HomeMy WebLinkAboutS and B Engineering Inc; 2015-07-28; PKRC549Project: PKRC549, Ocean Street Parking Lot
Change Order No. 1
CITY OF CARLSBAD
CONTRACT CHANGE ORDER NO. 1
PROJECT: PKRC549, Ocean Street Parking Lot
CONTRACT NO. PKRC549
ACCOUNT NO. 3707000-9060/38961-9066
CONTRACTOR: S & B Engineering, Inc.
ADDRESS: 12570 Slaughterhouse Canyon
Road
Lakeside. CA 92040
P.O. NO. P130586
The Contractor is directed to make the following changes as described herein. Changes
shall include all labor, materials, equipment, contract time extension, and all other goods and
services required to implement this change. Payment stated on this change order includes
all charges, direct or indirect, arising out of this additional work including charges for field
overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of
efficiency, extended equipment costs and overtime premium costs and is expressly agreed
between the City and the Contractor to be the complete and final costs hereof. The
requirements of the specifications, where pertinent and not in conflict with this change order,
shall apply to these changes.
Pursuant to the Standard Specifications for Public Works Construction, perform the
following:
Item 1:
Increase to contract cost.. .................................................................. $2,600
TOTAL INCREASE TO CONTRACT COST ...................................................... $2,600
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE
INCREASED BY ZERO WORKING DAYS AS A RESULT OF THIS CHANGE ORDER.
Tracking #:
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
OCEAN STREET PARKING LOT; PKRC549
This agreement is made on the (^'S"^ day of Oo/c/ , 2QIS. by the
CityofCarlsbad, California, a municipal corporation, (hereinafter calletf*City"), and S & B Engineering, Inc.
whose principal place of business is 12570 Slaughterhouse Canyon Road, Lakeside, CA 92040
(hereinafter called "Contractor").
City and Contractor agree as follows:
DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the
project described by these Contract Documents (hereinafter called "Project").
PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools,
equipment, and personnel to perform the work specified by the Contract Documents unless excepted
elsewhere in this Contract.
CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract,
Contractor's Proposal, the Plans and Specifications, the General Provisions, addendum(s) to said Plans
and Specifications, and all proper amendments and changes made thereto in accordance with this Contract
or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict,
this Contract will supersede terms and conditions in the Contractor's proposal.
LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carlsbad
Ordinances governing labor.
GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project
in accordance with directions and subject to inspection approval and acceptance by: Kyle Lancaster
(City Project Manager)
WAGE RATES. The general prevailing rate of wages for each craft or type of worker needed to execute
the contract shall be those as determined by the Director of Industrial Relations pursuant to Sections 1770,
1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the
applicable wage rates is on file in the Office of the City Engineer. The contractor to whom the contract is
awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him
or her in execution of the contract.
The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the
Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair
Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and
4107.5.
The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the
Contract for work.
A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the
requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract
for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5.
This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.
FALSE CLAIMS. Contractor hereby agrees that any contract claim submitted to the City must be asserted
as part of the contract process as set forth in this agreement and not in anticipation of litigation or in
conjunction with litigation.
Ocean Street Parking Lot;
PKRC549 Page 1 of 8 City Attorney Approved 4/11/15
Tracking #:
Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act,
provides for civil penalties where a person knowingly submits a false claim to a public entity. These
provisions include false claims made with deliberate ignorance of the false information or in reckless
disregard of the truth or falsity of the information.
The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining
to false claims are incorporated herein by reference.
Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an
administrative debarment proceeding wherein the contractor may be prevented from further bidding on
public contracts for a period of up to five years and that debarment by another jurisdiction is grounds for
the City of Carlsbad to disqualify the Contractor or subcontractor from participating in contract bidding.
Signature: 0^.-<i=C^ /L..^^^..-^-'^^^
Print Name: ^\o^Lu^ ^r.J,!^//
GALIFORNIA REGIONAL WATER QUALITY CONTROL BOARD, SAN DIEGO REGION. Contractor
shall not allow any discharges from the construction site, which may have an adverse effect on receiving
waters ofthe United States.
Contractor shall not allow any groundwater extraction water to be discharged from construction site except
in full compliance with the General Waste Discharge Requirements for Ground Water Extraction and Similar
Discharges from Construction and Remediation Projects (Order No. 96-41) adopted by the Regional Board.
Prior to submitting Bid, Contractor shall obtain a copy of said Order No. 96-41 and review all compliance
requirements therein, including monitoring, testing, and reporting.
In the event of conflict between the Contract and Permit requirements, the most stringent shall prevail. All
permit requirements shall be satisfied by Contractor and accepted by all issuing agencies, and the Owner
before project will be accepted and a Notice of Completion filed.
Contractor shall, at his own expense, procure any additional permits, certificates, and licenses required of
him by law for the execution of the work. He shall comply with all Federal, State and local laws, ordinances
or rules and regulations relating to the performance of said work.
The Contractor shall incorporate and comply with all applicable Best Management Practices (BMPs) during
the completion of this agreement. All work must be in compliance with the most current San Diego Regional
Water Quality Control Board (RWQCB) permit, Carlsbad Municipal code and the City of Carlsbad
Jurisdictional Urban Runoff Management Plan (JURMP) incorporated herein by reference.
The Contractor shall indicate in his submittals methods of compliance, equipment utilized to insure
compliance, training of staff and experience in compliance with environmental regulations. If in the opinion
of the project manager, the Contractor is not in compliance with this provision CITY reserves the right to
implement BMP's to the maximum extent practical, and deduct payment due or back charge the Contractor
for implementation with a 15% mari<up for administration and overhead.
REQUIRED INSURANCE. The successful contractor shall provide to the City of Carisbad, a Certification
of Commercial General Liability and Property Damage Insurance and a Certificate of Workers'
Compensation Insurance indicating coverage in a form approved by the California Insurance Commission.
The certificates shall indicate coverage during the period of the contract and must be furnished to the City
prior to the start of work. The minimum limits of liability insurance are to be placed with insurers that have
a current Best's Key Rating of not less than "A-:VH"; OR with a surplus line insurer on the State of
California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating
Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance
Commissioners (NAIC) latest quarterly listings report.
Ocean Street Parking Lot;
PKRC549 Page2of8 City Attorney Approved 4/11/15
Tracking #:
Commercial General Liability Insurance of Injuries including accidental death, to any one person in an
amount not less than $1,000,000
Subject to the same limit for each person on account of one accident in an amount not less than
$1,000,000
Property damage insurance in an amount of not less than $1,000,000
Automobile Liability Insurance in the amount of $1,000,000 combined single limit per accident for bodily
injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of
the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-
scheduled. The automobile insurance certificate must state the coverage is for "any auto" and cannot be
limited in any manner.
The above policies shall have non-cancellation clauses providing that thirty (30) days written notice shall
be given to the City prior to such cancellation.
The policies shall name the City of Carlsbad as an additional insured. The full limits available to the named
insured shall also be available and applicable to the City as an additional insured.
WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY. Woricers' Compensation limits as
required by the California Labor Code. Workers' Compensation will not be required if Contractor has no
employees and provides, to City's satisfaction, a declaration stating this.
INDEMNITY. The Contractor shall assume the defense of, pay ali expenses of defense, and indemnify and
hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of
every kind, nature and description, directly or indirectly arising from or in connection with the performance
of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable
law, rules or regulations including those related to safety and health; and from any and all claims, loss,
damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the
nature of the work covered by the Contract, except for loss or damage caused by the sole or active
negligence or willful misconduct of the City. The expenses of defense include all costs and expenses
including attorneys' fees for litigation, arbitration, or other dispute resolution method.
JURISDICTION. The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for
resolution of any disputes between the parties arising out of this agreement is San Diego County,
California.
Start Wori<: Contractor agrees to start within 15 working days after receipt of Notice to Proceed.
Completion: Contractor agrees to complete work within 45 working days after receipt of Notice to Proceed.
CONTRACTOR'S INFORMATION.
S & B Engineering, Inc. 12570 Slaughterhouse Canyon Road
(name of Contractor) (street address)
721885 Lakeside, CA 92040
(Contractor's license number) (city/state/zip)
A & C27, expires 6/30/15 619-390-6570
(license class, and exp. date) (telephone no.)
619-390-6569
(fax no.)
jbridwell@s-beng.com
Ocean Street Parking Lot;
PKRC549 Page 3 of 8 City Attorney Approved 4/11 /15
Tracking #:
(e-mail address)
AUTHORITY. The individuals executing this Agreement and the instruments referenced in it on behalf of
Contractor each represent and warrant that they have the legal power, right and actual authority to bind
Contractor to the terms and conditions of this Agreement.
CONTRACTOR CITY OF CARLSBAD, a municipal corporation
of the State of California
By: By:
(sign here)
By:
(print name/title)
Aoaiotant City Moa«gCTt Boputy City-Manager
•or Department Director
as authorized by the City Manager
Chris Hazeltine
ly^ (sign here)
(print name/title) 1
A y
BARBARA
City Clerk
If required by City, proper notarial acknowledgment of execution by Contractor must be attached. If a
corporation. Agreement must be signed by one corporate officer from each ofthe following two groups:
Group A
Chairman,
President, or
Vice-President
Group B
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under
corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
CELIA
Ocean Street Parking Lot;
PKRC549 Page 4 of 8 City Attorney Approved 4/11/15
Tracking #:
EXHIBIT A
LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR
Set forth below is the full name and location of the place of business of each sub-contractor whom the
Contractor proposes to subcontract portions of the Project in excess of one-half of one percent of the total
bid, and the portion of the Project which will be done by each sub-contractor for each subcontract.
NOTE: The Contractor understands that if it fails to specify a sub-contractor for any portion of the Project
to be performed under the contract in excess of one-half of one percent of the bid, the contractor
shall be deemed to have agreed to perform such portion, and that the Contractor shall not be
permitted to sublet or subcontract that portion of the work, except in cases of public emergency or
necessity, and then only after a finding, reduced in writing as a public record of the Awarding
Authority, setting forth the facts constituting the emergency or necessity in accordance with the
provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the
California Public Contract Code).
If no subcontractors are to be employed on the project, enter the word "NONE."
SUBCONTRACTORS
Portion of Project to
be Subcontracted
Business Name and Address License No.,
Classification &
Expiration Date
%of
Total
Contract
7S17JV £:jl,///to/A
/
Total % Subcontracted: il
Ocean Street Parking Lot;
PKRC549 Page 5 of 8 City Attorney Approved 4/11/15
EXHIBIT B
JOB QUOTATION
Tracking #:
ITEM
NO.
UNIT QTY DESCRIPTION PRICE
1 LS Guardrail Removal . $3,450.00
2 LS BollardsA/Vheel Stops $7,950.00
3 LS Curb & Gutter $7,050.00
4 LS Slurry $3,650.00
5 LS Striping $4,250.00
6 LS Erosion Control $2,450.00
7 LS Bond $700.00
TOTAL* $29,500.00
*Excludes staking and permits
Ocean Street Parking Lot;
PKRC549 Page 6 of 8 City Attorney Approved 4/11/15
Bond No. 803197P Tracking #:
Premium: $288.00
Premium is for contract term and
is subject to adjustment based on CYUIBIT
final contract price. EXHIBIT C
LABOR AND MATERIALS BOND
WHEREAS, the City Council ofthe City of Carlsbad, State of California, has awarded to S & B Engineering,
Inc. (hereinafter designated as the "Principal"), a Contract for:
Ocean Street Parking Lot
PKRC549
in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract
Documents now on file in the Office ofthe City Clerk ofthe City of Carisbad and all of which are incorporated
herein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the
furnishing of a bond, providing that if Principal or any of its subcontractors shall fail to pay for any materials,
provisions, provender or other supplies or teams used in, upon or about the performance ofthe work agreed
to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to
the extent hereinafter set forth.
NOW, THEREFORE, WE, S & B Engineering, Inc., as Principal, (hereinafter designated as the
"Contractor"), and Developers Surety and Indemnity Company as
Surety, are held firmly bound unto the City of Carisbad in the sum of twenty nine thousand five hundred
dollars ($29,500.00), said sum being an amount equal to: One hundred percent (100%) ofthe total amount
payable under the terms of the Contract by the City of Carlsbad, and for which payment well and truly to be
made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and
severally, firmly tsy these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to
pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance
of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with
California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with
respect to the work or \abox performed under this Contract, or for any amounts required to be deducted,
withheld, and paid over to the Employment Development Department from the wages of employees of the
contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with
respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon
the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section
9554.
This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so
as to give a right of action to those persons or their assigns in any suit brought upon the bond.
Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the
Contract, or to the work to be performed hereunder or the specifications accompanying the same shall
affect its obligations on this bond, and it does hereby waive notice of any change, extension of time,
alterations or addition to the terms of the contract or to the work or to the specifications.
Ocean Street Parking Lot;
PKRC549 Page 7 of 8 City Attomey Approved 4/11 /15
Tracking #:
In the event that Contractor is an individual, it is agreed that the death of any such Contractor
shall not exonerate the Surety from its obligations under this bond.
Executed by CONTRAaOR this l^-U. day
of June ^ 20 15 ,
CONTRACTOR:
S&B Engineering, Inc.
Executed by SURETY this. 23 day
By:
(name of Contractor)
0^ Z^yJ
(sign here)
Joshua Bridwell
(print name here)
President - S&B Engineering, Inc.
(title and organization of signatory)
By:
(sign here)
(print name here)
(title and organfzation oli^gnatory)
of June .20 15
SURETY:
Developers Surety and Indemnity Company
(name of Surety)
17771 Cowan Avenue, Suite 100, Irvine, CA 92614
(address of Surety)
800-782-1546
(signature of Attorney-in-Fact)
Robert P. Dole, Attorney-in-Fact
(printed name of Attorney-in-Fact)
(attach corporate resolution showing current power of
attorney)
(Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs,
the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal
empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
CELIA A. BREWER
City Attorney
By;
S^. Assista r Attorney
Ocean Street Parking Lot;
PKRC549 Page 8 of 8 City Attorney Approved 4/11/15
POWER OF ATTORNEY FOR
DEVELOPERS SURETY AND INDEMNITY COIVIPANY
INDEMNITY COMPANY OF CALIFORNIA
PO Box 19725, IRVINE, CA 92623 (949) 263-3300
KNOW ALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each
hereby make, constitute and appoint:
***Robert P. Dole, Daniel P. Dole, John T. Dole, Nicki Edwards, Adam Dole, jointly or severally"*
as their true and lawlui Attorney(s)-in-Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of surety-
ship giving and granting unto said Attomey(s)-in-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of
said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attorney(s)-in-Fact, pursuant to these presents,
are hereby ratified and confirmed.
This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY
AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008.
RESOLVED, that a combination of any hvo of the Chairman of the Board, the President, Executive Vice-President, Senior Vice-President or any Vice President of the
corporations be, and that each of them hereby is, authorized to execute this Power of Attorney, qualifying the attorney(s) named in the Power of Attorney to execute, on behalf of the
corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of either of the corporations be, and each of them hereby is, authorized
to attest the execution of any such Power of Attorney;
RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such
Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking
or contract of suretyship to which it is attached.
IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by
their respective officers and attested by their respective Secretary or Assistant Secretary this May 23, 2013.
By:
Daniel Young, Senior Vice-President
State of Califomia
County of Orange
On
Ice-President
May 23,2013 before me,.
—""It.
: o. • tO-.
oct
10
1936
"• it,
Gina L. Garner, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared. Daniel Young and Gregg N. Okura
Name(s) of Signer(s)
GINA L. GARNER |
COMM. #2021213 :
Z^^^mi NOTARY PUBUC CAUFORMA I
ORANQEGOIMrY
Place Notary Seal Above
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to
the within instrument and acknowledged 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
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is
true and correcl
WITNESS my hand and official seal.
Signature
Gina L. Gamer, Notary Public
CERTIFICATE
The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA, does hereby
certify that the foregoing Power of Attomey remains in full force and has not been revoked and, furthermore, that the provisions of the resolutions of the respective Boards of Directors of
said corporations set forth in the Power of Attomey are in force as of the date of this Certificate.
This Certificate is executed in the City of Irvine, California, this 23 day of June 2015
Mark J. Lansdon, Assistant Secretary
ID-1380(Rev.05/13)
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
STATE OF CALIFORNIA
County of San Diego
On June 23, 2015
Date
personally appeared
}
before me, Nicki Edwards Notary Public,
Insert Name of Notary exactly as it appears on the official seal
Robert P. Dole
Name{s) of Signer(s)
NICKI EDWARDS
Commission * 2009737
Notary Public - California 1
r/ San Diego County ^
My Comm. Expires Mar 31. 2017 |
who proved to me on the basis of satisfactory evidence to
be the personJ»^hose name(^is/ai=e-subscribed to the
within instrument and acknowledged to me that he/she/they
executed the same in his^tietfthetf authorized capacity(4ee)-,
and that by his/bet/theif signaturefef on the instrument the
personj^ or the entity upon behalf of which the persor^
acted, "executed the instrument.
I certify under PENALTY OF PERJURY under the laws of
the State of California that the foregoing paragraph is true
and correct.
Witness my hfand and officijil seal.
Signature
Place Notary Seal Above Signature of Notary Public
OPT/ONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of the form to another document
Description of Attached Document
Title or Type of Document: Labor and Materials Bond
Document Date: June 23, 2015 Numberof Pages:
Signer(s) Other Than Named Above: _
Capacity(ies) Claimed by Signer(s)
Robert P. Dole Signer's Name:
• Individual
• Corporate Officer —Title(s):
• Partner • Limited • General
[£l Attorney in Fact
• Trustee
• Guardian or Conservator
• Other:
Signer is Representing:
Developers Surety and
RIGHTTHUMBPRINT
OF SIGNER
Indemnity Companv
Top of thumb here
Signer's Name:
• Individual
• Corporate Officer —Title(s):
• Partner • Limited • General
• Attorney in Fact
• Trustee
• Guardian or Conservator
• Other:
Signer is Representing:
RIGHTTHUMBPRINT
OF SIGNER
Top of thumb here
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity ofthe individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of San Diego
before me, '^^'"'^ Q l^alaca, Notary Public
(insert name and title of the officer)
personally appeared _
who proved to me on the basis of satisfactory evidence to be the person^s^Twhose name(§£g/a're
^subscribed to the within instrument apd acknowlejdged to me thath^she/they executed the same in
Ajj,g/her/their authorized capaciMi€^and that by hj^/her/their signaturej»^n the instrument the
person^ or the entity upon behalf of which thep^son(3)^cted, executed the instrument.
1 certify under PENALTY OF PERJURY under the laws ofthe State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature'
MARIE Q. MALAGA
COMM.* 2000733 NOTARY PUBLIC-CALIFORNIA
SAN DIEGO COUNTY MY COMM. EXP. JAN. 7,2017
(Seal)
S&B ENGINEERING, INi
P.O. BOX 1400
LAKESIDE, CA 92040
OFFICE: 619-390-6570
FAX: 619-390-6569
GENERAL ENGINEERING CLASS A, C-27 LANDSCAPING LICENSE #721885 - NON-UNION
CERTIFIED SBE #1718720 - CERTIFIED ELBE #13SB0797 - DIR REGISTRATION NUMBER 10
Project: OCEAN STREET PARKING LOT 6/15/2015 Date:
Quote*: 15-0169-03
Location: OCEAN ST. & OAK AVE.
ITEM# QTY UNITS DESCRIPTION UNIT$ TOTAL
1 1 LS GUARDRAIL REMOVAL $3,450.00 $3,450.00
2 1 LS BOLLARDS/WHEELSTOPS $7,950.00 $7,950.00
3 1 LS CURB & GUTTER $7,050.00 $7,050.00
4 1 LS SLURRY $3,650.00 $3,650.00
5 1 LS STRIPING $4,250.00 $4,250.00
6 1 LS EROSION CONTROL $2,450.00 $2,450.00
7 1 LS BOND $700.00 $700.00
GRA ND TOTAL: $29,500.00
Included:
Excluded:
PREVAILING WAGE RATES. REMOVE AND DISPOSE OF GUARDRAIL,
BACKFILL HOLES WITH DG. CORE DRILL FOR BOLLARD FOOTING, POUR
CONCRETE FOOTING 18" DEEP. BOLLARDS SUPPLIED BY OTHERS,
WHEELSTOPS INCLUDED. DEMO AND INSTALL CURB AND GUTTER PER
PLANS, TO BE PERFORMED WITH A FLAGGER. SLURRY SEAL ENTIRE
PARKING LOT. STRIPE PARKING LOT PER PLANS. CLOSURE OF PARKING
LOT WILL BE ALLOWED TO PERFORM WORK, K-RAIL WILL NOT BE USED.
WPCP, TEMPORARY BMP'S AND PERFORMANCE BOND.
STAKING, PERMITS
Terms and Conditions
1. S&B Engineering's quote is good for 30 days only from the date of this notice and shall become part of any and
all subcontract agreements and/or purchase orders related to this project, unless othenwise agreed upon.
2. A signed subcontract, purchase order or quote is required prior to the start any work associated with this quote.
3. Prices are based on plans and specifications availabe at bid time, including all addenda.
4. All changes to the original scope of work or proposed extra workmust be directed by the contractor prior to
S&B Engineering performing this work.
5. All required testing, engineering, design, permits, licenses, or applications and the like to be provided by others.
6. The bid items are not subject to "Break Out" without the prior written consent of S&B Engineering.
I have read and understand the above "Terms and Conditions" and agree that our Quote and these Terms and
Conditions will become a part ofthe agreement in the event that the contract is awarded to S&B Engineering.
General Contractor:
Signature Title