Loading...
HomeMy WebLinkAboutPulice Construction Inc; 2017-01-18; PWS17-62GS/ tf· I , I RECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DOC# 2017-0303255 111111111111111111111111111111111111111111 lllll lllll lllll l!lll llll llll Jul 05, 2017 04:26 PM OFFICIAL RECORDS Ernest J Dronen burg, Jr . SAN DIEGO COUNTY RECORDER FEES $0.00 PAGES 1 Space above this line for Recorder's use. PARCEL NO: N/A ---------- NOTICE OF COMPLETION Notice is hereby given that: 1. The owner of the interest or estate stated below and the property hereinafter described is Edbell, LLC and Blash Momeny, Ph.D. 2. The full address of the undersigned is 780 Roosevelt, Suite 100, Irvine, CA 92620. 3. The nature of the title of the undersigned is: In fee. 4. A work or improvement on the property hereinafter described was completed on March 2, 2017. 5. The name of the contractor for such work or improvement is Pulice Construction, Inc. 6. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Project No. PWS17-62GS, Contract No. 95701, Batiquitos Drive Storm Drain Basin Emergency Repairs. 7. The street address of said property is on Batiquitos Drive in the City of Carlsbad. CITY OF C~RL.S\AD A :----, i\0 ,._J\/\ J .....,._ -¼,t-City Engineer VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1 00 Carl:~.l;n;:ic!, Village Drive, Carlsbad, California, 92008; the City Manager of said City on Vl-f' l/t:'f1..-, 20_l1, accepted the above described work as completed and ordered tha a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on ( /uh£-, / &-M, 20.11, at Carlsbad, California . ..;; City Clerk V'JorC\Masters\Forms\Not1ce of Completion {City) 319198 CONTRACT PUBLIC WORKS PWS17-62GS BATIQUITOS DRIVE STORM DRAIN BASIN EMERGENCY REPAIRS This agreement is made this J fith day of , 2017, by and between the City of Carlsbad, California, a municipal corporation, ( r inafter called "City"), and Pulice Construction, Inc., a California corporation whose principal place of business is 591 Camino De La Reina, Suite 1250, San Diego, CA 92108 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: Batiquitos Drive Storm Drain Basin Emergency Repairs CONTRACT NO. 95701 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equip- ment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Designation of Sub- contractors, Specifications, addendum(s) to said Plans and Specifications and General Provisions, Exhibit "A", and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indi- cated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. Compensation for all work will be made on a time and materials basis pursuant to section 3-3.2.2 Basis for Establishing Costs, of the 2015 edition of the Standard Specifications for Public Works Construction (Greenbook). For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the Gen- eral Provisions section of the 2015 edition of the Standard Specifications for Public Works Construc- tion (Greenbook). The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. PWS17-62GS 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any infor- mation that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class Ill disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time re- quired for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to Cali- fornia Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. Contractor shall comply with California Labor Code, section 1776, which generally requires keeping accurate payroll records, verifying and certifying pay- roll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. PWS17-62GS 9. Indemnification. 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 connec- tion with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; 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. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Con- tractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in City Council Policy # 70. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability Insurance: $2,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employ- ees are additional insured. b. Business Automobile Liability Insurance: $2,000,000 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. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as re- spects: liability arising out of activities performed by or on behalf of the Contractor; products and com- pleted operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate doc- uments attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. PWS17-62GS b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, em- ployees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (1 0) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured reten- tion levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of in- surance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy # 70. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in ac- cordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1. 5 (commencing with section 201 04) which are incorporated by reference. A copy of Article 1.5 is in- cluded in Section 3 of the General Provisions. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 201 04.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Gov- ernment Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of 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. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. 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. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. 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. (F) Carlsbad Municipal Code. 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. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. 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. c~ I have read and understand all provisions of Section 11 above. ____ init in it 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 15. Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 16. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 17. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: municipal corporation of 'Pv ~ C.€ C. o v-l 7-t~v t.--c '-O.J l ,.J t.. • (name of Contractor) By: _C_G_----:--:--~~~ --:-"""--------- (sign here) C~R\'~ ~O~E..~~ I PI2...E";:1 ~PE:'N( (print name i.fnd title) By: ~c¥ (~" f (sign here) :r a J c r f.J. /\ ,a-ce.?-I.> c'" "'("'"'"'Y (print name and title) 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 the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER City Attorne~ r:-_~- By: ~.,~ Deputy City Attorney NOTARY ACKNOWLEDGEMENT State of ~~tV County of JtV\CL¥1 'ury1Cl ·n) On this ~J / day of ~t;(Cv~ , 20 1..1__, before me personally appeared CJvJ.j) QAJ q US , whose identity is known to me, and I acknowledge that he signed the attached document. ~L~~JA- Notary Public Signature Seal ACKNOWLEDGEMENT BY PULICE CONSTRUCTION, INC. STATE OF NEW YORK ) ) s.s.: COUNTY OF NEW YORK) On the '1_-hflay of January, 2017, before me came Joseph G. Portela, to me known, who resides at 810 Seventh Avenue, Ninth Floor, New York, New York 10019, United States of America; that he is the Secretary of Pulice Construction Inc., the corporation described in and which executed the foregoing instrument; that he knows the seal of the corporation; that the seal was affixed to the foregoing instrument by order of the corporation's Board of Directors; and that he signed his name to th~ ~oing by reason of the same order. t:r' _.-///~/ ~~ e------, ~~ / ' ~....- z NOTARY PUBLIC t~ Mark Peve'lo Notary Pubi:c .. ~r;1te of New York ~~0. 02':i['.cc;.:f~ 571 Oua!if:ed in i: ''-' York COtmty Cornrn1ss1on ExiJ': es i\/1ay 8, 2ota EXHIBIT"A" Batiquitos Drive Storm Drain Basin Emergency Repairs Description of Work: Contractor shall provide all labor, equipment, and materials necessary to repair the failed storm drain basin on the west side of Batiquitos Drive approximately .25 miles south of Poinsettia Lane. All work shall be in accordance with the City of Carlsbad Engineering Standards and the latest edition of the Standard Specifications for Public Works Construction (Greenbook). Contractor shall assume all responsibility for location and avoidance or repair of all underground utilities, including, but not limited to, gas, water, electric, cable TV, telephone, sanitary sewer, and storm sewer. If the contractor fails to adequately protect the utilities, any resulting damage shall be repaired at Contractor's cost Contractor shall assume all responsibility for safety during performance of the work. Excavations shall be shored and workmen protected in accordance with OSHA and all other applicable federal, state, and local regulations. Contractor shall conform to the rules and regulations of the State Construction Safety Orders pertaining to excavation and grading. The anticipated work is generally described as follows: PHASE 1: Clear and grub dead trees, materials, and debris within the limits of the concrete spillway and portions of the basin between the concrete spillway and the corrugated metal pipe (CMP) riser. Remove and stockpile approximately four feet of sediment and debris from the basin adjacent to the CMP riser. Material shall be removed in a circular fashion around the CMP riser for a distance of approximately 10 feet, creating a circular depression immediately adjacent to the riser. Shore up the eroded area on the north side of the concrete apron where runoff is undermining the concrete spillway. Shoring shall consist of a sandbag check dam, plastic sheeting, compacted soils, or other means to prevent runoff from leaving the basin other than through the CMP riser or over the concrete spillway. PHASE 2: Remove temporary shoring of eroded area on north side of the concrete apron and portions of the concrete spillway necessary to restore the basin fill slope to its pre-existing condition as shown on city drawing number DWG 227-2. Import, place and compact soil materials as required to establish grades as shown on DWG 227-2. Replace the concrete spillway , sidewalk, curb and gutter, and other damaged improvements as required to restore the site to it's pre-existing condition as shown on city drawing number DWG 227- 2. Compensation: Compensation shall be made on a time and materials basis pursuant to Section 4, Payment of the contract. The cost of all work to be completed under this contract shall not exceed sixty thousand dollars ($60,000). DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS BATIQUITOS DRIVE STORM DRAIN BASIN EMERGENCY REPAIRS CONTRACT NO. 95701 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS DIR Subcontractor's Amount of Portion of Subcontractor Name and Registration License No. and Work by Work Location of Business Subcontractor No. Classification* in Dollars* ......... -:::' r-------~ -~--~----/ v / 1:\.\~ ""/ .t.. \ (;) ~ / / \"'~/ / / / / / / / ../ Page __ of __ pages of this Subcontractor Designation form * Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." FAITHFUL PERFORMANCE/WARRANTY BOND Bond Number: 015052042 WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No.Contract#9570l, adopted ContractdateJanuary5,2017 , has awarded to __._P"""ul'""ic"""e'-'C~o"'"'nC!..\s'-"tr.._.u...,c""ti""o=-'n_,_I"""n'""c"-. --::-:----=-----=----------------' (hereinafter designated as the "Principal"), a Contract for: Batiquitos Drive Storm Drain Basin Emergency Repairs CONTRACT NO. 95701 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, Pulice Construction Inc. , as Principal, (hereinafter designated as the "Contractor"), and Liberty Mutual Insurance Company , as Surety, are held and firmly bound unto the City of Carlsbad, -in_t_h_e_s_u_m_o_f"""""'S"'i-x.,--ty-.T.,..,l'1o_u_s_a-n'd-a-n'd""""'o=o; 100-----------------------------------------------------.. ____ --·· ____ ... ·--··---------------------------------------------------------------------Dollars ($60,000.00 ), said sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation 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 specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. 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 there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. In the event that 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 CONTRACTOR this ___2!h__ __ day of January , 20u__. CONTRACTOR: Pulice Construclion, Inc (name of Contractor) By:_~D.: » > (sign here) " t ~C2..\~ ~&E.f'.S Executed by SURETY this _.,_,5t.._.h~-day of January '20lL_. SURETY: Liberty Mutual Insurance Company (name of Surety) 175 Berkeley Street Boston, MA 02116 (address of Surety) 339 832 5255 (print name here) (telephone number of Surety) Vll~-7 \Oe_t-l'( V\JL-ltt Co..>~"(~Jl:1\oJ By: ---;..,'n=, '......,.-__,'/l_l..._,_, """-'-"-+-"'~_t _____________ .. (title and organization of signatory) \t..lt... By~{,~ -,-,.., --__ Jl __ IJ_L['( ~' I CJ "-I ~ <. ...4- (print name here) -_.[_("__~ .... r I, "' 7 / ? .... l z ~ .r '-fJ ..s / ; ...... L.r..l, .~.h. (title and organization of signatory) Ieaniorreia, 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: tk<':£#~ DeputyClty Attorney LABOR AND MATERIALS BOND Bond Number: 015052042 WHEREAS, the City Council of the City of Carlsbad, State Contract No. 95701 , adopted Contract date Ianuary 5, 2017 Pulice Construction, Inc (hereinafter designated as the "Principal"), a Contract for: of California, by Resolution No. , has awarded to Batiquitos Drive Storm Drain Basin Emergency Repairs CONTRACT NO. 95701 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 their 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, _,P,_,u:o:.l.:c.:ic:co:.e....::C~o'-.!.n'-""s.!..!tr-=u""'-ci~·to"'"'n:..:.L..OI.!..!n.!:Cc.'----------------­ as Principal, (hereinafter designated as the "Contractor"), and Liberty Mutual Insurance Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of Sixty Thousand and 00/100 ----------------------------------------------------------------------------- -----------------------------------------------------------------------Dollars ($60,000.00 _), 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. 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 CONTRACTOR this ----""'5t=h __ day of I an uary , 2017 . CONTRACTOR: Pulice Construction, Inc. (name of Contractor) By: _c_a __ ~-~~--=;l..._....--.-­ (sign here) ~~ p.oc,~~ (print name here) Executed by SURETY this _5_th ____ day of ~Ia_n_u_ar~y ____________________ ,20_LL_ SURETY: Liberty Mutual Insurance Company (name of Surety) 175 Berkeley Street Boston, MA 02116 (address of Surety) 339 832 5255 (telephone number of Surety) /1 J j\ v~~vP~ VVL.\.G~ co~~e--t \,o...; By: _ _____..t..L-;ft0:l'--' '~~~L"'-"':fl~'f«'-""~'--f\.""---- (sign9¢re of Attorney-in-Fact) (Title and Organization of Signatory) lv.Jt . I By-) A(~ ~ignhere) (print name here) Lc<-if.J r ~ /t" <-:J:.. ...... ~ c IJ..J • .u'-IJ,J,;u ... (Title and Organization of signatory) Jean Correia, 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: Deputy City Attorney /CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT For Surety 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 Massachusetts County of Suffolk On January 5, 2017 before me, Jane Gilson , Notary Public, personally appeared J can Correia 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 ofthe State of California that the foregoing paragraph is true and correct. A JANE GILSON _,_ . :;:-\ ·•. Notary Public .. \ ·,;:· / Cc·n: ·nnrr.-.r:x;!th of Massachusetts ~'1 My Commission Expires May 9, 2019 !cALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT for Principal 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 County of =-==..z___.=::.;>-=_:_:__ before me, Ama.ndlL f.ediY\mc\ Notary Public, personally appeared --\...JI..l.-l--'--"..1-__...L~~,_,_"----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 ~ertify unJer PENALTY OF PERJURY unJer lhe laws oflhe State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. /CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT for Principal 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. Stateof ,JtvJ Y.,-c..f.- County of ,J .( vi ~ v" k_ /u On J anuaryJ, 2017 before me, -"" 1 A-C ~~>J (' Jl 0 Notary Public, personally appeared ';Ju/: I'JI 'fuf-T('(~ 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 ~mia that the foregoing paragraph is true and correct. ..., ..,. """ WITNESS my hand and official seal. ~Libertv \f' tv\utual SURETY Assets Cash and Bank Deposits ............................... .. *Bnnlb U.S Government .............................. . *Other Bonds .......................................................... . *Stocks ................................................................... . Real Estate ............................................................. . Agents' Balances or Uncollected Premiums .......... . Accrued Interest and Rents .................................... . Other Admitted Assets ........................................... . LIBERTY MUTUAL INSURANCE COMPANY FINANCIAL STATEMENT-DECEMBER 31,2015 $753.038_641 1,547,613.446 1 J.ml8,162.545 9,919,835,033 295.926.24 7 4.487,50 I ,643 120,872.424 14. I 30.266.527 Liabilities Unearned Premiums ............................................... $6.580.520.311 Reserve for Claims and Claims Expense ................. 16,917,138,6 77 Funds Held U ndcr Reinsurance Treaties................. 21 0. 794.503 Reserve for Dividends to Policyholders.................. 358,033 Additional Statutory Reserve ................................. . 29.659.093 Reserve for Commissions, Taxes and Other Liabilities ............................................... 2.7119.4711.27{1 Total ................................................................. $26,527,948,893 Special Surplus Funds ................. $67,890,944 Capital Stock............................... I 0,000,000 Paid in Surplus ........................... 8.829.183.823 Unassigned Surplus ..................... 6,908,192,846 Total Admitted Assets ..................................... $42 343 2 I 6 506 Surplus to Policyholders ............................... 15,815,267,613 Total Liabilities and Surplus ................................ $42,343,21Q,~.06 * Bonds arc stated at amortized or investment value; Stocks at Association Market Values. The foregoing tinancial information is taken trom Liberty Mutual Insurance Company"s tinancial statement tiled with the state of Massachusetts Department of Insurance. I. Tl\1 VIIKOLA.IEWSKI. Assistant Secretary of Liberty Mutual Insurance Company. do hereby certify that the foregoing is a true. and co1Tcct stali.:ment ol' the Assets and Liabilities of said Corporation. as of December 31, 2015. to the best ol' my knowledge and bclicr IN WITNESS WHEREOF. I have hereunto set my hand and affixed the seal of said Corporation at Seattle. Washington. this 15th da: or March. 20 16. Assistant Secretary u; Q) .s r::::: .... ~ :0~ ~C) UQ) a= ._ns Q)> =-~~ ~"C ~·u; .2~ ' ... a)O o.s r:::::ns ~ ... Q)-C)fll nsQ) C) ... t:.S 0.5 E ~ ... .s ons _ ... "C>. ::u cur:: >Gl _ ... 0 ... z~ THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No. 7425297 KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"). pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Brian Driscoll; Bryan Huft; Gregory J. Steele; Jane Gilson; Jean Correia; Jeffrey Hendricks; Kevin A. White; Maria Chaves; Mark P. Herendeen; Theresan E. Rowedder all of the city of Boston , state of MA each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 19th day of July , ~. STATE OF PENNSYLVANIA ss COUNTY OF MONTGOMERY American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West American Insurance Company On this~ day of July , 2016 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. COMMONWEALTH OF PENNSYLVANIA ~d---.. ~ Notarial Seal (/ / ' Teresa Pastella, Notary Public By: ..C:::-_:___,=-'--:-:-:--:-'-":-=--=---:-c:--=-------Piymouth Twp., Montgomery County Teresa Pastella, Notary Public My Commission Expires March 28, 2017 Member, Pennsylvama Assoctatton of Notanes ARTICLE IV-OFFICERS-Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII-Execution of Contracts-SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation -The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this , '7'i-fr.. day of__._.(l"'-!"14-;=-f~""·~'-'· "'··=·._..1'-1;'--1 -------, 20 I 7 I I ~y:~~ Gregory W. Davenport, Assistant Secretary 214 of 300 LMS_12873_122013 :>. ns "C f/) f/) Q) r::::: ·u; ::I .c >. r::::: ns r::::: =o nsl-ucn iU'w EE 00.. ~0 <(M 0~ ... "C Q)l:: ~ns oe C.ns .!!!o ..c:o .:m Or:: ~~ :§~ -Q) ~.c Q)o ..r:::::-.:1" -N eOS' -=~ cOS' 00 u..-o~ ~ .....