Loading...
HomeMy WebLinkAboutN.A.& J. Frank Artukovich J.V.; 1983-04-12; 1128CITY OF CARLSBAD San Diego County California BID DATE <=£& 25 TIME ESTIMATE $ (4,0.00 BONO COMPLETION 30 Qj^lo^A^- L1Q I DEPOSIT REFUND wo CONTRACT DOCUMENTS & SPECIFICATIONS for . GRAND AVENUE WATERLINE REPLACEMENT CONTRACT NO. 1128 JANUARY, 1983 TABLE OF CONTENTS ITEM PAGE NOTICE INVITING BIDS 1 PROPOSAL 3 BIDDER'S BOND TO ACCOMPANY PROPOSAL 6 DESIGNATION OF SUBCONTRACTORS 7 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 9 BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE 10 CONTRACT 11 LABOR AND MATERIALS BOND 16 PERFORMANCE BOND - 18 GENERAL PROVISIONS 20 SPECIAL PROVISIONS 26 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS ORIGINAL Sealed bids will be received at the Office of the Purchasing Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, until 4:00 PM on the g. 5" day of f-^z&ftl/flfcV , 19^5 at which time they will be opened and read for performing the work as follows: GRAND AVENUE WATERLINE REPLACEMENT CONTRACT NO. 1128 The work shall be performed in strict conformity with the specifications therefor as approved by the City Council of the City of Carlsbad on file in the Engineering Department. 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 Engineering 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 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. Bidder's 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 $ 14,000 . 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. One set of plans, special provisions and contract documents may be obtained at the Engineering Department, City Hall, Carlsbad, California, at no cost to licensed contractors. Additional sets are available for a nonrefundable fee of *$/&, 0 G per set. Page 2 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 compliance with provisions of Section 1777.5 of the 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. VY/LL NOT A prebid meeting and tour of project site will/will not be held on at at 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 100 percent of the contract price shall be required for work on this project. Approved by the City Council of the City of Carlsbad, California, by ResolutiogrNS^'ji | £ 6 . adopted on the / 67" day of 19 • . B *-'"• ••'-•- *•" ' -s '<: •• Date / Aletha L. Rautenkranz, City Cler ORIGINAL City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 Page 3 CITY OF CARLSBAD CONTRACT NO. 1128 PROPOSAL 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. /l^& _ in accordance with the Plans and Specifications of_ the City of Carlsbad, and the special provisions and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: Article w/Unit Price or Lump Sum Written in Words Approximate Quantity & Unit Unit Price TOTAL Furnish materials & construct 12" class 150 asbestos cement water main including saw cut- ting, trenching, backfill and overlaying, clearing & grubbing Complete in place at 34SL.F.50 Dollars Cents per linear foot Page 4 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 errors or omissions on the part of the undersigned in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds and insurance policies within twenty (20) days from the date of award of contract by City Council of the City of Carlsbad, the proceeds of check or bond accompanying this bid shall become the property of the City of Carlsbad. Licensed in accordance with the Statutes of the State of California providing for the registration of contractors, License No. .3*^51 &Q Identification (2~LASS> A _ • The undersigned bidder hereby represents as follows: 1. That .no Councilmember, officer, agent or employee of the City of Carlsbad is personally interested, directly or indirectly^ in tfiis contract, or the. compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents or employees, has induced him/her to enter into this contract, excepting only those contained in this form of contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is _ _ (Cash, Certified Check, Bond or Cashier's Check)_ in an amount of not less than ten percent (10%) of the total bid price. '••is-'." -**M^jf If ORIGINAL Page 5 The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of ,that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 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 NJ..A; H-T. FtzAAik Ae-4t>lurvi cL IV. Bidder's Name 25 Authorized Signature Co s-U.QA. .2k zu Bidder's Address Authorized Signature Type of Organization (individual, Corporation, Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all partners, if a partnership: _\T. .S*4 . Kl.A-Ual. (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST BE ATTACHED) (CORPORATE SEAL) ROf?1!?| ORIGINAL STATE OF CALIFORNIA COUNIY Oh"ss. On ____ J State personally appeareO fotfnejtie undersigned, a Notary Public in and lor said to me (ot proved to me on the basis of satisfactory evidence) to be the person ______________________ subscribed to the within instrument and acknowledged that . . the same, WITNESS myjjgnd/and official seal. Signature Name (Typed or Printed) personally known whose names _ executed OFFICIAL SEAI. 43 (, 10) Uov. 6 82 NOTARY ?U3L!C - CALIFORNIA PNINClPAL OFFICE IN OSANGS COUNTY My Commission E*p. Aug. 19,1985 fa 'OiSSOeXJ'SfresOO** (This area (or oflicial seal) State of California County of Los Angeles On this.25th day of FEBRUARY , I9?J, before me personally came Arthur J. Clementt Jr. to me known, who being by me duly sworn, did depose and say: that he is Attorney (s)-in-Fact of Covenant Mutual Insurance Company, the Corporation described in and which executed-the foregoing instrument; that he know(s) the seal of said Corporation; that the seal affixed to said instrument is such corporate ,seal; that \y#s± so affixed by authority granted to him in accordance with the By-Laws of the said Corporation, a\id Jjiat jjesigned his name thereto tr OrFlCIAL SEAL l/y^f^A DIMITRA SCHMAUSS [ ^ii^;.^ NOTARY ruOLiC-CALirDRNtA\ v'vi^r£;;.:-y F.iiNCipAL OFFICE IN " ^j^-^ LCS A"-;':-!-:s COUNTY My Commission Expjrss Apr. 30, 1936 (Notary Public) Page 6 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: N.A. ARTUKOVICH & J. FRANK ARTUKOVICH That we, A JOINT VENTURE ' and COVENANT MUTUAL INSURANCE COMPANY , as Surety,'are held and firmly bound unto the City of Carlsbad, California, in'the sum of TEN PERCENT OF THE TOTAL AMOUNT OF THE BID IN Dollars ORIGINAL , as Principal, ($rna ), lawful money of the United States for the pay- ment~6f which sum well and truly to be-made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH: That if the proposal of the above-bounden principal for: • . Grand Ave. waterline replacement in the City of Carlsbad, is accepted by the City Council of said City, and if the above-bounden Principal shall duly enter into and execute a contract including required bonds.and insurance policies within twenty (20) days from the date of award of con- tract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event any Principal above named executed this bond as an individual, it is agreed that the death of any such Prin- cipal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this - 25th day of FF.RRATTRY '. , 1" N.A. ARTUKOVICH & J. FRANK ARTUKOVICH A JOINT VENTURE Corporate Seal (if corporation) ,"\ Principal / COVENAN^ntfuTU&L /INSU Title Attach Acknowledgement of Attorney in Factv'' Notarj._al Acknowledgement of exe- cution, by all PRINCIPALS and SURETY must be.attached Attach Power of Attorney COVENANT MUTUAL INSURANCE COMPANY Hartford. Connacticut POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: ORIGINAL That COVEN ANT MUTUAL INSURANCE COMPANY, a corporation of the State of Connecticut, dews hereby make, constitute and appoint its true and lawful Attorney (s)-in-Fact, with full power and authority, for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recog- nizances, consents of surety or other written obligations in the nature thereof, as follows: Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature thereof in an unlimited amount and to bind COVENANT MUTUAL INSURANCE COMPANY thereby, and all of the acts of said AttorneyUl-in-Fact. pursuant to these presents, are hereby ratified and confirmed. This appointment is made under and by authority of the following provisions of section 12 of the by-laws of the Company, which are now in full force and effect: From time to time the board may impose such additional duties and confer such further authority upon any or all of the officers as it may in its discretion determine including, without limitation or characterization, authority to execute by facsimile signature or facsimile signatures, and deliver or cause or authorize any duly appointed agent to deliver in the name and behalf of the corporation any policy, contract, bond, undertaking, consent of surety, recognizance, general or special power of attorney, certification, attestation, or other instru- ment, all with or without the seal of the corporation, but if under seal to evidence such seal by physical im- pression or by facsimile or by any other appropriate method. This power of attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Directors of COVENANT MUTUAL INSURANCE COMPANY at a meeting duly called and held on March 12. 1973: RESOLVED: That any bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when signed by the President or any Senior Vice President or Vica President and duly attested and sealed, if a seal is required, by any Secretary or Assistant Secretary or when signed by the President or any Senior Vice President or Vice President and countersigned and sealed, if a seal is required, by a duly authorized attorney-in-fact or agent; and any such bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when duly executed and sealed, if a seal is required, by one or more attorneys-in-fact or agents pursuant to and within the limits of the authority granted by his or their power or powers of attorney. FURTHER RESOLVED: That the signature of any officer authorized by the by-laws and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, recognizance or other written obligation in the nature there- of; such signatura and seal, when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, COVENANT MUTUAL INSURANCE COMPANY has caused these presents to be signed by its proper officer and its corporate seal to be hereunto affixed this 22nd day of March, 1973. COVENANT MUTUAL INSURANCE COMPANY Attest:. Assistant Secretary ' STATE OF CONNECTICUT ) COUNTY OF HARTFORD ss: On this 22nd day of March in the year 1973 before me personally came Francis W. Palfrey, Jr., and James E. Witkinito me known, who being by me duly sworn, did depose and say; that they reside in the State of Connecticut; thatthey are respectively Vice President and Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY, the corporation described in and which executed the above instrument; that they know the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of their office under the by-laws of said corporation, and that they signed their names thereto by like authority. .*• \ :oi Notiirv Public My commission expires March 31, 1978 CERTIFICATION I, Vera C. Spitko, Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY certify that the foregoing power of attorney, the above-quoted provisions of Section 12 of the by-laws and the resolutions of the Board of Directors of March 12, 1973 have not been abridged or revoked and are now in full force and effect. Signed and sealed at Hartford, Connecticut, this25th day of FEBRUARY 1983 ^ Assistant Secretary Page 7 DESIGNATION OF SUBCONTRACTORS The undersigned certifies he/she has used the subbids of the following listed contractors in making up his/her bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with applicable provisions of the specifications. No changes may be made in these subcontractors except upon the prior approval of the City Engineer of the City of Carlsbad. The following information is required for each subcontractor. Additional pages can be attached, if required: Items of Work Full Company Name Complete Address w/Zip Code Phone No. w/Area Code u Page 8 DESIGNATION OF SUBCONTRACTORS continued The bidder is Lo provide the following information on the subbids of all the listed subcontractors as part of the sealed bid submission. Additional pages can be attached if required. Full Company Name Type of State Contracting License & No. Carlsbad Business License No.* Amount of Bid ($ or *Licenses are renewable annually by January 1st. If no valid license indicate "NONE". Valid license must be obtained prior to submission of signed contracts. (Notarize or Corporate Seal) M.A.*- 3". Bidder's Company Name a-M Aog^. •^'''g-.lffb Bidder's Complete Address Authorized Signature STATE OF CALIFORNIA COUNTY OFx ss On §s State personally appear^; ndersigned.a Notary Public in and (or said oDT) c0) O>t>0) to me (or proved to me on the basis of satisfactory evidence) to be the person -.— subscribed to the within instrument and acknowledged that .. W-t the same WITNESS my, Signaturl personally knuwn whose name . executed £<>;--f£S, LEONA IRENE PASLEY W?5ri.Cl£?* NOTA»V FU-.U.IC - CAUrORN Name (Typed or Printed) PR-43 (10) l.'t>v 6-82 (This area (or official seal) STAIE OF CALIFORNIA COUN?.' OF, <f/.7.63- before rrxT) the undersigned, a Notary Public in and for said . personally known to me (or proved to me on the basis of satisfactory evidence) to be Ihe person _. whose name subscribed to the within instrument and acknowledged that .^o^C- — _ executed the same. /} s^-\ WITNESS my hhr^Gnd official seaL / I s^—^% \ f) ^4-~S Signature /Xj2~>L^ ^/. tC^ 1 fE.eNj Name (TyptxJ or Printed) ORANGE COUNTY Commission Ex?. Auj-19 PR-43 (10) Itev 6 82 (This area for official seal) Page 9 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a notarized or sealed statement of his/her financial responsibility. (Notarize or Corporate Seal) Signature FINANCIAL STATEMENT INDIVIDUAL, PARTNERSHIP. OK CORPORATION FINANCIAL STATEMENT OF T.I/. ... 5(c>o To CoJH-A. AUG.. RCCXIVKD AT- BUSINESS *fc r™nn OlifGJNAL f oo AT CLOSE OP BUSINESS- The undersigned, for the purpose of procuring and establishing credit from time to time with you and to induce you to permit the undersigned to becomeindebted to you on notes, endorsements, guarantees, overdrafts or otherwUe, furnishes the following (or in lieu thereof the attached, which is the most recent statement prepared by or for the undersigned) as being a full, true and correct statement of the financial condition of the undersigned on the date indicated, andagrees to notify you immediately of the extent and character of any material change in said financial condition, and also agrees that if the undersigned, or anyendorser or guarantor of any of the obligations of the undersigned, at any time faus in business or becomes insolvent, or commits an act of bankruptcy, or if anydeposit account of the undersigned with you, or any other property of the undersigned held by you, be attempted to be obtained or held by writ of execution, gar-nishment, attachment or other legal process, or if any of the representations made below prove to be untrue, or if the undersigned fails to notify you of any mate-rial change as above agreed, or it the business, or any interest therein, of the undersigned is sold, then and in such case, at your option, all of the obligations ofthe undersigned to you, or held by you, shall immediately become due and payable, without demand or notice. This statement shall be construed by you to be acontinuing statement of the condition of the undersigned, and a new and original statement of all assets and liabilities upon each and every transaction in andby which the undersigned hereafter becomes indebted to you, until the undersigned advises in writing to the contrary. ASSETS rt-fh Tn 1 , ,jP*-V*ArU*«t l t"M -^ A-Al i< (NAME Ol* BANK) Notes Receivable andTrudr ATpir^e (InrlnA-t f . P*«r rtiie) Merchandise— Finished — How Valued. MnrrnndiV — R«w Mitrriil — Him VnlurH ._,,.. Supplies on Hand Stofte tnd Brnidi — Ii-*nrl (S»r ,SrhHul» B) TOTAL CURRENT ASSETS Roil Frtlh"— If" TVprmBtmn of: f , , Net(See Schedule A) Machinery «nd Fixtures — :otnobiles and Trucks— - St~^ .„,} Rm^c_JInli«r«) (W C^hertnle HI Due from Partners, Employes, TOTAL DOLL 2D2. 2.O 2. /GO loo So ^•So ARS ooo ooo ooe 060 ooo oco CENTS OCJ oo «3O 00 00 oo LIABILITIES Nnri«t Payahlr fn Rani™ F/lAy O-f-f A/nOU)«JTS Notes Payable and Trade Arrrptinm far Mpr^tunr|i<e Nores Pay»h!e rn Others Accounts Piyable 1 Tnrlniii-s f Pact T>ne)Due to Partners, Employes,Relatives. Officers, Stockholrler! or Allirrl r/impani'M Chattel Mortgages and Contracts Payable (Describe Federal and Sr«te Inmrae TIT Accrued Liabilities (Interest. T&igrs, T«»«S PJT-) Portion of Long Term Debt Due Within One y«r . _ - TOTAL CURRENT LIABILITIES Liens on Real Estate fSee SrWl,,],.. A) f Less Current Portion Included Ahnve f Krf Caoital Stock — Preferred Capital Stock — ComroAfl Surplus — PaiH fn . Surplus — ^Earned and Undivided Prnfirs Net Vorth (If Not Inc£,rporir«! ) TOTAL DOLLi 4l» t/ 6b »R8 Coo COO ooo CENTS 00 60 CO _TO CONTINGENT LIABILITIES (NOT INCLUDED ABOVE) Net Sales (After Returned Sales and / 1 Cost of Sales: Beginning Inventory t Purchases (or cost of goods mfd.) j • TOTAL less: Closing Inventory •'••'•••••' G Operating Expenses: Salaries — Officers or Partners Salaries and Wages— Other Rent Depreciation Bad Debts Advertising Interest Taxes — Other Than Income Insurance iier Expenses** ! \~-iA Profit from Operations Other IncomelLess Other Expense Net Profit Before Income Tax Federal and State Income Tax Net Prof it or Loss ' ross Profit on Sales (To Net Worth or Earned Surplus) ' As Guarantor nr EnHnra-rAccounts, Notes, or TildeAcceptances Discounted or Plt< Surety On Bonds or Other Contii Letter* nf CirA* Judgments Unsatisfied or Suits P Merchandise Held On CoosignmeUnsatisfied Tax Liens or NoticesState Governments of Intention RECONCILEMENT OF Net Worth or Earned Surplus at Add Net Profit or Deduct Net I Other Additions (DeK-rihe) . Less: Withdrawals or Dividends Other Deductions (Explain) Net Worth or Capital Funds on ' Ipvl >rnt Liability ntrling nfintshrd O*ntrwt*i Tt Prom nrtiert: from the Federal ortn.Atcen S,i<4i T ien« NET WORTH OR EARNED SURPLUS ff.n nf|w;fv, r»« TrtsI Total ETiis Fioaocia! Stttrmcnt DETAIL OF INVENTORY Is Inventory Figure Actual or Esb By Whoni TII km or Estimated^ Buy Principally From Time of Year Inventor* MajagBB ^1s» SCHEDULE A LIST OF REAL ESTATE AND IMPROVEMENTS WITH ENCUMBRANCES THEREON So-Ai (LLejuotno-kt. TOTALS Trtui IN NAMES or AnJukavCtA. BOOK LAND S 10D,OOQ ^ 5 VALUE IMPROVEMENTS 3 — 5 _j MORTGAGE. MATURITY — S OR UENS AMOUNT 9 — 5 TERMS OP PAYMENT 5 — S • — _— ;• (fr. SCHEDULE B STOCKS & BONDS: D«crib« Fully. Use Supplemental Sheet il Necessary. Indicate if Stocks Are Common or Preferred. Give InterestRate and Maturity of Bonds. NO. OF SHARES AMT. OF BONDS >- TOTALS BOOK VALUE LISTED 9 9 UNLISTED 5 S MARKET VALUE PRICE VALUE S S SCHEDULE C Complete if Statement is for an Individual or Sole Proprietorship Number et Ye»r« in Pra««nt Binaries* -.Pat» of Filing Fictitious Trade Style Wh«t Property Lilted in This Statement U in Joint Tenancy?Name of Other Party What Property Listed in Thia Statement is Community Property?Name of Other Party With What Other Business Are You Connected?Have You Filed Homestead? Do You Peal With or Carry Accounts With Stockbrokers? Amount ? SCHEDULE D Complete if Statement is of a Partnership Name of Firra NAME OF PARTNERS (INOICATX SPECIAL PARTNERS) W. A AfeJ-pLo-t'i'cL- T. C". Af£,TTjfejr\jit.L Aaz AMOUNT CONTRIBUTED S OUT3IOINET WOSTH S OTHER BUSINESS CONNECTIONS Date of Organization - Si,Limited or General?Terminate* If Operating Under Fictitious Trade Style, Give Date of Filing SCHEDULE E Complete if Statement is of a Corporation Common Stock Preferred Stock AUTHORI1XO 9 * PARVALUE S S OUTSTANDING SHARES AMOUNT S 9 CASH $ S ISSUED FOR OTHER (DESCRIBE) Bonds— Total Issue $Outstanding 9 Due Interest Rate Date Incorporated Under Laws of State of Omcuis President Vice President otci'CtArjr Treasurer Aas BHARCS OWNED COMMON pmm^RRKo DI«ECTORT» AMD PRINCIPAL STOCKHOLDERS Director Director Director SHARES OWNED COM MOM PNKPEMmO SCHEDULE F Compfete in ALL Cases INSURANCE Are Your Books Audi'OutsideDate of Last Audit lited by'JT5u5LNi..ame r\u>.T-o.Lomck- To What Date Has the U.S. Internal Are You Borrowing From Any OtherBranch of This Bank?____Whidi?.Are Yon Applying for CreditAt Any Other Source? "Have You Ever Failedin Business? Department Your Boo!u?_ If So, Attach a Complete Explanation »nd_State Basis of Settlement With Creditors.— Lease Has 'Years to Run Monthly Renta Fatures__$_ Buildings_ Is Extended CoverageEndorsement Included?Do You Carry Workmen's Automobiles and Trucks: _M Collision. Property 1 Life InsuName of STATEMENT OF BANK OFFICER: Insofar as our records reveal, this Financial Statement is accurate and true,e foregoing statement is (a copy of) the original signed by the maker, in thecredit files of this Bank. n n i r*1 • > i A iUnibii'iAL ASWISTAMT CAStHmn-MAMAcaat The undersigned solemnly declares and certifies that the above statement(or in lieu thereof, the attached statement, as the case may be) and supportingschedules, both printed and written, give a full, true, and correct statement of thefinancial condition of the undersigned as of tbe"qtte indicated. (TITLE, IP CORPORATION) STATE Or CALIFORNIA COUNTY Ol-x On _^^-^slt-/\**^:? State personally appeare SS before me. the undersigned, a Notary Public in and for said 3;g">1i o>I) ________________________________________________ : __________ ..... _ ________________________________ ... ...... _____________ personally known to me (or proved to me on the basis of satisfactory evidence) to be the person __________ ^ _______ ..... . whose name . - . - executed_________________ subscribed to the within instrument and acknowledged tr.at the same WITNESS my tfand^d official seal Signature >• ./-••^OKla. Name (Typed cr Printed) J PR 43 (10) lAiv. 6-82 CcmmiJstcn Exp. Aug. 19, 19B5 HA IRENE PASLEY NOT*«Y pt'attc • CALIFORNIA WNCI?AL OFFiCe If* (This area for official seal) Page 10 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE -The Bidder is required to state what work of a similar character to that included in the proposed contract he/she has successfully performed and give references, with telephone numbers, which will enable the City-to judge his/her responsibility, experience and skill. An attachment can be used if notarized or sealed. Date Contract Completed Name and address of the Employer Name and Phone No. of Person to Contact Amount of Type of Work Contract iq-?q 118o /982 P-iVi^ o-f Sau Oleiu.uk. &hj o-f 8*ujGleufiL7K LA Co. Sou,! iW T£> -<LiTiES M^U ^ i oi paL lOoctae. u faoL rouj^^C rn 2o " TK AMS Mi&iio\j M.A)N |O* IT.* '+.{0" UKcfeft OM£ leuMk Seu^ee, -v •—?^-^r~7i••• '• - y RliilMAL ^7,500^ 2^8 ooD~ /^^ooo""2 - (Notarize or Corporate Seal) Page 11 CONTRACT - PUBLIC WORK This agreement is made this ] ^ ^" day of f\$ 9^.( (_ , I °f V 19 _ , by and between the City of Carlsbad, California, a municipal corporation (hereinafter called "City") and _ L T.I/ _ whose principal place of business is 3 /£><& ArA-visA Y /nsA ^ A - _ (hereinafter called "Contractor".) ' City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work — specified in the contract documents for: ------- f"\ r GRAND AVENUE WATERLINE REPLACEMNT JL , \* CONTRACT NO. 1128 ^M-MriL«/\ (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 proposal; the plans and -specif icat ions -and- all—proper-amendments- and jchanges~made i - thereto in accordance with this contract or the plans and j t —specifications; and the bonds for the project; all of which ; ( are incorporated herein by this reference. ; 4. Payment . As full compensation for Contractors performance of work under this contract, City shall make payment to Contractor as follows: (strike inapplicable subparagraph) . a. In the total amount o f ^ j^~7£> ^ to be made in a lump sum not later than 35 daysr from the date of the filing of the notice of completion. b. In the total amount of _ to__be_ wade in periodic payments as shown on theg_ay»eTitr^chedule attached hereto and c. On a unit price basis of __^. ---- pe7~unit to be made as shown on the paymejat-~tfch7edule attached hereto and made a part (rev.12/21/82) Page 12 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 independentinvestigation 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 unanticipted 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 conditons are as thus indicated. Contractor is satisfied will all job conditions, including underground conditions and has not relied on information furnished by City. .v^'Wa.. %^ 6. Contractor Responsible for Unforeseen Condtions. 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 incured 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 borne 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 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 (rev.12/21/82) Page 13 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. 9. Indemnity. Contractor shall indemnify, hold harmless and defend City and its officers and employees, and each of them, from any and all liability or loss resulting from any suit, claim or other action brought against City, or for any other losses of whatever nature, directly or indirectly arising from the acts of Contractor or its officers, employees or agents done in the construction of this project or in the . performance of this contract regardless of responsibility for negligence. The expenses of defense include all costs and expenses, including attorneys fees, of litigation, arbitration or other dispute resolution method. Nothing in this paragraph shall require contractor to indemnify City for losses caused by the active negligence of City. 10. Insurance. Contractor shall cause the City to be named as an additional insured on any policy of liability or property damage insurance concerning the subject matter or performance of this contract taken out by Contractor. •11. Workers 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 contact Regardless of responsibility for negligence. L :.!:!. ; ill 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 3f b ; ; r-:M u>- -». (rev.12/21/82) Page 14 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 Labor Code. If the Contractor does not maintain the records at Contractor's 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, Chapter 1 commencing with section 1720 of the California Labor Code are incorporated herein by 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 Provisons" attached hereto and made a part hereof. . A. Cam. r act or (Seal)' (Notarial acknowledgement of execution by ALL PRINCIPALS must be attached.) Title &3L CITY OF CARLSBAD, CALIFORNIA Assistant/City Attorney Mayor (rev.12/21/82) STATE OF CALIFORNIA COljNTMOF On State personally appeared SS. before me, the undersigned, a Notary Public in and for said to me (or the same. proved to me on the basis of satisfactory evidence) to be the person S subscribed to the within instrument and acknowledged that . personally known — whose name . __ executed Name (Typed or PrinrecQ_J SEM. LEONA IRENE PASLEY MOTMV PUBUC .CAimORWA ftOUCfM. OFFIC* «N OMNQC COUNTY My Cwmtetaibpt **». 1988 Itev 6 82 (This area for official seal) H ORIGINAL Page 15 ATTEST: City Clerk Contractors Certification of Awareness of Workers Compensation Responsibility. "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." Contractor (KutsrirL (rev.12/21/82) Page 16 LABOR AND MATERIAL BOND Bond No: 015721 KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. "7/^^Z. adopted has awarded to >y,/^ J*J. /^/ta/i/A- Sirtrutra i/vc// hereinafter designated as the "Principal", a contract for: GRAND AVENUE WATERLINE REPLACEMENT CONTRACT NO. 1128 in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents now on file in the Office of the City Clerk of the City of Carlsbad. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond 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, N.A. & J. Frank Artukovich _ , as Principal, hereinafter designated as the "Contractor", and Covenant Mutual Insurance Company as Surety, are held firmly bound unto the city of Carlsbad in the sum of Twelve thousand seven hundred two & no/100- —! Cellars ($12 ,702.00 ) said sum being one hundred per cent(100%) of the estimated amount payable by the City of Carlsbad under the terms of the contract, for which payment well and truly to be made we bind ourseves, 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. .>»••>. '*«**• Page 17: 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 de?th 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 'joj-uday of Marrh 3 MA. & .1. Frank Artnknvirh (Notarize or Corporate Seal for each Signer) ^xT Covenant Mutual Insurance Company Harbld R. SmithAttorney In-Fact Surety ,,..,, ,,„,,,o PASADENA. CALIFORNIA 91 1O1 ORIGINAL State of California County of Los Angeles On this 28th day March , 19 ?&efore me personally came MAPOLD R. SMITH to me known, who being by me duly sworn, did depose and say: that he is Attorney(s)-in-Fact of Covenant Mutual Insurance Company, the Corporation described in and which executed the foregoing instrument; that he know{s) the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority granted to him in accordance with the By-Laws of the said (Corporation, and that he signed his name FFICIAL SEAL '.•'..•••.*-•; FT rrrrv-r>• •• (Notary Pufc/ic) My Commission Ex.oi^.3 Apr. 27, 1984 * «--•** COVENANT MUTUAt INSURANSE COMPANY Hartford, Connecticut POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: ThatCOVENANTMUTUAL INSURANCE COMPANY, a corporation of the State of Connecticut, does hereby make, constitute and appoint , „ _ . . .Harold R. Smith its true and lawful Attorney(s)-in-Fact, with full power and authority, for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recog- nizances, consents of surety or other written obligations in the nature thereof, as follows: Any and aH bonds, undertakings, recognizances, consents of surety or other written obligations in the nature thereof in an unlimited amount. and to bind COVENANT MUTUAL INSURANCE COMPANY thereby, and all of the acts of said Attorney (s)-m-Fact, pursuant to these presents, are hereby ratified and confirmed. This appointment is made under and by authority of the following provisions of section 12 of the by-laws of the Company, which are now in full force and effect: From time to time the board may impose such additional duties and confer such further authority upon any or all of the officers as it may in its discretion determine including, without limitation or characterization, authority to execute by facsimile signature or facsimile signatures, and deliver or cause or authorize any duly appointed agent to deliver in the name and behalf of the corporation any policy, contract, bond, undertaking, consent of surety, recognizance, general or special power of attorney, certification, attestation, or other instru- ment, all with or without the seal of the corporation, but if under seal to evidence such seal by physical im- pression or by facsimile or by any other appropriate method. This power of attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Directors of COVENANT MUTUAL INSURANCE COMPANY at a meeting duly called and held on March 12. 1973: RESOLVED: That any bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when signed by the President or any Senior Vice President or Vice President and duly attested and sealed, if a seal is required, by any Secretary or Assistant Secretary or when signed by the President or any Senior Vice President or Vice President and countersigned and sealed, if a seal is required, by a duly authorized attornay-in-fact or agent; and any such bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when duly executed and sealed, if a seal is required, by one or more attorneys-in-fact or agents pursuant to and within the limits of the authority granted by his or their power or powers of attorney. FURTHER RESOLVED: That the signature of any officer authorized by the by-laws and the Company seal may ba affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any oond, undertaking, recognizance or other written obJigation in the nature there- of; such signature and seal, when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, COVENANT MUTUAL INSURANCE COMPANY has caused these presents to be signed by its proper officer and its corporate seal to be hereunto affixed this 22nd day of March, 1973. COVENANT MUTUAL INSURANCE COMPANY Attest:. (J Assistant Secretary STATE OF CONNECTICUT COUNTY OF HARTFORD ss: On this 22nd day of March in the year 1973 before me personally came Francis W. Palfrey, Jr., and James E. Witkinsto me known, who being by me duly sworn, did depose and say; that they reside in the State of Connecticut; that tney are respectively Vice President and Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY, the corporation described in and which executed the above instrument; that they know the seal of said corporation; tnat the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of their office under the by-laws of said corporation, and that they signed their names thereto by like authority. • >. :r> Notary PuOiic My commission expires March 31, 1973 CERTIFICATION I, Vera C. Spitko, Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY certify that the foregoing power of attorney, the above-quoted provisions of Section 12 of the by-laws and the resolutions of the Board of Directors of March 12, 1973 have not been abridged or revoked and are now in full force and effect. Signed and sealea at Harrtord, Connecticut, this 28th da/of March 19 83 As sis can i Secretary Page 18 Bond No: 015721 PERFORMANCE BOND prem> Amt:$T52.00 KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. "7/d^ adopted /fttf/tc.}} JS . has awarded to j\f, A. J~ P/tAw* ArtTiJJt^ i/v *^jj _ , hereinafter designated as the "Principal", a contract for: GRAND AVENUE WATERLINE REPLACEMENT CONTRACT NO. 1128 in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents now on file in the Office of the City Clerk of the City of Carlsbad. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, WE, N.A. & J. Frank Artukovich _ _ , as Principal, hereinafter designated as the "Contractor", and Covenant Mutual Insurance Company _ _ as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of Twelve thousand seven hundred two & no/100 ...... Dollars ($ 12,702.00 ) , said sum being equal to 100 per cent (100%) of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, his/her or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his/her or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. W !G!,--!AL Page 19 And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. In the event that any Contractor above named executed this bond as an individual, it is agreed that the death of any such Contractor shall 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 28th_day of , 19 83 . (Notarize or Corporate Seal for Each Signer) N.A. & J.FRANK ARTIIKflVTrH Stf A COVENANT MIITIIAI INSURANCE COMPANY Harold R. Smith Attorney In-Fact ^Surety >•;*-:, COVENANT f.-.UTUAL INSURANCE COMPANY1' c/o SOUTH :".,.-,': •.'•„' .-VY G^NCRAL AGENCY. INC. 1 *; ; .; ./.:»:: '%-,.::Mun S'JITE No.-l 1O --:•„ C/.'.:-:rCRf-i!A 91 1O1 State of California County of Los Angeles On this 28th day of.March £f, before me personally came HAROLD R. SMITH to me known, who being by me duly sworn, did depose and say: that he is Attorney(s)-in-Fact of Covenant Mutual Insurance Company, the Corporation described in and which executed the foregoing instrument; that he know(s) the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority granted to him in accordance with the By-Laws of the said Corporation, and that he signed his name thereto by like authority. (Nofary Public) • V COVENANT MUTUAL INSURANCE COMPANY Hartford, Connecticut POWER OF ATTORNEY *^ *—• "^ —«i KNOW ALL MEN BY THESE PRESENTS:OKIGIIMA'L That COVEN ANT MUTUAL INSURANCE COMPANY, a corporation of the State of Connecticut, does hereby make, constitute and appoint .Harold R. Smith its true and lawful Attorney(s)-in-Fact, with full power and authority, for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recog- nizances, consents of surety or other written obligations in the nature thereof, as follows: Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature thereof in an unlimited amount. and to bind COVENANT MUTUAL INSURANCE COMPANY thereby, and all of the acts of said Attorney (s)-m-Fact, pursuant to these presents, are hereby ratified and confirmed. This appointment is made under and by authority of the following provisions of section 12 of the by-laws of the Company, which are now in full force and effect: From time to time the board may impose such additional duties and confer such further authority upon any or all of the officers as it may in its discretion determine including, without limitation or characterization, authority to execute by facsimile signature or facsimile signatures, and deliver or cause or authorize any duly appointed agent to deliver in the name and behalf of the corporation any policy, contract, bond, undertaking, consent of surety, recognizance, general or special power of attorney, certification, attestation, or other instru- ment, all with or without the seal of the corporation, but if under seal to evidence such seal by physical im- pression or by facsimile or by any other appropriate method. This power of attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Directors of COVENANT MUTUAL INSURANCE COMPANY at a meeting duly called and held on March 12. 1973: RESOLVED: That any bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when signed by the President or any Senior Vice President or Vice President and duly attested and sealed, if a seal is required, by any Secretary or Assistant Secretary or when signed by the President or any Senior Vice President or Vice President and countersigned and sealed, if a seal is required, by a duly authorized attorney-in-fact or agent; and any such bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when duly executed and sealed, if a seal is required, by one or more attorneys-in-fact or agents pursuant to and within the limits of the authority granted by his or their power or powers of attorney. FURTHER RESOLVED: That the signature of any officer authorized by the by-laws and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any oond, undertaking, recognizance or other written obligation in the nature there- of; such signature and seal, when so used being hereby 'adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, COVENANT MUTUAL INSURANCE COMPANY has caused these presents to be signed by its proper officer and its corporate seal to be hereunto affixed this 22nd day of March, 1973. COVENANT MUTUAL INSURANCE COMPANY Vice Presid« Assistant Secretary STATE OF CONNECTICUT u: COUNTY OF HARTFORD On this 22nd day of March in the year 1973 before me personally came Francis W. Palfrey, Jr., and James E. Witkinsto me known, who being by me duly sworn, did depose and say; that they reside in the State of Connecticut; that they are respectively Vice President and Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY, tne corporation described in and which executed the above instrument; that they know the seal of said corporation; that the seal affixed to said instrument is such corporals seal; that it was so affixed by authority of their office under the by-laws of said corporation, and that they signed their names thereto by like authority. t '•. / ,' Notary Public ;*• ' My commission expires March 31, 1973 ;*/ '' CERTIFICATION I, Vera C. Spitko, Assistant Sacretar/ of COVENANT MUTUAL INSURANCE COMPANY certify that the foregoing power of attorney, the above-quoted provisions of Section 12 of the by-laws and the resolutions of the Board of Directors of March 12, 1973 have net been abridged or revoked and. are now in full force and effect. Signed and sea'ea at Hartford, Connecticut, this 28th ^ °f March 19 83 Assistanc Secret Page 20 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 T\^/'^> sheet (s) designated as City of Carlsbad Drawing No. ^L3^S~^. • 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. t , L ->, ,v..3. DEFINITIONS AND INTENT' - x .*> Engineer: .* _ The word "Engineer" shall mean the City Engineer or his approved represent at ive . 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. I L' ? "' f \ ,1 . Page 21r • a -a *f " i . B J c) Directions: Where words "directed", "designated", "selected" or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the City Engineer" unless stated otherwise. d) Equals and Approvals: Where the words "equal", "approved equal", "equivalent" and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer" unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are useds 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. 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 61 of the SSPWC at the time of the preconstruction conference. If the completion date shown on the Notice to Proceed letter is not met by the Contractor, he will be assessed the daily salary of the City inspector for each working day beyond the completion date, as damages. ORIGINAL Coordination with the respective utility company for removal or relocation of conflicting utilities shall be requirements prior to commencement of work by the Contractor. The Contractor shall begin work after being duly notified by an issuance of a "Notice to Proceed" and shall diligently prosecute the work to completion within 30 consecutive calendar days from the date of receipt of said "Notice to Proceed." NONCONFORMING WORK The. Contractor shall remove and replace any work not conforming to the plans or specifications upon written order by the City Engineer. Any cost caused by reason of this nonconforming work shall be borne by the Contractor. 7. GUARANTEE All work shall be guaranteed for one year after the filing of a "Notice of Completion" and any faulty work or materials 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 copies to the City Engineer. 9. INTERNAL COMBUSTION ENGINES :-> *,-*•;•«•;<- y^.^i.^v.u^.-, , i •• *:»r.> 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. 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. t ' r t N J *, " ' L ,n D i f *s "<' A i • pa^e 23 Utllbir-hL 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 t..e contract shall forthwith be physically amended to make such insertion or correction. 12. INTENT OF CONTRACT DOCUMENTS The Contractor, her/his subcontractors and materials suppliers shall provide and install the work as indicated, specified and implied by the contract documents. Any items of work not indicated or specified, but which are essential to the 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 apprise her/his subcontractors and materials suppliers of this condition of the contract will not relieve her/him of the responsibility of compliance. 13. SUBSTITUTION OF MATERIALS The proposal of the bidder shall be in strict conformity with the drawings and specifications and based upon the items indicated or specified. The Contractor may offer a substitution for any material, apparatus, equipment or process indicated or specified by patent or &J'. proprietary'names or by names of manufacturer which she/he considers equal in every respect to those indicated or specified. The offer made in writing, shall include proof of the State Fire Marshal's ^approval (if required), all necessary information, specifications and 'data. If required, the Contractor, at her/his own expense, shall have the proposed substitute, material, apparatus, equipment or process tested as to its quality and strength, its physical, chemical or other characteristics, and its durability, finish, or efficiency, by a testing laboratory as selected by the City. If the substitute offered is not deemed to be equal to that so indicated or specified, then the Contractor shall furnish, erect, or install the material, Page 24 apparatus, equipment or process indicated or specified. Such substitution of proposals shall be made prior to beginning of construction, if possible, but in no case less than 10 days prior to actual installation. 14. RECORD DRAWINGS The Contractor shall provide and keep up to date a complete "as-built" record set of transparent sepias, which shall be corrected daily and show every change from the original 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. 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. _.. . , ........... . -. The City reserves and shall have the right, when confronted with unpredicted conditions, unforeseen events, or emergencies, to increase pr decrease the quantities of work to be performed under a scheduled unit price item or to entirely omit the performance thereof, and upon the decision of the City to do so, The City Engineer will direct the Contractor to proceed with the said work as so modified. If an increase in the quantity of work so ordered should result in a delay to the work, the Contractor will be given an equivalent extension of time. O rf Page 25 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. CODES, ORDINANCES, REGULATIONS & ABBREVIATIONS Reference to codes, ordinances and regulations are to editions in effect as to date of proposals. Abbreviations are used for agencies issuing standard specifications as follows: Agency Abbreviation '•.'•• • . •". • '; ; • ••''•..• -.;.. :'..-:. .':..• C-r:;v •. = --' . Ci.-;n,-~C; American Society for Testing ' .<- ;.'•-•• ; t: :-a-t.» .Materials ASTM : L; : ••.•:••.'• ; • ~ the U.S. Government Fed. Spec. National Board of Fire Underwriters NBFU ,„ --;-1-. ^ American Institute of Steel ^ * Construction AISC \ _ . , American Standards Association ASA f\ "' , Underwriters Laboratories, Inc. UL \Jl \. *•' s l Department of Commerce Standards CS American Concrete Institute ACI 20. WATER FOR CONSTRUCTION The Contractor shall obtain a construction meter for water utilized during the construction of this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall include the cost of water and meter rental within the appropriate items of proposal. No separate payment will be made. ••';" \- 0Y'''•''''.-'M_ ?ase26 \J?- s ' ' l * * SPECIAL PROVISIONS CONSTRUCTION OF WATERLINE IMPROVEMENTS IN GRAND AVENUE, CONTRACT NO. 1128 SCOPE OF WORK The work to be done consists of furnishing all labor, equipment and materials and performing all operations necessary to complete the asphalt resurfacing of the following streets as shown on the attached location map and as specified in these special provisions. INSTALLATION OF ASBESTOS CEMENT WATER PIPE The installation of asbestos cement pressure pipe shall be in accordance with applicable sections of the SSWC, 1982 edition, as modified by the following. MEASUREMENT AND PAYMENT Quantities shall be measured on the basis of actual lengths and units installed. Payment for excavation, trenching, furnishing and placing backfill, bedding base material, repavement and clearing and grubbing shall be included in the lump sum price bid for asbestos cement pipe and no separate or additional payment will be made. 1. Coating of Flange Bolts All flange bolts and nuts shall be lubricated and coated with No-ox-id rust protection coating as manufactured by Dearborn Chemical Company "or equal. Fittings and valves shall "b"e~securely wrapped in plastic /v , , sheeting not less than 8 mils thick. :2.c Compaction Tests lu .-!. Sp-.-c. All backfill material and bedding material shall be compacted to 90% of maximum dry density as determined by ASTM Test Method #D1557-58T. 3. Maximum and Minimum Width of Trench In lieu of the provisions of Sections 306-1.13 of the SSPWC, the following privision shall apply. Unless specifically authorized by the Engineer, trench width, measured at the top of the pipe, shall not exceed the outside diameter of the pipe plus 24 inches, nor shall it measure less than the outside diameter plus 12 inches. 4. Backfill Placement Requirements i; ;s The top five feet of all trench backfill and all bedding shall be ; .-•., compacted to a minimum of 90 percent of maximum density<except that the top twelve inches of subgrade material shall be compacted to a minimum of 95 percent. 1 "-r I L; • Page 27r , - • • - i 8. i ", '«< - 'I t I t II 5. Pipe Laying When installing asbestos cement pipe, fittings shall be supported independently of the pipe. Half-lengths (M.E.E.) of pipe shall be used in and out of each fitting and wherever pipe passes through a rigid structure. At least two lengths of pipe shall be placed between any two fittings not directly connected. Pipe may be cut by means of saws, power- driven abrasive wheels, or pipe cutters which will produce a square cut. No wedge-type roller cutters will be permitted. All exposed piping shall be adequately sup? ?????•? -SjjPfici •'Z.TEA. 6. Connections to Existing Water Mains Unless otherwise specified, all connections to existing water mains will be made by the City. 7. Reconnecting Existing Water Services The existing water services will be connected to new lines by the City. The Contractor shall coordinate with the City for the reconnection of services. 8. Field Jointing of Pipe Except as modified herein, all joints shall be installed in strict accordance with the manufacturer's recommendations and the Special Provisions, and shall be provided with a protective coating at least equal to the protective coat on the pipe bieng joined. All flange bolts and nuts shall be lubricated and coated with No-ox-id rust protective coating as manufactured by Dearborn Chemical Company or approved equivalent. .,;-.;. ,-,,*- ^^ -, v -..-..:.,..-.. 9. Field Jointing of Asbestos Cement Pipe The maximum allowable deflection at any joint shall be 2 degrees. 10. Water Pressure Test The provisions of Section 306-1.4.5. of the SSPWC shall not apply. The following water pressure test shall be preformed by the contractor under the supervision of the Engineer. After the pipe has been laid, the pipeline shall be subjected to a hydrostatic pressure test of 225 psi or fifty pounds per square inch (50 psi) in excess of the designated working pressure for the class of pipe being tested, whichever is greater, guaged at the low point of the line. The test pressure at the highest point of the section being tested shall not be less than 200 psi. Rubber gasket joints need not =. be exposed. :~"i t \ (_/ • („, " "M ;\ | • Page 28 L \ '. i i "./'H The duration of the pressure test shall be four (4) hours and the test shall be conducted in the presence of the Engineer in the following manner. 0' All air shall be expelled from the pipe. To accomplish this, if air valves or hydrants or other outlets are not available, taps shall be made at the high points in the pipeline to expel the air, and these taps shall be tightly plugged afterwards. The pressure in the pipeline shall then be pumped up to the specified test pressure. When the test pressure has been reached, the pumping shall be discontinued until the pressure in the line has dropped 25 psi, at which time the pressure shall again be pumped up to the specified test pressure. This procedure shall be repeated until four (4) hours have elapsed from the time the specified test pressure was first applied. At the end of the four (4) hour period, the pressure shall be pumped up to the test pressure for the last time. The leakage shall be considered as the total amount of water pumped into the pipeline during the four (4) hour period, including the amount required in reaching the test pressure for the final time. The water used shall be measured through a meter or by other means satisfactory to the Engineer. Leakage shall not exceed the rate of twenty (20) gallons per inch of diameter per mile of pipe. Any noticeable leak shall be stopped and all defective pipe, fittings, valves and other accessories discovered by the contractor with sound material, and the test shall be repeated until the total leakage during a test of four (4) hours duration does not exceed the rate specified above. All thrust blocks and mortared joints shall be allowed to cure for at least three (3) days prior to testing. Large mains equipped with butterfly valves shall be tested at full test pressure with the valves open and closed. 9. i--:. : " :•••.- . . : . ' .' !" All labor, materials, tools and equipment for the testing shall be furnished at the expense of the contractor; ; ^Uall he '/. ue^recs. 11. Waterline Sterilization The contractor shall disinfect the lines by chlorination after the lines have been tested for leakage and flushed before they have been connected to the existing system. Chlorinated water shall be retained in the pipeline for at least 24 hours. After the chlorine treated water has been retained for the required time, the chlorine residual at the pipe extremities and at other representative points shall be at least 25 ppm. This procedure shall be repeated, if necessary, until samples of water show the mains to be in a sterile condition. During the chlorination, all valves and "'"""* other appurtenances shall be operated while the pipeline is filled ***9*' with heavily chlorinated water. to*,,. Page 29 All disinfecting procedures, unless otherwise specified, shall be in accordance with the AWWA, C-601, "Standard Procedure for Disinfecting Water Main." Following chlorination, all treated water shall be thoroughly flushed from the pipeline at its extremities. All labor, material and equipment necessary to sterilize the waterline shall be included in the price bid for the waterline construction. 12. Trenching, Backfill and Resurfacing Trenching, backfill and resurfacing shall be performed in accordance with Section 306-1 of the Standard Specifications. Asphalt concrete paving shall conform to Section 203-6 of the SSPWC and shall be of Type I-C-AR4000. Aggregate base materials shall conform to the requirement of Section 301-2.1 through 301-2.4 of the SSPWC. Excess excavated material shall be disposed of off-site. If disposal site is within the City, the site must be approved by the City Engineer. 13. Traffic Control Street Closures, Detours, Barricades The Contractor shall not close any street within the City of Carlsbad without first obtaining the approval of the City Engineer. Barricading, traffic control, and detour diagrams shall be submitted by the Contractor as required by the City Engineer. The Contractor's attention is directed to the traffic control requirements of the Special Provisions. The Contractor shall provide and install barricades, delineator warning devices, and construction signs in accordance with the Model Wrok Area Traffic Control Handbook (WATCH) prepared by the Southern Page3°» i j 1 I California Chapter of the American Public Works Association. During adverse weather or unusual traffic or working conditions, additional traffic devices shall be placed as directed by the City Engineer. All traffic signs and devices shall conform to the current State of California, Department of Transportation, "Manual of Warning Signs, Lights, and Devices for use in Performance of Work upon Highways", unless otherwise approved by the City Engineer. The Contractor shall provide and maintain 48 inch high reflectorized cones at 20 feet on center with ribbon along walkways of high pedestrian use, so designated by the Engineer. During paving operations barricades may be supplemented with minimum size 18 inch high traffic cones and delineators such that spacing between barricades and/or cones or delineators is no greater than 25 feet. At all access points such as intersecting streets, alleys, and driveways, barricades and/or cones shall be provided at 5 foot intervals so as to prevent vehicular access to the paving area. Where access from an intersecting street is prohibited, a "Road Closed" sign shall be provided at the nearest prior intersection. "No Left Turn" signs shall be provided wherever required by the City Engineer. When oneway access from a side street or alley is permitted, barricades and cones shall be provided at 5 foot intervals for a distance of 50 feet on either side of the centerline of the intersecting street or alley. Should the Contractor fail to furnish a sufficient number of traffic and/or pedestrian safety devices, the City Engineer will place such necessary items and the Contractor shall be liable to the City for providing such devices in accordance with the following provisions: la) For placing barricades - $5.00 per barricade for the first day or 17 any part thereof and $2.00 per barricade per day for each day-' ''•'•'•'• thereafter or any part thereof. ' >••.-••-- .a b) For flashers - $2.50 per flasher for the first day or any part thereof and $1.00 per flasher per day for each day thereafter or any part thereof. c) For traffic cones - $1.00 per cone for each day or any part thereof. d) In the event that the services of the City are required between the hours of 6:00 PM and 7:00 AM, during the normal week or at any time on Saturday, Sunday, or a City holiday, there shall be an additional charge to the above set forth minimums of $25.00 for each service trip required. Judgement as to adequate or sufficient barricading shall be that which is adequate or sufficient in the opinion of the Engineer. Page 31 The Contractor shall relocate, preserve, and maintain the visibility of all existing signs within the project limits which affect the flow of traffic, as directed by the City Engineer. Any signs which are damaged or found to be missing during the course of construction shall be replaced by the Contractor at his expense as directed by the City Engineer. All other signs that interfere with the course of work and are not necessary for the safe flow of traffic will be removed and replaced by the City. Traffic control signs include Stop Signs, Speed Limit, Parking Restrictions, and other regulatory signs. Payment for traffic control, and all necessary equipment and labor, shall be included in the lump sum price bid for asbestos cement pipe, and no additional or separate payment will be made. r ,r *»'s »'\j >.