Loading...
HomeMy WebLinkAboutRay White Cement; 2023-03-08; PKRC23-118Tracking #: PINE AVE PARK CONCRETE MOW CURB; CONT. NO. PKRC23-118 Page 1 of 8 City Attorney Approved 12/28/2022 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT PINE AVE. PARK CONRETE MOW CURB PROJECT; CONT. NO. PKRC23-118 This agreement is made on the ______________ day of _________________________, 20___, by the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Ray White Cement whose principal place of business is 2380 Via Monserate, Fallbrook, CA 92028 (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: Temujin Matsubara_(City Project Manager) PAYMENT. The City shall withhold retention as required by Public Contract Code Section 9203. 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. Contractor 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. 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. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. DocuSign Envelope ID: 1BC4141A-7D2B-4CCB-AF24-11CFBC9B19D1 March 238th Tracking #: PINE AVE PARK CONCRETE MOW CURB; CONT. NO. PKRC23-118 Page 2 of 8 City Attorney Approved 12/28/2022 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. 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: ___________________________________ Print Name: ___________________________________ REQUIRED INSURANCE. The successful contractor shall provide to the City of Carlsbad, 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 California admitted insurers that have a current Best's Key Rating of not less than "A-:VII"; 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. 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. Workers’ 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. BUSINESS LICENSE. The Contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. DocuSign Envelope ID: 1BC4141A-7D2B-4CCB-AF24-11CFBC9B19D1 Diane White Tracking #: PINE AVE PARK CONCRETE MOW CURB; CONT. NO. PKRC23-118 Page 3 of 8 City Attorney Approved 12/28/2022 INDEMNITY. The Contractor shall assume the defense of, pay all 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 Work: Contractor agrees to start within thirty (30) working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within forty-five (45) working days after receipt of Notice to Proceed. CONTRACTOR’S INFORMATION. Ray White Cement 2380 Via Monserate (name of Contractor) 410673 (street address) Fallbrook, CA 92028 (Contractor’s license number) C-8 / 8/31/2023 (city/state/zip) 760-728-0170 (license class. and exp. date) 1000003603 (telephone no.) 760-728-5605 (DIR registration number) 6/30/2025 (fax no.) office@raywhitecement.com (DIR registration exp. date) (e-mail address) /// /// /// /// /// /// /// /// /// DocuSign Envelope ID: 1BC4141A-7D2B-4CCB-AF24-11CFBC9B19D1 Tracking #: PINE AVE PARK CONCRETE MOW CURB; CONT. NO. PKRC23-118 Page 4 of 8 City Attorney Approved 12/28/2022 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) Ray White, CFO Assistant City Manager, Deputy City Manager, or Department Director as Authorized by the City Manager (print name/title) By: ATTEST: (sign here) SHERRY FREISINGER Diane White, President City Clerk Services Manager (print name/title) 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 of the following two groups: Group A Group B Chairman, President, or Vice-President 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: CINDIE K. McMAHON, City Attorney BY: _____________________________ Deputy / Assistant City Attorney DocuSign Envelope ID: 1BC4141A-7D2B-4CCB-AF24-11CFBC9B19D1 Tracking #: PINE AVE PARK CONCRETE MOW CURB; CONT. NO. PKRC23-118 Page 5 of 8 City Attorney Approved 12/28/2022 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 Type of Work to be Subcontracted Business Name and Address DIR Registration No. License No., Classification & Expiration Date % of Total Contract Total % Subcontracted: _______________ The Contractor must perform no less than 50% of the work with its own forces. DocuSign Envelope ID: 1BC4141A-7D2B-4CCB-AF24-11CFBC9B19D1 n/a Tracking #: PINE AVE PARK CONCRETE MOW CURB; CONT. NO. PKRC23-118 Page 6 of 8 City Attorney Approved 12/28/2022 EXHIBIT B SCOPE OF WORK Pine Ave Park: Pine Ave Community Garden • Grade, form and pour 4” wide x 6” deep x 950 lineal feet concrete mow curb • The mow curb will separate the mulch planter box area and decomposed walkway path • Concrete mow curb o 3250 PSI concrete mix o 4 inches wide o 6 inches deep o 950 lineal feet o Install #3 rebar inside the center of concrete mow curb with small fiber mesh reinforcement o Install concrete joints @ 10’ OC to prevent cracks o Broom finish texture Labor & Materials Bond: $630.00 Total Cost: $25,805.00 Exemption: • All irrigation sprinklers, laterals, mainline, etc. will be removed, relocated, and repaired by the landscape contractor as needed under the direction of the city inspector. DocuSign Envelope ID: 1BC4141A-7D2B-4CCB-AF24-11CFBC9B19D1 DocuSign Envelope ID: 1BC4141A-7D2B-4CCB-AF24-11CFBC9B19D1 EXHIBIT C LABOR AND MATERIALS BOND Tracking#: Bond No.: 4445946 Premium: $252.00 Subject to adjustment based on final contract price. WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to RAY WHITE CEMENT (hereinafter designated as the "Principal"), a Contract for: PINE AVE. PARK CONCRETE MOW CURB PROJECT CONT. NO. PKRC23-118 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of its subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, RAY WHITE CEMENT , as Principal, (hereinafter designated as the "Contractor"), and SURETEC INSURANCE COMPANY _______________ as Surety, are held firmly bound unto the City of Carlsbad in the sum of TWENTY-FIVE THOUSAND EIGHT HUNDRED EJVE AND NQ1 JQQ--- . dollars ($ 25,805, oo ), said sum being an amount equal to: One hundred percent (100%) of the 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 by 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 labor 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. PINE AVE PARK CONCRETE MOW CURB; CONT. NO. PKRC23-118 Page 7 of 8 City Attorney Approved 12/28/2022 DocuSign Envelope ID: 1BC4141A-7D2B-4CCB-AF24-11CFBC9B19D1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 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 €1 %14-11 v1:,::; On (}fty..Jv..frA-Y 2 (..., :h>~$ before me, MtcA,,Y j/0 lt-,JH;; f. V~CAAf/hv . ~Y J/IA+(~(- Date Here Insert Name and Title of the Officer personally appeared ---...:::..L.-""=-"""''{L----'-o-'--)v\:.....:...::..G_--=L:::__. __,_f-1-A_e.!......:---=-.,;;Jc...=_ _________ _ Name(${ of SignerCSJ who proved to me on the basis of satisfactory evidence to be the person(sj whose name(s} is/are subscribed to the within instrument and acknowledged to me that he/s~/tbe9 executed the same in his/h;,t1~ir authorized capacity(ies}, and that by his/ber/tbeir signature(s) on the instrument the person(.sf, or the entity upon behalf of which the per~on(i ) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. MARY JO ANNE P. JUCUTAN Notary Public -California Riverside County Commission # 2364275 z z l> WITNESS my hand and official seal. y Comm. Expires Jul 5, 2025 Signature ____ -,,,:...~_-:0_.,,,,__,'--------- Sig,?aturffiJf/faotary Public Place Notary Seal Above ---------------OPTIONAL--------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: M!::, l'..>I t c_ -LAw:1• fl. trr!" Nml;M#J,.! f!:.J,-.,-4 Document Date: ':J f'>rl· ?A(, >--iY-3 Number of Pages: ----=-2 __ _ Signer(s) Other Than Named Above: ______________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: ___________ _ Signer's Name: ___________ _ □ Corporate Officer -Title(s): ______ _ □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General □ Partner -□ Limited □ General □ Individual □ Attorney in Fact D Individual D Attorney in Fact □ Trustee □ Guardian or Conservator □ Trustee □ Guardian or Conservator □Other: _____________ _ □ Other: _____________ _ Signer Is Representing: ________ _ Signer Is Representing: ________ _ • ©2016 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1 -800-876-6827} Item #5907 DocuSign Envelope ID: 1BC4141A-7D2B-4CCB-AF24-11CFBC9B19D1 POA# 510879 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS; ThatSureTec Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris, Texas and Markel Insurance Company (the "Company"). a corporation duly organized and existing under the laws of the state of Illinois, and having its principal administrative office in Glen Allen, Virginia, does by these presents make, constitute and appoint: Jerome L. Hren Their true and lawful agent(s) and attorney(s)-in-fact, each in their separate capacity if more than one is named above, to make, execute, seal and deliver for and on their own behalf, individually as a surety or jointly, as co-sureties, and as their act and deed any and all bonds and other undertaking in surety ship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: Fifteen Million and 00/100 Dollars ($15,000,000.00) This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RESOLVED, That the President, any Senior Vice President, Vice President, Assistant Vice President, Secretary, Assistant Secretary, Treasurer or Assistant Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer or attorney, of the company, qualifying the attorney or attorneys named in the given power of attorney, to execute in behalf of, and acknowledge as the act and deed of the SureTec Insurance Company and Markel Insurance Company, as the case may be, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Markel Insurance Company and SureTec Insurance Company have caused their official seal to be hereunto affixed and these presents to be signed by their duly authorized officers on the 10th day of January , 2023 . SureTec Insurance Company State of Texas County of Harris: On this 1oth day of January , 2023 A. D., before me, a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES, to me personally known to be the individuals and officers described in, who executed the preceding instrument, and they acknowledged the execution of same, and being by me duly sworn, disposed and said that they are the officers of the said companies aforesaid, and that the seals affixed to the proceeding instrument are the Corporate Seals of said Companies, and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said companies, and that Resolutions adopted by the Board of Directors of said Companies referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the County of Harris, the day and year first above written. XENIA RIVAS Notary Public State of Texas Commission # 129117659 Commission Expires 9/10/24 We, the undersigned Officers of SureTec Insurance Company and Markel Insurance Company do her by certify that the original POWER OF ATTORNEY of which the foregoing is a full, true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, we have hereunto set our hands, and affixed the Seals of said Companies, on the 28th day of January ,...2.0.23_. Any Instrument Issued in excess of the penalty s\ated above is totally void and without any validity . 510879 For verification of the authority of this Power you rrav call {713 )812-080000 any busiress day between 8:30 AM and 5:00 PM CST. DocuSign Envelope ID: 1BC4141A-7D2B-4CCB-AF24-11CFBC9B19D1 January 28, 2023 Diane White Ray White Cement 2380 Via Monserate Fallbrook, CA 92028 Re: City of Carlsbad Diane, Pine Ave. Park -Mow Curb Project L&M Bond # 4445946 -$25,085.00 Enclosed please find the above referenced bond. Bond just needs to be signed and returned along with your contract. Additionally, please find our invoice #23-01 for the bond premium. JEROME L. HREN CA INS. LIC. N O. 0609487 46319 Lone Pine Dr. Temecula, CA 92592-4141 Phone: 951-699-1892 Email: jhren@hreninc.com Cell Phone: 619-992-3348 NOTE: As of January 1 '\ I will be conducting my business as an individual. I am in process of dissolving my corporation; Jerome L. Hren, Inc. So, please make payment to: Jerome L. Hren My address, phone number and email all remain the same. Thank you, _i~, Jerome L. Hren. Ps Please find enclosed our Form W-9 for your records DocuSign Envelope ID: 1BC4141A-7D2B-4CCB-AF24-11CFBC9B19D1 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. SIGNED AND SEALED, this _2~4~th~---day of January , 20-2.3...-. _R_a_y~Wh~1~· t~e~C~e=m~e~n=t ______ (SEAL) SureTec Insurance Campany (SEAL) (Principal) By ~~ n Wh1 e (Signature) (Surety) _iV\~~ L. \~~ By: ____________ _ Jerome L. Hren, Attorney-in-Fact (Signature) NOTARIZED (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY-ATTACH ATTORNEY-IN-FACT CERTIFICATE) CERTIFICATE APPROVED AS TO FORM : CINDIE K. McMAHON City Attorney SEE ATTACHED -----~AC~KNOWLEDGMENT By: Deputy/ Assista ~ ATTACHED PINE AVE PARK CONCRETE MOW CURB; CONT. NO. PKRC23-118 Page 8 of 8 City Attorney Approved 12/28/2022 DocuSign Envelope ID: 1BC4141A-7D2B-4CCB-AF24-11CFBC9B19D1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 11 89 A notary public or other officyr completing t.his 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 ' On -1--P--1---V-'-"'~'l---'----+~/.-~me, 3~ ~ .NriA fl fJub/l(J 'l Here Insert Name and Title of the Offi r Name(s) of Signer(s) 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), .-1 or the entity upon behalf of which the person(s) acted, executed the instrument. .)'· j I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragrqph is true and correct. · · WITNESS my hand and official seal. Sign~ture ~ ~ ) ~~ Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. D,:escri ption of Attached Document Ti\le or Type of Document: _____________ Document Date: _______ _ Number of Pages: ___ Signer(s) Other Than Named Above: ____________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: ____________ _ .Signer's Name: ________ ~---- □ Corporate Officer -Title(s): ______ _ □ Corporate Officer -Title(s): ______ _ □ Partner -, □ Limited □ General · □ Partner -□ Limited □ General □ Individual □ Attorney in Fact □ Individual □ Attorney in Fact □ Trustee □ Guardian or Conservator □ Trustee □ Guardian or Conservator □Other: _____________ _ □ Other: ______________ _ Signer Is R~presenting: _, ________ _ Signer Is Representing: _________ _ ~~ ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (i-800-876-6827) Item #5907 Ma d i s o n S t Chestnut Av e ArcGIS Web Map Esri Community Maps Contributors, SanGIS, California State Parks, © OpenStreetMap, Microsoft, Esri, HERE, Garmin, SafeGraph, City Boundary Street Name Minor Address Range Labels 1/17/2023, 1:57:49 PM 0 0.01 0.020 mi 0 0.01 0.020.01 km 1:564 ArcGIS Web AppBuilder Copyright nearmap 2015 | Earthstar Geographics | SanGIS, California State Parks, Esri, HERE, Garmin, SafeGraph, FAO, METI/NASA, USGS, Bureau of Land Management, EPA, NPS | DocuSign Envelope ID: 1BC4141A-7D2B-4CCB-AF24-11CFBC9B19D1 c:J DocuSign Envelope ID: 1BC4141A-7D2B-4CCB-AF24-11CFBC9B19D1 Ray White Cement PHYSICAL AND MAIL: 2380 VIA MONSERATE FALLBROOK, CA 92028 DATE: 1/13/2023 REVISED 1/17/2023 TO: CITY OF CARLSBAD 1166 CARLSBAD VILLAGE DRIVE CARLSBAD, 92008 ATTENTION: TEMUJIN MATSUBARA PH: 760-728-0170 DIR# I 000003603 FX: 760-728-5605 C-8 License #410673 EMAIL OFFICE@RA YWHITECEMENT.COM PREVAILING WAGE PHONE: 760-434-7185 --------------- EMAIL: TEMUJIN.MATSUBARA@CARLSBADCA.GO\ PROJECT: PINE AVENUE GARDEN & MADISON STREET LOCATION: CARLSBAD, 92008 APPROXIMATE SCHEDULE OF WORK TO BE PERFORMED 11 GRADE, FORM AND POUR NEW 4" x 6" DEEP MOW CURB INSIDE GARDEN AREA TO SEPARATE MULCH AND DECOMPSED GRANITE, PER TEMUJIN MATSUBARA, TOTAL 950 L/FT. INSTALL 1 EACH #3 REBAR THROUGHOUT WITH SMALL Fl BERM ESH REINFORCEMENT. INSTALL DEEP JOINTS@ 1 0' O/C TO HELP PREVENT CRACKS. CONCRETE SHALL BE 3250 PSI. TEXTURE SHALL HAVE BROOM FINISH. PRIME CONTRACTOR OR OWNER SHALL PROVIDE THE FOLLOWING: 1 I VERIFY LAYOUT OF NEW MOW CURBS PRIOR TO START. 21 ALLOW 3 FULL DAYS TO COMPLETE WORK. 3J PAYMENT DUE IN FULL WITHIN 2 WEEKS OF COMPLETION. LUMP SUM PRICING: ITEM PRICE 1) GRADE, FORM AND POUR NEW 4" x 6" THICK MOW CURBS, APPROXIMATELY 950 L/FT WITH 1 EACH #3 REBAR THROUGHOUT@ $26.50 PERL/FT. $25,175.00 2) COST OF BOND $630.00 TOTAL: $25,805.00 I NOTES: ----B-ID_I_N_C-LU_D_E_S_AL_L_LA_B_O_R_A_N_D_MA_T_E_RI_A_LS,:-.-T-H-,s-P_R_O_PO_S_AL_V_O __ ID-:--:-:::IF--N-,-:O:-T--A--=c-=c-EPT_E_D_W_IT_H_IN-9-:-0 --DA_Y __ s __ --- RESPECTFULLY SUBMITTED BY cJ h u'Y1l.,,4. Olu:'12. DATE d I 7 / 2.3 ACCEPTED BY: DATE: ------------