Loading...
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