Loading...
HomeMy WebLinkAboutRutledge Grandalls; 1993-02-18; U/M 92-5I- -% . a September 25, 1992 ADDENDUM NO. 1 BID/PROJECT NO. U/M 92-5 - MAINTENANCE OF BUENA VISTA CHANNEL Please include the attached addendum in the Notice to Bidders/Request for Bids ! have for the above project. This addendum--receipt acknowledged--must be attached to your Proposal Form/ when your bid is submitted. fi \ A .F-.c-,&L +Kllk o RUL~LLK~HER Purchasing Officer RF:af Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 // 2 &q,, !?/Ad/,/ Bid k ;6Qm! i’s Signature */ * 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 (61 9) 434- “J A mandatory pre-bid meeting will be held two weeks prior to the date of the bil opening at the City of Carlsbad Utilities and Maintenance Conference Room at 207 Las Palmas Drive, Carlsbad on Thursday, December 3, 1992 at 9:oO a.m. Bid received and opened from contractors who have not attended the pre-bid meetin shall be considered unresponsive. I= . 0. e Change #6 to read: The City shall be responsible for the following permits, if requimk California Departmqt of Fish and Game 1601 Permit Coastal Development Permit, Coastal Commission u. s. Army corps of Engineen 404 Permit State Regional Water Control Board 401 Certification U. S. Fish and Wildlife Permit 'C i The Contractor shall be responsible for applying for all other permits i agreements necessary to complete the work as required by the City of Carlsbad i the City of Oceanside. Payment for work and all fees to remove and dispose mater.. is to 'be indud& in the bid price. Add #10 as follows: Vegetation buffers ten feet wide will be provided at approximately loo0 1 intervals perpendicular to the channel along the maintained portion of the chan uestions, please contact Virginia McCoy at 438-7753, Ext. 4111. 0 CNT93002.AD Page 2 of 2 0 4 ), I. ,I’ e November 23, 1992 ADDENDUM NO. 2 BID/PROJECT NO. U/M 92-5 - Maintenance of Buena Vista Channel Please include the attached addendum in the Notice to Bidders/Request for Bids y have for the above project. This addendum--receipt acknowledged--must be attached to your Proposal Form/E when your bid is submitted. ZgL!!4/GLL RUTH FLETCHER Purchasing Officer e RF:mm Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 0 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-2 0 ADDENDUM NO. 2 PROJECT NO.: U/M 92-5 PROJECT NAME: Maintenance of Buena Vista Channel CONTRACT DOCUMENTS: Cancel Page 3, Paragraph 3 which reads: A mandatory pre-bid meeting will be held two weeks prior to the date of the b opening at the City of Carlsbad Utilities and Maintenance Conference Room at 20: Las Palmas Drive, Carkbad on Thursday, December 3, 1992 at 9:OO a.m. Bi received and opened from contractors who have not attended the pre-bid meetil shall be considered unresponsive- (No pre-bid meeting will be held.) If you hav a Kg Utiiities ANDERSON and Maintenance Director e questions, please contact Virginia McCoy at 438-7753, Ext. 4111. 4 CNT93002ADZ ’? 0 December 1, 1992 ADDENDUM NO. 3 BID/PROJECT NO. U/M 92-5 - Maintenance of Buena Vista Channel Please include the attached addendum in the Notice to Bidders/Request for Bids have for the above project. This addendum--receipt acknowledged--must be attached to your Proposal Form, when your bid is submitted. 0 *&FA- RUTH FLETCHER Purchasing Officer RF:af Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 3 .f /’ ’/ ,/ /y F/ 2=7-Z-d, 2‘ [;:(x // ,&{_A ,, B”dder’s Signature y c :y e 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434- pr. 0 ADDENDUM NO. 3 PROJECT NO.: U/M 92-5 PROJECT NAME: Change: Page 43, 6-7 Time of Completion, to read: Maintenance of Buena Vista Channel The Contract shall begin work within five (5) calendar days after receipt of "Notice to Proceed'' and shall diligently prosecute the work to completion wi thirty $0) regdady schedded City work days after the date of the Noticc Proceed. PHASE N, SPECIAL PROVISIONS, PAGES 53-54: Change: Page 54, #3 to read: The dredging operation will consist of removing cattails, bulrushes, silt, an( foreign material deposited within the limits of the Buena Vista Channel. Work 5 include the timely disposal, by the Contractor, of all spoils removed from Channel allowing sufficient time for adequate drying of material prior to dispc All material will be placed for de-watering in an area that is a minimum of from the Channel and where the material cannot re-enter the Channel. 0 Private property adjacent to the channel may be made available for dryir purposes. However, all arrangements and fees must be made between tJ property owner and the contractor. All bid costs must be directly related this maintenance contract only! Change: #6 to read: The City shall be responsible for the following permits, if required: California Department of Fish and Game 1601 Permit Coastal Development Permit, Coastal Commission US. Army Corps of Engineers 404 Permit State Regional Water Control Board 401 Certification U.S. Fish and Wildlife Permit 0 CNT93015 .AD1 1 3 Contractor will be provided with copies of necessary permits upon award of contr and Contractor will abide by all permit conditions. The Contractor shall be responsible for applying for all other permits s agreements necessary to complete the work as required by the City of Carlsbad, City of Oceanside, and the California Department of Transportation (Cal-Trar Payment for work and all fees to remove and dispose of material is to be incluc in the bid price. e Change: #10 to read: The Operator shall leave a minimum of three (3) 10-foot bands of vegetation acr the width of the stream to trap sediment, located approximately 1000 feet ay with siltation fences located in front of these vegetation buffers. (See Exhibits and "B".) Temporary silt fences to be constructed as follows: TEMPORARY SILT FENCE SPECIFICATIONS Materials 1. Filter fabric shall be a pervious sheet of synthetic polymer composed of at least 85% by weight ethylene, propylene, amide, ester or vinylidene yarn, woven or nonwoven, and shall contain stabilizers and/or inhibitors to resist deterioration by heat, water and ultra-violet light. The fabric shall conform to the following criteria: (a) 0 The Equivalent Opening Size (U.S. Standard Sieve) shall be within the range of 70-100. The minimum tensile strength (ASTM D1682G) shall be at least 120 p~~ilds with a 5-inch sqiarz mesh wire supprt fence. Posts shall be spaced 6 foot on center. (b) 2. Posts for silt fences shall be either 4-inch diameter wood or 1.33- pounds-per linear foot steel with a minimum length of 5 feet. Steel posts shall have projections for fastening wire to them. Wire fence reinforcement for silt fences shall be a minimum of 42 inches in height, shall be a minimum of 14-gauge, and shall have a maximum mesh spacing of 6 inches. 3. 0 CNT93015.ADl 2 Construction Specifications 0 1. The height of the silt fence shall not exceed 36 inches. In the channel, the fence line shall be slightly curved upstream at the sides to direct the flow toward the middle of the fence. If possible, the filter fabric shall be cut from a continuous roll to avoid the use of joints. When joints are necessary, filter cloth shall be spliced only at a support post, with a minimum 6-inch overlap and both ends securely fastened to the post. Posts shall be spaced a maximum of 6 feet apart and driven securely into the piifid (mirimurn of 12 inches). A trench shall be excavated approximately 4 inches wide and 4 inches deep along the line of posts and upstream from the barrier. A wire mesh support fence shall be fastened securely to the upstream side of the posts using heavy duty wire staples at least 1 inch long, tie wires or hog rings. The wire shall extend into the trench a minimum of 4 inches and shall not extend more than 36 inches above the original ground surface. Filter fabric shall be stapled or wired to the fence, and 8 inches of the fabric shall extend into the trench, The fabric shall not extend more than 36 inches above the original ground surface. Filter fabric shall not be stapled to existing trees. The trench shall be backfilled and the soil compacted over the toe of the filter fabric. Silt fences shall be removed after they have served their useful pirpose, but not befare the upstream iirea has beeri stabilized. The Contractor will be responsible for maintaining and repairing the silt fence for the duration of the contract. 2. 3. 4. 5. 6. e 7. 9. Maintenance 1. Silt fences and filter barriers shall be inspected immediately after each rainfall and at least daily during prolonged rainfall. Any required repairs shall be made immediately. @ CNT93015.ADl 3 x 2. Should the fabric on a silt fence or filter barrier decompose or become ineffective prior to the end of the barrier's expected usable life and the barrier still be necessary, the fabric shall be replaced promptly. 3. Sediment deposits should be removed when deposits reach 0 approximately one-half the height of the barrier. All costs for materials and labor should be included in lump sum bid amount. Add: #11 to read: The Operator shall leave a minimum of a 10-foot vegetated band just east of Jefferson Street Bdge to lidt access, per plan. Add: #12 to read: All willow trees within the dredging area should be avoided during mainteni activities. Willows are concentrated in the eastern portion of the channel, scattered individuals occur along the edge of much of the channel. If you have any questions, please contact Virginia McCoy at 438-7753, ext. 4111. 0 Lum& RALPH W. ANDERSON F4/ Utilities and Maintenance Director RWA: Nwd 0 CNT9301 SAD1 4 e Extension of fabric and wire into the trench. Fi 1 CONSTRUCTION OF A SILT FENCE TREAWENT PLANT PER STATE RSH & GAME REQUIREMENTS 50% OF THE PRESENT VEGETATION WILL BE PRESERVED. ROUTlNE MAINTENANCE CONTROL & PROTECTION OF PUBLIC & PRIVATE ACTIVITY FOR FLOOO BLJENA VISTA CHANNEL unms 8e M TABLE OF CONTENTS Item NOTICE INVITING BIDS .......................................... CONTRACTOR’SPROPOSAL ....................................... BIDDER’S BOND TO ACCOMPANY PROPOSAL .......................... DESIGNATION OF SUBCONTRACTORS ............................... BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY ................. BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE ......... *-- NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID ............................. CONTRACT . PUBLIC WORKS.. ................................... LABOR AND MATEEUALS BOND ................................... PERFORMANCEBOND .......................................... ESCROW AGREEMENT FOR SURETY DEPOSITS EN LIEU OF RETENTION RELEASEFORM .............................................. 0 ................................ SPECIAL PROVISIONS 1. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION ........................... 11. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC V CONSTRUCTION FOR CONSTRUCTION MATERIALS .................. 111. SUPPLEMENTAL PROVISIONS TO STANDARD SPECEFECATIONS FOR PUBLIC V CONSTRUCTION FOR CONSTRUCTION METHODS ................... IV. SPECIAL PROVISIONS FOR CLEARING BUENA VISTA CHANNEL ........ V. MAPOFAREA ........................................... e B:\CNT920 1O.BVC /y CITY OF CARLSBAD, CALIFORNIA NOTICE INVI"G BIDS * Sealed bids will be received at the Office of the Purchasing Officer, City Hall, Carlsbad Village Drive (formerly Elm Avenue), Carlsbad, California, until 4:OO P.M. 0: first day of October , 1992, at which time they will be opened and read performing the work as follows: MAINTENANCE OF BUENA VISTA CHANNEL CONTRACT NO. U/M 92-5 The work shall be performed in strict conformity with the specifications as approved t: City Council of the City of Carlsbad on file with the Municipal Projects Department. specifications for the work include the Standard SDecifications of Public 1 Construction, (SSPWC), 1991 Edition, and the latest supplement, hereinafter desig "SSPWC", as issued by the Southern California Chapter of the American Public 1 Association and as amended by the special provisions sections of this contract. Ref€ is hereby made to the specifications for full pamculars and description of the work The City of Carlsbad encourages the participation of minority and women-c businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricator contractors to utilize recycled and recyclable materials when available and 7 appropriate. No bid will be received unless it is made on a proposal form furnished by the Purc Department. Each bid must be accompanied by security in a form and amount re by law. The biddeJs security of the second and third next lowest responsive biddei be withheld until the Contract has been fully executed. The security submitted by a1 unsuccessful bidders shall be returned to them, or deemed void, within ten (10) day the Contract is awarded. Pursuant to the provisions of law (Public Contract Code 5 22300), appropriate securities may be substituted for any obligation required by this or for any monies withheld by the City to ensure performance under this Contract. 5 22300 of the Public Contract Code requires monies or securities to be deposited w City or a state or federally chartered bank in California as the escrow agent. The documents which must be completed, properly executed, and notarized are: a 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit a B:\CNT92010.BVC 0 All bids will be compared on the basis of the Engineer's Estimate. The estimated quant are approximate and serve solely as a basis for the comparison of bids. The Engh Estimate is $150,000.00. The work is anticipated to take place during the time spec under the special provisions section of this document. It is estimated to take twenty (25) workdays to fully complete all aspects of the project. The Contractor's attention is directed to Section 6-7, "Time of Completion", and Sec 6-9, "Liquidated Damages", of the 1991 Edition of the Standard Specifications, defi responsibility with regard to completing work within the time specified. In the event the scope of work including all conditions and requirements of the contract are completed within the number of working days specified above, (25 working ( liquidated damages of two hundred fifty ($250.00 dollars for each and every calenda required to finish the work in excess of the specified number of working days shall be to the City of Carlsbad. No bid shall be accepted from a contractor who is not licensed in accordance wit provisions of California state law. The contractor shall state their license nul expiration date and classification in the proposal, under penalty of perjury, pursua Business and Professions Code Section 7028.15. The following classification! acceptable for this contract: A, C-12, or C-24 in accordance with the provisions of law. If the Contractor intends to utilize the escrow agreement included in the COI documents in lieu of the usual 10% retention from each payment, these documents be completed and submitted with the signed contract. The escrow agreement may I substituted at a later date. Sets of plans, special provisions, and Contract documents may be obtained i Purchasing Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avf Carlsbad, California, for a non-refundable fee of $10.00 per set. The City of Carlsbad reserves the right to reject any or all bids and to waive any irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execu Contract shall be those as determined by the Director of Industrial Relations pursu the Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 177 the Labor Code, a current copy of applicable wage rates is on file in the Office Carlsbad City Clerk. The Contractor to whom the Contract is awarded shall not pi than the said specified prevailing rates of wages to all workers employed by him or the execution of the Contract. * B\cNT92010.Bvc The Prime Contractor shall be responsible for insuring compliance with provisio1 Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts < "Subletting and Subcontracting Fair Practices Act." The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section shall apply to the Contract for work. A mandatory pre-bid meeting will be held at the project site two weeks prior to t date of the bid opening. Please meet at the City of klsbad Utilities a Maintenance Conference Room at 2075 Las Palmas Drive, Carlsbad on Wednesd September 16,1992 at 9:OO a.m. Bids received and opened from contractors u have not attended the pre-bid meeting shall be considered uxmsponsive. All bids are to be computed on the basis of the given estimated quantities of wo indicated in this proposal, times the unit price as submitted by the bidder. In casc discrepancy between words and figures, the words shall prevail. In case of an error extension of a unit price, the corrected extension shall be calculated and the bids v computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed 01 typed or written in with ink and must be initialed in ink by a person authorized to si the Contractor. Bidders are advised to verify the issuance of all addenda and receipt thereof one da! to bidding. Submission of bids without acknowledgment of addenda may be ca rejection of bid. Bonds to secure faithful performance of the work and payment of laborers and ma suppliers, in an amount equal to one hundred percent (100%) and fifty percent ( respectively, of the Contract price will be required for work on this project. These shall be kept in full force and effect during the course of this project, and shall ext full force and effect and be retained by the City for a period of one (1) year from tf of formal acceptance of the project by the City. Bonds and insurance are to be placed with insurers that have (1) a rating in th recent Best's Key Rating Guide of at least A-:V, (2) are authorized to conduct busi the State of California, and (3) are listed in the official publication of the Departn Insurance of the State of California. Auto policies offered to meet the specification contract must: (1) meet the conditions stated above for all insurance companies i cover anv vehicle used in the performance of the contract, used onsite or offsite, M owned, non-owned or hired, and whether scheduled or non-scheduled. The auto ins certificate must state the coverage is for "any auto" and cannot be limited in any n e a B:\CNT9201O.BVC Workers’ compensation insurance required under this contract must be offered company meeting the above standards with the exception that the Best‘s rating con1 is waived. The City does accept policies issued by the State Compensation Fund mc the requirement for workers’ compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract additional cost of said insurance shall be included in the bid price. a Approved by the City Council of the City of Carlsbad, California, by Reso Number 92-260 , adopted on the eighteenth day of Aumst , 1992. Luit a m-=? d4Md?/L7/ Date f Aletha L. Rautenkranz, City Clerk e e B:\CNT920lO.BVC U I 1 1 i I I t 1 CITY OF CARLSBAD CONTRACT NO. CONTRACTOR’S PROPOSAL, \\. b City Council City of Carlsbad 1200 Carlsbad Village Drive 8 Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, rea Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to fu all labor, materials, equipment, transportation, and services required to do all the wc complete Contract No. U/M 92-5 in accordance with the Plans and Specifications c City of Carlsbad, and the Special Provisions and that he/she will take in full paq therefor the following unit prices for each item complete, to wit: Approximate I tern Quantity unit Total I. No. and Unit Price 1. Lump sum for all materials, equipment, labor, permits, and miscellaneous costs for completion of the work as specified under the special 1. provisions section of this document. $205,733.00 I qL9-4 1 Lid I 2L iii &4@5? I I B:\CNT92010.BVC 1 I I I 1 I I I. 1 I I I 1 t 1 1 Total mount of bid in words!'"TWO HUNDRED FIVE THOUSAND SEVEN HUNDRED THIRTY THmE DOLLARS 11 II I1 11 11 11 Total amount of bid in numbers: $ ""205,733.00"" Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). proposal. The undersigned has checked carefully all of the above figures and understands tha City will not be responsible for any error or omission on the part of the Undersign G 1 - 2 - 3 hadhave been received and idare included ir 4 preparing this bid. The Undersigned agrees that in case of default in executing the required Contract necessary bonds and insurance policies within twenty (20) days from the date of aw; Contract by the City Council of the City of Carlsbad, the proceeds of the check or accompanying this bid shall become the property of the City of Carlsbad. The Undersigned bidder declares, under penalty of perjury, that the undersigned is lic to do business or act in the capacity of a contractor within the State of California, v licensed under license number 569846 , classification ~/c12 which e. on 6-30-93 , and that this statement is true and correct and has thy legal eff an affidavit. a+ /y I A bid submitted to the City by a Contractor who is not licensed as a contractor pw to the Business and Professions Code shall be considered nonresponsive and sh rejected by the City. 9 7028.15(e). In all contracts where federal funds are involvc bid submitted shall be invalidated by the failure of the bidder to be licensed in accor with California law. However, at the time the contract is awarded, the contract01 be properly licensed. Public Contract Code 5 20104. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carls personally interested, directly or indirectly, in this Contract, or the compensa be paid hereunder; that no representation, oral or in writing, of the City CI its officers, agents, or employees has inducted hidher to enter into this Co excepting only those contained in this form of Contract and the papers made hereof by its terms; and B:\CNT92010.BVC I* Q) d .c-, : .I F L =& 0 A E$ f 0s .$ 0-8 2 %E z z3 .c 9 2-82 e y 2% -'&B E (Acknow , in the year 19&, before me,Bdz&J, a Notary Py for the said County and State esiding therein, duly commissioned and sworn, F appeared 4 + kf personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s): b&/E e. d* /-.4-+.04 -42 . .. .....--... . - - - ~-- - -...__._._ -.-- _I_-_____._______ ... ~ .....- ---- --- .--- .---- Whose name is subscribed to this instrument, and ackr that hesthey) executed it. (a CORPORATION) Who & cu e the within instrument as ~ pre5 -secretary, on behalf of the corporation therein n acknowledged to me that such corporation executed instrument pursuant to its articles and by-laws and a re: its Board of Directors. That -executed the within instrument on behalf c nership, and acknowledged to me that the partnership e fixed my official seal, in and for said County (-1 D u A L) (0 PARTNERSHIP) 1 I I 1 I 1 2. That this bid is made without connection with any person, firm, or corpor making a bid for the same work, and is in all respects fair and @thout collusil fraud. '. Accompanying this proposal is BIDDER ' S BOND (Cash, Certified Check, Bond or Cashieis Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of Section 3700 of the Labor Code I requires every employer to be insured against liability for workers' compensation undertake self-insurance in accordance with the provisions of that code, and agre comply with such provisions before commencing the performance of the work o Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1,l 2, relative to the general prevailing rate of wages for each craft or type of worker n to execute the Contract and agrees to comply with its provisions. 8 8 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted RUTLEDGE GmDALLS (2) Signature (given and surname) of proprietor flk???~~? 1. 4 I,, 1 I' I* 1 i .) w (3) Place of Business 14751 Olive Vista Drive (Street and Number) D City and State Jamul, CA 91935 a (4) Zip Code 91935 Telephone No. 619-669-6363 f .... .... .... .... .... .... I., ' ' B:\CNT92010.BVC 1 N/A 1 I I 1 1 w IF A PARTNERSHIP, SIGN HERE: (1) (2) Name under which business is conducted Signature (given and surname and character of partner) (Note: Sig must be made by a general partner) c (3) Place of Business I (Street and Number) City and State Zip Code Telephone No. IF A CORPORATION, SIGN HERE: I (1) Name under which business is conducted (2) 1 Signature I Title Impress Corporate Se, 1 I I 1 1 (3) (4) Place of Business Incorporated under the laws of the State of (Street and Number) i City and State (5) Zip Code Telephone No. B:\CNT92010.BVC I. N/A I I I I I 1 1 1 i. I D 1 1 I 1 i I NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUSI AITACXED List below names of president, vice president, secretary and assistant secretary, corporation; if a partnership, list names of all general partners, and managing partn I' B:\CNT92010.BVC I. t BOND NO. BDS 102416 I Y BIDDER’S BOND TO ACCOMPANY PROPOSAL. 0 KNOW ALL PERSONS BY THESE PRESENTS: That we, RUTLEDGE GRAJIALLS , as Principal, and COMPANY OF HARTFO as Surety are held and My bound unto the City of Carlsbad, California, in an amo~ follows: (must be at least ten percent (10%) of the bid amount) TEN PERCENT OF NOT TO EXCED THE SUE4 OF TWENTY THOUSAND BINE - NOlUq ($ .20,901 for which payment, well and truly made, we bind ourselves, our heirs, executoc administrators, successors or assigns, jointly and severally, firmly by these presents THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH thar if the proposal ( above-bounden Principal for Maintenance of Buena Vista Channel, Contract No. U/M in the City of Carkbad, is accepted by the City Council, and if the Principal shall duly into and execute a Contract including required bonds and insurance policies within tt (20) days from the date of award of Contract by the City Council of the City of Carl being duly notified of said award, then this obligarion shall become null and otherwise, it shall be and remain in full force and effect, and the amount specified f: shall be forfeited to the said City. SECURITY INSURANC - - - - .... (BID DATE: 12-17-92) 0 .... .... .... .... -- .... .... .... .... .... .... 0 B:\CNT92010.BVC rn "..b.. V. -. .-....-. bc rannmgron, LOMWICUL r., PRl NCl PAL -RIELEJlGE-GRAQ~Ls EFFECTIVE DATE 12-17-92 14751 OLIVE VISTA DRIVE JAN[TL CA 91935 (STREET ADDRESS) (CITY) (STATE) (ZIP CODE) P CONTRACT AMOUNT- AMOUNT OF BOND $-2-0-,9-0-!.0-0 P0WERNO.B D'1n2416 S KNOW ALL MEN BY THESE PRESENTS: That SECURITY INSURANCE COMPANY OF HARTFORD, a corporation of the State of Connecticut. does hereby make, constitute and appoint its true and lawful Attomey(s)-in-Fact, with full power and authority, for and on behalf of the Company as surety, to make, execute, deliver, and sed, if a seal is required, bonds, undertakings, recognizances, contracts of surety or othcr written obligations in the nature thereof, as follows: JER0T.B D. WLLL OF CBLIp0RNJ-A and to bind SECURITY INSURANCE COMPANY OF HARTFORD thereby. The authority of the Attorney-in-Fact and the Liability of the Company shall not exceed one million two hundred fifty thousand dollars ($1,250,000.). as follows: The appointment is made under and by authority of Article IV of the By-Laws of the Company, which Article is now in full force and effect and which states Appointment of Attorneys-in-Fact The President or any Vice President shall also have power and authority, from time to time, to appoint one or more attorneys-in-fact for the purpose of executing and delivering, for and on behalf of the Company and as its act and deed, bonds, undertakings, recognizances, contracts of indemnity, and other instruments of writings of similar character, to prescribe the respective duties of such attorneys-in-fact and the respective limits of their authority and to revoke any such appointment at any time in his discretion. ThisPowerofAttomey,and any contract suretyshipor other undertaking orany bondissued by any attorney-in-fact under this Power,may be signed by facimile signature under and by the authority granted by the following resolution duly adopted by the Board of Dmctois of the Company at a meeting held on November 20, 1981: RESOLVED, That effective November 20,1981, bonds. undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof shall be executed by the President or any Vice President and duly attested by any Secretary or any Assistant Secretary, or shall be signed in the Company's behalf by an attorney-in-fact appointed by a power of attorney executed as provided by Article IV of the By-Laws of this Company, any of said officers or such attorneys-in-fact being authorized to affix the Company's seal to any such instrument; and any Secretary or any Assistant Secretary is hereby authorized and empowered to certify under the Company's seal to a copy of any resolution, by-law, written instrument, power of attorney, list of officers, or financial statement of the Company that may be appropriate or required; and and certifications and the signature of any attorney-in-fact acting under such power may be printed by facimile. b RESOLVED FURTHER, That any signature of any of said officers to any of the written instruments above referred to, including powers of attorney In WITNESS WHEREOF, the said Vice President and the said Secretary have hereunto subscribed their names and affixed the corporate seal of the said SECURITY INSURANCE COMPANY OF HARTFORD SECURITY INSURANCE COMPANY OF HARTFORD this 1st day of July ,1990 Attest: 6* G& BY / s&tary } ss. State of Connecticut County of Hartford A.D. 19 90 ,before me, a Notary Public in and for said State and County, came the above-named Vice- Presiderrt and Secretary, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they acknowledged the execution of the same as their free act and deed, and being by me duly sworn, they did depose and say that they know the corporate seal of said Company, that the seal affixed to the preceding instrument was executed by them and the corporate seal affixcd in accordance with the authority of the Board of Directors of said Company. On this 1st day of July IN TESTIMONY WHEREOF, I have hereunto set my hand and seal the day and year first above written. My commission expires March 3 1 , 1 992 d\X. u No@y Public Hartford County, Qmle~i iCGtt' ,, ,_ -, ' - "-LL' . . the Resolution of the Board of Directors of Novcmber 20,198 1, have not been abridged or revo@d&<&e nocin full for$ c Signed and sealed at Farmington , Connecticut, this day 15733 of DI~C@,IBER ,1992 . i s"^L- CERTIFICATION 1, Stanley G Ful \wood, Secretary of SECURITY INSURANCE COMPANY OF HARTFORD certify that the foregoing powei oSa&hzey, th&% .. -* : -' _._ 1 a, --. Cr&t& G . -,- T ' -%--.- . - "v -,., I. \ . L - i\ - j._ Form 402514 (7/90) ~~ ROBERT T. 'DRIV€R CO,, JNC. Jerry Hall Your represen la fiue (6 1 99 238- 1828 1620 FIFTH AVE., SAN DIEGO, CA 92101 STATE OF CALIFORNIA 1 ) ss.: ,ITY AAD COUNTY OF 4AN DIEGO ) On this 15~~3 day of DECEMBER 19 - 92, before me, the undersigned NI in and for the State, personally appeared JEROLD D. HawL a per me (or proved to me on the basis of satisfactory evidence), to be the person who ex written instrument as Attorney-in-Fact on behalf of the corporation therein named a acknowledged to me that the corporation executed it. A.D iven under my hand an Notarial Seal this 15TH day of ;DECEMBER iij commission expires INDIVIDUAL(S) ACKNOWLEDGMENT STATE OF California ss: COUNTY OF San Diego On this 16th Day of December , 19 2, before me the undersigned Not and for said State, personally appeared, personally known to me (or proven to me on the basis of satisfactory evidence) to be the individual(s) who executed the executed same. strument, and acknowledged that s he Jeannie Rutledge ; In the event Principal executed this bond as an individual, it is agrccd tht thc dca Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this 8b'' day of PRINCIPAL: SURETY: a Executed by SURETY this 15mL day DECJCMBER ,I9 2. DECEMBER ,19 92. RUTLEDGE GRADfiLS SECURITY INSURANCE COMPANY OF HA (Name of Principal) (Name of Surety) 5550 WEST TOW AVENUE,- SUITE 40 - SKOKIE, ILLINOIS 60077-3200 . (Address of Surety) __ (J08) 982-9800 I Y /?>//+/.// p [ :: lktl\l//, /(< [7(~1.?)+!j~ By; .-* ' Gtle &dY&aniza2on of signatoq) - a By: c (sign here) printed name of Attorney-in-Fact d (attach corporate resolution shs 4 - (print name here) current power of attorney) t 2- 4 (title and organization of signatory) (Proper notarial acknowledge of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If or officer signs, the corporation must attach a resolution certified by the secretary or assistant secretq corporate seal empowering that officer to bind the corporation.) 1 .1 -- 6 r APPROVED AS TO FORM: RONALD R. BALL I j0 lL4 hREN J. HIRATA v Deputy City Attorney 'I) LI I r * B:\CNTPZOlO.BVC m I I I I I I I 1. I I I I ! I I I DESIGNATION OF SUBCONTRACI'ORS The Contractor certifies Wshe has used the sub-bids of the following listed Contr; in making up &/her bid and that the sub-contractors listed will be used for the WOI which they bid, subject to the approval of the City Engineer, and in accordance applicable provisions of the specifications and Section 4100 et seq. of the Public Con. Code - "Subletting and Subcontracting Fair Practices Act." No changes may be ma these subcontractors except upon the prior approval of the City Engineer of the C Carlsbad. The following information is required for each sub-contractor. Additional 1 can be attached if required: I' Items of Complete Address Phone No. Work Full Company Name with ZiD Code with Area Cc American Fence Co. Harrison Trucking 8801 Olive Lane 9944 Prospect Ave. Fence of Calif., Inc. Santee, CA 92071 619-258-11OC Trucking Incorporated Santee, CA 92071 619-449-084C B:\CNl92010.BVC ( I. I I E I u E i I 1. 1 I 4 I Jc I I AMOUNT OF SUBCONTRACTORS BIDS c The bidder is to provide the following information on the subbids of all the subcontractors as part of the sealed bid submission. Additional pages can be attacb required. Type of State Contracting Carlsbad Business Amount of Bic Full ComDanv Name License & No. License No.* _($ or %) American Fence Co. None* 4% of Calif., Inc. C-13/170984 Harrison Truckinq Bond #58244545 18% Incorporated PUC #77-458 None* * Licenses are renewable annually. If no valid license, indicate "NONE." Valid licc must be obtained prior to submission of signed Contracts. I B:\CNT92010.BVC I. I I II' 1 z 8 i I b E l 8 I s B I 8. I BIDDER'S STATEMENT OF FINANCIAL, RESPONSIBILITY Bidder submits herewith a statement of financial responsibility. t SEE COMPILATION FINANCIAL STATEMENT ATTACHED (PLEASE RETURN UNOPENED IF NOT REQUIRED AFTER BID OPENING- THANK YOU, 1 B:\CNT92010.BVC c > 7183 Navajo Road, Suite L San Diego, California 9211s 0 (619) 464-4161 Rutledge Gradall (A Sole Proprietorship) Jamul, California We have compiled the accompanying balance sheet of Rutlec Gradall, (A Sole Proprietorship) , as of December 31, 1991, E the related statements of income and cash flows for the YE then ended, in accordance with standards established by t American Institute of Certified Public Accountants. A compilation is limited to presenting in the form of financ: statements information that is the representation of managemei We have not audited or reviewed the accompanying financ: statements and, accordingly, do not express an opinion or E other form of assurance on them. 0 r, y2-L dc. -& April 2, 1992 1. FanLmxEGRADAIJL (A SOU PROPRIETORSHIP) BALANCE SHEEr DECETJIBER 31, 1991 0 ASSETS current assets: cashinbank $ (1,161.01 Savings -World 50 , 000.00 Savings - Grossmont 5,079.90 AccountS receivable-trade 44,048.23 mtal current assets 97 , 967.12 property and f2qUipment: office equip. & furniture 16,221.15 Esuipment 135,567.19 151,788.34 depreciation (147,434.75 Iess accumulated 4,353.59 0 - $ 102,320.71 &e accompanying notes are an in- part of these financial statements. See accountants' compilation report. e -- (A SOLE PROPKIXIDRSHIP) BALANCE SHEET Dm 31, 1991 e LIZlB1- AND EQUITY current liabilities: Acaounts payable $ 2,228-26 Current note payable 8,666.65 ----- Tcrtal current liabilities 10,894.91 --- LLXICJ-~ETXI debt: 50 , 000.00 ------- Note payable 60 , 894.91 ------ Capital-- Rutledge: 36,255.01 Contr~utions Begi-n-+w.of Y- 3,125.00 Withdrawals (104,889.98 Net income (loss) 106,935.77 - 41,425.80 0 $ 102,320.71 The accompanyiq notes are an integral part of these financial statements. see accountants' canpilation report. 0 RlIrHmxGRADAL;L - OF CASH RECEIF'IS AND DISBURSEMENTS FOR THE YEAR ENDED DECEMBER 31,1991 t 0 Receipts: Receipts $ 271,494.23 Interest inconE 79.90 Gross receipts 271,574.13 opemting disbursements: Salaries and wages 60 , 706.86 Advertising 2,794.75 Automobile and truck 1,317.00 Depreciation 6 , 232.18 ~~es and subscriptions 120.80 Fuel 11 , 421.65 Insurance 18 , 579.26 Independent contractor 16 , 857.00 Interest 507.55 Licenses 1,889.90 Materials and supplies 399.13 office 972.97 Professional fees 4,470.20 1,355.00 1,156.05 Rental of equipment Repair and maintenance 9 , 694.62 Subsistance 41.04 Taxes-pap11 6 , 384.61 Taxes-penalties 502.13 Telephone 6,386.80 Travel 99. oa Union benefits 12,270.41 utilities 479.45 e Rent 164 , 638.36 -I------ Net hm (loss) $ 106,935.77 The accompanying notes are an integral part of these financial statemnts. See accountants' campilation report. 0 RUTLEDGE GRADALL (A SOLE PROPRIETORSHIP) STATEMENT OF CASH FLOWS JANUARY 1, 1991 TO DECEMBER 31, 1991 ____________________------------------------------------------- ____________________------------------------------------------- Operating Activities: 0 Net income $ 106,935. Adjustments to reconcile net income to net cash provided by operating activities: Depreciation $ 6,232.18 Accounts receivable ( 14 , 449.23) Accounts payable ( 452.05) ( 8,669.1 Net cash provided by operating activities 98,266.6 Capital activities: Contributions 3 , 125.00 Withdrawals ( 104,889.98) ( 101,764.9 0 Financing activities: Notes payable increase 32 , 000.00 Notes payable reduction ( 26,833.35) 5 , 166.6 Net increase in cash 1,668.3 Cash: Beginning of year - January 1, 1991 52,250.5 53,918.8 -__----- - ------- -- End of year - December 31, 1991 $ The accompanying notes are an integral part of these financial statements. See accountants' compilation report. 0 RUTLEDGE GRADALL (A SOLE PROPRIETORSHIP) NOTES TO COMPILED FINANCIAL STATEMENTS DECEMBER 3 1 , 19 9 1 ________________------------------------------------------------ e ________________------------------------------------------------ 1. Summary of significant accounting policies: The Company is a contractor engaged primarily in the gradii of commercial and residential parcels. The length t contracts varies, but is usually less than one year. Revenues from contracts are recognized on the percentage-o: completion method measured by the percentage of cosi insured to date to estimated total costs for each contraci This method is used because management considers expendc costs to be the best available measure of progress on the: contracts. Contract costs include all direct material cosi related to contract performance, such as fringe benefit: travel, subsistence and other costs. Operating expenses a: charged to expense as incurred and are not allocated I contract costs. As no losses on uncompleted contracts we; anticipated for the period, a provision for such losses hi not been made. Changes in job conditions resulting : changes in estimates profitability are recognized in tl period in which the revisions are determined. At year ei there were no jobs in process. When accounts receivable become uncollectible, the Compai uses the direct method of writing-off such accounts. It : the opinion of management that all contracts receivable ai collectible as of the balance sheet date. Property and equipment are recorded at cost. Depreciatic is provided on the straight-line and declining-balanc methods over the estimated useful lives of the respecti1 assets of three to six years. Maintenance and repairs ai charged to expense as incurred; major renewals ai betterments are capitalized. When items of property ( equipment are sold or retired, the related cost ai accumulated depreciation are removed from the accounts ai any gain or loss is included in income. Construction contracts are reported for tax purposes on tl cash basis method and for financial statement purposes ( the percentage-of-completion method. A provision for taxes has not been made as such taxes ai the liabilities of the proprietor. e e See accountants' compilation report. r RUTLEDGE GRADALL (A SOLE PROPRIETORSHIP) NOTES TO COMPILED FINANCIAL STATEMENTS DECEMBER 31, 1991 ____________________-------___------------___----___-------_--- I) ______-___--_--_________________________----------------------- 2. Long-term debt: The balance of long-term debt consists of: A note payable - Donna Rutledge with interest payable at 8.16 % per annum and no specified due date............. $ 50,000.00 A note payable - Donna Rutledge, payable in 18 monthly installments of $725 including interest at 6 % per annum.......,..,........................ 8,666.65 $ 58,666.65 Less current portion due within one year.... ( 8,666.65 $ 50,000.00 _______---_- ----_------- 0 See accountants' compilation report. e 1 I 8 8 I 8 8 1. 1 I 1E I 1 t BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERPENCE t The Bidder is required to state what work of a similar character to that included i proposed Contract he/she has successfully performed and give references, with teleI numbers, which will enable the City to judge his/her responsibility, experience and An attachment can be used. 8 B:\CNT92010.BVC + 1 E 8 U 8 m 1 8 t 1. I I I 8 J 8 NON-COLLUSION AFmDAvrr TO BE EXECUTED BY BIDDER AND SUBMITIED WITE-l BID ID State of California 1 County of San Dieqo 1 ) ss. Jeannie C. Rutledge, being first duly sworn, deposes (Name of Bidder) and says that he or she is Owner (WE) (Title) RUTLEDGE GRADALLS of (Name of Firm) the party making the foregoing bid; that the bid is not made in the interest of, or on of, any undisclosed person, partnership, company, association, organization, or corpoi that the bid is genuine and not collusive or sham; that the bidder has not direc indirectly induced or solicited any other bidder to put in a false or sham bid, and h directly or indirectly colluded, conspired, connived, or agreed with any bidder or E shall refrain from bidding that the bidder has not in any manner, directly or in& sought by agreement communication, or conference with anyone to fix the bid pricr that of any other bidder, or to fix any overhead, profit, or cost element of adv against the public body awarding the contract of anyone interested in the prc contract; that all statements contained in the bid are true; and further, that the bid( not, directly or indirectly submitted his or her bid price or any breakdown thereof, contents thereof, or divulged information or data relative thereto, or paid, and will n any fee to any corporation, partnership, company association, organization, bid depc or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the ing is true and correct and th f,4&/ /-@? ) 19s. / affidavit was executed on the &<day of (/' ,&2& /p h@?,/cy 0 2 Mature of Bidder J Subscribed and sworn to before me on the4 day of /&/, I ) 199 B 4< @ '&v--9 J&/A/ (NOTARY SEAL) \7 I Signat$ of Notary B:\CNT92010.BVC P 1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Though statute does not rec fill in the data below, doli invaluable to persons relying 0 INDIVIDUAL CORPORATE OFF TITLE(’ PARTNER(S) 0 ArroRNEY-lN-FA TRUSTEEG) C] GUARDIAN/CONS OTHER: County of SAN DIEGO On 1-29-93 beforeme, VALERIE M. PEARCE, NOTARY PUBLIC 9 DATE NAME. TITLE OF OFFICER - E G , “JANE DOE, NOTARY PUBLIC‘ personally appeared JEANNIE C. RUTLEDGE NAME(S) OF SIGNER(S) personally known to me - OR - 0 proved to me on the basis of satisfactory evidence subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. to be the person(s) whose name(s) islare 0 SIGNER IS REPRE NAME OF PERSON(S) OR El SIGNATURE OF NOTARY OPTIONAL SECTION TO TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT 01992 NATIONAL NOTARY ASSOCIATION 8236 Remmet Ave , P 0 Box 7184 Ca City of Carsbad Purchasing Department m Representation and Certi€i&tion The following representation and certification are to be completed, signed and returned with prop California DE of Transpol REPRESENTATIONS: Mark all applicable blanks. This offeror represents as part of this offer that: (Check appropriate Ethnic Business Type) I am currently certified by: Certification #: 9 lHlO 7 44 CERTIFICATION OF BUSINES REPRESENTATION(S): Mark all applicable blanks. This offeror reF part of this offer that: This firm is , is not minority business. This firm is X , is not woman-owned business. DEFINITIONS: WOMAN-OWNED BUSINESS: A w business is a business of which at least f owned, controlled and operated by a womi Controlled is defined as exercising the po policy decisions. Operation is defined involved in the day-to-day management. aINORITY BUSINESS ENTERPRISE: 'Minority Business' is defined as a business, at least 51 percent of which is owned, operated and controlled by minority group members, or in the case of publicly owned businesses, at least 51 percent of which is owned, operated and controlled by minority group members. The Small Business Administration defines the socially and economically disadvantaged (minorities) as Black American, Hispanic American, Native Americans (Le. American Indian, Eskimos, Aleuts and Native Hawaiians), and Asian-Pacific Americans (i.e., U.S. Citizens whose origins are from Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam, the U.S. Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia and Taiwan). CERTIFICATION: The information furnished is certified to be factual and correct as of the date submitted. Jeannie C. Rutledge Owner NAME -- TlTLE ~IGNAI~~?~? .' - t 4 DATP' i 4 /Q ."r /y, 3 ',{ p, - &&(LL* 12,/; /? f d /7 7/73 ,/ 'RUTLEDGE GFADALLS COMPANY NAME 9/92 CITY OF CARLSBAD MINIMUM LICE IS $30.00 1200 CARLSBAD VILLAGE DR. CARLSBAD, CA 92008 (619) 434-2882 APPLICATION FOR BUSINESS LICENSE (fee schedule on rei PLEASE CHECK THIS BOX BUSINESS NAME HOME BASED BUSINESS BUSINESS ADDRESS (No P.O. Boxes) 0 (if different) (Number) (Street) (Suite No.) WY) (State) (Zip Code) MAILING ADDRESS ,-fl BUSINESS PHONE ( EMERGENCY PHONE TYPE OF ORGANIZAT CORPORATION ED IN CARLSBAD: SOLE PROPRIETORSHIP L~ARTN ERSH I P APPLICANT NAME/ADDRESS (OWNER: IF PARTNERSHIPICORP, GIVE NAMES OF PARTNERS OR COW. OFF - 0 STATE SALES TAX NUMBER J<~Ed~~iT~ ~'IYNU~BER SOCIAL SECURITY NUME _- - z a 0 L\ - ,' \-,-7/',-/<T-"- -__--- STATE EMPLOYER NUMBER IDENTlFlCATlON NUMBER <J - ADD'L TRUCKS @ 3/5 EA SUB TOTAL W c SUBTOTAL PENALTY (25%~ + day not to exceed 5 TOTAL: MAKE CHECKS PAYABLE TO: CITY OF CARLSBAD AND RETURN WITH APPLICATION EXECUTED THIS,'->& , DAY OF DECLARE UNDER PENALTY OF_PERJURY THAT THE FOREGOING IS AND CORRECT. 4 Y OFFICE USE ONLY License # SIC # Date Issued Ordinance Expiration Date Restrictions I) GROSS RECEIPTS BUSINESS LICENSE FEES FOR THE CATEQORIES LISTED BELOW ARE BASED ON ANNUAL GROSS RECEIPTS. THERE IS A BASE FEE OF 525.00 PLUS THE AMOUNT CALCUUTED PER EACH WOW ANNUAL QROSS RECEIPTS. QROSS RECEIPTS MUST BE ESTIMATED FOR ONE YEAR IN ADVANCE. IN NO EVENT SHALL THE LICENSE FEE BE LESS THAN $30.00. C = 3(F PER THOUSAND A = 40' PER THOUSAND BEAUTY SALONIBARBER SHOP DAY CARElNURSERY APPLIANCE STORE BEAUTY SCHOOL DELICATESSEN ARCADESlAMUSEMENT -'ARK BOOKKEEPER DELIVERY SERVICE AUTO DEALER BOTTLED WATER SERVICE EDUCATIONAL AUTO SERVICE STATION COLLECTION AGENCY ENGRAVER BOARDlNGlROOMlNQ HGUSE DANCING SCHOOUTEACHER ENTERTAlNMENTlSHOWS BOOKSTORE EQUlPMENTlMACHlNE LEASE 8 SALES DESIGNER D RAT TSPERSON EXERClSElHEALTH SPA CAR WASHlDETAlLlNG FLIGHT INSTRUCTORlSCHOOL CLOTHINGlAPPAREL STORE ELECTROLOGIST EMPLOYMENT AGENCYlSERVlCE FLOOR COVERINGS COIN-OPERATED LAUNDRY ESTHETICIANIFACIALIST GREETING CARDS COMPUTER SALESlRENTALS FAST FOOD RESTAURANT HANUYMAN CREAMERY (ICE CREAM/" XY) FINANCElLOANlMORTGAGE CO IMPORTIEXPORT SALES DEPARTMENT STORE FUNERAL HOME FURNITURE REFINISHING JUNK DRAPERYNJINDOW HAIRDRESSER LANDSCAPE DRUG STORUPHARMACY I LLUSTRATORlARTlST LAPIDARY ShOP FARM EQUIPMENT STORE MAIL BOX SERVICE FLORlSTlNURSEAY INSURANCE CO INTERIOR DECORATORlDESlGN MAIL ORDER FURNITURE STORE I NTERPRETERlTRANSLATOR MARKETINGlMANUFACTURERS REP GlFTlNOVELTYlSOUVENlF( MANICURIST MUSIC SCHOUTEACHER PHOTOGRAPHERS MUSIC STORElSUPPLlES JEWELRY PLUMBING a HEATING SALES PACKAGING LAUNDRYlDRY CLEANERS RADIO STATION PARTY PLAN SALESlDEMONSTRATlON LOCKSMlTHlKEY SHOP REPAIRMAINTENANCE SERVICE PET SHOP LUMBER YARDlBUlLDlNC ROCK 8 SAND PRlNTlNGlDUPLlCATlNG MOBILE HOME PARK SUN TAN SALON PRIVATE TRANSPORTATION MOTEUHOTEL STOCWBONDlSECURlTY BROKERAGE PUBLISHING ~ MOTORCYCLE DEALER TAILOPJDRESSMAKER RECREATIONAL NURSERYlGARDEN SUPPLIES UPHOLSTERY SHOP RESTAURANT VIDEOTAPING RESTAURANT a BAR OFFICE SUPPLY STORE RETlREMENTlNURSlNG HOME PA1 NTlGlASSIWALLPAPER B = 35' PER THOUSAND ROADlCONCESSlON ST3 '*? PRODUCElFRUlT STORE SECRETARYlOFFICE/ANSA'€qlNG SVC PUBLIC HALLSllCE RINK SELLNG IN THE FIELDS ADVERTlSlNGlDlSTRl BUTION AIRCRAFT SALESlRENTAUREPR 8 SVC STORAGE ANTlQUESlCOLLECTlBLES SUPPLIES ROUTE DELl\rERY AUTO GARAGE REPAIR AUTO PARTSKIRESITOWING TELEMARKETING sPEClALTY STORE AUTO RENTINGlLEASING TOY STORE SPORTING GOODS STORE BAKERYlBREAD SHOP TRAVEL AGENCY BUYlNGlRESELL SERVICE VARIETY CONVENIENCE STORE TOBACCOlPERlODlCALS CANDYlNUTSlCONFECTlONARY WEED ABATEMENT TRAILERlBOAT DEALER CARPETlUPHOLSTERY CLEANING TRAILER CAMPlCOURT CLEANlNGlJANlTORlAL SERVICE COCKTAIL LOUNGERAVERN COLOR CONSULTANT CONSIGNMENT SHOP CRAFTSlHOBBlES DATA PROCESSlNGlKEYPUNCH BOWLING ALLEY INVFSTMENTS DIAPER SERVICE INSTRUCTOR LIQUOR ST3HUBROKER FEED a ICE DEALER MISCELLANEOUS GROCERYlFOODlMEAT SALE5 MOVER HARDWARE STORE NUTRITIONAL PRODUCTS RADIOISTEREOITV SALES RENTALS - 2 OR ZORE SHOE STORE SWIMMING POOL SERVICE THEATER VIDEO RENTAUSALES D = m PER THOUSAND FARMER GROWER MANUFACTURER RANCHER WHOLESALER WAREHOUSElADDITIONAL OFFICE 1 I I I I AT J LllllIII ---.-mrl r SALES OR USE TAX MAY APPLY TO YOUR BUSINESS ACTIVITIES YOU MAY SEEK WRITTEN ADVICE REGARDING THE APPLICATION OF TAX TO YOUR PARTICULAR BUSINESS BY WRITING TO THE NEAREST STATE BOARD OF EQUALIZATION 334 VIA VERA CRUZ I SAN MARCOS. CA 92089 (619) 744-1330 FLAT FEE LICENSES PC - PB - PA - CONTRACTORS No fixed or Established Place of PROFESSIONAL $50 w Business In Carlsbad - MOblle U~IIS WHOLESALER APPRAISER SUB CONTRACTOR ACCOUNTANTICPA GENERAL I ARCHITECT SIGN PAINTER $20 00 ATTORNEY AT LAW 2w CHIROPRACTOR BASIC FEE PER PERSON COMPUTER CONSULTANT COUNSELING FeeslProcedui es RETAILER CONSULTANT MlSC OTHER Call Oflice lor BREAD 8 BAKERY SUPPLIES $Bow DENTIST CATERING TRUCKS Bow DOCTOR AUCTION MARKET CONCRETEIROAD MIX 1w w ENGINEER AUCTIONEER DRY CLEANING 100 00 PODIATRIST LAUNDRY tw 00 PRIVATE INVESTIGATOR BINGO LINEN SERVICE 2ow PROFESSIONAL - MlSC MEAT DISTRIBUTOR PETROLEUM PRODUCTS (HOME) RETAIL BOTTLED WATER Bow VETERINARIAN RETAIL ICE SUPPLY 8000 OPTOMETRIST HOCK a SAND TRANSFERIOELIVERY WATER SOFTENER SERVICE SIMILAR NOT SPECIFIED 40 w Bow PHYSICAL THERAPIST AUTO WRECKING YARD BILLIARDSICARD ROOM CABARETIDANCE DAIRY a ICE CREAM Bow REALESTATE COMMERCIAL MOTION PICTURES MW RESEARCHlDEVELOPMENT DISTRIBUTION OF ADVERTISEMENTS JUNK YARD DEALER LIMOUSINE SERVICE 1w w MASSAGE PARLOR 100 w PAWNBROKER MOO MASSAGE TECHNICIAN PRIVATE SECURITY SERVICE SPECIAL EVENT TAXI SERVICE PUBLIC UTILITY BUSINESS LICENSE FEES F N ANNUAL GROW RECEIPTS THERE IS A BASE FEE OF $25.00 PLUS THE A UAL GROSS RECEIPTS. GROSS RECEIPTS MUST BE E IN NO EVENT SHALL THE LKXHS€ FEE BE LESS THAH $30.00. A= DAY Y DELI DELI EDUCATIONAL ENGRAVER ENTERTAlNMENTlSHOWS CESlG N ER DRAfTSPERSON CLOTH1 NGlAPP ELECTROLOGIST EMPLOYMENT AGENCYlSERVICE COIN-OPERATE ESTHETICIAN/FACIALIST GREETING CARDS COMPUTER SALESlREM FAST FOOD RESTAURANT IMP3RltEXPORT SALES fUNERAL HQME IhVFFTMENTS FURNITURE REFINIS HAIRDRESSER I LLUSTRATORlARTl ACTURERS REP MANICURIST % MISCELLANEOUS MUSIC SCHOUTEACHER MOVER HARDWARE ST0 PHOTOGRAPHERS MUSIC STOREISUPPLIES JEWELRY PLUMBING B HEATING SALES PACKAGING LAUNORYlORY C RADIO STATION PARTY PLAN SALES~DEMONSTRATION LOCKSMlTHlKEY REPAlRlMAlNTENANCE SERVICE PET SHOP ROCK a SAND PRlNTlNGlDUPLlCATlNG SUN TAN SALON PRIVATE TRANSPO STOCKlBOND/SECURITY BR PUBLISHING ~ TAlLORlDRESSMAKER RECREATIONAL UPHOLSTERY SHOP RESTAURANT VIDEOTAPING RESTAURANT~BAR RETlREMENTlNURSlNG HOME B = 35' PER THOUSANO ROADlCONCESSlON ST5 SECRETARYlOFFtCUAN ADVERTISlNGlDlSTRlBUTlON SELLNG IN THE FIELDS AIRCRAFT SALESiRENTAUREPR 8 SVC STORAGE ANTlQUESlCOLLECTl BLES AUTO GARAGE REPAIR AUTO PARTSRlRESfTOWlNG TELEMARKETING 3PECIALTY STORE AUTO RENTlNGlLEASlNG TOY STORE SPORTING GOODS STOF BAKERYlBREAD SHOP TRAVEL AGENCY THEATER SUPPLIES ROUTE DELiLEaY SHO€ STORE SWIMMING POOL SERVICE VARIETY CONVENIENCE STORE WEED ABATEMENT SALES OR USE T BUSINESS ACTIV ADVICE REGARD CRAFTSlHOBBlE 334 VIA VERA CRUZ SAN MARCOS. CA 9208 (619) 7441330 -Em---- FLAT FEE LICENSES PC - PB - PA - NO fixed of Eslablished Place oi PROFESSIONAL $50 00 CONTRACTORS Business In Cailsbaa - MObtle Untis WHOLESALER ACCOUNTANTICPA GENERAL APPRAISER ARCHITECT SIGN PAINTER SUB CONTRACTOR BASIC FEE 120 00 ATTORNEY A1 LAW PER PERSON 200 CHIROPRACTOR COMPUTER CONSULTANT COUNSELING RETAILER CONSULTANT MlSC OTHER Call Olfice lor FeesIPmceauies EREAD 8 BAKERY SUPPLIES DENTIST CATERING TRUCKS OOCTOR AUCTION MARK1.T CONCRETEIROAD MIX tw 00 ENGINEER AUCTIONEER ORY CLEANING 100 03 PODIATRIS' BILLIARDSICARO ROOM LAUNDRY 1w w PRIVATE INVESTIGATOR BINGO LINEN SERVICE MOO PROFESSIONAL - MlSC CAB ARETIDANCE MEAT DISTRIBUTOR Bow REALESTATE COMMERCIAL MOTION PICTURES PETROLEUM PRODUCTS (HOME) 2003 RESEARCHIDEVELOPMENT DISTRIBUTION Of ADV€RTISEMENTS RETAIL BOITLED WATER Bo00 VETERINARIAN HOCK & SAND 100 w MASSAGE PARLOR TRANSFERIDELIVERY MM MASSAGE TECHIUICIAN WATER SOFENER SERVICE SIMILAR NOT SPECIFIED DAIRY a ICE CREAM Bow PHYSICAL THERAPIST AUTO WRECKING YARD JUNK YARD DEALER LIMOUSINE SERVICE OPTOMETRlSi RETAIL ICE SUPPLY Boo0 1w w PAWNBROKER 40 00 PRIVATE SECURITY SERVICE PUBLIC UTILITY SPECIAL EVENT TAXI SERVICE ciw OF c AD MINIMUM LICE ‘IS $30.00 1200 CARLSBAD VILLAGE DR. CARLSBAD, CA 92008 (619) 434-2882 ICATION FOR BUSINESS LICENSE (fee schedule on rf PLEASE CHECK THIS BO: HOME BASED BUSINESS 0 BUSINESS NAME H ~~~~%~~~~C~\~ ! \ n e (Suite No.) (Zip Code) BUSINESS ADDRESS 8 mi o\ivc &me I c1;;201\ (Stale) CPi (No P.O. Boxes) n-te e(Street) (CltY) MAILING ADDRESS (if different) ( (State) (Zip Code) BUSINESS PHONE ‘“\q ( ) qqq . (-J%\C> EMERGENCY PHONEALQEL TYPE OF ORGANIZATION: (chedc orw) DATE BUSINESS STARTED IN CARLSBAD:w SOLE PROPRIETORSHIP PARTNERSHIP CORPORATION w APPLICANT NAMElADDRESS (OWNER: IF PARTNERSHIPICORP, GIVE NAMES OF PARTNERS OR GORP. OF W U a 2 +e f: 0, - ‘j 5 /m e , Y s if 2 TYPE OF BUSINESS c z w 02 a % PROVIDE THE FOLLOWING WHERE APPLICABLE: CA DRIVERS LICEN! SOCIAL SECURITY NU) 0 STATE SALES TAX NUMBER FEDERAL TAX I.D. NUMBER f r- Y I I 95- aa 79 5 Licp s h(C, - dm5 - (3 z z STATE CONTRACTOR CLASS STATE EMPLOYER NUMBER 2 z W W U U $ GROSS RECEIPTS 4 z U W TAX RATE (per each $1000) SUB TOTAL - k $ BASE FEE # (Print full name) ,. License # SIC # Date issued Ordinance Rnstrirtinns c ,-:--+;-- n...tn. ..--- -~ - __.___. ~ .~ ----. . . ~- ~ .. ~ . . . ...__ . - CT a. .+ 0 CONTRACT - PUBLIC WORKS 0 19& by and between the , whose principal place of bu 255 This agreement is made this & day of + of Carlsbad, California, a municipal corporation, Thereinafter called "City"), and Ru tledge Grada I Is is 14751 Olive Vista Drive Jamul CA 91935 (hereinafter called "Contractor".) City and Contractor agree as follows: 1. Descrbhon of Work. Contractor shall perform all work specified in the Cor documents for the Maintenance of Buena Vista Channel, Contract No. U/M (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, mat tools, equipment, and personnel to perform the work specified by the Co Documents. Contract Documents. The Contract Documents consist of this Contract, I Inviting Bids, Contractor's Proposal, Bidder's Bond, Designatio Subcontractors, Bidder's Statements of Financial Responsibility and Tec Ability, Non-collusion Affidavit, Escrow Agreement, Release Form, the Pla Specifications, the Special Provisions, and all proper amendments and cl made thereto in accordance with this Contract or the Plans and Specific( and all bonds for the project; all of which are incorporated herein 1 reference. Contractor, her/his subcontractors, and materials suppliers shall provic install the work as indicated, specified, and implied by the Contract Docu Any items of work not indicated or specified, but which are essential completion of the work, shall be provided at the Contractor's expense tc the intent of said documents. In all instances through the life of the Cc the City will be the interpreter of the intent of the Contract Documents, i City's decision relative to said intent will be final and binding. Failure Contractor to apprise subcontractors and materials suppliers of this cond the Contract will not relieve responsibility of compliance. Payment. For all compensation for Contractor's performance of work unc Contract, City shall make payment to the Contractor per Section 9-3 Standard SDecifications for Public Works Construction (SSPWC) 1991 and the latest supplement, hereinafter designated "SSPWC", as issued Southern California Chapter of the American Public Works Association, amended by the Special Provisions section of this contract. The closure 3. e 4. e B:\CNT92010.BVC each monthly invoice will be the 30th of each month. Invoices fron Contractor shall be submitted according to the required City format to the assigned project manager no later than the 5th day of each month. Pay will be delayed if invoices are received after the 5th of each month. The retention amount shall not be released until the expiration of thirty-five days following the recording of the Notice of Completion pursuant to CaU Civil Code Section 3184. Independent Investigation. Contractor has made an independent investigar the jobsite, the soil conditions at the jobsite, and all other conditions that affect the progress of the work, and is aware of those conditions. The Ca price includes payment for all work that may be done by Contractor, wj anticipated or not, in order to overcome underground conditions. information that may have been furnished to Contractor by City underground conditions or other job conditions is for Contractor's conve: only, and City does not warrant that the conditions are as thus in& Contractor is satisfied with all job conditions, including underground con( and has not relied on information furnished by City. 0 5. 6. Contractor Responsible for Unforeseen Conditions. Contractor sh responsible for all loss or damage arising out of the nature of the work o the action of the elements or from any unforeseen difficulties which may a be encountered in the prosecution of the work until its acceptance by th Contractor shall also be responsible for expenses incurred in the suspen: discontinuance of the work. However, Contractor shall not be responsi reasonable delays in the completion of the work caused by acts of God, weather, extra work, or matters which the specifications expressly stipd be borne by City. Hazardous Waste or Other Unusual Conditions. If the contract involves ( trenches or other excavations that extend deeper than four feet below the Contractor shall promptly, and before the following conditions are dis notify City, in writing, of any: e 7. I. B:\CNT9201O.BVC a A. Material that Contractor believes may be material that is hazardous i as defined in Section 251 17 of the Health and Safety Code, that is ref to be removed to a Class I, Class 11, or Class 111 disposal site in accor with provisions of existing law. Subsurface or latent physical conditions at the site differing from indicated. Unknown physical conditions at the site of any unusual nature, di materially from those ordinarily encountered and generally recognj inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the con do materially so differ, or do involve hazardous waste, and cause a decrt increase in contractor's costs of, or the time required for, performance of a~ of the work shall issue a change order under the procedures described contract. In the event that a dispute arises between City and Contractor whet1 conditions materially differ, or involve hazardous waste, or cause a decrc increase in the contractor's cost of, or time required for, performance of a] of the work, contractor shall not be excused from any scheduled completi( provided for by the contract, but shall proceed with all work to be per under the contract. Contractor shall retain any and all rights provided ei contract or by law which pertain to the resolution of disputes and I between the contracting parties. Change Orders. City may, without affecting the validity of the Contrac changes, modifications and extra work by issuance of written change Contractor shall make no change in the work without the issuance of a change order, and Contractor shall not be entitled to compensation for ar work performed unless the City has issued a written change order design advance the amount of additional compensation to be paid for the WOI change order deletes any work, the Contract price shall be reduced by a : reasonable amount. If the parties are unable to agree on the am reduction, the work shall nevertheless proceed and the amount I determined by litigation. The only person authorized to order changes work is the Project Manager. The written change order must be execute City Manager or the City Council pursuant to Carlsbad Municipal Code 3.28.172. B. C. e 8. 9. Immigration - Reform and Control Act. Contractor cefies he is awal requirements of the Immigration Reform and Control Act of 1986 Sections 1101-1525) and has complied and will comply with these requh e B:\CNT92010.BVC including, but not limited to, venfying the eligibility for employment agents, employees, subcontractors, and consultants that are included ir Contract. Prevailing Wage. Pursuant to the California Labor Code, the director ( Department of Industrial Relations has determined the general prevailing r per diem wages in accordance with California Labor Code, Section 1773 copy of a schedule of said general prevailing wage rates is on file in the ofi the Carlsbad City Clerk, and is incorporated by reference herein. Pursu California Labor Code, Section 1775, Contractor shall pay prevailing 7 Contractor shall post copies of all applicable prevailing wages on the job Indemnification. Contractor shall assume the defense of, pay all exper defense, and indemmfy and hold harmless the City, and its officer employees, from all claims, loss, damage, injury and liability of every kind, and description, directly or indirectly arising from or in connection wi performance of the Contractor or work; or from any failure or alleged fai Contractor to comply with any applicable law, rules or regulations inc those relating to safety and health; except for loss or damage which was ( solely by the active negligence of the City; and from any and all claim! damages, injury and liability, howsoever the same may be caused, re: directly or indirectly from the nature of the work covered by the Contract, the loss or damage was caused solely by the active negligence of the Cit expenses of defense include all costs and expenses including attorneys f litigation, arbitration, or other dispute resolution method. Insurance. Contractor shall procure and maintain for the duration of the c insurance against claims for injuries to persons or damage to property whi arise from or in connection with the performance of the work hereunder Contractor, his agents, representatives, employees or subcontractors. insurance shall meet the City's policy for insurance as stated in Resolutj a 10. 11. e 12. 91-403. (A) COVERAGES AND LIMITS - Contractor shall maintain the t~ coverages and minimum limits indicted herein: 1. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for bodil and property damage. separate aggregate in the amounts specified shall be establii the risks for which the City or its agents, officers or emplo: additional insureds. If the policy has an aggregate a B:\CNT9201O.BVC 2. Automobile Liabilitv Insurance: 0 $1,000,000 combined single limit per accident for bodily injur property damage. In addition, the auto policy must cove vehicle used in the performance of the contract, used onsi offsite, whether owned, non-owned or hired, and wl scheduled or non-scheduled. The auto insurance certificate state the coverage is for "any auto" and cannot be limited j manner. Workers' Compensation and Emdovers' Liability Insurance: Workers' compensation limits as required by the Labor Code State of California and Employers' Liability limits of $1,000,01 incident. Workers' compensation offered by the Compensation Insurance Fund is acceptable to the City. 3. (B) ADDITIONAL PROVISIONS - Contractor shall ensure that the poli insurance required under this agreement contain, or are endor contain, the following provisions. General Liability and Auto. Liability Coverages: 1. The City, its officials, employees and volunteers are to be c as additional insureds as respects: liability arising out of ac performed by or on behalf of the Contractor; produc completed operations of the contractor; premises owned, hired or borrowed by the contractor. The coverage shall ( no special limitations on the scope of protection afforded City, its officials, employees or volunteers. The Contractor's insurance coverage shall be primary insur respects the City, its officials, employees and volunteers insurance or self-insurance maintained by the City, its o employees or volunteers shall be in excess of the con1 insurance and shall not contribute with it. Any failure to comply with reporting provisions of the polic: not affect coverage provided to the City, its officials, emplc volunteers. Coverage shall state that the contractois insurance sha separately to each insured against whom claim is made o brought, except with respect to the limits of the insurer's ' "CLAIMS MADE" POLICIES - If the insurance is provided on a "c1ab-1 basis, coverage shall be maintained for a period of three years folloi date of completion of the work. 0 2. 3. 4. (C) 0 B:\CNT92010.BVC (D) NOTICE OF CANCELLATION - Each insurance policy required by agreement shall be endorsed to state that coverage shall not be suspeI voided, canceled, or reduced in coverage or limits except after thirty days' prior written notice has been given to the City by certified return receipt requested. a (E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS - deductibles or self-insured retention levels must be declared to approved by the City. At the option of the City, either: the insurer reduce or eliminate such deductibles or self-insured retention levc respects the City, its officials and employees; or the contractor shall pr a bond guaranteeing payment of losses and related investigation, administration and defense expenses. WAIVER OF SUBROGATION - All policies of insurance required undc agreement shall contain a waiver of all rights of subrogation the h may have or may acquire against the City or any of its offici: employees. (G) SUBCONTRACTORS - Contractor shall include all subcontractors as im under its policies or shall furnish separate certificates and endorsemer each subcontractor. Coverages for subcontractors shall be subject to the requirements stated herein. (H) ACCEPTABILITY OF INSURERS - Insurance is to be placed with in that have a rating in Best's Key Rating Guide of at least A-:V, ai authorized to do business within the State of California and are inch the official publication of the Department of Insurance of the St California as allowed under the standards specified in by the City C Resolution No. 91-403 . VERIFICATION OF COVERAGE - Contractor shall furnish the Civ certificates of insurance and original endorsements affecting co required by this clause. The certificates and endorsements fol insurance policy are to be signed by a person authorized by that ins bind coverage on its behalf. The certificates and endorsements are t forms approved by the City and are to be received and approved by t before work commences. COST OF INSURANCE - The Cost of all insurance required und agreement shall be included in the Contractor's bid. (F) e (I) (J) a B:\CNT92010.8VC 13. Claims and Lawsuits. All claims by Contractor for $375,000 or less sb resolved in accordance with the provisions in the Public Contract Code, Dh 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) whic incorporated by reference. All claims over $375,000 shall comply wid Government Tort Claims Act (Section 900 et seq of the California Govern Code) for any claim or cause of action for money or damages prior to filin lawsuit for breach of this agreement. Maintenance of Records. Contractor shall maintain and make available at n to the City, upon request, records in accordance with Sections 1776 and 11 Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor doc maintain the records at Contractor's principal place of business as spc above, Contractor shall so inform the City by certified letter accompanyir return of this Contract. Contractor shall notify the City by certified mail ( change of address of such records. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencinj Section 1720 of the Labor Code are incorporated herein by reference. Securitv. Securities in the form of cash, cashier's check, or certified chec be substituted for any monies withheld by the City to secure performance 1 contract for any obligation established by this contract. Any other securit is mutually agreed to by the Contractor and the City may be substitut monies withheld to ensure performance under this Contract. Affirmative Action. Contractor certifies that in preforming under the pu order awarded by the City of Carlsbad, he will comply with the County Diego Affirmative Action Program adopted by the Board of Supervisors, inc all current amendments. Provisions Reauired bv Law Deemed Inserted. Each and every provision and clause required by law to be inserted in this Contract shall be deemec inserted herein and included herein, and if, through mistake or othenvi: such provision is not inserted, or is not correctly inserted, then upon appl of either party, the Contract shall forthwith be physically amended to mal insertion or correction. 0 14. 15. 16. 0 17. 18. .... .... .... a .... B:\CNT92010.BVC 19. Additional Provisions. Any additional provisions of this agreement are sei in the "General Provisions" or "Special Provisions" attached hereto and IT part hereof. a RUTLEDGE GRADALLS NOTAIUAL ACKNOWLEDGEMENT OF Contractor EXECUTION BY ALL SIGNATORIES MUST BE ATI'ACHJD (CORPORATE SEAL) Print Name of Signatory '7 APPROVED TO AS TO FORM: 1 I' A/ / RONALD R. BALL City Attorney 24 (-2 ,) ,) j ,;&- ( - Gbatuii of signaiory - "&[ &.y&' - e By: I -d Deputy City Attorney ATTEST: L 0' B:\CNT92010.BVC CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA &ntyof SAN DIEGO Though statute does not ra fill in the data below, dol invaluable to persons relying VALERIE M. PEARCE, NOTARY PUBLIC c] CORPORATE OFF NAME, TITLE OF OFFICER - E G , "JANE DOE, NOTARY PUBLIC" 1-29-93 before me, DATE personally appeared JEANNIE C . 6 EDWARD P . RUTLEDGE t personally known to me - OR - proved to me on the basis of satisfactory evidence subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(@ acted, executed the instrument. NAME(S) OF SIGNER(S) TITLE(! PARTNEW) [zl Al-roRNEY-IN-FA TRUSTEE(S) GUARDIANGONS 0 OTHER: to be the person(s) whose name(s) idare SIGNER IS REPRE NAME OF PERSON(S) OR EN OPTIONAL SECTION THIS CERTIFICATE MUST BE ATACHED TO THE DOCUMENT DESCRIBED AT RIGHT: TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT 01992 NATIONAL NOTARY ASSOCIATION 8236 Remmet Ave , P 0 Box 7184 Car 4 BOND NO. B 360171 $ MOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resoluuo 93-4 , adopted January 5, 1993 , has awarded to Rutledge Gi (hereinafter designated as the "Principa Contract for the Maintenance of Buena Vista Channel, Contract No. U/M 92-5, in th of Carlsbad, in strict conformity with the drawings and specifications, and other Co Documents now on file in the Office of the City Clerk of the City of Carlsbad and which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the thereof require the furnishing of a bond, providing that if Principal or any oj subcontractors shall fail to pay for any materials, provisions, provender or other SL or teams used in, upon or about the performance of the work agreed to be done, or f work or labor done thereon of any kind, the Surety on this bond will pay the same extent hereinafter set forth. NOW, THEREFORE, WE, Principal, (hereinafter designated as the "Contractor"), and VIGILANT INSURANCE 1) Rut ledge Gradal Is COMPANY as Surety, are held firmly bound unto the City of Carlsbad in the : ed slxtv ~IX and cinllnn Dahs ($ 102,866.50 ), said sum being fifty percent (50%) of the esti amount payable by the City of Carlsbad under the tern of the Contract, for payment well and truly to be made we bind ourselves, our heirs, executo administrators, successors, or assigns, jointly and severally, firmly by these presen THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or 1 subcontractors fail to pay for any materials, provisions, provender, supplies, or tean in, upon, for, or about the performance of the work contracted to be done, or for an work or labor thereon of any kind, or for amounts due under the Unemployment Ins Code with respect to such work or labor, or for any amounts required to be del withheld, and paid over to the Employment Development Department from the w employees of the contractor and subcontractors pursuant to Section 13020 Unemployment Insurance Code with respect to such work and labor that the Swt pay for the same, not to exceed the sum specified in the bond, and, also, in case brought upon the bond, costs and reasonable expenses and fees, including rea: attorney's fees, to be fixed by the court, as required by the provisions of Section C the California Civil Code. This bond shall inure to the benefit of any and all persons, companies and corpc entitled to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (corn with Section 3082). e e B:\CNT92010.BVC ? 5 In the event that Contractor is an individual, it is agreed that the death of any Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this 29T8 day of JANUARY ,19 93. JANUARY , 1993. e Executed by SURETY this 29~8 daj 0 CONTRACTOR: SURETY: RUTLEDGE GRADALLS VIGILANT INSURANCE COMPANY (Name of Contractor) (Name of Surety) 15 MOUNTAIN VIEW ROAD Wm, NJ 07061 (Address of Surety) By: EDWARD P. RUTLEDGE (201) 967-9400 (print name here) J OWNER, RUTLEDGE GRADALLS (title and organization of signatory) - (’. -/y> J/:& i JEROLD D .. EIALL , ATTORNEY-IN-PAC r By: -, & p’//z 7’1 , / .. - -1 1 Printed name of Attorney-in-Fact (attach corporate resolution si- current power of attorney) /i’ (sign herel e JEANNIE C. RUTLEDGE (print name here) r OWNER, RUTLEDGE GRADALLS (title and organization of signatory) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If ( officer signs, the corporation must attach a resolution certified by the secretary or assistant secreta I corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL C P 1 0 r iL4 mN J.HERATA v Deputy City Attorney e B:\CNT92010.BVC Though statute does not rf fill in the data below, do invaluable to persons relyin County of SAN DIEGO On 1-29-93 before me, VALERIE M. PEARCE, NOTARY PUBLIC NAME, TITLE OF OFFICER. E.G.. "JANE DOE. NOTARY PUBLIC" CORPORATE OFf zrsonally appeared JEANNIE C. Si EDWARD P. RUTLEDGE NAME(S) OF SIGNER(S) TITLE( PARTNEW c] AnoRNEY-IN-F* personally known to me - OR - 17 proved to me on the basis of satisfactory evidence subscribed to the within instrument and ac- to be the person(s) whose name(s) is/are 0 0 OTHER: capacity(ies), and that by his/her/their signature(s) on the instrument the person@), SIGNER IS REPRE! NAME OF PERSON(S) OR EN , THE DOCUMENT DESCRIBED AT RIGHT NUMBER OF PAGES DATE OF DOCUMENT 01992 NATIONAL NOTARY ASSOClATlON 8236 Remmet Ave., P.O. Box 7184 Can0 - OPTIONAL SE CAPACITY CLAIMED Though statute does not req fill in the data below, doin invaluable to persons relying 1 c] CORPORATE OFF11 State of ChIFORNIA Countyof SAN DIEGO bn- 1-29-93 before me, VALERIE M. PEARCE, NOTARY PUBLIC DATE NAME, TITLE OF OFFICER - E.G., "JANE DOE. NOTARY PUBLIC" personally appeared JEROLD D. HALL NAME(S) OF SIGNER(S) nnE(s) 0 PARTNER@) I Cl' personally known to me - OR - proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) idare subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. H ATToRNEY-IN-FAC 0 TRUSTWS) 0 GUARDIAN/CONSE s 15 ":2:y 13, i"o,5 SIGNER IS REPRES NAME OF PERSON(S) OR ENTl SIGNATURE OF NOTARY OPTIONAL SECTION THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: TITLE OR TYPE OF DOCUMENT Qi992 NATIONAL NOTARY ASSOCIATION 8236 Remmet Ave., P.O. Box 7184 Canog f POWER OF ATTORNEY L Know all Men by these Presents, That the VIGILANT INSURANCE COMPANY, 15 Mountain View Road, Warren, New Jersey, a h Jack T. Warnock, James F. Teghtmeyer, Jerold tion*, has constituted and appointed, and does hereby constitute and appoint Sandra J. Little of Sari Diego, California----------------------------------------------------------------- e each its true and lawful Attorney-in-Fact to execute under such designation in its name and to affix its corporate seal to and deliver for ar surety thereon or otherwise, bonds or obligations given or executed in the course of its business, and consents for the release of retained p final estimates. In Wltness Whereof, the said VIGILANT INSURANCE COMPANY has, pursuant to its By-Laws, caused these presents to be signed by its Vice-president and Assistant Secretary an hereto affixed this 19th day of November 19 92 Corporate Seal VIGILANT I URANCE COMPANY By B eorge McClellan Vice-President \ } ss. STATE OF NkW JERSEY County of Somerset On this 19th day of November 19 92 . , before me personally came Richard D. OConnor to me known and by me known to be Assistant Secret SURANCE COMPANY, the corporation described in and which executed the foregoing Power of Attorney. and the said Richard D. O’Connor being by me duly sworn, did depose and say that of the VIGILANT INSURANCE COMPANY and knows the corporate seal thereof; that the seal affixed to the foregoing Power of Attorney is such corporate seal and was thereto affixed by of said Company, and that he signed said Power of Attorney as Assistant Secretary of said Company by like authority: and that he is acquainted with George McClellan and knows him ompany, and that the signature of said George McClellan subscribed to said Power of Attorney is in the genuine handwriting of said George McClellan and was thereto subscr Acknowledged and Sworn to before me CERTIFICATION } ss. STATE OF NEW JERSEY County of Somerset I. the undersigned, Assistant Secretary of the VIGILANT INSURANCE COMPANY, do hereby certify that the followin on June 13. 1974 and most recently amended March 3, 1986 and that this By-Law is in full force and effect. “ARTICLE XV Section 2. All bonds, undertakings, contracts and other instruments other than as above for and on behalf of the Company which it is authorized by law or its charter to execute, may ar in the narne and on behalf of the Company either by the Chairman or the Vice-chairman or the President or a Vice-president, jointly with the Secretary or an Assistant Secretary, ur designations, except that any one or more officers or attorneys-in-fact designated in any resolution of the Board of Directors or the Executive Committee, or in any power of attorney e for in Section 3 below, may execute any such bond. undertaking or other obligation as provided in such resolution or power of attorney. Section 3. All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the Vice-chairman or thf President or an Vice-President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed.. of the following officers: Chairman, Vice Chairman. President, any Vice President, any Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by fi of attorney orto any certificate relating theretoappointing Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakins and otherwritings ob thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such powerso executed and certil signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.” I further certify that said VIGILANT INSURANCE COMPANY is duly licensed to transact fidelity and surety business in the State of cf&IFoWIA to become sole surety on bonds, undertakings, etc. permitted or required by the laws of the United States. And I furthercertifythattheforegoing Powerof Attorneyisnow in fullforceandeffect. 93 ,is- 29TEI dayof JANUARY r. f SWCompanyat Warren, N.J., this !$ ;. 1 k I ,/x/+-&<L/L Assistant Secretary Form21-10-0355(Rev. 11-9Z)CONSENT T108ERT F. DRIVER CO., dNC. x Jerry Hall Your represenlaliue (6 19) 238- 1828 1620 FIFTH AVE., SAN DIEGO, CA 92101 n 4 BOND NO. B 360171 PERFORMANCE BOND 9 WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolutio 93-4 , adopted January 5, 1993 y has awarded to Rutledae Gradak , (hereinafter designated as the "Principal"), a Contract fc Maintenance of Buena Vista Channel, Contract No. U/M 92-5, in the City of Carlsbi strict conformity with the contract, the drawings and specifications, and other Coi Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of - are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the thereof require the furnishing of a bond for the faithful performance of said Contr: NOW, THEREFORE, WE, Rutledge Cradalls , as Prix (hereinafter designated as the "Contractor") y and VIGILANT INSURANCE COE~PANP Surety, are held and firmly bound unto the City of Carlsbad, in the sum of Two hl thousand, seven hundred thirty three & 00/ io0 Dollars ($ma), said sum equal to one hundred percent (100%) of the estimated amount of the Contract, to b to City or its certain attorney, its successors and assigns; for which payment, well an( to be made, we bind ourselves, OUT heirs, executors and administrators, success assigns, jointly and severally, finnly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Cont their heirs, executors, administrators, successors or assigns, shall in all things stand abide by, and well and truly keep and perform the covenants, conditions, and agret in the Contract and any alteration thereof made as therein provided on their part kept and performed at the time and in the manner therein specified, and in all rz according to their true intent and meaning, and shall indemnify and save harmless tl of Carlsbad, its officers, employees and agents, as therein stipulated, then this oblj shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount sp therefor, there shall be included costs and reasonable expenses and fees, inc reasonable attorney's fees, incurred by the City in successfully enforcing such obli; all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or additioi terms of the Contract, or to the work to be performed thereunder or the specifi accompanying the same shall affect its obligations on this bond, and it does herebj notice of any change, extension of time, alterations or addition to the terms Contract, or to the work or to the specifications. e 0 B:\CNT92010.BVC > 4 I In the event that Contractor is an individual, it is agreed that the death of an3 Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this 29TH Executed by SURETY this 29T8 da day of JANUARY ,1993. JANUARY , 1993. CONTRACTOR: SURETY: a RUTLEDGE GRADALLS VIGILAEBT INSURANCE COMl?ANY (Name of Contractor) (Name of Surety) 15 MOUNTAIN VIEW ROAD WARREN, NJ 07061 By:[&&@' 9 ///&52??/<. v (sign here) (Address of Surety) EDWARD P. RUTLEDGE (201) 967-9400 * (print name here) OWNER, RUTLEDGE GRADALLS (title and organization of signatory) 7 n e b Printed name of Attorney-in-Fact JEANNIE C. RUTLEDGE (attach corporate resolution SI (print name here) current power of attorney) OWNER, RUTLEDGE GRADALLS (title and arganization of signatory) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If ( officer signs, the corporation must attach a resolution certified by the secretary or assistant secreta m a corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney t * -! LLJ W - -. I KAREN J. HIRATA BY: Deputy City Attorney B:\CNT92010.BVC CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CAPACITY CLAIME Though statute does not r( fill in the data below, dc invaluable to persons relyin CORPORATE OF1 NAME(S) OF SIGNER(S) TITLE( [7 PARTNER(S) ArroRNEY-lN-FP State of CALIFORNIA VALERIE M. PEARCE, NOTARY PUBLIC JEANNIE C. & EDWARD P. RUTLEDGE NAME, TITLE OF OFFICER ~ E G , "JANE DOE, NOTARY PUBLIC" ,Jersonally appeared I B personally known to me - OR - proved to me on the basis of satisfactory evidence subscribed to the within instrument and ac- to be the person(s) whose name(s) idare 0 c] OTHER: capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. SIGNER IS REPRE NAME OF PERSON(S) OR EN my hand and official seal. OPTIONAL SECTION TnlS CERTIFICATE MUST BE AITACHED TO TITLE OR TYPE OF DOCUMENT THE DOCUMENT DESCRIBED AT RIGHT NUMBER OF PAGES DATE OF DOCUMENT 01 992 NATIONAL NOTARY ASSOCIATION 8236 Remmet Ave , P 0 Box 71 84 Can1 CAPACITY CLAIME Though statute does not re fill in the data below, do invaluable to persons relyinc CORPORATE OFF State of CALIFORNIA Countyof SAN DIEGO On 1-29-93 before me, VALERIE M. PEARCE, NOTARY PUBLIC DATE NAME, TITLE OF OFFICER - E G . "JANE DOE. NOTARY PUBLIC" personally appeared JEROLD D. HALL I NAME(S) OF SIGNER(S) TITLE(' PARTNER(S) c] m personally known to me - OR - proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) idare subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their puth rized capacity(ies), and that by ki-dbri 3 heir signature(s) on the instrument the person(s), Q ATToRNEY-"-FA' c] TRUSTEE61 0. GUARDIANICONSI OOTHER: SIGNER IS REPRE! NAME OF PERSON(S) OR EN WITNESS my, hand and official seal. 0 PTI ON AL S ECTl ON THIS CERTIFICATE MUST BE AlTACHED TO ,' THE DOCUMENT DESCRIBED AT RIGHT. TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT 01 992 NATIONAL NOTARY ASSOCIATION 8236 Remmet Ave , P 0. Box 71 84 Can( Y C POWER OF ATTORNEY Know all Men by these Presents, That the VIGILANT INSURANCE COMPANY, 15 Mountain View Road, Warren, New Jersey, a I Jack T. Warnock, James F. Teghtmeyer, Jerold tion, &as constituted and appointed, and does hereby constitute and appoint sandra J. ~ittl~ of Sari Diego, California---------------------------------------------------------------- e each its true and lawful Attorney-in-Fact to execute under such designation in its name and to affix its corporate seal to and deliver for a surety thereon or otherwise, bonds or obligations given or executed in the course of its business, and consents for the release of retained I final estimates. In Wltness Whereof, the said VIGILANT INSURANCE COMPANY has, Pursuant to its By-Laws, caused these presents to be signed by its Vice-president and Assistant Secretary a hereto affixed this 19th day of November 19 92 Corporate Sed VIGILANT I URANCE COMPANY By 3 eorge McClellan Vice-President f ] ss. STATE OF NEW JERSEY County of Somerset On this l9th day of November 19 92 ’ , before me personally came Richard D. OConnor to me known and by me known to be Assistant Secrt SURANCE COMPANY, the corporation described in and which executed the foregoing Power of Attorney, and the said Richard D. OConnor being by me duly sworn, did depose and say tha of the VIGILANT INSURANCE COMPANY and knows the corporate Seal thereof: that the seal affixed to the foregoing Power of Attorney is such corporate seal and was thereto affixed b) of said Company, and that he signed said Power of Attorney as Assistant Secretary of said Company by like authority: and that he is acquainted with George McClellan and knows him ompany. and that the signature of said George McClellan subscribed to said Power of Attorney is in the genuine handwriting of said George McClellan and was thereto subsc Acknowledged and Sworn to before me CERTIFICATION ] ss. STATE OF NEW JERSEY County of Somerset I, the undersigned, Assistant Secretary of the VIGILANT INSURANCE COMPANY, do hereby certify that the followin on June 13, 1974 and most recently amended March 3. 1986 and that this By-Law is in full force and effect. “ARTICLE XV Section 2. All bonds, undertakings. contracts and other instruments other than as above for and on behalf of the Company which it is authorized by law or its charter to execute, may i in the name and on behalf of the Company either by the Chalrman or the Vice-chairman or the President or a Vice-president. jointly with the Secretary or an Assistant Secretary, L designations, except that any one or more officers or attorneys-in-fact designated in any resolution of the Board of Directors or the Executive Committee, or in any power of attorney I for in Section 3 below, may execute any such bond, undertaking or other obligation as provided in such resolution or power of attorney. Section 3. All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the Vice-chairman or tt President or an Vice-president, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. of the following officers: Chairman, Vice Chairman, President, any Vice President, any Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-in-fact for purposes only of executing and attesting bonds and undertakins and other writings o thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and cen signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking towhich it is attached.” I further certify that said VIGILANT INSURANCE COMPANY is duly licensed to transact fidelity and surety business in the State of CALIFORNIA to becomesolesurety on bonds, undertakings, etc. permitted or required bythe lawsof the United States. And I further certify that the foregoing Power of Attorney is now in full force and effect. 29TH day of JANUARY 5 19--- 93 ‘I. UCompanyat Warren, N.J.. this & I xJ,7&<LdL / 6 ‘ .. , Assistant Secretary Form 21-10-0355(Rev. 11-9Z)CONSENT ROB€RT T. DRIVfR CO., INC. Jerry Hall Your represenlalive (6 1 9) 238- 1828 1620 FIFTH AVE., SAN DIEGO, CA 92101 COVERAGE L MIT(S) CoVERED CO%&ED LIABILITY NCLUDE(S) BOTH PRIMARY 0 Owned AND EXCESS ( f excess applicable) __ AUTO @ Hired a [23 Contingent Liability Non-Owned 0 Employer's Non-Ownership Single Limit Liability for Coverages checked [x3 above GENERAL LIABILITY M&C-OLT Owners & Contractors Contractual * Elevators Completed Operations [7 Products andlor "{ la El @ Single Limit Liability for Coverages checked aabove a I3 Cargo COMBINED LIMITS OF LIABILITY Bodily Injury $ ,000 each F $ . + ,000 each c ,000 each c 1, wJ ,000 each c Bodily Injury $ ,000 each F ,000 each c ,000 annual z $ products ,000 each ( ,000 annual a product' Property Damage $ $ $ Property Damage $ $ $ 8,mD ,000 each i $ 1;933 ,000 ;;;tc; $ ,000 each \ ,000 each ( $ _L [7 Oescribeda Description OWNED below waved AUTO- MOBILES, YEAR, MAKE, TYPE OF BODY, LOAD CAPACITY IDENTIFICATION N Umbrella Liability POLICY NUMBER $ ,000 reti $ , eat $ I ag - I - 5’ .r. -* ’- e 0 Q wo - a siou!~~ ‘06e3iy3 SlaJIiMlapun ssa3x3 op puel6u3 ui saiuedwo=) IOIPUF? uopuol ‘sph017 - 3 eiu~ojil~3 ‘sap6uy sol ‘03 ‘8 WPM 013 puel6u3 UI saiueduo=) ~o/pue uopuoi ‘spho(7 - 8 AuedLuo3 aDusinsu1 AJniua=)-pilr\l - y eiu~oyle3 ‘saia6uy so7 33NW fl SN I SS33X3 eiuAojile3 ‘sala6uy sol hueduo3 a3ueJnsul Amjua3-pilr\l ’ E :heduo=) ayi SB ‘31 Aq panssi uay~ ‘Aqod at# UI 01 pailqa~ heduo3 ~301s E SI 6ur~olloj ayl eyjoyle3 ‘sqa6uy sol eiu~o~ip3 ‘sapGuy sol a6uey3x3 a=rueJnsul yml ’2 36~~~43x3 a3uelnsul s~auiej ’ t :heduo3 ayi SB ‘uayi jo iayp /(q panssi uayM ’A311Od aL/l UI 01 PaJla~aJ SaUI~~UIOS S~~UE~DX~ a3UEiflSUl-Ja$Ul aJe 6UIMO/lOJ ayl dflOH3 33NWnSNI Sti3v\ltlVJ I Attach to your policy with the same policy number shown on this endorsement. ENDORSEMENT Effective Date 1-12-93 60189 99 81 Policy Number of the Company designat' ET-2 in the Declarations "IT IS HEREBY UNDERSTOOD AND AGREED THAT THE POLICY TO WHICH THIS CERTIFICATE REFERS MAY NOT BE CANCELED, MATERIALLY CHANGED, NOR THE AMOUNT OF COVERAGE THEREOF REDUCED UNTIL THIRTY (30) DAYS AFTER RZCEIPT OF WRITTEN NOTICE OF CANCELLATION OR REDUCTION IN COVERAGE BY THE CITY CLERK OF THE CITY OF CARLSBAD. COVERAGE UNDER THIS POLICY SHALL BE PRIMARY AND NONCONTRIBUTING WITH ANY OTHER INSURANCE AVAILABLE TO THE CITY OF CARLSBAD." Effective not prior to time part of the above numbere in the policy contrar thereof. Countersigned the effective date shown above this endorsement, when countersignec the Company designated in the Declarations, and supercedes and contrc i;e subject to the Declarations, Insuring Agreements, Exclusions and 4 / 56-0002 (ACT-ET-2) 1,<-87 1200 1 C/ 1200 _PRINTED IN U.S.A. I ADDITIONAL INSURED ENDORSEMENT Reference is made to the attached Certificate as To Evidence of Insurance. lit is agreed that: The person or organization to whom the attached Certificate is issued is an additional insured. This applies only to liability arising out of the acts or omissions of the named insured. It applies only to the coverages indic Certificate. This extension of coverage does not apply: 1. To liability arising out of the negligence of the additional insured, its agents or employees, unless the agent 2. To any defect of material, design or workmanship in any equipment of which the additional insured is the c 21. To any vehicle liability when the named insured is not the owner or does not have care, custody, or control o The intent of this endorsement is to provide the coverage as stated above and in the Certificate. If any court s tliis endorsement to provide coverage other than what is stated above then our limits of liability shall be the lin illjury liability and property damage liability specified by any motor vehicle financial responsibility law of the sic or territory where the named insured resides. If there is no such law, our limit of liability shall be $5,000 01 bodily injury sustained by one person in any one occurrence and subject to this provision respecting each pers on account of bodily injury sustained by two or more persons in any one occurrence. Our total liability for all ( cause of all property damage sustained by one or more persons or organizations as the result of any one occs not exceed $5,000. This endorsement does not increase the coverage limits. is the named insured. manufacturer, mortgagee, or beneficiary. This endorsement becomes part of the policy to which it is attached and supersedes and controls onything in the policy contrary hereto iect to the Declarations, Insuring Agreements, Exclusions and Conditions thereof. (ADDITIONAL INSURED END.) 96-0108 7TH EDITION 11-86 F-92 1151 SWIOOO P 1 - - - A t* 1 STATE COM PEN SAT10 N P.O. BOX 420807, SAN FRANCISCO, CA 941 42-0807 * ESUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE t JANUARY 13, 1993 POLICY NUMBER 0587270 - CERTIFICATE EXPIRES 11 -7 -93 r CITY OF CARLSBAD ATTN: BUILDING DEPARTMENT 2075 LAS PALMAS DRIVE CARLSBAD CA 92009-4859 JOB: BUENA VISTA CHANNEL MAINTEI U/M92-5 L- This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the Califor Insurance Commissioner to the employer named below for the policy period indicated This policy IS not subject to cancellation by the Fund except upon gxdays' advance written notice to the employer. We will also give you aMdays' advance notice should this policy be cancelled prior to its normal expiration. Thls certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by polrcies listed herein Notwithstanding any requirement, term, or condition of any contract or other document v respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the poll described herein is subject to all the terms, exclusions and conditions of such policies. 30 - 30 0 &LEY ENDORSEMENT #0015 ENTITLED ADDITIONAL INSURED EMPLOYER EFFECTIVE 01/13/93 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. NAME OF ADDITIONAL INSURED: CITY OF CARLSBAD ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 01/13/93 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. - EMPLOYER r 0 RUTLEDGE GRADALLS 14751 OLIVE VISTA DR JAMUL CA 91935 NR L 9CIF lnO&3 fRF\/ 10 86) mm.wwmwtmwu~.~ nu nbrP"CGIS I lit INTEREST OF THE CERTIFICATE HOLDER WlfL ,NO?BE CANCELED TERNIINATED WITHOUT GIVING 10 DAYS PRIOR WRSTTEN NOTICE TO THE CERTIFICATE HOLDER NAMED BE EVENT SHALL THIS CERTIFICATE BE VALID MORE THAN 30 DAYS FROM THE DATE WRSIT,,N. THIS CERTlFlCAT DOESNOTCHANGETHECOVERAC;EPROVlDEDBYANYPOLlCYDESCP(IBEDBELOW. ' This CMtifieS that: 6w STATE FARM MUTUAL AUTOMOBIE INSURANCE COMPANY of Bloomingtoi, Illinois, or 0 STATE FARM FIRE AND CASUALTY COMPANY of Bloomington, Illinois -r6 coverage in force for the following Named Insured as shown below: Namecl Insured Address of Named Insured Rutledge, Edward S, Jeannie 14751 Olive Vista Drive, Jamul, California 91935 DESCRIPTION OF 1986 Ford Pickup VEHICLE OR ANY AUTO USED Agent's Code Number Name and Address of Certificate Holder Name and Address of Agent 1 r Additional Insured: City of Carlsbad Frank A. Brown I11 1200 Carlsbad Village Drive Carlsbad, CA 92008 El Cajon, California 92019 823 Jamacha Road L _I L ----.amas ~ ~~~ ~ ~- OPTIONAL ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RECENTION e This Escrow Agreement is made and entered into by and between the City of Car: whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereir address is called "City" and M hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent as follows: 1. Pursuant to Section 22300 of the Public Contract Code, Contractor has the o to deposit securities with Escrow Agent as a substitute for retention ear required to be withheld by City pursuant to the public works contract er into between the City and Contractor for amount of dated (hereinafter referred to as the "Contract"). A copy of said contract is attack Exhibit "A". When Contractor deposits the securities as a substitute for Co earnings, the Escrow Agent shall notify the City within ten (10) days deposit. The market value of the securities at the time of the substitutiol be at least equal to the cash amount then required to be withheld as ret1 under the terms of the Contract between the City and Contractor. Securitie be held in the name of City of Carlsbad and shall designate the Contractor beneficial owner. Prior to any disbursements, Escrow Agent shall verify tk present cumulative market value of all securities substituted is at least ec the cash amount of all cumulative retention under the terms of the Conb The City shall make progress payments to the Contractor for such funds otherwise would be withheld from progress payments pursuant to the Cc provisions, provided that the Escrow Agent holds securities in the for amount specified above. Alternatively, the City may make payments directly to Escrow Agent amount of retention for the benefit of the City until such time as the t created hereunder is terminated. 1 e 2. 3. a B:\CNT9201O.BVC 4. Contractor shall be responsible for paying all fees for the expenses incm Escrow Agent in administering the escrow account. These expenses any pa! terms shall be determined by the Contractor and Escrow Agent. The interest earned on the securities or the money market accounts hc escrow and all interest earned on that interest shall be for the sole accoi Contractor and shall be subject to withdrawal by Contractor at any time an( time to time without notice to the City. Contractor shall have the right to withdraw all or any part of the principal Escrow Account only by written notice to Escrow Agent accompanied by v authorization from City to the Escrow Agent that City consents to the withc of the amount sought to be withdrawn by Contractor. The City shall have a right to draw upon the securities in the event of defi the Contractor. Upon seven (7) days written notice to the Escrow Agen the City of the default of the Contractor, the Escrow Agent shall imme convert the securities to cash and shall distribute the cash as instructed City. Upon receipt of written notification from the City certdying that the Con has complied with all requirements and procedures applicable to the Co Escrow Agent shall release to Contractor all securities and interest on depc escrow fees and charges of the Escrow Account. The escrow shall be immediately upon disbursement of all monies and securities on depo payments of fees and charges. Escrow Agent shall rely on the written notifications from the City i Contractor pursuant to Sections 6 thru 8 and 10, inclusive, of this agreem the City and Contractor shall hold Escrow Agent harmless from Escrow release and disbursement of the securities and interest as set forth in Sec thru 8 and 10. a 5. 6. 7. 8. e 9. .... .... .... .... .... .... a B:\CNT92010.BVC 10. The names of the persons who are authorized to give written notices receive written notice on behalf of the City and on behalf of Contract connection with the foregoing, and exemplars of their respective signature as follows: For City: Title a Name Signature Address For Contractor: Title Name Signature Address a For Escrow Agent: Title Name Signature Address e / B:\CNT92010.BVC / At the time the Escrow Account is opened, the City and Contractor shall deliver ti Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper of on the date first set forth above. a For City: Title Name Signature Address For Contractor: Title Name Signature Address For Escrow Agent: Title a Name Signature Address 0 B:\CNl92010.BVC RELEASE FORM THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS NAME OF CONTRACTOR: PROJECT DESCRIPTION: PERIOD WORK PERFORMED: The above-named Contractor hereby acknowledges payment in full for all compens of whatever nature due the Contractor for all labor and materials furnished and fi work performed on the above-referenced project for the period specified above wit exception of contract retention amounts and disputed claims specifically shown bel( RETENTION AMOUNT FOR THIS PERIOD: $ a DISPUTED CLAIMS DESCRIPTION OF CLAIM AMOUNT CLAIMED The Contractor further expressly waives and releases any claim the Contractor may of whatever type or nature, for the period specified which is not shown as a rete amount of a disputed claim on this form. This release and waiver has been voluntarily by Contractor without any fraud, duress or undue influence by any pen entity. Contractor further certifies, warrants, and represents that all bills for labor, material work due Subcontractors for the specified period have been paid in full and that the F signing below on behalf of Contractor have express authority to execute this relea: DATED: PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporation, etc.) By: Title: By: 0 Title: B:\CNT92010.BVC SPECIAL, PROVISIONS I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION e 1-1 TERMS To Section 1-1, add: A. Reference to Drawings: Where words "shown," "indicated," "detailed," "noted," "scheduled," or words of s' import are used, it shall be understood that reference is made to the plans accompa these provisions, unless stated otherwise. B. Directions: Where words "directed," "designated," "selected," or words of similar import are u shall be understood that the direction, designation or selection of the Engineer is intt unless stated otherwise. The word "required" and words of similar import sh understood to mean "as required to properly complete the work as required i approved by the City Engineer," unless stated otherwise. C. Equals and Approvals: Where the words "equal," "approved equal," "equivalent," and such words of similar 1 are used, it shall be understood such words are followed by the expression Yn the o of the Engineer," unless otherwise stated. Where the words "approved," "app "acceptance," or words of similar import are used, it shall be understood that the ap1 acceptance, or similar import of the Engineer is intended. D. Perform and Provide: The word "perform" shall be understood to mean that the Contractor, at her/his e: shall perform all operations, labor, tools and equipment, and further, includi furnishing and installing of materials that are indicated, specified or required to me the Contractor, at her/his expense, shall furnish and install the work, complete in pl: ready to use, including furnishing of necessary labor, materials, tools, equipmei transportation. a a B:\CNT92010.BVC 1-2 DEFINITIONS Modify Section 1-2 as follows: Agency - the City of Carlsbad, California Fngineer - the Project Manager for the City of Carlsbad or his approved representa 24 CONTRAmBONDS Delete the third sentence of the first paragraph having to do with a surety being lis the latest revision of U.S. Department of Treasury Circular 570. Modify Paragraph 3 as follows: Contractor shall provide two good and sufficient surety bonds. The "Payment (Material and Labor Bond) shall be for not less than 50 percent of the contract pi satisfy claims of material suppliers and of mechanics and laborers employed by cont on the project. Add: The Payment Bond and the Performance Bond shall be kept in N1 force and effect Contractor during the come of this project. Both bonds shall extend in full forc effect and be retained by the City for a period of one (1) year from the date of 1 acceptance of the project by the City. Add the following: All bonds are to be placed with insurers that have a rating in Best's Key Rating GI at least A-:V and are authorized to conduct business in the state of California and arc in the official publication of the Department of Insurance of the State of Californil 0 a 2-5 PLANS AND SPECIFICATIONS To Section 2-5.1, General, add: The specifications for the work include the Standard SDecifications for Public Construction, (SSPWC), 1991 Edition, and the latest supplement, hereinafter desi "SSPWC", as issued by the Southern California Chapter of the American Public Association, and as amended by the Special Provisions section of this contract. e B:\CNT92010.BVC The Construction Plans consist specifically of Section V, Special Provisions, of the con documents for the Maintenance of Buena Vista Channel, Contract No. U/M 92-5. To Section 2-5.3, Shop Drawings, add: Where installation of work is required in accordance with the product manufacti direction, the Contractor shall obtain and distribute the necessary copies of instruction, including two (2) copies to the City. To Section 2-5, add: 2-5.4 Record Drawinm: The Contractor shall provide and keep up-to-date a complete "as-built" record : transparent sepias, which shall be corrected daily and show every change from the or drawings and specifications and the exact "as-built" locations, sizes and kinds of equip underground piping, valves, and all other work not visible at surface grade. Prints fc purpose may be obtained from the City at cost. This set of drawings shall be kept c job and shall be used only as a record set and shall be delivered to the Engineer completion of the work. 3-5 DISPUTED WORK o To Section 3-5, Disputed Work, add: All claims by the contractor for $375,000 or less shall be resolved in accordance w procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Artic (commencing with Section 20104) which is set forth below: ARTICLE 1.5. RESOLUTION OF CONSTRUCTION CLAIMS 8 20104. Application of article; inclusion of article in plans and specifications (a) (1) This article applies to all public works claims of three hundred seven thousand dollars ($375,000) or less which arise between a contractor and a local a (2) This article shall not apply to any claims resulting from a contract beh contractor and a public agency when the public agency has elected to resolve any d pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b) (1) "Public work" has the same meaning as in Sections 3100 and 3106 of tI. Code, except that "public work" does not include any work or improvement contrac by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a the extensic 0 B:\CNT92010BVC payment of money or damages arising from work done by or on behalf of the contr: pursuant to the contract for a public work and payment of which is not otherwise exprc provided for or the claimant is not otherwise entitled to, or (C) an amount the pay of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the pla specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991, 5 20104.2. claims; requirements For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantia- claim. Claims must be filed on or before the date of final payment. Nothing i subdivision is intended to extend the time limit or supersede notice requirements 0th provided by contract for the filing of claims. (b) (1) For claims of less than fifty thousand dollars ($SO,OOO), the local agenq respond in writing to any written claim within 45 days of receipt of the claim, o request, in writing, within 30 days of receipt of the claim, any additional documen supporting the claim or relating to defenses or claims the local agency may have a the claimant. e (2) If additional information is thereafter required, it shall be requested and pa pursuant to this subdivision, upon mutual agreement of the local agency and the cla (3) The local agency’s written response to the claim, as further documented, sl submitted to the claimant within 15 days after receipt of the further documental within a period of time no greater than that taken by the claimant in produci additional information, whichever is greater. (c) (1) For claims of over fifty thousand dollars ($50,000) and less than or equal t hundred seventy-five thousand dollars ($375,000), the local agency shall resp Writing to all Written claims within 60 days of receipt of the claim, or may reqi writing, within 30 days of receipt of the claim, any additional documentation sup the claim or relating to defenses or claims the local agency may have against the cli 0 B:\CNT92010.BVC (2) If additional information is thereafter required, it shall be requested and pro pursuant to this subdivision, upon mutual agreement of the local agency and the clai (3) The local agency’s written response to the claim, as further documented, sh submitted to the claimant within 30 days after receipt of the further documentatic within a period of time no greater than that taken by the claimant in producin additional information or requested documentation, whichever is greater. o (d) If the claimant disputes the local agency’s written response, or the local agenc to respond within the time prescribed, the claimant may so notify the local agen writing, either within 15 days of receipt of the local agency’s response or within 1: of the local agencfs failure to respond within the time prescribed, respectivelq demand an informal conference to meet and confer for settlement of the issues in di Upon a demand, the local agency shall schedule a meet and confer conference wid days for settlement of the dispute. (e) If following the meet and confer conference the claim or any portion remi dispute, the claimant may file a claim pursuant to Chapter 1 (commencing with S 900) and Chapter 2 (Commencing with Section 910) of Part 3 of Division 3.6 of Tit the Government Code. For purposes of those provisions, the running of the period c within which a claim must be filed shall be tolled Erom the time the claimant subn or her written claim pursuant to subdivision (a) until the time the claim is c including any period of time utilized by the meet and confer conference. § 20104.4. Procedures for civil actions filed to resolve claims a The following procedures are established for all civil actions filed to resolve claims : to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or resF pleadings, the court shall submit the matter to nonbinding mediation unless wai mutual stipulation of both parties. The mediation process shall provide for the se within 15 days by both parties of a disinterested third person as mediator, sl commenced within 30 days of the submittal, and shall be concluded within 15 da! the commencement of the mediation unless a time requirement is extended upon cause showing to the court. (b) (1) If the matter remains in dispute, the case shall be submitted to judicial arb pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 Code of Civil Procedure, notwithstanding Section 1141.11 of that code. Th Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought unl subdivision consistent with the rules pertaining to judicial arbitration. 0 B:\CNT9201O.BVC (2) In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of P of the Code of Civil Procedure, (A) arbitrators shall, when possible, be experiencl construction law, and (B) any party appealing an arbitration award who does not o a more favorable judgment shall, in addition to payment of costs and fees under chapter, also pay the attorney's fees on appeal of the other party. 3 20104.6. arbitration award or judgment e Payment by ld agency of undisputed portion of dab; interest on (a) No local agency shall fail to pay money as to any portion of a claim wh undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at thc rate on any arbitration award or judgment. The interest shall begin to accrue on th the suit is filed in a court of law. 5 20104.8. Duration of article; application of article to contracts between Jan. 1, and Jan. 1,1994 (a) This artkle shall remain in effect only until January 1, 1994, and as of that ( repealed, unless a later enacted statute, which is enacted before January 1, 1994, c or extends that date. (b) As stated in subdivision (c) of Section 20104, any contract entered into be January 1,1991, and January 1,1994, which is subject to this article shall hcorporz article. To that end, these contracts shall be subject to this article even if this ar repealed pursuant to subdivision (a). a 4-1 MATERIALS AND WORKMANSHIP To Section 4-1.3.1, Inspection Requirements, General, add: All work shall be under the observation of the Engineer or his appointed represer The Engineer shall have free access to any or all parts of work at any the. Con shall furnish Engineer with such information as may be necessary to keep her/hi informed regarding progress and manner of work and character of materials. Ins] of work shall not relieve Contractor from any obligation to fulfill this Contract. Modify Section 4-1.4, Test of Materials, as follows: Except as specified in these Special Provisions, the Agency will bear the cost of materials and/or workmanship where the results of such tests meet or excc requirements indicated in the Standard Specifications and the Special Provisions. "I of all other tests shall be borne by the Contractors. a B:\CNT92010.BVC 0 At the option of the Engineer, the source of supply of each of he materials sha approved by him before the delivery is started. All materials proposed for use m: inspected or tested at any time during their preparation and use. If, after trial, it is f that sources of supply which have been approved do not furnish a uniform product, the product from any source proves unacceptable at any time, the Contractor shall fu approved material from other approved sources. After improper storage, fimdling o other reason shall be rejected. All backfill and subgrade shall be compacted in accordance with the notes on the plan the SSPWC. Compaction tests may be made by the City and all costs for tests that or exceed the requirements of the specifications shall be borne by the City. Said tests may be made at any place along the work as deemed necessary by the Eng The costs of any retests made necessary by noncompliance with the specifications sk borne by the Contractor. Add the following section: 4-1.7 Nonconforming Work The contractor shall remove and replace any work not conforming to the pL specifications upon written order by the Engineer. Any cost caused by reason c nonconforming work shall be borne by the Contractor. 5-1 LOCATION 0 Add the following: The City of Carlsbad and affected utility companies have, by a search of known rt endeavored to locate and indicate on the Plans, all utilities which exist within the of the work. However, the accuracy of completeness of the utilities indicated on thc is not guaranteed. 54 RELOCATEON Add: The temporary or permanent relocation or alteration of utilities, including connection, desired by the Contractor for hidher own convenience shall be the Cont: own responsibility, and he/she shall make all arrangements regarding such work at to the City. If delays occur due to utilities relocations which were not shown on tht it will be solely the Citfs option to extend the completion date. a B:\CNT92010.BVC 0 In order to minimize delays to the Contractor caused by the failure of other partic relocate utilities which interfere with the construction, the Contractor, upon request tc City, may be permitted to temporarily omit the portion of work affected by the utility. portion thus omitted shall be constructed by the Contractor immediately following relocation of the utility involved unless otherwise directed by the City. 6-1 CONSIRUCTXON SCHEDULE Moa this section as follows: A construction schedule is to be submitted by the Contractor per the following: 1. The prime contractor is required to prepare in advance and submit at the time of the project preconsmction meeting a detailed critical path method (CPM) project schedule. This schedule is subject to the review and approval of the City. 2. The schedule shall show a complete sequence of construction activities, identifying work for the complete project in addition to work requiring separate stages, as well as any other logically grouped activities. The schedule shall indicate the early and late start, early and late finish, 50% and 90% completion, and any other major construction milestones, materials and equipment manufacture and delivery, logic ties, float dates, and duration. The prime contractor shall revise and resubmit for approval the schedule as required by City when progress is not in compliance with the original schedule. The prime contractor shall submit revised project schedules with each and every application for monthly progress payment identifying changes since the previous version of the schedule. 0 3. 4. The schedule shall indicate estimated percentage of completion for each item of work at each and every submission. The failure of the prime contractor to submit, maintain, or revise the aforementioned schedule (s) shall enable City, at its sole election, to withhold up to 10% of the monthly progress payment otherwise due and payable to the contractor until the schedule has been submitted by the prime contractor and approved by City as to completeness and conformance with the aforementioned provisions. 5. 0 B:\CNT92010.BVC No changes shall be made to the construction schedule without the prior written appi of the Engineer. Any progress payments made after the scheduled completion date not constitute a waiver of this paragraph or any damages. Coordination with the respective utility company for removal or relocation of confli utilities shall be requirements prior to commencement of work by the Contractor. 6-7 TIME OF COMPLETION The Contractor shall begin work within five (5) calendar days after receipt of the % to Proceed" and shall diligently prosecute the work to completion within twenty-five consecutive days after the date of the Notice to Proceed. To Section 6-7.2, Working Day, add: Hours of work - All work shall normally be performed between the hours of 7:OO a.n sunset, from Mondays through Fridays. The contractor shall obtain the approval ( Engineer if he/she desires to work outside the hours state herein. Contractor may work during Saturdays and holidays only with the written permiss the Engineer. This written permission must be obtained at least 48 hours prior tc work. The Contractor shall pay the inspection costs of such work. 6-8 COMPLETION AND ACCEPTANCE Add the following: All work shall be guaranteed for one (1) year after the filing of a "Notice of Compl and any faulty work or materials discovered during the guarantee period shall be re or replaced by the Contractor, at his expense. a 6-9 LIQUIDATED DAMAGES Modify this section as follows: If the completion date is not met, the contractor will be assessed the sum of $250. day for each day beyond the completion date as liquidated damages for the delaj progress payments made after the specified completion date shall not constitute a of this paragraph or of any damages. 7-3 LIABILITY INSURANCE Add the following: All insurance is to be placed with insurers that have a rating in Best's Key Rating G at least A-:V and are authorized to conduct business in the state of California and ar in the official publication of the Department of Insurance of the State of Californi e B:\CNT92010.BVC 74 WORKERS' COMPENSATION INSURANCE Add the following: All insurance is to be placed with insurers that are authorized to conduct business state of California and are listed in the official publication of the Department of Inst of the State of California. Policies issued by the State Compensation Fund me1 requirement for workers' compensation insurance. 7-5 Pms Mow the first sentence to read: The agency will obtain, at no cost to the Contractor, all encroachment, right-o grading, and building permits necessary to perform work for this contract on City prc in streets, highways (except State highway right-of-way), railways or other rights-o Add the following: Contractor shall not begin work until all permits incidental to the work are obtain 7-8 PROJECT AND SITE MANAGEMENT To Section 7-8.1, Cleanup and Dust Control, add: Cleanup and dust control shall be executed even on weekends and other non-workin at the City's request. Add the following to Section 7-8: 7-8.8 Noise Control All internal combustion engines used in the construction shall be equipped with IT in good repair when in use on the project with special attention to City Noise ( Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. a 0 7-10 PUBLIC CONVENIENCE AND SAFETY Add the following to Section 7-10.4, Public Safety: 7-10.4.4 Safety and Protection of Workers and Public The Contractor shall take all necessary precautions for the safety of employees on th and shall comply with all applicable provisions of Federal, State and Municipal safe and building codes to prevent accidents or injury to persons on, about, or adjacenl premises where the work is being performed. He/she shall erect and properly mah all time, as required by the conditions and progress of the work, all necessary saft a B:\CNT92010.BVC for the protection of workers and public, and shall use danger signs warning ag hazards created by such features of construction as protruding nails, hoists, well holes falling materials. 7-13 JAWS TO BE OBSERVED Add the following: Municipal ordinances which affect this work include Chapter 11.06. Excavation Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel for use in the proposed construction project which would be subject to Section 16( Section 1603 of the Fish and Game Code, such conditions or modifications establ pursuant to Section 1601 of the Fish and Game Code shall become conditions c contract. 8 FACILITLES FOR AGENCY PERSONNEL Delete this section. 9-3 PAYMENT Modify Section 9-3.2, Partial and Final Payment, as follows: Delete the second sentence of the third paragraph having to do with reductions in a~ of retention. 10 SURVEYING Contractor shall employ a licensed land surveyor or registered civil engineer to pc necessary surveying for this project. Requirements of the Contractor pertaining to thi are set forth in Section 2-9.5 of the SSPWC. Contractor shall include cost of sun service within appropriate items of proposal. No separate payment will be made. Survey stakes shall be set and stationed by the Contractor's surveyor for curbs intervals (25' intervals for curves), curb returns at BCR, 1/4, 1/2, 3/4, and ECR, ht sewers, storm drains, and structures (4 comers min.). Rough grade as required to cut of fill to finished grade (or flowline) as indicated on a grade sheet. Contractor shall transfer grade hubs for construction and inspection purposes to crot base grade of streets as required by Engineer. Contractor shall protect in place or replace all obliterated survey monuments as per 5 8771 of the Business and Professional Code. a a B:\CNT92010.BVC Contractor shall provide Engineer with 2 copies of survey cut sheets prior to comer construction of surveyed item. 11 WATER FOR CON!STRUCI"ION The Contractor shall obtain a construction meter for water utilized during the constru under this contract. The Contractor shall contact the appropriate water agenq requirements. The contractor shall include the cost of water and meter rental M appropriate items of the proposal. No separate payment will be made. a e B:\CNT92010.BVC II. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCI'ION FOR CON!YiXUCIION MATERIAIS 0 (NOTE TO PROJECT MANAGER: These supplemental provisions for materials and comprise the technical or detail specifications and must be tailored to each project the design engineeis experience and judgment. The Standard Special Provisions k Regional Standards Committee is a good reference.) 200-2 UNTREATED BASE MA- Aggregate base shall be crushed aggregate base (Section 200-2.2), crushed slas (Section 200-2.3), or crushed miscellaneous base (Section 200-2.4). 201-1 PORTLAND CEMENT CONCREIE Concrete for drainage ditch shall be Class 520-C-2500. Modify Section 201-1.2.1, Portland Cement, as follows: Fht paragraph, first sentence amend to read: "All cement to be used or furnishec be low alkali and shall be either Type I or Type II Portland Cement confomhg to C 150, or Type IP (MS) Portland Pozzolan Cement conforming to ASTM C 595, otherwise specified.'' Modify Section 201-1.2.3, Water, as follows: Second paragraph replace "1,000 ppm (mg/L) of sulfates" with "1,300 (mg/L) 1 sulfates." Third paragraph replace "800 ppm (mg/L) of sulfates" with "1,300 (mg/L) ppm of su (b) Air-entraininz Admixtures Last paragraph amend to read: "A tolerance of plus or minus 1-1/2 percent is a] The air content of freshly mixed concrete will be determined California Test Meth 504." Modify Section 201-1.3.3, Concrete Consistency, as follows: Second paragraph delete: "and shall not exceed amounts shown in following table delete table. Modify Section 201-1.4.3, Transit Mixers, as follows: e B:\CNT92010.BVC Add after listing of infomation for weighmaster's certificate: "Transit mixed concrete be certified by mix design number, provided a copy of the mix proportions are kept 01 at the plant location for a period of 4 years after the use of the mix." 201-2 S"E€X REINFORCEMENT FOR CONCRETE No changes. 203-6 and 400-4 ASPHALT CONCRETE Asphalt concrete shall be class C2-AR 4000, C3-AR 4000, or Type 111 C3-AR 4000. Modify Section 203-6.6.1, Batch Plant Method, as follows: Third paragraph, delete 'land from the Engineer's field laboratory." Last paragraph, add after D 2172: "method A or B." Modify Section 203-6.8, Miscellaneous Requirements, as follows: Add the following: "Open graded asphalt concrete stored in excess of 2 hours, an other asphalt concrete stored in excess of 18 hours, shall not be used in the work.' Modify Section 400-4.1, General, as follows: Second paragraph, amend to read: "Unless otherwise specified, AR-4000 paving asphalt shall be used for Type 111 asphaltic concrete, and AR-8000 paving grade i shall be used for asphalt concrete dikes." Modify Section 400-4.2.4, Fine Aggregate, as follows: Add: "The total amount of material passing the No. 200 sieve shall be determi washing the material through the sieve with water. No less than 1/2 of the rn passing the No. 200 sieve by washing shall pass the No. 200 sieve by dry sieving.' Add the following paragraph: "Fhe aggregate shall be tested for soundness in acco with ASTM D-1073, and shall not exceed fifteen percent (15%) loss by weight." Modify Section 400-4.3, Combined Aggregates, as follows: First paragraph, add: "MTM D2419 Test Method may be alternated for Test me^ Calif. 217." e a B:\CNT92010.BVC CLASS B2 INDMDUAL MOVING SIEVE SIZES TEST RESULT AVERAGE 100 90-1 00 80-90 60-75 40-55 1" (25 mm) 100 1/2" (13 mm) 75-95 3/8" (10 mm) 50-80 No. 4 30-60 No. 8 22-44 No. 30 8-26 No. 22 1-8 3/4" (19 mm) 87-100 27-40 12-22 3 -6 Asphalt Oh 4.6-6.0 B3 INDMDUAL MOWN( TEST RESULT AVERAG 100 100 90-100 95-1OC 85-100 85-95 60-84 65-80 40-60 45-60 24-50 30-45 11 -29 15-25 1-9 3-7 4.6-6.0 After the last paragraph, add the following: The aggregated from each separate bin for asphalt concrete, Type 111, except for thc containing the fine material shall have a Cleanness Value as noted in the added "Tat Sand Equivalent and Cleanness Values" and as determined by Test Method No. Calif. modified as follows: Tests will be performed on the material retained on the No. 8 sieve from each binc will not be a combined or averaged result. Each test specimen will be prepared by hand shaking for 30 seconds, a single loa& the entire sample on a 12-inch diameter, No. 4 sieve nested on top of a 12-inch &an No. 8 sieve. Where a come aggregate bind contains material which will pass the maximurr specified and be retained on a 3/8 inch sieve, the test specimen weight and volu wash water specified for one inch x No. 4 aggregate size will be used. Samples will be obtained from the weight box area during or immediately after disc from each bin of the batching plant or immediately prior to mixing with asphalt in thi of continuous mixers. The Cleanness Value of the test sample from each of the bins will be separately corn a 0 and reported. Modify Section 400-4.4, Storing, Drying and Screening Aggregates, as follows: After fifth paragraph, add: 'When the Contractor adds supplemental fine aggregate such supplemental fine aggregate used shall be stored separately and kept thoroughl 204-1 LUMBER AND PLYWOOD Header for bituminous pavement shall be construction grade Redwood, or t construction grade Douglas Fir. 204-2 TREATMENT WITH PRESERVATnlES No change. 207-2 REINFORCED CONCRETE PIPE The pipeline layout and connector pipe list required under Paragraph 3,207-2.1, is M 210-1 PAINT Paint for striping shall be white. 0 B:\CNT92010.BVC III. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CON!XRUCI'ION FOR CONSIRUCI'ION h4EXHODS a 301-2 UNTREATED BASE No change. 302-5 ASPWT CONCRETE PAVEMENT A prime coat is not required for this contract. A seal coat is required and shall cor the Section 302-5.9 of these supplemental provisions. Modify Section 302-5.1, General, as follows: Paragraph 1, replace "Section 203-6l with "Section 4004." Last paragraph, add: "All testing of underground installations at any given point sh completed before the surfacing is placed at that point." Modify Section 302-5.2, Prime Coat, as follows: Mer "grade Sc-250" add "or MC 70." Modify Section 302.5.5.2, Density and Smoothness, as follows: First paragraph, change 1/8 inch (3mm) to 1/4 inch (6mm). Modify Section 302-5.5.1, Rolling General, as follows: Second paragraph, Part (2), add: Vibratory rollers shall be limited to breakdown, unless otherwise directed by the Eng After last paragraph, add: breakdown rolling shall be followed by a pneumatic-tired roller as described j Section." To Section 302-5.8, Measurement and Payment, add: Cost of labor and materials for the seal coat shall be included in the unit price asphalt concrete. a "Unless directed by otherwise the Engineer, the a B:\CNT9201O.BVC Add the following: o 302-5.9. Seal Coat All asphalt concrete surfaces shall be seal-coated unless otherwise specified. The sea shall consist of a coat of asphaltic emulsion and a cover coat of sand. The asp emulsion shall be mixing type conforming to Section 203-3, "Emulsion Asphalt." Sand be clean and dry. Immediately before applying asphaltic emulsion, the surface to be seal-coated shi thoroughly cleaned of all dirt and loose material. Asphaltic emulsion shall not be a1 when the street is overly wet or when the atmospheric temperature is below 50 de Fahrenheit. The asphaltic emulsion shall be applied by use of a power spraying device that un5 applies the emulsion to the surfacing at a rate of 0.1 to 0.15 gallon per square yard distributor spray bar shall be equipped with asphaltic emulsion-type spray jets. C gutters, and other adjoining improvements shall be carefully protected from the emu and any such improvements spattered or touched with emulsion shall be carefully cle Immediately after the application of asphaltic emulsion, a cover coat of sand sh, spread at the rate of 6 to 12 pounds per square yard. After the sand has been spreac piles, ridges, or uneven distribution shall be broomed to maintain an even layer ovc surface. Five days after the seal coat has been applied, the surface shall again be bra and any excess sand shall be picked up and removed from the job. The Engineel authorize the sand to be broomed, picked up and removed fi-om the job after 2 or days. a 303-2 AIR-PLACE CONCRETE No changes. a B:\CNT92010.BVC 306-1 OPEN TRENCH OPERATIONS 18" RCP shall have a minimum cover of one (1) foot below finished grade. Bedding be aggregate base per these specifications. Compaction shall be a minimm of 90% density and backfill shall be mechan compacted. a 310-5 PAINTING VARIOUS SURFACES Modify Section 310-5.6.10, Painting Traffic Striping, Pavement Markings and Markings, as follows: Payment for all pavement marking shall be a lump sum as proposed in the bid docun 0 e B:\CNT9201O.BVC IV. SPECIAL PROVISIONS FOR CLEARING BUENAVESTA CHANNEL a 1. The area of work shall be limited to the northernmost 70% of the width c Buena Vista Channel from the Haymar Street Bridge proceeding westerly ti Jefferson Street Bridge. All Vegetation remaining in the southerly 30% of the I of the Channel must be preserved as required by the State of California Depart of Fish and Game. The Contractor shall dredge and remove silt and plant vegetation from the lixr the Buena Vista Channel so as to re-establish a relatively consistent grade fc Channel bed from the present elevation of the concrete apron of the Haymar ! Bridge to the present elevation of the concrete apron of the Jefferson Street B The dredging operation will consist of removing cattails, bulrushes, silt, a foreign material deposited within the limits of the Buena Vista Channel. Worl include the timely disposal, by the Contractor, of all spoils removed fro: Channel allowing sufficient time for adequate drylng of material prior to dis All material will be placed for de-watering in an area that is a minimum o from the Channel and where the material cannot re-enter the Channel. 2. 3. e Private property adjacent to the channel may be made available for dq purposes. However, all arrangements and required fees must be m between the property owner and the contractor. All costs should be inch in the bid price. 4. A 100’ buffer zone of vegetation will be left intact upstream from the co apron of the Jefferson Street Bridge. Clearing can be done upstream from the zone. The buffer is a catchment area to trap siltation from the upstream After work is complete upstream of the buffer zone, the water will be left least one full day to allow siltation to collect in the buffer zone before the zone is removed. The cleaning period of the Buena Vista Channel shall be from January November of each year. In case an emergency is declared, the City Manag authorize cleaning of the Channel at his discretion. 5. e B:\CNT92010.BVC U/M Re 9. Contractor will be furnished a list of all property owners adjacent to channel boundary and it shall be the contractois respoIlsibility to nom property owners of the scheduled work dates and of the type of work tc done prior to the start of the job. we .-. ** September 8, 1993 Rutledge Gradalls 14571 Olive Vista Dr. Jamul, CA 91935 Re: Bond Release - Contract No. U/M 92-5 - Buena Vista Channel Maintenance The Notice of Completion for the above-referenced project has recorded. Therefor instructions from our Utilities/Maintenance Department we are releasing 75% ( Performance Bond. Please consider this letter as your notification that $1 54,299 Vigilant Insurance Company Performance Bond No. B360171 is hereby released. A copy of the recorded Notice of Completion is enclosed for your records. &?L% Assistant City Clerk Enc. c: Virginia McCoy, U/M Dept. 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-2 CITY OF CARLSBAD City Clerk City of Carlsbad 1200 Carlsbad Village Drive When recorded mail to: Carlsbad CA 92008 P ijFFrCIfiL BEL~WOS i 924 SBM DIE@ C~~~~~~ RECffF;BEA’: f %HME7TE E!idRS a fOUH7Y RE[ .^E&: Space above for Recorder’s Use m 7 "7" /- .:*- ' G. $ps 1 -