of
FcLiri.-bry, 1973, v.hich s_iid Resolu/ion has not been arr.er.c'ed or lescirided and of which 'he fo!lc\vin; is i triis, full, arid con p!<.1e
ccpy:
"HF-SOLVED: Tr-.at 'hs Presic^eAt or ??c/t'.ary may from time to time appoint Attorr.cys-iri-F^ct to. represent and <-ct for .-.-.d
on behalf o' the Company, and either the rieiidtnt or Secielary, the Bcaid ot Directors or Executive Corrimittte rr.ay at any ll;ne
/ tmove such Attorr.eyi-ir, -Fact and i CVC'.E !^.t Fewer of Attorney given him or htr; and be it f uilhef
"RESOLVED: That the A'torncy-in fact rr.jy be given full pov.'ir to execute for and in the name of and on bthalf of the Com,-:-.r,y
<;ny and alt bonds and i-ndirlakir.^s as the business of the Ccrripany rr.ay require, and any such bonds or undertakings cxeculed '_y
any such A!1o:ri-:y-in-FfCt shall bs as biriilng L'pan th.e Company as if signed by the Fresid'.nt and scaled and attested by the
Secictary."
IN WITNESS WHEREOF. Insurance Company of the Wesl has caused its official seal to be hereunto affixed and these presents to
be -igned by its duly authorized officers this HTH DAY OF NOVEMBER 1985.. ..
INSURANCE COt/.PANY Of THE WEST
Pitrsident
c TATE OF CALIFORNIA
JNTY OF SAN DIEGO SS:
On this11'i'H, DAY °F NOV£J-EER 1B9fc?05re the subsc/iber. a Notary Public of the State of California, in and for the County of
San Diego, duly commissioned and qualified, came. - ERNEST. RADY , Fitsident of INSURANCE COMPANY OF THE WEST.
to me personally known to be the individual and officer described in and who executed the preceding instrument, and he acknow-
ledged 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 seal affixed to the preceding instrument is the Corporate Ss_al of the said Corporation, and that the said
Corporate Seal and his signature as such officer were duly -affixed and jubscrit ?d to the said instrument by the authority and
diiecfion of the said Corporation.
IN WITNESS \YHEREOF. I have hereunto set my hand and affixed my Official Seal, at the City of San Dieoo, the day and
firs~t above written.
f.'o'.ary Public
STATE OF CALIFORNIA
COUNTY OF SAM DIEGO SS:
I, the undersigned, Rich.ard S. King, Se-re'.iry of the Insurance Company of the V/est, do hereby certify that the original PC'.'.'ER
Or ATI CRNEY. of whioh the foreccing is z full, true anc! correct copy, is in full force and effect, and has not been revoked.
IT,1 WiTNESS WHEREOF. I have hsrcu.-,:r sub^r^i; rny nan-re zs ?;cr£'.ary. and affixed the Corporate Sea! of the Corporation,
this 5th rf:y of " November is 86.
ICW CAL 37 (REV. 5/82)
I
i /***•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 General
I Manager, and in accordance with applicable provisions of the
specifications. No changes may be made in these
subcontractors except upon the prior approval of the General
I Manager. The following information is required for each
• subcontractor. Additional pages can be attached, if
required:
Full Complete
y Items of Company . Address Phone No.
I Work Name w/Zip Code w/Area Code
I H
i — zzzzmi
r — •
i — mzzzz:i _
i •, —- •
i
i^
iw
i
INSURANCE COMPANY OF THE WEST
P 0 Bo. S1063
San D-eao CA 92138
BID OR PROPOSAL BOND
KNOW ALL MEN BYTHESE PRESENTS:
That we, MLADEN BUNTICH CONSTRUCTION CO., 9946 Rancho Caballo Dr., Sun!and, Ca. 91040
(hereinafter called the principal), arid INSURANCE COMPANY OF THE WEST, a corporation organized and doing business under
and by virtue of the laws of the State of California, and duly licensed for the purpose of making, guaranteeing or becoming sole surety
upon bonds or undertakings required or authorized by the laws of the State of California
(hereinafter called the obligee)as Surety, are held and firmly bound unto CITY OF CARLSBAD
in the just and full sum of TEN PERCENT OF THE AMOUNT BID
n°llars (S " > lawful monev of the United States of America, for the payment of which well and truly to be
made, we hereby bind ourselves and our and each of our successors and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden principal as aforesaid, is about to hand in
and submit to the obligee a bid or proposal dated Nov. 5,1986 for
CARLSBAD BOULEVARD STORM DRAIN INTERCEPTOR
in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor.
STATE OF CALIFORNIA, 1
J "» COUNTY OF LOS ANGELES
I.-. ;.- 22. 1953
ON November 5 19_8fi
before me, the undersigned, a Notary Public in and lor said State, personally appeared
BArbara Patton
personallyknown to me to bs the
atisrnsy-in-Lit of Insurance Company of the V.'est, the Corporation that executed the ivithin
Instrument, known tc me to be the person who executed the within instrument, on behall of
the Corp:ra';jn, there,- r,;ried. and acknowledged to me that such Corporation ei::u'.cd the
same.
WITNESS rry hint! ar.: c">;al seal.
DESIGNATION OF SUBCONTRACTORS (continued)
The bidder la Co provide.the following information on the
subbida of all Che liated aubcontractora as pare of the
aealed bid aubmiaaion. Additional pages can be attached if
required.
Full Company Name
Type of State
Contracting
License & No.
Carlsbad
Business
License No.
Amount
of
Bid ($ or Z)
•Licenses are renewable annually* If no valid license indicated
"NONE". Valid license must be obtained prior Co submission of
signed contracts.
(Notarize or
Corporate Seal)
/e&$£a••••«»**M.»Y«.«...^.0...
OFFfCUt SEAl •G. DOUGLAS PALETSAS *
?&& ^^'^i'C-^'Fowu •
Bidder's Company Name
i'c//0 CQ/^/^O
9/c</6
Bidder's Complete Addresa^
Authorized Signature
11
I
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
1
The undersigned submits herewith a notarized or sealed statement of his/her
financial responsibility. Either a current audited income tax or profit/loss
statement.
/ / - //A J f /,6
Signature
(Notarize or
Corporate Seal)
biUCER'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 qive
references, with telephone numbers, which will enable the City to judoe his/her
responsibility, experience and skill. An attachment can be used, if notarized
or sealed.
i
I
I
I
Date
Contract
Completed
Name and Address
of the Employer
>.
Name and Phone
No. of Person
to Contact
Type of |Amount of
Work Contract
!>•<*, n
.^
350,
1, 5*54
(Notarize or
Corporate Seal)
" -X -?* t VJv<^
Signature
'Ull- '.c •'•'"• '<1 I'JUJOQ AH
SV19000 D
1V1S 1VOUJO
CONTRACT - PUBLIC WORKS
, This agreement is made this ,J**xl~ day of 7** ,
198&, by and between the City of Carlsbad, California, a
municipal corporation, (hereinafter called "City"), and
MLADEN BUNTICH CONSTRUCTION _
whose principal place of business is 9946 RANCHO CABALLO,
SUNLAND. CA 91046 _
(hereinafter called "Contractor".)
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform all
work specified in the Contract documents for:
Carlsbad Boulevard Storm Drain Interceptor Contract No.
3229 (hereinafter called "project").
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; the bid documents, including the
Notice to Bidders, Instructions to Bidders' and
Contractors' Proposals; the Plans and Specifications,
and all proper amendments and. changes made thereto in
accordance with this Contract or the Plans and
Specifications, and the bonds for the project; all of
which are incorporated herein by this reference.
4. Payment . As full compensation for Contractor's
performance of work under this Contract, City shall
make payment to Contractor the total amount of $ 387, 186.00
per Section 9-3.2 of Standard Specifications for Public
Work Construction, 1985 Edition. The closure date for
each monthly invoice will be the 30th of each month.
Partial payments will be disbursed monthly for the
previous month's invoices according to the following
schedule for 1987:
January 16 May 15 September 18
February 20 June 19 October 16
March 20 July 17 November 20
April 17 August 21 December 18
Invoices from the Contractor shall be submitted
according to the required City format to the City's
assigned project manager no later than the first Friday
14
of the month. No payments will be made at any time
other than those scheduled.
Payment of undisputed Contract amounts shall be
contingent upon Contractor furnishing City with a
release of all claims against City arising by virtue of
this Contract as it relates to those amounts.
Extra compensation equal to 50 percent of the net
savings may be paid to Contractor for cost reduction
changes in the plans or specifications made pursuant to
a proposal by Contractor. The net savings shall be
determined by City. No payment shall be made unless
the change is approved by the City.
5. Independent Investigation. Contractor has made an
independent investigation of the jobsite, the soil
conditions under 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 in
order to overcome unanticipated 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.
6. 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 be born by City.
7. Change Orders. City may, without affecting the
validity of this Contract, order changes,
modifications, deletions, 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,
15
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
arbitration or litigation. The only person authorized
to order changes or extra work is the City Engineer.
However, no change or extra work order in excess of
$5,000.00 shall be effective unless approved by the
City Council.
8. Prevailing Wage. 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 Contract
and a schedule containing such information is in the
City Clerk's office, and is incorporated by reference
herein. Pursuant to Labor Code Section 1775,
Contractor shall pay prevailing wages. Contractor
shall post copies of all applicable prevailing wages on
the job site.
9. Indemnity. 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 or in
connection with the performance of the Contract 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, damage, injury and liability,
howsoever the same may be cause, 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.
10. Insurance. Without limiting contractor's
indemnification, it is agreed that contractor shall
maintain in force at all times during the performance
of this agreement a policy or policies of insurance
covering its operations and insurance covering the
liability stated in Paragraph 9. The policy or
policies shall comply with the special insurance
instructions attached to the bid documents and shall
contain the following clauses:
Contractor's liability insurance policies shall contain
the following clauses:
16
A. "The City is added as an additional insured as
f***"* respects operations of the named insured performed under
"**" contract with the City."
B. "It is agreed that any insurance maintained by the
City shall apply in excess of and not contribute
with, insurance provided by this policy."
All insurance policies required by this paragraph
shall contain the following clause:
A. "This insurance shall not be cancelled, limited
or non-renewed until after thirty days written
notice has been given to the City."
Certificates of insurance evidencing the
coverages required by the clauses set forth
above shall be filed with the City prior to the
effective date of this agreement.
11. Worker's Compensation. Contractor shall comply with
the requirements of Section 3700 of the California
Labor Code. Contractor shall also assume the defense
and indemnify and save harmless the City and its
officers and employees from all claims, loss,
damage,injury, and liability of every kind, nature, and
description brought by any person employed or used by
Contractor to perform any work under this Contract
regardless of responsibility for negligence.
12. Proof of Insurance. Contractor shall submit to the
City certification of the policies mentioned in
Paragraphs 10 and 11 or proof of workers' compensation
self-insurance prior to the start of any work pursuant
to this Contract.
13. Arbitration. Any controversy or claim in any amount
up to $100,000 arising out of or relating to this
Contract or the breach thereof may, at the option of
City, be settled by arbitration in accordance with the
construction industry rules of the American Arbitration
Association and judgment upon the award rendered by the
arbitrator(s) may be entered in any California court
having jurisdiction thereof. The award of the
arbitrator(s) shall be supported by law and substantial
evidence as provided by the California Code of Civil
Procedure, Section 1296.
14. Maintenance of Records. Contractor shall maintain
and make available to the City, upon request, records
in accordance with Sections 1776 and 1812 of Part 7,
Chapter 1, article 2, of the California Code. If the
Contractor does not maintain records at Contractor's
17
principal place of business as specified above,
Contractor shall so inform the City by certified letter
accompanying the return of this Contract. Contractor
shall notify the City by certified mail of any change
of address of such records.
15. Labor Code Provisions. The provisions of Part 7,
commencing with Section 1720 of the
Labor Code are incorporated herein by
Chapter 1,
California
reference.
16. Security. Pursuant to the requirements of law
(Government Code Section 4590) appropriate securities
may be substituted for any monies withheld by City to
secure performance of this Contract or any obligation
established by this Contract.
17. 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.
Contractor
(Seal)
(Notarial acknowledgement of
execution by ALL PRINCIPALS
must be attached.)
VED AS TO FORM:
^, /V. \ ^ORGf.
By
/
Assistant City Attorney
c ARL#B ADytf/c:AL^ORN i A
Mfarti/^«y^ if ~vwayor
Attest:
18
GENERAL ACKNOWLEDGMENT NO. 201
State of CALIFORNIA
Countyof LOS
ss.
OFFICIAL SEAL
BARBARA J. PATTON
flOTARY PUBLIC - CALIFORNIA
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
My Commission Exp. Aug. 17.1987
Onthisthe_2p_thdayof ' November
Barbara J. Patton
before me,
the undersigned Notary Public, personally appeared
MLADEN BUNTICH1
®X personally known to me
D proved to me on .the basis of satisfactory evidence
to be the person(s) whose name(s) , is subscribed to the
within Instrument, and acknowledged that he executed It.
WITNESS my harjd and official seal.
/W&/M
Notary s Signature
7110 123 NATIONAL NOTARV ASSOCIATION • 23012 Vinlurt Blvd. • P.O. Bex 4925 • Woodland HUH, CA 91364
Contractor's Certification
Compensation Responsibility.
of Awareness of Workers'
"I am 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 I will comply with such' provisions befor
commencing the performance of the wor
^/Contractor
GENERAL ACKNOWLEDGMENT
i»a*i«<TliTa"a»a»a-a-a^.7a^<-aF^-^g^^*^c-p.;r-';
State of CALIFORNIA
County of LQS ANGEIES '
o
ss.
_ \{ "EAL
, i J. RATION
i, PL L'C - CALIFORNIA
> ,C.FAL OFFICE IN
LOS ANGELES COUNTY
•tsSii ' ivly Commission Exp. Aug. 17, 1987
'•X
I
Onthisthe_2pjLhdayof ' November
Barbara J. Patton
19 86., before me,
the undersigned Notary Public, personally appeared
MLADEN BUNTICH'I
0X personally known to me
D proved to me on .the basis of satisfactory evidence
to be the person(s) whose name(s) IS subscribed to the
within instrument, and acknowledged that he executed It.
WITNESS my harw^nd official seal.
Notary's Signature
7110 122
- B88888883888S888g8888888c£
NATIONAL NOTARY ASSOCIATION • 23012 V«nlut» Blvd. • P.O. Bo> 462S • Woodlind Hllli. CA B1M4
19
*•«"> TAROR AND MATERIAL BOND BOND NO. 30 26 31^ LABOR AND MATERIAL BOND pREMIUM: INCLUDED IN CHARGE FOR
KNOW ALL PERSONS BY THESE PRESENTS: PERFORMANCE BOND
WHEREAS, the City Council ,of the City of Carlsbad, State of
California, by Resolution No. 8876 , adopted 11/18/86 ,
has awarded to MLADEN BUNTICH CONSTRUCTION (hereinafter
designated as the "Principal"), a Contract for:
Carlsbad Boulevard
Storm Drain Interceptor
Contract No. 3229
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 and all of which are incorporated herein by this
reference.
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 as
Principal, (hereinafter designated as the "Contractor"), and
INSURANCE COMPANY OF THE WEST as Surety, are held
firmly bound unto the City of Carlsbad in the sum of ONE HUNDRED NINETY
THREE THOUSAND FIVE HUNDRED NINETY THREE—Dollars ($ 193,593.00 ),
said sura being fifty per cent (50%) of the estimated amount
payable by the City of Carlsbad under the terms of the
Contract, for which payment will and truly to be made we
bind ourselves, our heirs, executors and administrators,
successors, or assigns, jointly and severally, firmly by
these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the person
or his/her subcontractors fail to pay for any materials,
provisions, provender or other supplies, or teams used in,
upon, for, or about the performance of the work contracted
to be done, or for any other work or labor thereon of any
kind, or for amounts due under the Unemployment Insurance
Code with respect to such work or labor, that the Surety or
Sureties will pay for the same, in an amount not exceeding
the sum specified in the bond, and, also, in case suit is
brought upon the bond, a reasonable attorney's fee, to be
fixed by the court, as required by the provisions of Section
4202 of the Government Code of the State of California.
20
•
*"
This bond shall inure to the benefit of any and all persons,
companies 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 dul
by the Contractor and Surety above named, on the
of NOVEMBER - . 198 6 .
executed
0th day
ryMLADENjryNTICH CONSTRUCTION CO
(Notarize or Corporate
Seal for each Signer)
/"
MLADEN BUNTICH CONSTRUCTION CO.
Contractor
INSURANCE COMPANY OF THE WEST'
BY: j,_Barbara Patton, Attorney in Fact
21
GENERAL ACKNOWLEDGMENT
State of CALIFORNIA
Countyof LOS ANGELES
ss.
AL SCAL
' ; J. RATION
-i r L.J.IC-CALIFORNIA
PRINCIPAL OFF.CE IN
LOS ANGELES COUNTY
My Commission Exp. Aug. 17,1987
NO. 201
Onthisthe_22Lhdayof ' November
Barbara J. Patton
. 19_8JL, before me,
the undersigned Notary Public, personally appeared
MLADEN BUNTICH'
1 —'————————————^————————MM.«_^. t
®X personally known to me
O proved to me on,the basis of satisfactory evidence
to be the person(s) whose name(s) is subscribed to the
within instrument, and acknowledged that he executed It.
WITNESS my hand and official seal.
Notary's Sighaujre
7110 122 NATIONAL NOTARY ASSOCIATION • 23012 Vtnluri Blvd. • P.O. Bon 462S • Woodland Hllli. CA ftl-IM
STATE OF CALIFORNIA, 1
} "•COUNTYOF LOS ANJGEJLES
1C* . 315R (11/13)
*/' ( •- \ OFFICIAL SEAL
"''> j ;-v^ M. JAYNE
" '. ' : ;;r^£-i'FORNIA
"y CKniflissici) £xp. Jan. 22,isgg
November 20 86
ON
before me, the undersigned, a Notary Public in and for said State, personally appearedBarbara Patton
personally , known to me to be the
attorney-ln-fact of Insurance Company of the West, the Corporation that executed the within
Instrument, 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.
WITNESS my hand and official seal.
Hottry Publte In ind I
INSURANCE COMPANY OF THE WEST
HOME OFFICE: SAN DIEGO. CALIFORNIA
Certified Copy of
POWER OF ATTORNEY .
KNOW ALL MEN BY THESE PRESENTS: That the Insurance Company of the West, a Corporation duly authorized and existing
under the laws of the State of California and having Its principal office In the City of San Diego, California, does hereby nominate.
Constitute and appoint: ALLEN JAYNE LINDA JAYNB/• BARBARA PATTON .. :';
its true and lawful Attorney's)-in-Fact. with full power and authority hereby conferred in Its name, place and stead, to execute,
seal, acknowledge and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature thereof.
This Power of Attorney is granted and Is signed and seated by facsimile under and by the authority of the following Resolution
adopted by the Board of Directors of the Insurance Company of the West at a meeting duly called and held on the Sixth day of
February, 1973, which said Resolution has not been amended or rescinded and of which the following is a true, full, and complete
copy: - v
"RESOLVED: That the President or Secretary may from time to time appoint Attorneys-in-Fact to represent and act for and
on behalf of the Company, and either the President or Secretary, the Board of Directors or Executive Committee may at any time
remove such Attorneys-in-Fact and revoke the Power of Attorney given him or her; and be it further
"RESOLVED: That the Attorney-in-fact 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 require, and any such bonds or undertakings executed by
any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the
Secretary."
IN WITNESS WHEREOF, Insurance Company of the West has caused its official seal to be hereunto affixed and these presents to
be signed by its duly authorized officers this H™ DAY OF NOVEMBER 1985.
INSURANCE COMPANY OF THE WEST
President
STATE OF CALIFORNIA
BOUNTY OF SAN DIEGO SS:
On this11™ DAY OF NOVEMBER 0re the subscriber, a Notary Public of the State of California, in and for the County of
San Oiego. duly commissioned and qualified, came, ERNEST RADY , President of INSURANCE COMPANY OF THE WEST.
to me personally known to be the individual and officer described in and who executed the preceding instrument, and he acknow-
ledged 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 seal 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. I have hereunto set my hand and affixed my Official Seal, at the City of San Diego, the day and year
( first above written.
— ~ ** Vi
OFfClAL SEM.
NORMA PORTER
NOIARYPUBUC-CAUF08N»
Princjpal Office in San Keg> &»*»
My ComroiswMi bp. 3u. 11
Notary Public
, STATE OF CALIFORNIA
* COUNTY OF SAN DIEGO
_
I, the undersigned, Richard S. King, Secretary of the Insurance Company of the West, do hereby certify that the origir.a! POWER
OF ATTORNEY, of which the foregoing is a full, true and correct copy. Is In full force and effect, and has not been revoked.
«JN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the Corporate Seal of the Corporation,
is 20th day of 'November i98f>.
. ICWCAL37(REV. 5/82)
PERFORMANCE BOND BOND N0' 30 26 31
PREMIUM: $5575.00
KNOW ALL PERSONS BY THESE,PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of
California, by Resolution No. 8876 , adopted 11/18/86.
has awarded to MLADEN BUNTICH CONSTRUCTION! . (hereinafter
designated as the "Principal"), a Contract for:
Carlsbad Boulevard
Storm Drain Interceptor
Contract No. 3229
in the €ity of Carlsbad, in strict conformity with the
contract, the drawings and specifications, and other
Contract documents now on file in the Office of the City
Clerk of the City of Carlsbad, all of which are incorporated
herein by this reference.
WHEREAS, said Principal has executed or is about to execute
said Contract and the terms thereof require the furnishing
of a bond for the faithful performance of said Contract;
NOW, THEREFORE, WE, MLADEN BUNTICH CONSTRUCTION . as
Principal, (hereinafter designated as the "Contractor"), and
INSURANCE COMPANY OF THE WEST ,
as Surety, are held and firmly bound unto the City of
Carlsbad, in the sum of THREE HUNDRED EIGHTY SEVEN THOUSAND ONE HUNDRED EIGHTY
IX 00/100 Dollars ($ 387,186.00 ), said sum being equal to one
hundred 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.
i•*'*•»•'
22
STATE OF CALIFORNIA,
COUNTY OF LOS ANfiE
ss.
LES
ON November 20 ., 19.
86
before me, the undersigned, a Notary Public in and for said State, personally appeared
Barbara Patton
personally t known to me to be the
attorney-in-fact of Insurance Company of the West, the Corporation that executed the within
Instrument, 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.
WITNESS my hand and official seal.
ICW Ull 315H (11/13)Notary Public In ind
GENERAL ACKNOWLEDGMENT
888ggegi3g!ggigggg9g>gaggg^
NO. 201
State of CALIFORNIA
County of LOS
SS.
On this the _20thday Of November
Barbara J. Patton
.19_86_ before me,
OFFICIAL SEAL :
BARBARA J. PATTON
NOTARY PUBLIC-CALIFORNIA
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
My Commission Exp. Aug. 17,1987
the undersigned Notary Public, personally appeared
MLADEN BUNTICH'
G9X personally known to me ;
O proved to me on .thebasis of satisfactory evidence
to be the person(s) whose name(s) 1 s subscribed to the
within Instrument, and acknowledged that
WITNESS my hand and official seal.
s\
/C^-^
he .executed It.
Notary's Signature
7110 122 NATIONAL NOTARY ASSOCIATION • 23012 Vtntun Blvd. • P.O. Bai MM • w~«ii.~« "n
And said Surety, for value received, hereby stipulates and
agrees that no change, extension of time, alteration or
addition to the terras of the Contract, or to the work to be
performed thereunder or the specifications accompanying the
same shall affect its obligations on this bond, and it does
hereby waive notice of any change, extension of time,
alterations or addition to the terras 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 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 20th day
of NOVEMBER , 19 86 .
BUNTICH CONSTRUCTION CO.
(Notarize or Corporate
Seal for Each Signer)MLADEN BUNTICH CONSTRUCTION CO.
Contractor
INSURANC^ COMPANY OF,IHE WEST
7^7 /~ _ jSXjrety
BY :
Barbara Patton, Attorney in Fact
23
INSURANCE COMPANY OF THE WEST
HOME OFFICE: SAN DIEGO. CALIFORNIA
Certified Copy of
POWER OF ATTORNEY .
KNOW ALL MEN BY THESE PRESENTS: That the Insurance Company of the West, a Corporation duly authorized and existing
under the laws of the State of California and having Its principal office In the City of San Diego, California, does hereby nominate,
constitute and appoint: ALLEN JAYNE LINDA JAYNE'* ' BARBARA PATTON . ',
its true and lawful Attorney{s)-in-Fact, with full power and authority hereby conferred in Its name, place and stead, to execute,
seal, acknowledge and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature thereof.
This Power of Attorney is granted and Is signed and sealed by facsimile under and by the authority of the following Resolution
adopted by the Board of Directors of the Insurance Company of the West at a meeting duly called and held on the Sixth day of
February. 1973, which said Resolution has not been amended or rescinded and of which the following is a true, full, and complete
copyi v
"RESOLVED: That the President or Secretary may from time to time appoint Attorneys-in-Fact to represent and act for and
on behalf of the Company, and either the President or Secretary, the Board of Directors or Executive Committee may at any lime
remove such Attorneys-in-Fact and revoke the Power of Attorney given him or her; and be it further
"RESOLVED: That the Attorney-in-fact 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 require, and any such bonds or undertakings executed by
any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the
Secretary.**
IN WITNESS WHEREOF, Insurance Company of the West has caused its official seal to be hereunto affixed and these presents to
be signed by its duly authorized officers this H™ DAY OF NOVEMBER 1985.
INSURANCE COMPANY OF THE WEST
President
STATE OF CALIFORNIA
•COUNTY OF SAN DIEGO SS:
On thfcllTH DAY OF NOVEMBER >re the subscriber. a Notary Public of the State of California, in and for the County of
San Diego, duly commissioned and qualified, came, ERNEST RADY . President of INSURANCE COMPANY OF THE WEST,
to me personally known to be the individual and officer described In and who executed the preceding instrument, and he acknow-
ledged 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 seat 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. I have hereunto set my hand and affixed my Official Seal, at the City of San Diego, the day and year
first above written.
OFFICIAL SEM.
NORMA PORTER
NOTARY PUBUC-CWJFORKI*
PrireJpal Office in San D*sff> Cburty
My ConunhsiM bp- i*»- I •
Notary Public
, STATE OF CALIFORNIA
* COUNTY OF SAN DIEGO SS:
I. the undersigned, Richard S. King, Secretary of the Insurance Company of the West, do hereby certify that the orfg'r.;: POWER
OF ATTORNEY, of which the foregoing is a full, true and correct copy. Is In full force and effect, and has not been revoked.
JN WITNESS WHEREOF. I have hereunto subscribed my name as Secretary, and affixed the Corporate Sea! of the Coiporat:on,
is 20th day of "November. osfi.
; ICW CAL 37 (REV. 5/82)
GENERAL PROVISIONS
1. PLANS AND SPECIFICATIONS
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, and
the General and Special Provisions attached thereto.
The Construction Plans consist of seven sheets
designated as City of Carlsbad Drawing No. 273-B. 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.
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.
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 accompanying these provisions,
unless stated otherwise.
C. Directions:
Where words "directed", "designated", "selected",
or words of similar import are used, it shall be
understood that the director, designation or
selection of the Engineer is intended, unless
stated otherwise. The word "required" and words of
24
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 operations, 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 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 transportation.
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.
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 preconstruction conference. No changes shall be
made to the construction schedule without the prior
written approval of the City Engineer.
Any progress payments made after the scheduled
completion date shall not constitute a waiver of this
paragraph or any damages.
25
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 immediately after being
duly notified by an issuance of a "Notice to Proceed"
and shall diligently prosecute the work to completion.
The work will be completed within 60 consecutive
calendar days of the "Notice to Proceed". If the
completion date is not met the Contractor will be
assessed the sum of $500 per day for each day beyond
the completion date as liquidated damages for the
delay. Any progress payments made after the specified
completion date shall not constitute a waiver of this
paragraph or of any damages.
6. 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 (1) year after the
filing of a "Notice of Completion" and 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 manufacturer's directions, the
Contractor shall obtain and distribute the necessary
copies of such instructions, including two (2) copies
to the City Engineer.
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.
Internal combustion station engines will only be
allowed from 7:00 A.M. to dusk. If dewatering or other
machinery is required after hours, it shall be powered
by electric motors.
26
10. CITY INSPECTORS
All work shall be under the observation of a City
Construction Inspector. Inspectors shall have free
access to any or all parts of work at any time.
Contractor shall furnish Inspectors with such
information as may be necessary to keep her/him fully
informed regarding progress and manner of work and
character of materials. Inspection of work shall not
relieve Contractor from any obligation to fulfill this
Contract.
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 the Contractor shall
forthwith be physically amended to make such insertion
or correction. The Contractor to submit weekly
construction progress reports which will include work
completed in accordance with the bid items.
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 hot 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 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 appraise 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, 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
27
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, efficiency by a testing laboratory as selected
by the City. If the substitute offered is not deemed
to be equal to that so indicated or specified, then the
Contractor shall furnish, erect, or install the
material, apparatus, equipment, or process indicated or
specified. Such substitution of proposals shall be
made prior to beginning of construction, if possible,
but in no case less than ten (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 drawings and specifications and the
exact "as-built" locations, sizes and kinds of
equipment, underground piping, valves, and all other
"* work not visible at surface grade. Prints for this
purpose may be obtained from the 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 completion 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 required licenses and fees.
The Contractor will be allowed to work 7:00 A.M. to
dusk (to be determined by the City of Carlsbad) Monday
through Saturday.
16. QUANTITIES IN THE SCHEDULE
The quantities given in the schedule, for unit price
items, 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.
28
The City reserves and shall have the right, when
confronted with unpredicted conditions, unforeseen
events, or emergencies 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 said work as so modified. If an increase in the
quantity of work so ordered should result in a delay to
the work, the Contractor will be given an equivalent
extension of time.
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. SURVEYING
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
Utilities for the purpose of these specifications shall
be considered as including, but not limited to 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 use of
their tenants, and storm drains, sanitary sewers, and
street lighting. The City of Carlsbad and affected
utility companies have, by a search of known records,
endeavored to locate and indicate on the Plans all
utilities which exist within the limits of the work.
However, the accuracy or completeness of the utilities
indicated on the Plans is not guaranteed. Service
connections to adjacent property may or may not be
29
shown on the plans. It shall be the responsibility of
the Contractor to determine the exact location and
elevation of all utilities and their service
connections. The Contractor shall make his/her own
investigation as to the location, type, kind of
material, age and condition of existing utilities and
their appurtenances and service connections which may
be affected by the contract work, and in addition
he/she shall notify the City as to any utility,
appurtenances, and service connections located which
have been incorrectly shown on or omitted from the
plans.
The Contractor shall notify the owners of all utilities
at least 48 hours in advance of excavating around any
of the structures. At the completion of the contract
work, the Contractor shall leave all utilities and
appurtenances in a condition satisfactory to the owners
and the City. In the event of damage to any utility,
the Contractor shall notify the owners of the utility
immediately. It is the responsibility of the
Contractor to compensate for utility damage.
The temporary or permanent relocation or alteration of
utilities, including service connections, desired by
the Contractor for his/her own convenience shall be the
Contractor's own responsibility, and he/she shall make
all arrangements regarding such work at no cost to the
City. If delays occur due to utilities relocations
which were not shown on the Plans, it will be solely
the City's option to extend the completion date.
In order to minimize delays to the Contractor caused by
the failure of other parties to relocate utilities
which interfere with the construction, the Contractor,
upon request to the City, may be permitted to
temporarily omit the portion of work affected by the
utility. The portion thus omitted shall be constructed
by the Contractor immediately following the relocation
of the utility involved unless otherwise directed by
the City.
All costs involved in locating, protecting and
supporting all utility lines shall be included in the
price bid for various items of work and no additional
payment will be made.
20. 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 requirements. The Contractor shall
include the cost of water and meter rental within
appropriate items of the proposal. No separate payment
will be made.
30
21. TEST OF MATERIALS
Testing of materials shall conform to Section 4-1.4 of
the SSPWC and the following:
Execpt as elsewhere specified, the Agency will bear the
cost of testing material and/or workmanship where the
results of such tests meet or exceed the requirements
indicated in the Standard Specifications and the
Special Provisions. The cost of all other tests shall
be borne by the Contractor.
Contractor shall leave all utilities and appurtenances
in a condition satisfactory to the owners and the City.
In the event of damage to any utility, the Contractor
shall notify the owners of the utility immediately. It
is the responsibility of the Contractor to compensate
for utility damages.
The temporary or permanent relocation or alteration of
utilities, including service connections, desired by
the Contractor for his/her own convenience shall be the
Contractor's own responsibility, and he/she shall make
all arrangements . regarding such work at not cost to the
City. If delays occur due to utilities relocations
which were not shown on the Plans, it will be solely
the City's option to extend the completion date.
In order to minimize delays to the Contractor caused by
the failure of other parties to relocate utilities
which interfere with the construction, the Contractor,
upon request to the City, may be permitted to
temporarily omit the portion of work affected by the
utility. The portion thus omitted shall be constructed
by the Contractor immediately following the relocation
of the utility involved unless otherwise directed by
the City.
All costs involved in locating, protecting and
supporting of all utility lines shall be included in
the price bid for various items of work and no
additional payment will be made.
22. WATER FOR CONSTRUCTION
The Contractor shall obtain a construction meter for
water utilized during the construction under this
contract. The Contractor shall contract the
appropriate water agency for requirements. The
Contractor shall include the cost of water and meter
rental within appropriate items of the proposal. No
separate payment will be made.
31
23. TEST OF MATERIALS
Testing of materials shall conform to Section 4-1.4 of
the SSPWC and the following:
Except as elsewhere specified, the Agency will bear the
cost of testing material and/or workmanship where the
results of such tests meet or exceed the requirements
indicated in the Standard Specifications and the
Special Provisions. The cost of all other tests shall
be borne by the Contractor.
24. COMPACTION TESTS
All backfill and subgrade shall be compacted in
accordance with the notes on the plans and the SSPWC.
Compaction tests may be made by the City and all costs
for such testing shall be borne by the City. Said
tests may be made at any place along the work as deemed
necessary by the City Engineer. The costs of any
retests made necessary by noncompliance with the
specifications shall be borne by the Contractor.
25. CLEANUP AND DUST CONTROL
Cleanup and dust control shall conform to Section 7-8.1
of the SSPWC and shall be executed even on weekends and
other non-working days at the City's request. Clean up
and dust control to be in force at all times.
SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS
Contractor shall procure and maintain for the duration of
the contract insurance against claims for injuries to
persons or damages 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. If the insurance is on a "claims made"
basis, coverage shall be maintained for a period of three
years from the date of completion of the work. The cost of
such insurance shall be included in Contractor's bid. The
insurance company or companies shall meet the requirements
of City Council Resolution No. 8108.
A. Minimum Scope of Insurance
Coverage shall be at least as broad as:
32
1. Insurance Services Office Form Number GL 0002
(Ed.1/73) covering Comprehensive General Liability;
and Insurance Services Office form number GL 0404
covering Broad Form Comprehensive General Liability;
and
2. Insurance Services Office Form Number CA 0001
(Ed. 1/78) covering Automobile Liability, Code 1
"any auto"; and
3. Workers' Compensation as required by the Labor Code
of the State of California and Employers' Liability
Insurance.
B. Minimum Limits of Insurance
Contractor shall maintain limits no less than:
1. Comprehensive General Liability: $1,000,000
combined single limit per occurrence for bodily
injury and property damage. If the policy has an
aggregate limit, a separate aggregate in the amounts
specified shall be established for the risks for
which the City or its agents, officers or employers
are additional insured.
2. Automobile Liability: $1,000,000 combined single
limit per accident for bodily injury and property
damage.
3. Workers' Compensation and Employers' Liability:
Workers' Compensation limits as required by the
Labor Code of the State of California and Employers'
Liability limits of $1,000,000 per accident.
C. Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be
declared to and approved by the City. At the option of
the City, its officials and employees; or the Contractor
shall procure a bond guaranteeing payment of losses and
related investigation, claim administration and defense
expenses.
D. Other Insurance Provisions
The policies are to contain, or be endorsed to contain,
the following provisions:
1. General Liability and Automobile Liability Coverage:
a. The City, its officials, employees and volunteers
are to be covered as insured as respects: liability
arising out of activities performed by or on behalf
33
of the Contractor; products and completed operations
of the Contractor; premises owned, leased or used by
the Contractor; or automobile 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.
b. The contractor's insurance coverage shall be primary
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 excess of Contractor's insurance
and shall not contribute with it.
c. Any failure to comply with reporting provisions of
the policies shall not affect coverage provided to
the City, its officials, employees or volunteers;
d. Coverage shall state that 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.
2. Workers' Compensation and Employers' Liability
Coverages
The insurer shall agree to waive all rights of
subrogation against the City, its officials,
employees and volunteers for losses arising from
work performed by Contractor for the City.
3. All Coverages
Each insurance policy required by this clause shall
be endorsed to state that coverage shall not be
suspended, voided, cancelled, reduced in coverage or
in limits except after thirty (30) days prior
written notice by certified mail, return receipt
requested, has been given to the City.
E. Acceptability of Insurers
Insurance is to be placed with insurers with a Bests'
rating of no less than A:XI unless otherwise authorized
by City Council Resolution No. 8108.
F. Verification of Coverage
Contractor shall furnish the City with certificates of
insurance and with 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
34
on its behalf. The certificates and endorsements are to
be in forms provided by the City and are to be received
and approved by the City before work commences.
Subcontractors
Contractor shall include all subcontractors as insured
under its policies or shall furnish separate
certificates and endorsements for each subcontractor.
All coverages for subcontractors shall be subject to all
of the requirements stated herein.
35
SUPPLEMENTAL PROVISIONS
1.0 TRENCH SAFETY AND SHORING OF EXCAVATION
In accordance with Section 6500 of the Labor Code, the
Contractor is required to obtain a permit, for the
excavation of trench which is five feet or more in depth and
into which a person is required to descend, from Division of
Industrial Safety. A copy shall be submitted to the City of
Carlsbad.
The Contractor shall furnish all labor, equipment, and
materials required to design, construct and remove all
sheeting, shoring and bracing or other equivalent method of
support for the walls of open excavations required for the
construction of this project.
Excavation for any trench or structure 5 feet or more in
depth shall not begin until the Contractor has received
approval from the Engineer of the Contractor's detailed plan
for worker protected from the hazards of caving ground.
Such plan shall be submitted at least 5 days before the
Contractor intends to begin excavation and shall show the
details of the design of shoring, bracing, sloping or other
provisions to be made for worker protection during such
excavation. No such plant shall allow the use of shoring,
sloping or a protective system less effective than that
required by the Construction Safety Orders of the Division
of Industrial Safety, and if such plan varies from the
shoring system standards established by the Construction
Safety Orders, the plans shall be prepared and signed by an
Engineer who is registered as a Civil or Structural Engineer
in the State of California.
Prior to the beginning of excavations requiring shoring, the
Contractor shall designate in writing to the Engineer,
someone whose responsibility is to supervise the project
safety measures and someone whose responsibility is to
supervise the installation and removal of sheeting, shoring
and bracing.
In addition to shoring the excavations in accordance with
the minimum requirements of the Industrial Safety Orders, it
shall be the Contractor's responsibility to provide any and
all additional shoring required to support the sides of the
excavation against the effects of loads which may exceed
those derived by using the criteria set forth in the
Industrial Safety Orders. The Contractor shall be solely
responsible for any damages which may result from his
failure to provide adequate shoring to support the
excavation under any or all of the conditions of grading
36
which may exist, or which may arise during the construction
of the project.
Trenches shall be covered with approved load bearing steel
trench plates at all times during shut down hours (evenings,
weekends, etc.) and even during working hours except where
actual work is in progress.
The lump sum bid for the item Trench Safety and Shoring of
Excavations shall include all costs relating to trench
safety and shoring of excavations as described hereinabove.
No change will be made in the amount to be paid under this
item of trench safety and shoring of excavation as a result
of required revisions in the trench support details due to a
type of soil encountered which requires a method of trench
support different from that approved.
2.0 ROCK BEDDING
Rock bedding shall be will-graded angular crushed rock. All
rock shall pass a one-inch sieve size and no more than 10%
shall pass a #4 sieve.
A sieve size analysis for the rock to be used on the job
shall be submitted to the City for approval prior to the
commencement of work.
3.0 TRAFFIC CONTROL
The Contractor shall maintain a minimum of one lane open in
each direction on Carlsbad Boulevard at all times. It will
be the Contractor's responsibility to provide all personnel
and equipment required to direct traffic. A traffic control
plan shall be submitted to and approved by the City Engineer
prior to the commencement of any work.
4.0 STORAGE OF EXCAVATED MATERIAL
The Contractor shall store no excavated material on the work
site. All excavated material shall be trucked from the
site. The Contractor shall make his own arrangements for
storage and final disposal of excavated material.
5.0 RELOCATION OF 4" ACP FORCE MAIN
The Contractor shall complete the force main work with two
50% closures of Carlsbad Boulevard. The Contractor shall
provide two weeks written notice to the City of Carlsbad for
this work. The force main may be taken out of service for
24 hours to complete this relocation.
37
6.0 PROJECT SIGNS
The Contractor shall provide three 4-foot by 8-foot project
signs at the approximate locations shown on the drawings.
The City of Carlsbad shall approve the final location and
layout of the signs prior to installation. The signs shall
list the following information:
1. City of Carlsbad
2. Seawall Storm Drain Interceptor
3. Municipal Projects Division
4. Redevelopment Agency
Sign supports shall be 4-inch by 6-inch posts, painted
black, set a minimum three feet, six inches in the ground.
Paint shall be exterior type and lettering shall be applied
by a commercial sign painter.
7.0 PREPURCHASE OF PIPE
The City of Carlsbad has prepurchased the pipe for the
project. The pipe will be delivered to the project site on
two week written notice by the contractor. The pipe
supplier will off-load the pipe under the direction of the
contractor. It will probably take two days for the pipe
supplier to off-load the pipe. All excess pipe shall be
delivered to the City yard at the conclusion of the project.
8.0 BURIED ROADBEDS
During the course of excavation, the contractor may
encounter buried roadbeds. The roadbeds may be asphalt or
concrete. There has been no attempt on the part of the City
to determine the extent, or likelihood, of encountering
roadbeds during excavation for this project. If the
contractor has concerns regarding these roadbeds, he should
conduct his own investigation of the site prior to bidding.
9.0 COORDINATION WITH OTHER CONTRACTORS
The City has contracted with Marathon to construct a seawall
approximately 100* west of the storm drain to be installed
under this contract. Marathon will be working from the top
of the bluff and within the work zone for this project. It
will be the contractors responsibility to coordinate his
work with Marathon to avoid delays or conflicts.
38
CERTIFICATION OF COMPLIANCE
I hereby certify that MLADEN BUNTICH CONSTRUCTION CO.
Legal Ni of Contractor
NOVEMBER-20, 1986
Date Contractor's Signature
(Notarize or Corporate Seal)
Title
°f all principals
GENERAL ACKNOWLEDGMENT
State of CALIFORNIA
Bounty of LOS
SS.
BARBAwAJ. PAliM j
NOTARY PUBLIC - CALIFORNIA i
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY j
My Commission Exp. Aug. 17.1987 j
Onthisthe_20thdayof November
Barbara J. Patton
NO. 201
before me,
the undersigned Notary Public, personally appeared
MLADEN BUNTICH'-
2P< personally known to me '-
D proved to me on .the basis of satisfactory evidence
to be the person(s) whose name(s) T
within instrument, and acknowledged that
WITNESS my hand ano>fffcjlal seal.
subscribed to the
executed It.
7110 122 NATIONAL NOTARY ASSOCIATION • J3012 V»nluf« Blvd. • P.O. Boi 482S . W«mi.~( Hill. r» «••
39
»• •, !-
M.y'iMfSf Nov .24,1986'<*• ••' -"""" i
ALLEN JAYBE INSURANCE, INC.
680 Mil shire Place, Suite 308
Los Angeles, Ca. 90005
Tel. (213) 382-6331
MLADEN BUNTICH CONSTRUCTION CO.
9946 Rancho Caballo Drive
Sun!and, Ca. 91040
T}' f i ' ' t (' • >i "' f fc> • t >e " IK "i '< "It1 i . • • • i r .1 ' H i ">r i*; cit' ' -
(.'III. I' •"• "! Ti-t' { fi't I A1 >«*i I F I'l Iv.l
AN < i i '
I i / 'B . r
I CO" t, IF HI i
C( ' fMil
COi»T / \«>; ; A'
ILLINOIS UNION INSURANCE CO.
CLASSIFIED JICURANCE__CORP_.
FREMONT INDEMNITY CO.
i ^ Wai
i THIii IS TO CERTIFY THAT POLICIES OF INSURANCE: LISTE D BELOW HAVC B! 1 N IfSUt i' TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED
|f NOTWITHSTANDING ANY REQUIREMENT, TERM OPI CONDITION Of" Aid COIMM.C , OF, OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAV
j BE ISSUED OR MAY PERTAIN, THE INSURANCE: AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO AH. THE TERMS EXCLUSIONS, AND CONDI-
, ,t, TIONS OF SUCH POLICIES,
Pi'1 '"""I
ir "
ml'
|w
P
1
1
1
IB
1
1IJ
ilf
T!
1°
1°
TYPE OF INSURANCE'
Gf
ij.i_x
X
I-i
A
I
-X
-X
NERAL LIABILITY
COMPREHENSIVE FORM
PREMISES/OPERATIC!!*'?
UNDERGROUND
EXPLOSION & COLLARS!. HAZARD
PRODUCTS/COMPLETED OPERATION?
CONTRACTUAL
INDEPENDENT CONTRACTOR:,
BROAD FORM PROPERTY DAMAGE
PERSONAL INJURY"
JTOMOBILE LIABILITY
ANY AUTO
ALL OWNED AUTOS (PriiY. PASS i
ALL OWNED AUTOS (p||l/fip)Jsafi)
HIRED AUTOS
NON-OWNED AUTOS
GARAGE LIABILITY
EXCESS LIABILITY
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
WORKERS' COHPENSATIOM
AND
EMPLOYERS LIABILITY
«^XX THE CITY OF CAR
•ERATIONS OF THE NAMED
POLICY NUMBER
EPC 002168
CBP 2501170
WP 86-349998-02
POLICY EfFtCIIVi
DAIt (MIA'CO'VY.
7/15/86
8/20/86
LSBAD IS NAMED ADDITIONAL INSURED BU
INSURED IN CONNECTION ^TH THE FOLL
POLICY EXPIRATIOI.
DAft (MM/DCWi'|
7/15/87
8/20/87
9/26/87
T ONLY AS RE
OWING JOB:
LIABILI
BODILY
INJURY
PfiOPEiRT fDAMACaF
B! S PO
COMBINED
TV LIMITS IN THOUSANDS
EACHOCCURRENCE
$
$
S
1,000,
PERSONAL INJURY
|i| U
P H
K.J
PR IP.. HI
El & H
TOM ^D
81 8 PD
COMBINS=0
S _
S
$ 500,
$
AGGREGATE
$
$
% 000
$ INCL.
$
STATUTORY T '
IE!$
inn (fACH ACCIDI:NT)
jyjQ*(QISF.AS!:-POLKY LIM.l)
1 ftO *(D;3E ASC-EACH EMPLOYEE)
SPECTS™' ~
•I Contract Price: $387,186 Term: 60 Calendar days
* it iKBy*M^flwBiMi|BafliHai&li»aMgMiiilimiiMii^
CITY OF CARLSBAD
1200 Elm Avenue
Carlsbad. Ca. 92008
SHOi!!,I) AMY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BF.FOftf. THE EX-PIRATIOK OATS; THEREOF, THE ISSUING COMPANYDAYS WRITTEN NOTICE TO THE CERTIFICATE
LEFT, Mfi4ft!x'iftM&*8^M^*^^
AUTHORIZED REPRESENTATIVE
Nov.24, 1986
S;*»if"1
ALLEN JAYNE INSURANCE, INC.
680 WILSHIRE PLACE, SUITE 308
LOS ANGELES, CA. 90005
Tel. (213) 382-6331
i Tit , » ' i i ' i '•' '',>' u i /' /, > 1 if ' "' Its 'Jfi 'lf I I •) AK • f' '"I I
I H' » .' I'U.IH ,lf" ' 1>-J. r.. IHt C ' ilr !ti,li f," A!«
F.'"t i Of A Tl« TH' UV , .(' /SHU'S' , f it' Pv.. I'' b O
IES AFFORDING COVERAGE'
INSURE.!''.
MLADEN BUNTICH CONSTRUCTS CO.
9946 Rancho Caballo Drive
Sun!and, Ca. 91040
6ENSTAR INSURANCE COMPANY
iETi'f:
IP
THSfc IS TO CERTIFY THAT POLICIES OF INSURANCI LISTED Bl LOW hAVt Blth Ib^UEr TO 1 HC INSURE PI NAMfO ABOVC FOP THC POLICY Pr RIOD INDICATED
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WiTH RESPECT TO WHICH THIS CERTIFICATE MAV
BE ISSUED OR MAV PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AN!) CONDi-
TIONS OF SUCH POLICIES
TYPE OF INSURANCE
GENERAL LIABILITY
—
t
A
COMPREHENSIVE FORM
PREMISES/OPERATION:;
UNDERGROUtvt)
EXPLOSION & COLLAP3IT HAZARD
PRODUCTS/COMPLETED OPERATION j
CONTRACTUAL
If.OEPCNIM-n CONTHAC1MS
BROAD FORM PROPER' V DAMAGf.
PERSONAL INJURY
(TOMOBILF: LIABILITY
ANY AUTO
ALL OWNED AUTOS (PRiv PASS.)
ALLOWNFOAUTG5(^ff^
HIRED AUTOS
NON-OWNED ALITOV
GARAGE LIABILITY
POLICY NUMBER
•
,
EXCESS LIABILITY j
j[ UMBRELLA KM!, NEX 2675]
1 01 HER THAN UME:1RLA FOai;
WORKERS COMPENSATION j
ANI?
EMPLOYERS' LIABILITY
i
5ffiXX THE CITY OF CARLSBAD IS NAMED ADDITIO
OPERATIONS OF THE] NAMED INSURED IN CONNEC
.. _. . •' i
SCR
J'iiflHj
POJCV tff ECTWi:DATt (MM/MVYYi
8/19/86
m. INSURED
riON WITH TH
POUCV EXPIf'IATION
DMI (MM/DOA'Y)
7/15/87
^
JUT oav AS
E FOLLOWING
LIABILITY LIMITS IN THOUSANDS
! E-AChOCCURRENCE
BODILYINJURY
PROPERTYDAMAGE
81 & PDCOMBINED
$
$
$
PERSONAL INJURY
BOUi.vINJ'JPi(PER PtRSOfl)
BOD!LV
IMF-tfif. 'CCIDii.M
PROPERT-i
DAMAGE
B: & PD
COMBINED
B' & PDCOMBINED
$
$
$
$
$ 2,000,
STATUTORY \
AGGREGATE
$
$
$
$
$ 2,000,
1$ (EACH ACCIDENT)
1
(DISEASE- POLICY LIMIT.
(DISEASE-EACH EMPLOYEE)
RESPECTS
JOB:
"TION 0' OPERATIOfvlS/lOCATIONSA/FHiCiFS/SPtCIA' ITFMo
CITY OF CARLSBAD, CARLSBAD BLVD. STORM DRAIN
Contract Price $387,186 Term: 60 Calendar days
SHOULP A,.'V O' 1H, AP -\l OFf< RIBf.3 f'OLICIf- BL CAN'-LLLeD BSFORE THf E)
PIWATIOK t/ATt THfFf ;*;, THt ISSUWt COhf-AM WILL
MAii ^0 OAY5; WRITTEN NOTICE TO THE CERTIFICATE HOLDE
' AUTHORIZED REPRESENTATIVE-:
CITY OF CARLSBAD
1200 Elm Avenue
Carlsbad, Ca. 92008