Loading...
HomeMy WebLinkAboutClyde Enterprises; 1990-07-23; 3314TABLE OF CONTENTS a ITEM - PT NOTICE INVITING BIDS PROPOSL BIDDER'S BOND TO ACCOMPANY PROPOSAL DESIGNATION OF SUBCONTRACTORS BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE NON-COLLUSIVE AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID CONTRACT CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKERS' COMPENSATION RESPONSIBILITY CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986 CONTRACTOR'S CERTIFICATION OF COMPLIANCE OF 0 AFFIRMATIVE ACTION PROGRAM LABOR AND MATERIALS BOND PERFORMANCE BOND ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION RELEASE FORM SPECIAL PROVISIONS SUPPLEMENTARY GENERAL PROVISIONS SPECIAL PROVISIONS SECTION 2 & 3, CONSTRUCTION MATERIALS & METHODS 1 Supplementary Provisions for Construction Materials 4 Supplementary Provisions for Construction Methods 4 e CITY OF CARLSBAD, CALIFORNIA 0 NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasi Officer, City Hall, 1200 Elm Avenue, Carlsbad, California, unt 4:OO P.M. on the 23 day of April, 1990, at which time they will opened and read for performing the work as follows: Improvements to Holiday Park, an existing public park, in Carlsba CA. The work consists of the installation of a roof structur benches, drinking fountains, security lights, trash enclosure sinks and water and sewer lines. The work will be done per City of Carlsbad contract no. 3314. Holiday Park Improvements Phase I1 CONTRACT NO. 3314 The work shall be performed in strict conformity with t specifications therefor as approved by the City Council of the Ci of Carlsbad on file with the Municipal Projects Department. T specifications for the work shall consist of the latest edition t the Standard Specifications of Public Works Constructio: hereinafter designated as SSPWC, as issued by the Southern Chapte. of the American Public Works Association. Reference is hereby mac to the specifications for full particulars and description of tl The City of Carlsbad encourages the participation of minority ai women-owned businesses. No bid will be received unless it is made on a proposal foi furnished by the Purchasing Department. Each bid must k accompanied by security in a form and amount required by lav Security shall cover the cost for all items in the base bid and tt additive alternates. The bidder's security of the second and thii next lowest responsive bidders may be withheld until the Contrac has been fully executed. The security submitted by all othc unsuccessful bidders shall be returned to them, or deemed voic within ten (10) days after the Contract is awarded. Pursuant t the provisions of law (Public Contract Code Section 22300) appropriate securities may be substituted for any obligatic required by this notice or for any monies withheld by the City t ensure performance under this Contract. If Contractor elects t use an escrow agent, Section 10263 of the Public Contract Cod requires monies or securities be deposited with State Treasurer c a state or federally chartered bank in California. 0 work. a o The documents which must be completed, properly executed, E notarized are: 1. Proposal 2. Bidder's Bond 3. Designation of Subcontractors 4. 5. 6. Non-Collusion Affidavit Bidder's Statement of Financial Responsibility Bidder's Statement of Technical Ability and Experience All bids will be compared on the basis of the Engineer's Estimat The estimated quantities are approximate and serve solely as basis for the comparison of bids. $92,300.00.- No bid shall be accepted from a Contractor who has not be licensed in accordance with the provisions of State law. 'I Contractor shall state his or her license number and classificati in the proposal. The following classifications are acceptable f this contract: rtA1t or ltC-lO1l in accordance with the provisions State law. The Contractor shall state his or her license numk and classification in the proposal. If the Contractor intends to utilize the escrow agreement includ in the contract documents in lieu of the usual 10% retention fr each payment, these documents must be completed and submitted wi the signed contract. The escrow agreement may not be substitut at a later date. Sets of plans, special provisions, and Contract documents may obtained at the Purchasing Department, City Hall, 1200 Elm Aven Carlsbad, California, for a non-refundable fee of $25.00 per se The City of Carlsbad reserves the right to reject any or all bi and to waive any minor irregularity or informality in such bids The general prevailing rate of wages for each craft or type worker needed to execute the Contract shall be those as determin by the Director of Industrial Relations pursuant to the Sectio 1770, 1773, and 1773.1 of the California Labor Code. Pursuant Section 1773.2 of the California Labor Code, a current copy applicable wage rates is on file in the Office of the Carlsbad Ci Clerk. The Contractor to whom the Contract is awarded shall n pay less than the said specified prevailing rates of wages to a workers employed by him or her in the execution of the Contract The Prime Contractor shall be responsible to insure compliance wi provisions of Section 1777.5 of the California Labor Code a Section 4100 et seq. of the Public Contracts Code, "Subletting a Subcontracting Fair Practices Act." The Engineer's Estimate is This amount includes additive alternates. a The provisions of Part 7, Chapter 1, of the California Labor Cc commencing with Section 1720 shall apply to the Contract for WOL A prebid meeting and tour of the project site will not be held. Bidders are advised to verify the issuance of all addenda a receipt thereof one day prior to bidding. Submission of bi without acknowledgment of addenda may be cause of rejection of bi Bonds to secure faithful performance of the work and payment laborers and materials suppliers each in an amount equal to o hundred percent (100%) and fifty percent (50%), respectively, the Contract price will be required for work on this project. The Contractor shall be required to maintain insurance as specifi in the contract. Any additional cost of said insurance shall included in the bid price, Approved by the City Council of the City of Carlsbad, Californii by Resolution No. 90-35, adopted on the 20th day of February 1990. a AMha L.dau$dnkrdz; Cify &&rk 45A-a Date e 0 /- - i h f,&& &.LA4 /1 9 t I I 3 !&it/ \%A7 bA L? ZL.1 /i ,/q / jl&ja w ../ y' 7 /7 1' 6 /r L -3 -' J CITY OF CARLSBAD CONTRACT NO. PROPOSAL City Council City of Carlsbad 1200 Elm Avenue Carlsbad, California 92008 The undersigned declares he/she has carefully examined the locati of the work, read the Notice Inviting Bids, examined the Plans a Specifications, and hereby proposes to furnish all labo materials, equipment, transportation, and services required to all the work to complete Contract No. 3314 in accordance with t Plans and Specifications of the City of Carlsbad, and the Speci Provisions and that he/she will take in full payment therefor t following unit prices for each item complete, to wit: BASE BID ITEMS I tern Description with Approximate I tern Unit Price or Lump Sum Quantity Unit @No. Price Written in Words and Unit Price Total (-,gS $p&. 1 Trash Can Enclosure - Unit Price 4 ea '6 0 /i 2 cans Dollars Each 2 Trash Can Enclosure - c c /x LL&yQLC?4BJ:y- ,JrnUVS\ - / 'J 4 cans Unit Price 1 ea Dollars Each P0,k Unit Price 7ea dsDT ~h-5 /f~,ffl@g/k&~&(&/ J d-i- fiy Dollars Each *?@dt d&$<dQGF+ %,8 //- y2- r1<5 ic d~fdfA'd? &@4& -{ LLI9-' , (/lJ 3 Security light & /L9 + di. 4 Security light - flush mo nt Unit Price 1 ea Dollars Each e < Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words * and Unit Price Total 5 Electrical wiring @@ :4 Unit Price f 750 If 9 ~ for lights AL71 L i--! 7 L2 Dollars per Lineal Foot LC- g /,//e+- //e% 3.503 L5.w &- + 6 Picnic Structure . Lump Sum 1 ea r?:/&4-$&km /At <& *c.i Ld-.$+/P /cz Dollars Each 7 Picnic structure slab /& and footing Unit Price 1156 sf e-\ 7 *,FK 9 m? $$St 8 40 -$5 8 Sink and cabinet Lump Sum 2 ea /, 1L &,!% 2, ac?o I!-& .---- /ILL) 5 :%oc DC.//y-b> - Dollars Per Square Feet 4 5 Lp- 2/EVEd 1-iWdt3f-ecE , ’ /CC‘ - Dollars Each Concrete blockwall A? & footing j Unit Price 71 If 99% bJb74G& Al,k)ETI/-&?UB : %o - 10 P.C.C. pavement-6” Unit Price 952 sf 5 <& (jj;gg d& 09 Dollars Per Lineal Foot / At f -$LC7 r-fJI; I 49 Dollars Per Square Feet - CY k, e$/ 11 6” P.C.C. curb Unit Price 69 If 3. &x. dQ7 XK n; c rhrec ! Ns(j - Dollars Per Lineal Foot Chain link gate Unit Price Dollars Each 5ft ?fr, e& ,.3!:C~.CP / 10 ea u,~, AX 4 PAiy / h/%e ,9kfJ&/qFd I /m Remove P.C.C. Curb Unit Price 27.3 If /&’, 38;;‘. %% 12 ,-- $ dC,’ t-Clif-le/? / +% - Dollars Per Lineal Foot 13 * Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price Total 14 Remove Trash can 0 (7, ,,' G 3 Unit Price 13 ea TD:o% 7L 4\ :&cl'e.i\pf- I k,ile s Lxe - enclosures Dollars Each Total amount of bid iq words: i_) 'i I+J&~~CL&~Q~J~~,. L-LCL; 6 $&,&L $f &(jL(y&& i.' - C\9/LC&/C \-?- '(7 Total amount of bid in numbers: $ $8, Y/e7 'z ADDITIVE ALTERNATE BID ITEMS: Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price Total <c" /&fa< /,+&e pt& 3 concrete ad Unit Price 2 ea (,do+ l1-&5 ( y fA&i &idw"5; vt++; Trash Can Enclosure - 1 can Unit Price 25 ea Dollars Each Park bench Unit Price Dollars Each J 0 I* &LI-I?&& 2 &?J& @$d f2 4 PC?&) '0 4 ea 'I :, 9 Ijd - 2A k??l&&C4 t ljj IC t ' A,(f,<-+d?'-- u ' /C@ 3A Park bench on Dollars Each V "5- 4A Hot coal bin on concrete pad Unit Price -.n; ? \JyJ,,>; L+!U< I & /?,/ /- Dollars Each f$+ @$hri? 3 ea /,, /7 J+C e .l Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit and Unit Price No. Price Written in Words SA Drinking fountain on * Total +, ~,~& d I. v’&- /%A f, d /.5 ‘& concrete pad Unit Price 4 ea i,3kI k~ Dollars Each - I 17 \ en H ~\xL\*~J-E!&T~ s ~26 - f 295 If 6A 3/4” water line Unit Price GLtr 5 4M~>. Dollars Per Lineal Foot 7A Tot lot play apparatus I Lymp Sum 1 set DollarS’Per ‘Set /!j /jQ& (5 &&&,@& d. \j+$g The City of Carlsbad reserves the right to reject any or all bid and to waive any minor irregularity or informality in such bids The City of Carlsbad reserves the right to award any or all of th additive alternates in order to conform with budget amounts fo construction. The lowest bidder will be based upon the total of base bid plu additive alternates to be selected in accordance with budge amounts. Price(s) given above are firm for 90 days after date of bi opening. Addendum (a) No (s) . none has/have been receive and %%/zii~ included in this proposal. All bids are to be computed on the basis of the given estimate quantities of work, as indicated in this proposal, times the uni price as submitted by the bidder. In case of a discrepancy betwee words and figures, the words shall prevail. In case of an err0 in the extension of a unit price, the corrected extension shall b calculated and the bids will be computed as indicated above an1 compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or correction2 may be crossed out and typed or written in with ink and must bc initialed in ink by a person authorized to sign for the Contractor< 0 0 * The Undersigned agrees that in case of default in executing tl required Contract with necessary bonds and insurance policic within twenty (20) days from the date of Award of Contract by Cii Council of the City of Carlsbad, the proceeds of check or bo1 accompanying this bids shall become the property of the City ( Carlsbad. Licensed in accordance with the Statutes of the State of Californ. providing for the registration of Contractors, License No. 547046 Classification(s) A, B ti C-6 . Expiration Date: 11/30/90. The contrac license number and expiration date stated herein are made under penalty of pe The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of tf City of Carlsbad is personally interested, directly c indirectly, in this Contract, or the compensation to L paid hereunder; that no representation, oral or j writing, of the City Council, its officers, agents, c employees has inducted him/her to enter into thj Contract, excepting only those contained in this form c Contract and the papers made a part hereof by its terms and That this bid is made without connection with any persor firm, or corporation making a bid for the same work, ar is in all respects fair and without collusion or frauc 2. Accompanying this proposal is a 10% Bid Bond. (Cash, Certified Check, Bond or Cashier's Check for ten percent (10%) of the amount bid (base bid plus additiv alternates). The Undersigned is aware of the provisions of Section 3700 of th California Labor Code which requires every employer to be insure against liability for workers' compensation or to undertake self insurance in accordance with the provisions of that code, an agrees to comply with such provisions before commencing th performance of the work of this Contract. 0 e # a? u G .3 ; g$ h : zg 2 5% Y ..-3 G t *u 2 a Lu c: h2 e 9 sg E 2% I I,!! e FT 20 Individual Awnowledgmen: STATE OF CALIF0RNI.A On this 23 day of .k%$%hL , in the year 19<=, before me, the undersigned, a Notary Pub1 and for said County and State, personally appeared mvl@KL\! I 0 r" CoIJNTyO_F $m ?!e&o ) ss A , ~L'J~IE ------- pefsertbity-*own to-me (or proved to me on the basis of satisfactory evidence) to be the person: whose name i,"2 subscribed to this instrument and acknowledged that sL execute Notary Seal WITNESS my hand and official seal. d j \ /'l' 0 4Q /"-7 kJ LA)' / f>/-;; a,/' , /h/"t/ I I?--)? L. r" ' * f k-, J -~ yjb .#q !' Notary Public in and for said County and State a& is1 L--.( -c., - x I 2 $ 2 -- ax G s -c.,m h2 $ =z E 0 d 5 "0 c a w E ' t7: 3 CQJ 3 e- FT 20 Individual AcKnowledgment STATE OF CALIFORNIA On this= day of ~ib,~p-. in the year 19O&, before me, the undersigned, a Notary Pub1 COUNTYOF "iBis 4 aE(-lcj i ss - and for said County and State personally apDeared XTE R -r &vj2c- whose name E? subscribed to this instrument and acknowledged that P"% If- execute petsonally known to me (or proved to me on the basis of satisfactory evidence) to be the person-- Notary Seal WITNESS my hand and official seal. '7 m4x,hy,fi fin, L'cr s [I\ (,-, fJGTA2Y PIIEL'c \-A FtJ CI S3.Y n 1 31PGO Gp '1s COUNiY S:p 23, 1953 -- - ---->.-.7= -_ Notary Public in and for said County and State f BIDDER’S BOND TO ACCOMPANT PROPOSA&#3go44 KNOW ALL PERSONS BY THESE PRESENTS: Principal, and Westchester Fire Insurance Cmpany , as Surety a held and firmly bound unto the City of Carlsbad, California, in i amount as follows: of the b: amount) for which payment will and truly made, we bind ourselves, 01 heirs, executors and administrators, successors or assigns, joint: and severally, firmly by these payments. proposal of the above-bounden principal for: I That we, Clyde Enterprises I 1 (must be at least ten percent (10%) Not to exceed thirteen thousand five hundred ($13,500) THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if tk Holiday Park Improvements Phase 11 A Project #3314 in the City of Carlsbad, is accepted by the City Council of sai City, and if the above bounden Principal shall duly enter into an within ten (10) days from the date of Award of Contract by the Cit Council of the City of Carlsbad, being duly notified of said award then this obligation shall become null and void; otherwise, i shall be and remain in full force and effect, and the amoun specified herein shall be forfeited to the said City. In the event any Principal above named executed this bond as a individual, it is agreed that the death of any such Principal shal not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this % ,I t I execute a Contract including required bonds and insurance policie day of April , 1992. Corporate Seal (if Corporation),__ Westchester Fire Insurance Cqany BY ah. Thomas PlCClnlnnO >LUL sz\T”vw- - Title Attorney-h-Fact (ATTACH ACKNOWLEDGEMENT OF (NOTARIAL ACKMOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS gu 3 4 ?(. J ATTQRNEY IN PACT) AND SURETY MUST BE ATTACEED.) (CORPORATE SEAL) I@ ”westnand nun^ c0mp3 d (PARTNERSHIP) *’ jx3t-JG >,s STATE OF CALIFORNIA C9UNTY OF On PPi ZIL ‘33 rqqc & before me, the under- ;I ne& No aryBblic ip and for said County and State, personally appeared I FOR NOTARY SEAL OR STAMP 7L Y-T &-A j+ r cJ,/,x- - ----- personally known to rKe(or proved to me on the basis of satisfactory evidence) to of the partners of the partnership that beoly, - executed the within instrument, and acknowledge6 to me that such partnershrp executed the same WITNESS my hand and official seal .i‘ f ** 1 //I x# iiyj& //- Signature c/ /J Pfi,,ck.; L 4-&L 5 FORM ‘2-10 Name (Typed or Printed) 64 vwesunamd me comp2 (PARTNERSHIP) ?Y%l DIED } ss STATE OF CALlFORNl COUNTY OF On PY ?/zlik 2.3, 1440’ before me, the under S’Sl3e$#a Notary PUpllC in andto! said Co2nty and State, personally appeared FOR NOTARY SEAL OR STAMP - ;I GLjCTA(,\J A (, L\/I ----- mthl imwn to me (01 proved to me on the basis of satisfactory evidence) to of the partners of the partnership that executed the within instrument, and acknowledge6 to me that such partnership executed the same WITNESS my hand and official seal [; w, _- / Signature WJVbL/J( LzthLq TKLiJa c W~UPJ& FORM C-10 Name (Typed or Printed) I - . _-_-- - 4- I CALIFORNIA Stew of County of ?j 54 :* SANDIEGO ’ >I.- $4 .x ‘;p. t*,’ SST 90 On this 23~d day of ADri 1 , 19-, before to me known, who, being by me duly sworn, did ‘-L gj c 7 .a-. i’, E ?I? i TBOMAS PICCININNO WESTCHESTER FIRE INSURANCE C-OMPANY $i 2? ud 8 -y ‘ he is an attorney-in-fact of the corporation described in and which executed the within instrument; that he knows the corporate seal that ?he seal affixed to the within instrument is such corporate seal, and that he signed the said instrument seal 8s Attorney-in-Fact by authority of the 8oard of Directors of said corporation and by authority of tl Standing Resolutions thereof. 1 ’ /7 ‘,’\, I JIU\ My commission expires I\ r:~i ! A . -- (Notary Public) O3TiC1.4L iE:;ak. C-07 (9/81) Uy CCT~. GB. bjw. ?,YQCE .. WESTCHESTEW FIRE INSURANCE COMPANY . NEW YORK, NEW YORK STATEMENT AS OF DECEMBER 31,1988 8 ASSETS LIABILITIES AND SURPLUS Bonds $1,072,156,298 Losses and Stocks: Adjustment ........ $ 915,534, Preferred.. Expenses $ 4,102,699 Common 2 14,392,029 2 18,494,728 Taxes and Real Estate .......... 10,493,773 Expenses 19,745 ,: Cash and Bank Unearned Deposits .......... (3 1,205) Premiums ......... 214,722,1 Short Term Other Liabilities.. .... 149,728,: Investments. ....... 115,853,621 Capital.. ............ $ 2,500,000 .............. .......... .......... .......... Other Invested Paid in and Premium Balances Surplus ........... 76,160,715 Assets ............ 3 , 137,025 Contributed Receivable ......... 118,409,846 Other Associations ....... 4,044,279 Policyholders ...... 275,853,l Equities and Deposits Surplus ........... 197,192,454 Other Assets.. ....... 33,025,496 in Pools and Surplus to Total Admitted Assets $1,575,583,861 Total Liabilities and Surplus %1,575,583,8 Bonds and Stocks are valued in accordance with the basis adopted by the National Association of Insurance Commissioners. Securities carried at $109,394,803 in the above statement are deposited as required by law. e STATE OF NEW JERSEY COUNTY OF MORRIS } ss: GEORGE J. RACHMIEL, Senior Vice President & Treasurer and MICHAEL A. SANDE Vice President of the Westchester Fire Insurance Company being duly sworn, each for himself deposes and sa that they are the above described officers of the said Company and that on the 31st day of December, 1988 t, Company was actually possessed of the assets set forth in the foregoing statement and that such assets were availat for the payment of losses and claims and held for the protection of its policyholders and creditors, except as herei before indicated, and that the foregoing statement is a correct exhibit of such assets and liabilities of the said Compai on the 31st day of December, 1988 according to the best of their information, knowledge and belief, respective] ma& h.k& & 4.+ Senior Vice President & Treasurer F[ Corporation’s Vice President Sworn to and Subscribed before me this 7th day of April, 1989. +---dm- CYNTHIA JO STEHLI F[ Notarial e NOTARY PUBLIC OFNEW JERSEY My Commission Expires Dec. 13, 1993 FORM #WF-OOl (7/891 l3Ml This Power of Attorney is granted pursuant to Article IV of the By-Laws of the WESTCHESTER FIRE INSURAN COMPANY as now in full force and effect. ARTICLE IV Execution of Instruments. “The Chairman of the Board, Vice-chairman of the Board, President, or any Vi President, in conjunction with the Secretary, or any Secretary, if more than one shall be appointed by the Board, or histant Secretary, shall have power on behalf of the Corporation: (a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contrac obligations, instruments and documents whatsoever in connection with its business including, without limiting the foregoi any bonds, guarantees, undertakings, recognizances, powers of attorney or revocations of any powers of attorney, stipulatic policies of insurance, deeds, leases, mortgages, releases, satisfactions and agency agreements; (b) to appoint, in writing, one or more persons for any or all‘ of the purposes mentioned in the preceding paragrz (a), including affixing the seal of the Corporation.” This Power of Attorney is signed and sealed under and by the authority of Article 111, Section 9 of the By-Laws of WESTCHESTER FIRE INSURANCE COMPANY.as now in full force and effect. ARTICLE I11 Section 9 Facsimile Signatures. “The signature of any officer authorized by the Corporation to sign i bonds, guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney i policies of insurance issued by the Corporation may be printed facsimile, Iithographed, or otherwise produced .‘. . i Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who sl have been such officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be such at the ti when such instruments shail be issued.” CERTIFICATE State of New Jersey County of Morris I, the undersigned, Assistant Secretary of the WESTCHESTER FIRE INSURANCE COMPANY, DO HEREBY CERTIFY the foregoing POWER OF ATTORNEY remains in full force and effect and has not been revoked and furthermore that above quoted abstracts of Article IV and Article 111, Section 9 of the By-Laws of the Corp,oration are now in full fc and effect. Signed and sealed at the Township of Morris, New Jersey dated day of April 20th 90 , 19-. *& BY 7- lA Assistant Secretary Herbert H. Linder DESIGNATION OF SUBCONTRACTORS @ The Undersigned certifies he/she has used the sub-bids of t following listed Contractors in making up his/her bid and that t sub-contractors listed will be used for the work for which th bid, subject to the approval of the City Engineer, and accordance with applicable provisions of the specifications a Section 4140 et seq. of the Public Contracts Code - "Subletting a Subcontracting Fair Practices Act." No changes may be made these subcontractors except upon the prior approval of the Ci. Engineer of the City of Carlsbad. The following information required for each sub-contractor. Additional pages can be attach1 if required: Items of Full Company Complete Address Phone No. Name with Zip Code with Area Cod( PLA f PPDArA71\$ I ~ r A /Y\ELfq,(PA q-204q (hi5 J 4'hO-c(dZl ?.icntc Rcof I csT\P:[~~"QP<c i EjEC'TTIf?&L J-r&,\srbp[ (7- I i-1i-C. -1 d~i(L 3- z-1 &.y ZI5i.G 24,-& / Orlmi 57 err 3L/fi 2 /' pq/ (CqQ- y332 / - ~er~f'(?/U(G(, ch 'j2-5 "/O 0 fhfi jfili ,pL: (b/G) s yY-q&( 0 DESIGNATION OF SUBCONTRACTORS (continued) 0 The bidder is to provide the following information on the subbic of all the listed subcontractors as part of the sealed b submission. Additional pages can be attached, if required. Type of State Carlsbad Amount Contracting Business of or %, Full Company Name License & No. License No.* Bid ($ spec !-LC ACT gbATB~/p,, '. ~~SSGQ L LE * 527 i iy (\ (\ \q c; JO"0 231 _L91&&5 fipi A /& @ <%i&y&-'' ~~~~~~~~~-~~~~~~~~~,r~~~~, -rflc ?$I L/"71, gp/ 8 (177 k' c */[' E /F-C fl94.2 K ry / + 42 (& & 7 4LrM LC- L e * Licenses are renewable annually. If no valid license, indicat ''NONE.ft Valid license must be obtained prior to submission o signed Contracts. CLYDE ENTERPRISES 13871 Mercado Drive Del Mar, CA 92014-3122 Bidder's Company Name (NOTARIAL ACKNOWLEDGEMENT OF EXCEPTION MUST BE ATTACHED.) Mail: Drawer P (CORPORATE SEAL) Bidder's Complete Address 1 e 1 Beverly A. Clyde 4' e L w Y G M M : gz f ," zg a $ -25 t -0 2 rb w .r h2 3 wm 0 22 24 E FT 20 Individual AcKnowledgment *) the year 19", before me, the undersrgned, a Notary Pub and for sard County and State, personally apoeared 7z*u-@jL '+ &* TLycE --- pewonally known to me (or proved to me on the basis of satisfactory evidence) to be the person- whose name \Z subscribed to this instrument and acknowledged that a-? execut p' Notary Sear WITNESS my hand and official seal I ,i In, r- i-. f'* )% c-4 ; ; $\,{A "/ 1 /- x r, I\, /' ,' B j >,/ 1 ![J*J/ c, - f -- 4) ,/u 4y4 i,- 1 Notary Public in and for said County and State 3 c& G i-r e ~ l 2 $ : zg O nd & UT 2, -cI 0 L +u 0" (d w 2 .c A4 9 *VI F =2 3 cr( b ?a -4 FT 20 Individual AcKnowledgmen: STATE OF CALicFORNlA On thls 34 day of -i!$?!&%-----, in the year 19L, before me, the undersigned, a Notary Pu COUNTYOF w abe@a )ss a I-, and for said County and State. pe:sonally apoearedGbE&:/\;r ,/+ &jbx --- e. 1 perss~djy known to me (or proved to me on the basis of satisfactory evidence) to be the person-- whose name ikli subscribed lo this instrument and acknowledged that .=?3cey;6. execL ri -, Notary Seal WIWESS my hand and official seal DAWN 1. HELihrG NOYARY PUZLlC - CALI~ORNIA ?'rj gh> p J$rLdw 4 L/' J' i"T,;&dL\ * ,- ,c, s:ri D~EGU cnum td - _-__ __ Y -?N-= Notary Public in and for said County and State I 1 I I I I I b I’ I I I I I I I CLYDE ENTERPRISES (A Partnership) FINANCIAL REPORT I (Reviewed) DECEMBER 31, 1989 P I i I I I I I I b I I I I I I I CONTENTS Par INDEPENDENT ACCOUNTANTS' REPORT ON THE FINANCIAL STATEMENTS FINANCIAL STATEMENTS Balance sheet Statement of income Statement of partners' equity Statement of cash flows L;. Notes to the financial statements 6. INDEPENDENT ACCOUNTANTS' REPORT ON THE SUPPLEMENTARY INFORMATION SUPPLEMENTARY INFORMATION Earnings from contracts Contracts completed Contracts in progress General and administrative expenses I Graphs 14-: r LVI I L NICGLADREY &PULLEN i Certified Public Accountants and Consultants I 1 I I I b I I I I I 1 INDEPENDENT ACCOUNTANTS' REPORT II ON THE FINANCIAL STATEMENTS To the Partners Clyde Enterprises Del Mar, California We have reviewed the accompanyingbalance sheet of Clyde Enterprises (A Partners as of December 31, 1989 and the related statement of income, partners' equity, cash flows for the year then ended, in accordance with standards established b) American Institute of Certified Public Accountants. All of the information incl in those financial statements is the representation of the management of C Enterprises. A review consists principally of inquiries of Company personnel and analyt procedures applied to financial data. It is substantially less in scope tha audit conducted in accordance with generally accepted auditing standards, objective of which is the expression of an opinion regarding the finan statements taken as a whole. Accordingly, we do not express such an opinion. Based on our review, we are not aware of any material modifications that shoul made to the accompanying financial statements in order for them to be in confor with generally accepted accounting principles. 1 -A JJLhJ&aPh San Diego, California 1 January 19, 1990 r -1- I CLYDE ENTERPRISES (A Partnership) BALANCE SHEET December 31, 1989 See Accountants' Report ASSETS I I I I I I I b I I I I Total current liabilities $ 60,2 I I 1 I CURRENT ASSETS Cash, including certificate of deposit of $40,155 $ 90,61 Contract in process receivables 47,65 Costs and estimated learnings in excess of billings on uncompleted contracts (Note 2) 20,07 Materials and supplies inventories 7,2c Prepaid expenses 3,3- Total current assets $ 168.9- EQUIPMENT $ 19,7! Vehicles (Note 4) Machinery and equipment 16,6( Office furniture and equipment 6.6' $ 43,1- Less accumulated depreciation 8.6' .$ 34.4' Other assets s 3.2( $ 206,5: LIABILITIES AND PARTNERS' EQUITY CURRENT LIABILITIES Current maturities of long-term debt (Note 4) $ 5,o Accounts payable and accrued expenses (Note 3) 55.1 LONG-TERM DEBT, less current maturities (Note 4) 297 PARTNERS' EQUITY 143.5 $ 206,5 See Notes to Financial Statements. -2- t CLYDE ENTERPRISES (A Partnership) STATEMENT OF INCOME AND PARTNERS’ EQUITY Year Ended December 31, 1989 I i See Accountants’ Report INCOME I I I I I b I I I I I I I I Revenues earned $ 228,7; Cost of revenues earned 157.9: Gross profit $ 70,8! 38 .4: I Operating income $ 32.4‘1 General and administrative expenses Nonoperating income (expense): Other income $ 26 Interest income 91 Interest expense (1.4: $ (25 Net income $ 32,l; PARTNERS’ EQUITY Balance, December 31, 1988 $ 2,8E Add : Capital contributed 229,3t Net income 32,l; Deduct drawings (120.87 Balance, December 31, 1989 $ 1&3,5: See Notes to Financial Statements. -3- f CLYDE ENTERPRISES (A Partnership) STATEMENT OF CASH FLOWS Year Ended December 31, 1989 i See Accountants' Report I CASH FLOWS FROM OPERATING ACTIVITIES Net income $ 32,1 Depreciation 9,o (Gain) on sale of equipment (1 (Increase) in contract receivables (47 9 6 contracts (20,O (Increase) in inventory (7 72 (Increase) in prepaid expenses (3,3 (Increase) in other assets (3,2 1 1 I I 1 I Net cash provided by operating activities s 14,7 I I I I 1 I 1 I Adjustments to reconcile net income to net cash provided by operating activities: Change in assets and liabilities: (Increase) in costs and estimated earnings in excess of related billings on uncompleted Increase in accounts payable 55,l CASH FLOWS FROM INVESTING ACTIVITIES, cash provided by b proceeds from sale of equipment $ 4.3' CASH FLOWS FROM FINANCING ACTIVITIES Partners ' draws $(120,8 Cash contributions 195,3 (5.61 Net cash provided by financing activities S 68,8~ Principal payments on notes payable Increase in cash $ 87,9 Beginning iLLL CASH Ending S 90.6 See Notes to Financial Statements. -&- t CLYDE ENTERPRISES I I (A Partnership) STATEMENT OF CASH FLOWS (CONTINUED) Year Ended December 31, 1989 * b See Accountants' Report SUPPLEMENTAL DISCLOSURES OF CASH FLOW INFORMATION Cash payments for interest $ 1,4 1 I I I B I b I I I I 1 I 1 I SUPPLEMENTAL SCHEDULE OF NONCASH INVESTING AND FINANCING ACTIVITIES Fixed asset contributions: Partners' equity $ 4198 Long-term debt (7.7 $ 34.02 See Notes to Financial Statements. -5- t I CLYDE ENTERPRISES (A Partnership) NOTES TO FINANCIAL STATEMENTS See Accountants' Report Note 1. Nature of Business and Significant Accounting Policies Nature of business: 1 1 1 I I 1 I b I I I I I Clyde Enterlprises , a California general partnership ( "the Partnershi is a General Engineering and Building contractor of commer properties. Work on new structures and engineering contract: performed primarily under fixed-price contracts. Work on exis structures and engineering contracts is performed under fixed-pric time and material contracts. The Partnership was formed on Octobe 1988, however, there was no significant operations until March 19 A summary of the Company's significant accounting policies follows: Revenues and cost recognition: Revenues from construction contracts are recognized on the percer of completion method, measured on the basis of incurred cost estimated total costs for each contract. This cost-to-cost methc used because management considers it to be the best available mea of progress on these contracts. Contract costs include all direct material and labor costs and t indirect costs related to contract performance. General administrative costs are charged to expenses as incurred. Provis for estimated losses on uncompleted contracts are made in the pe in which such losses are determined. Changes in job performance, conditions, and estimated profitability are recognized in the pe in which the revisions are determined. The asset, "Costs and estimated earnings in excess of billing uncompleted contracts," represents revenues recogRized in exces amounts b illed . Salary: The partners of Clyde Enterprises do not pay salaries througt expense account, payments made to partners are charged to partners' drawing account, reducing the partners' equity account I Material and supplies inventories: I method) or market. Inventories are stated at the lower of cast (first-in, first -6- t I I NOTES TO FINANCIAL STATEMENTS See Accountants‘ Report Note 1. Nature of Business and Significant Accounting Policies (Continued) A summary of the Company’s significant accounting policies fol (Continued) : Equipment: 1 I I I 1 I 1 I I I I I I Equipment is stated at the lower of historical cost to the part or fair market value at date contributed. Depreciation is comr by accelerated methods over the following estimated useful live Year Vehicles 5 Machinery and equipment 7 Office furniture and equipment 5-7 I Personal assets and liabilities: In accordance with the generally accepted method of presen partnership financial statements, the financial statement does include t.he personal assets and liabilities of the partners, inclu their right to refunds on its net loss. b Cash : For purposes of reporting the statements of cash flows, the Coin includes all cash accounts, which are not subject to withdr restrictions or penaltres , and certificates of deposit purchased a aaturity of three months or less as cash on the accompanying bal I sheets. Note 2. Costs and Estimated Earnings on Uncompleted Contracts Following is a summary of contracts in progress for the year er December 31, 1989: Costs incurred on uncompleted contracts $ 112,571 Estimated earnings 52.967 $ 165,53€ Less billings to date 145.455 Costs and estimated earnings in excess of billings on uncompleted contracts $ 20,079 -7- f I NOTES TO FINANCIAL STATEMENTS See Accountants' Report Note 3. Accounts Payable and Accrued Expenses Accounts payable and accrued expenses as of December 31, 1989 consi the following: 1 I I I 1 I b 1 I II I II I I I Subcontractors payable $ 45,7: Insurance payable 1,O' s 55.11 Accounts payable, trade 6,61 Accrued payroll 1,7: 1 Note 4. Long-Term Debt Note payable to bank, due in monthly installments of $474, including interest at 11.5% to September :L1, 1991, collateralized by a vehicle $ 7,7! Less current maturities 5.0t $ 2.71 Aggregate maturities required on long-term debt at December 31, 1989 are as follows: 1991- $ 5,0! 1992 - 2.71 s 7,7' Note 5. Line of Credit The Partnership maintains an unsecilred $50,000 bank line of cr bearing interest at the prime lending rate plus 2.0% with interest pa monthly. As of December 31, 1989, the entire $SO,COO was available Note 6. Subsequent Event On January 1, 1990 the Partnership was liquidated by the partners January 1, 1990 Clyde Enterprises, Ltd., a Corporation acquired all c assets and the business of, and assumed all of the liabilities o Partnership through a tax-free exchange for 100 shares of Enterprise, Ltd. common stock. Since there has been no change in the ownership of the busines: acquired assets and the assumed liabilities have been recorded on th company's books at the same amounts at which they were reflected o books of the predecessor partnership. -8- f DI I MFGLADREY &PULLEN Certified Public Accountants and Consultants I I I I I 1 1 b I 1 I I I 1 INDEPENDENT ACCOUNTANTS’ REPORT ON THE SUPPLEMENTARY INFORMATION To the Partners Clyde Enterprises Del Mar, California Our review was made for the purpose of expressing limited assurance that therc no material modifications that should be made to the basic financial statemen order for them to be in conformity with generally accepted accounting princii The supplementary information which follows is presented for purposes of addit analysis and is not a required part of the basic financial statements. information has been subjected to the inquiry and analytical procedures applii the review of the basic financial statements, and we did not become aware 0: material modifications that should be made to such information. 1 1 % &/ P. San Diego, California January 19, 1990 -9- t CLYDE ENTERPRISES (A Partnership) EARNINGS FROM CONTRACTS Year Ended December 31, 1989 See Accountants’ Report I cost of Revenues Revenues Gross Earned Earned Prof i 1 I I I I I 1 b I I I 1 1 I I I Contracts completed during the year $ 63,234 $ 45,350 $ 17,8r Contracts in progress at year-end 165.538 112,571 52.91 $228,772; $ 157,921 $ 70,,8 - 10 - t CLYDE ENTERPRISES (A Partnership) CONTRACTS COMPLETED Year Ended December 31, 1989 I I See Accountants’ Report I I I I I b I I I I I I I I Revenues cost of Gross I Contract Earned Revenues Prof i 20-89 $ 49,849 $ 42,653 $ 7,15 Corning (Consulting) 12.285 1,796 10,4t 5 63,234 S 45,350 S 17,8t 34-89 1,100 901 15 - 11 - r r-i rr) c, ala3 al u al ad v) Ca)v)m v) MmaUMal yJ.q r( v)4JM OCfJfdC *A ULrlWH Cf4 m a3 I I I I I E% E 44J --v) U I WY I m rl r-i rr) k al al u al 0 4J % n U m&I mo VI wm a Wn da30 ma Urn& g 2 E H*A 0r-i .A P g2 zmr: (d al b w: i3 35; E-(S~ &I@ E-IC z4J WM malc H k r+ E:< 3s V oal ual a *r( v) E UOO w if! v)uu UPI x ~ 2z wu ~ la, E ~ a, ac, ord d -74 0 m1-r dn U 00 Mb urn 00 VI a3 $S d I I I I CI 0 (d k U r: 0 u d a U C w a alu EO0 .d M $4 4Jc3PI W $%z rn ~ v) 3 $ $ d m 'a3 01 zco d CLYDE ENTERPRISES (A Partnership) GENERAL AND ADMINISTRATIVE EXPENSES Year Ended December 31, 1989 1 I See Accountants' Report Depreciation $ 9,o: Dues and subscription 5,3t Insurance 4)71. Entertainment 4)45 Accounting 2,71 Telephone 2,3E Off ice expenses 2,OE Miscellaneous 1,7: Fees and licenses 1,2: Janitorial services 1,1; Repairs and maintenance 75 Conventions and seminars 7; Postage and courier 6f Equipment rental 41 Utilities 3: Rent P.O. Box 2f Travel 1: Plan/bidding costs 1( b 5 38,4: I I I I I I I I I I I I I I - 13 - f I I I I I I I b I I I I I I 1 P (/> # I- W # a wz w> 220 a IlcZ% 116~- Ilc Wt;S t-WL ZZZ U1WE WE woa, m L > t- 3 0 W U W Z t- U - in 2 5 v) U tI cd a tl) 3 0 4 II 0 c3 I- Z Y U 0 -I - w d2 - 3 0 0 0 0 0 0 tn 0 tn e3 T- e3 tn O cv N T- e3 Ge e3 e3 - 14 - ' I 1 b 1 1 I 1 I I I MuL LE a, KMD E ww a, 30 +z a, Zw n U', wa, WKU I g8 k CT t- kg 0 00 Q, c)* > 0 0 Eb t-m Zd- gZ3 m 3 a 1 I I I I I I I b 1 I I I 31 I 1 1 ? PETER F. AND BEVERLY A. CLYDE PERSONAL FINANCIAL REPORT (Compiled) DECEMBER 31, 1989 P 1 I I I I I I I 5 I I I I 1 I I 1 CONTENTS Pa, INDEPENDENT ACCOUNTANTS' REPORT FINANCIAL STATEMENT Statement of financial condition Notes to financial statement 3 P I I 1 1 1 I 1 b I I I I I 1 1 - MCGLADREY &PULLEN Certified Public Accountants and COnSUbntS ? INDEPENDENT ACCOUNTANTS' REPORT Peter F. and Beverly A. Clyde Del Mar, California We have compiled the accompanying statement of financial condition of Peter F and Beverly A. Clyde as of December 31, 1989, in accordance with standarc established by the American Institute of Certified Public Accountants. A compilation is limited to presenting information that is the representatic of Mr. and Mrs. Clyde in the form of a financial statement. We have not audite or reviewed the accompanying financial statement and, accordingly, do not expres an opinion or any other form of assurance on it. I ' "I?/ce &&$&UL&d P- San Diego, California January 24, 1990 t -1- I PETER F. AND BEVERLY A. CLYDE STATEMENT OF FINANCIAL CONDITION December 31, 1989 See Accountants' Report Assets I Cash $ ll,OC Other receivables 2, oc I 1 1 I I b I I 187, OC Notes receivable (Note 2) Investments: 144, OC Investment in partnership (Note 3) Real estate (Note 4) 347,OO Residence ( Note 5) 510,OO Jewelry 127,OO Household and rental furnishings 82,OO Personal automobiles (Note 7) 31,OO Other assets 1.00 1 $1,442.00 Liabilities Mortgage notes payable, collateralized by Mortgage note payable, collateralized by investment in rental real estate (Note 4) $ 190,001 Line of credit (Note 5) 100,00~ residence (Note 5) 229,OO Loan payable, collateralized by automobile (Note 7) 23.00 To tal I iab il i. t ies $ 542,00( Estimated income taxes on the difference between the estimated current values of I assets and their tax bases (Note 8) 128,00( Net worth 772.00( I $1,442,00C See Notes to Financial Statement. I 1 1 I -2- t PETER F. AND BEVERLY A. CLYDE NOTES TO FINANCIAL STATEMENT See Accountants' Report I Note 1. General 1 In the determination of net worth, all major assets owned by Mr. ai Mrs. Clyde and all their major liabilities are included in tl accompanying statement of financial condition. Minor personal effec and normal unpaid bills and accruals which have an immaterial effec on net worth are not included in this report. Assets are stated I their estimated current values and liabilities at their estimatc current amounts. I 1 I I I b 1 I I I I 1 I Note 2. Notes Receivable Unsecured non-interest bearing receivable from a corporate dissolution $ 155,0( Unsecured personal non-interest bearing note receivable from a previous employer 27,01 Unsecured release/indemnity agreement and receivable from previous customer 5.01 $ 187,OI Note 3. Investment in Partnership During October 1988, Mr. and Mrs. Clyde established a Gener Engineering and Building construction business, and account for tl assets, liabilities and activity as a partnership entity doing busine as Clyde Enterprises. The reviewed balance sheet of Clyde Enterpris as of December 31, 1989 is as follows: I ASSETS Current assets $ 169,O Property and equipment 35,O Other assets 3.0 $ 207,O 1 LIABILITIES AND PARTNERS' EQUITY Current liabilities $ 60,O Long-term debt 3,o Partners' equity 144.0 $ 207.0 -3- t NOTES TO FINANCIAL STATEMENT See Accountants' Report I Note 3. Investment in Partnership (Continued) The current value of the investment in the partnership has bec estimated by Mr. and Mrs. Clyde to be equal to the amount of partner: equity. The revenue and net income of Clyde Enterprises for the ye, ended December 31, 1989 were $228,772 and $32,175, respectively. On January 1, 1990 the Partnership was liquidated by the partners. ( January 1, 1990 Clyde Enterprises, Ltd., a Corporation acquired all ( the assets and the business of, and assumed all of the liabilities I the Partnership, through a tax-free exchange for 100 shares of Clyi Enterprise, Ltd. common stock. Since there has been no change in the ownership of the business tl acquired assets and the assumed liabilities have been recorded on ti Company's books at the same amounts at which they were reflected on tl books of the predecessor partnership. I 1 i I 1 I b I I I I I I I I I Note 4. Investment in Real Estate and Related Debt Mr. and Mrs. Clyde own residential rental property on Fairlee Driv Encinitas, and estimate the current value to be $159,000. The de' related to this property is a note, payable in monthly installments $640, including interest at 11.157% at December 31, 1989, adjust annually. Mr. and Mrs. Clyde own residential rental property on Elser Lan Escondido, which was appraised at a current value of $188,000. T debt related to this property is a note, payable in monthly installrren of $769, including interest at 11.307% at December 31, 1989, adjust annually. Note 5. Residence and Mortgage Note Payable The current value of the residence was established based upon a form MIA appraisal. The Clyde's have an equity line of credit available on the person residence in the amount of $100,000, 12.5% interest, of which $100,0 was used at December 31, 1989. The mortgage, which is collateralized by the residence, is payable monthly installments of $1,529 including interest at 11.357%, adjust in June 1989 and annually thereafter. -4- t NOTES TO FINANCIAL STATEMENTS See Accountants’ Report I Note 6. Line of Credit Mr. and Mrs. Clyde maintain personal lines of credit with major credi card companies in the amount of $25,000, 17.5% interest, of which nor was used at December 31, 1989. 1 I I I I I 1 b I I I I I I I Note 7. Loan Payable At December 31, 1989 Mr. and Mrs. Clyde had an outstanding loi collateralized by the 1989 Cadillac El Dorado Biarritz, with Firs Interstate Bank, The loan is due in monthly installments of $673 i 12.9%, including interest with the final payment due October 20, 1992 Note 8. Estimated Income Taxes The estimated current amounts of liabilities at December 31, 19E equaled their tax bases. Estimated income taxes have been provided c the excess of the estimated current values of assets over their t: bases as if the estimated current values of the assets had been realize on the statement date, using applicable tax laws and regulations. Tk estimate will probably differ from the amounts of income taxes th: eventually might be paid because those amounts are determined by tl timing and method of disposal or realization and the tax laws a regulations in effect at the time of disposal or realization. The estimated current value of assets exceeded their tax bases 1 $303,000 at December 31, 1989. The excesses of estimated currentvalui of major assets over their tax bases at December 31, 1989 were follows : Investment in real estate $ 163,Ol I Investment in residence $ 140,Oi Note 9. Life Insurance Mr. and Mrs. Clyde o-wn four term life insurance policies as December 31, 1989 with a total face amount of $1,764,000. Note 10. Subsequent Event Subsequent to the statement date, Mr. and Mrs. Clyde have obtained additional equity line of credit available in cash for use in Cly Enterprises, Ltd. of $125,000, 12.5% interest. The line of credit collateralized by the residence and the rental property in Escondid and is being made available for future working capital and bondi collateral needs of Clyde Enterprises, Ltd. -5- t 14 BIDDER'S STATEMENT OF - TECIENICAL ABILITY AND EXPERIENCE The Bidder is requi.red to state what work of a similar character to that included in the proposed Contract he/sne has successful11 performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used, if notarized or sealed. a i I Date I !Contract !Name and, Address No. of Person I Type of IAmount of ! Work ! Contract I Completed I , of the Employer ! $2oo,ooo. i i N68711-88+ I I l2/05/90 1 lWashecs/Dryers I The work jncl de !ramal of wa$r closets, ass i: I it Ikpot, ROICC I Ipiping & the s pplying & ins I !of electric mix, waste, wa I ;"an Diego, (2% 92l33-50oO1 'piping, dryer ents & imiden - I I I !lated work. cAlete & ready or I Letter of Oommendation Attachedi I 'Name and Phone' to Contact haval Facilities &@neerl James bra, 2.92. ling Gxnnmd. Marine Corps, AREIcC(619)524-4546 ,1707,Rmit &racks Alter. rth kv. Naval Trainiw ! Center, Bldg 302 I I 1 I 1 I i I I I I I I I I i I 18/21/89 ILemOn Grove School Dist. ICarolysl J.&&tt ISound Abate i$S0 ,000. I 18025 Lincoln, Lmn !Assistant superinten- !mat W~II @ JII? I lBusineSs & Operations hilden Avenue khml. All of ltt I I ! (519) 589-5600 !required in c&ectim with c& I1 I Ition of a sound abatement wad a I I I !8' high & apprb. 3" long, E/ s \related there at Golden Ava/w 17885 Golden Azme, hn Gro e /Letter of Cdmmendation Attached i grove, CA 92045 I I I I 17- I I I I I I *! 0 I I L I I I I .. 11- ,, - .. I , -3 / I(/ c;l ( i ,' -j&&q~,i., ." ', * (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MU$T BE ATTACHED.) (CORPORATE SEAL) PLEASE NOTE: .- / Signlatiire Beverly A. Clyde J' # q In the 1970's projects ranging in size up to $4,000,000. ;* 1 ur i.1 c( u c( x I 2 5 ; 35 E 2 zg u an C 2 .uv ; a w c a3 9 WV, p ZZ 3 i2a iE: FT.20 Individual AcKnowledgmen: -I ,-\ ) ss. __. in the year 19&, before me, the undersigned, a Notary Pul i and for said County and State, personally appeared zab2T\ hi ij , c,,cy= -_C+--.”L- !J!L/, - /i , R pwsw&yk-~lo;wn-teme (or proved to me on the basis of satisfactory evidence) to be the person:- &! + whose name ______ if3 subscribed to this instrument and acknowledged that*J&- execu’ Notary Seal WITNESS my hand and official seal. rGOTp+Ry PIJELIC - CALIFORNIA ; ,* i’l ,) I*\> 1 ~ i :-,,b .i “.-j---.l 4 /! . p( - :‘ Ku;[\j 1. 1 1 /k;g”1 Notary Public in and for said County and State Governing Carol Chu Lou Ann f Grove Linda Rey David Spia AfiminisEri Dr. James Superint ilse E Ha 8025 Lncoln Lemon Grove, Assistan California Instruct1 Carolyn J. 92045 Assistan August 31, 1989 Business Lemon School Lewis zoll District * Our Students Come First (619) 589 Mr. Peter Ciyde Clyde Enterprises P. 0. Box 1187 Del Mar, CA 92014-1187 To Whom It May Concern: This letter is to express my appreciation to Clyde Enterprises for the succes: completion of the sound abatement wall at Golden Avenue School in the Lemon Grl School District. Mr. Peter Clyde, of Clyde Enterprises, was extremely cooperative and pleasant work with on the project. He was a professional in all project-related matters, as were all employees invol. with the construction of the wall. The project was finished within budget and wit the estimated timelinc: for completion. Mr. Clyde worked closely with district staff to coordinate all phases of the projf and was frequently at the project, both supervising and participating in the act construction. Clyde Enterprises would certainly be considered €or award of contract in fut District construct ion projects. 0 The wall is attractive and very well done. w!J& arolyn J. Hac ett Assistant Superintendent Business and Operations CJH:rb 0 - DEPARTMENT OF THE NAVY RESIDENT OFFICER IN CHARGE OF CONSTRUCTlON NORTH BAY NAVAL TRAlNlNG CENTER BUILDING 302 SAN DIEGO CA 92133-5QOO 88-C-1707 09RN2JL: 199s Ser 0444 I{ Clyde Enterprises ~~R 01 'i!?SQ e P.O. Box 1187 Del Mar, CA 92014-1187 Subject: N68711-88-C-1707 RECRUIT BARRACKS ALTERATION WASK/DRYERS PROJECT SD615RS, MARINE CORPS DEPOT, SAN DIEGO, CA Mr. Peter Clyde: The Resident Officer in Charge of Construction Office would like to express our appreciation for completing subject project befort the contract completion date and within the award value with no change orders. This project involved the installation of gas lines and metal ducting for Government supplied washers and dryers in five barracks buildings which could have resulted in multiple changed conditions. Through your cooperation in addressing unforeseen conditions, all problems were overcome with mutual benefit to yo1 company and the Marine Corps Recruit Depot. Your personal dedic:ation to provide the Depot a high quality, complete and usable facility, is greatly appreciated. 0 Sincerely, sTzEz:o Assistant Resident Engineer in Charge of Construction e 1 NON-COLLUSION AFFIDAVIT TO BE EXECUTED - BY BIDDER AND SUBMITTED WITH BID * State of California 1 County of San Diego 1 ) ss. Beverly A. - Clyde , being first duly sworn, (Signature) deposes and say,s that Mix- she is Partner of CLYDE ENTERPRISES the party making the foregoing bid that the bid is not made in t interest of, or on behalf of, any undisclosed person, partnershi company, association, organization, or corporation; that the b is genuine and not collusive or sham: that the bidder has n directly or indirectly induced or solicited any other bidder to p on a false or sham bid, and has not directly or indirect colluded, conspired, connived, or agreed with any bidder or anyo else to put in a sham, bid, or that anyone shall refrain fr indirectly, sought by agreement communication, or conference wi anyone to fix the bid price, or of that of any other bidder, or fix any overhead, profit, or cost element of advantage against t public body awarding the contract of anyone interested in t proposed contract; that all statements contained in the bid a true: and further, that the bidder has not, directly or indirect1 submitted his or her bid price or any breakdown thereof, or t contents thereof, or divulged information or data relative theret or paid, and wi:L1 not pay, any fee to any corporation, partnershi company association, organization, bid depository, or to any memb or agent thereof to effectuate a collusive or sham bid. (Title) (Name of Firm) @ bidding that the bidder has not in any manner, directly b I declare under penalty of perjury that the foregoing is true E correct and that this affidavit wa-s-e ecuted on the 23rd day Oh c;c-c4- -1 1990. 3 April ( , i AM-(,!. ,’ u M/g+ure J Beverly A. Cljde 4 I u / * s i U’ A Y i= A ; 2 2 L + ’3 2 cd w s c A> ? 0 d t 32 ?) *- G : zg I 9 gz 1 24 E f!!!J) FT 20 Jndividual AcKnowledgmen! Q -- . in the year 19k, before me, the undersigned, a Notary Pub1 7, I.---” ,oj di75 __p_____~ and for said Counly and State, perso~aliy apDearede48;(=.gbV I&, ‘v+ 1 6, k/ perssndkykmwto mefor proved to me on the basis of satisfactory evidence) to be the person: whose name 1 I subscribed to this instrument and acknowledged that ‘L- execute 4% K4flL Notary Seal WITNESS my hand and official seal. -$ye[/ i:cq(L- i; . i >QP&s i“‘ d\, i, --*’ Notary Public in and for said County and State 1 CONTRACT - PUBLIC WORKS , 1990, by ar between the City of Carlsbad, California, + m nicipal corporatior This agreement is made this dwday of (hereinafter callled I'CityI') , and whose<principal place of business is 13871 Mprrarin Drive bl Mar (hereinafter ca:lled "Contractort'. ) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all WOI o f.1 V~P Fnf-.Prpriwc CA wni4 - 3177 specified in the Contract documents for: Holiday Park Improvements Phase I1 Project #33 14 (hereinafter called 'lproj ect" ) all labor, materials, tools, equipment, and personnel perform the work specified by the Contract documents. 3. Contract Documents. The Contract documents consist of th Contract: the bid documents, including the Notice Bidders, Instructions to Bidders' and Contractor Proposals; the Plans and Specifications, the Speci Provisions, and all proper amendments and changes ma thereto in accordance with this Contract or the Plans a Specifications, and the bonds for the project; all of whi are incorporated herein by this reference. The Contractor, her/his subcontractors, and materia suppliers shall provide and install the work as indicate specified, and implied by the Contract documents. Any ite of work not indicated or specified, but which are essenti to the completion of the work, shall be provided at t Contractor's expense to fulfill the intent of sa documents. In all instances through the life of t Contract., the City will be the interpreter of the intent the Contract documents, and the City's decision relative said intent will be final and binding. Failure of t Contractor to apprise her/his subcontractors and materiz suppliers of this condition of the Contract will not relic her/him of the responsibility of compliance. 2. Provisions of Labor and Materials. Contractor shall provi e 4. Payment. All full compensation for Contractor's performar of work under this Contract, City shall make payment to t Contractor per Section 9-3 of the Standard Specificatic for Public Works Construction. The closure date for er monthly invoice will be the 30th of each month. a Invoices from the Contractor shall be submitted accordi to the required City format to the City's assigned proje manager no later than the 5th day of each month. Paymen will be delayed if invoices are received after the 5th each month. The final retention amount shall not released until the expiration of thirty-five (35) da following the recording ofthe Notice of Completion pursua to California Civil Code Section 3184. a 5. IndeDendent Investisation. Contractor has made Independent Investigation of the jobsite, the so conditions at the jobsite, and all other conditions th might affect the progress of the work, and is aware of tho conditions. The Contract price includes payment for a work that may be done by Contractor, whether anticipated not, in order to overcome underground conditions. A information that may have been furnished to Contractor City about underground conditions or other job conditio is for Contractor's convenience only, and City does n warrant that the conditions are as thus indicate Contractor is satisfied with all job conditions, includi underground conditions and has not relied on informati furnished by City. 6. Contractor Responsible for Unforeseen Condition Contractor shall be responsible for all loss or dama arising out. of the nature of the work or from the action the elements or from any unforeseen difficulties which m arise or be encountered in the prosecution of the work unt its acceptance by the City. Contractor shall also responsible for expenses incurred in the suspension discontinuance of the work. However, Contractor shall n be responslible for reasonable delays in the completion the work caused by acts of God, stormy weather, extra wor or matters which the specifications expressly stipulate wi be borne by City. 0 7. Chanse Orders. City may, without affecting the validity the Contract, order changes , modifications and extra wo by issuance of written change orders. Contractor shall ma no change in the work without the issuance of a writt change order, and Contractor shall not be entitled compensation for any extra work performed unless the Ci has issued a written change order designating in advance t amount of additional compensation to be paid for the wor If a change order deletes any work, the Contract price sha be reduced by a fair and reasonable amount. If the parti are unahle to agree on the amount of reduction, the wo shall nevertheless proceed and the amount shall determined by litigation. The only person authorized order chlanges or extra work is the Project Manager. T written change order must be executed by the City Manage a if it is for $15,000.00 or less or approved by the Ci Council and executed by the Mayor if the amount of t change order exceeds $15,000.00. a 8. Immiqration Reform and Control Act. Contractor shall comp with the requirements of the "Immigration Reform and Contr Act of 1986" (8 USC Section 1101-1525). 9. Prevailins Waqe. Pursuant to the California Labor Code, t director of the Department of Industrial Relations h determined the general prevailing rate of per diem wages accordance with California Labor Code, Section 1773 and copy of a schedule of said general prevailing wage rates on file in the office of the Carlsbad City Clerk, and incorporated by reference herein. Pursuant to Californ Labor Cce,, Section 1775, Contractor shall pay prevaili wagers. Contractor shall post copies of all applicab prevailing wages on the job site. 10. Indemnity. Contractor shall assume the defense of, pay a expenses of defense, and indemnify and hold harmless t City, and its officers and employees, from all claims, 10s damage, injury and liability of every kind, nature a description, directly or indirectly arising from or connection with the performance of the Contractor or wor or from any failure or alleged failure of Contractor comply with any applicable law, rules or regulatio including those relating to safety and health; except f loss or damage which was caused solely by the acti negligence of the City; and from any and all claims, 10s damages, injury and liability, howsoever the same may caused, resulting directly or indirectly from the nature the work covered by the Contract, unless the loss or dama was caused solely by the active negligence of the City. T expenses of defense include all costs and expenses includi attorneys fees for litigation, arbitration, or other dispu resolution method. a 11. Insurance. Without limiting Contractor9s indemnificatio it is agreed that Contractor shall maintain in force at a times during the performance of this agreement a policy policies of liability insurance at least $1,000,000. combined single limit covering its operations, includi coverage for contractual liability and insurance coveri the liability set forth herein. The policy or policies shall comply with the speci insurance instructions in the Supplementary Gener Provisions and shall contain the following clauses: A. "The City is added as an additional insured as respec operations of the named insured performed under contra with the City." a B. "It is agreed that any insurance maintained by the Ci. shall apply in excess of and not contribute wit1 insurance provided by this po1icy.I' a All insurance policies required by this paragraph sha contain the following clause: A. '*This insurance shall not be cancelled, limited or no renewed until after thirty (30) days written notice h been given to the City." B. '*The insurer waives any rights of subrogation it has may have, against the City or any of its officers employees. I' Certificates of insurance evidencing the coverage requir by the clauses set forth above shall be filed with the Ci prior to the effective date of this agreement. 12. Workers' Compensation. Contractor shall comply with t requirements of Section 3700 of the California Labor Cod Contractor shall also assume the defense and indemnify a save harmless the City and its officers and employees fr all claims, loss, damage, injury, and liability of eve kind, nature, and description brought by any person employ or used by Contractor to perform any work under th Contract regardless of responsibility for negligence. Proof of Insurance. Contractor shall submit to the Ci certification of the policies mentioned in Paragraphs 10 a 11 or proof of worker's compensation self-insurance pri to the start of any work pursuant to this Contract. 13. 14. Claims and Lawsuits. Contractor shall comply with t Government Tort Claims Act (California Government Co Section 900 et seq.) prior to filing any lawsuit for brea of this contract of any claim or cause of action for mon or damages. 15. Maintenance of Records. Contractor shall maintain and ma available at no cost to the City, upon request, records accordance with Sections 1776 and 1812 of Part 7, Chapt Contractor does not maintain the records at Contractor principal place of business as specified above, Contract shall so' inform the City by certified letter accompanyi the return of this Contract. Contractor shall notify t City by certified mail of any change of address of su records. 1, Article 2, of the California Labor Code. If t 16. Labor Code Provisions. The provisions of Part 7, Chapt 1, commencing with Section 1720 of the California Labor Co are incorporated herein by reference. e 17. Security. Securities in the form of cash, cashier's chec or certified check may be substituted for any moni withheld by the City to secure performance of this contra for any obligation established by this contract. Any 0th security that is mutually agreed to by the Contractor a the City may be substituted for monies withheld to ensu performance under this Contract. 18. Provisions Rewired bv Law Deemed Inserted. Each and eve provision of law and clause required by law to be insert in this Contract shall be deemed to be inserted herein a included herein, and if, through mistake or otherwise, a such provision is not inserted, or is not correct inserted, then upon application of either party, t Contract shall forthwith be physically amended to make su insertion or correction. 19. Additional Provisions. Any additional provisions of th agreement are set forth in the "General Provisionsvf "Special Provisions" attached hereto and made a part hereo a CLYDE ENTERPRISES & @ MUST BE ATTACHEID. ) TltTe, Partner - \ ,A/ / ~ %; ,Q,A Q I/: (Y (IS-J, Conbachr 4, .A (NOTARIAL ACKNOWLEDGEMENT OF "By 4!.,& Lv&- Peter F. Clyde /-- .- EXECUTION BY ALL ERINCIPALS (CORPORATE SEAL) BY \ \I B &%fly A y Cty& L Title Partner APPROVE AS TO .FO kT\7p KAREN J. HIFZ - lQ-R- City Attorney ATTEST : &. & & &y Cl+) H- w&jqnanOnd! Tifine CaDmpa~ 654 (PARTNERSHIP) -.- , FOR NOTARY SEAL OR STAMP } ss STATE OF CALIF;ORNlf COLJ On Nn-Or-M--- '2 I/ h.l< before me, the under- sI ned,3Notay pplc li and fo'yid count and ~9'3 persona"^ appeared y (J,v [,>{L ,P+b- &\"/E 9L.J ~. 4 ?%cP [:,L../,Tg ------- - +,ers~,na,,yho,M~om~~ proved to me on the basis of satlsfactov evldence) t0 of the partners of the partnership that executed the ,,,,thin Instrument, and acknowledge6 to methat such partnersh'p executed the wne WITNESS my oan be TayE nd official Seal pfG4L/yL ( . ,$&q@ -- Signature- 6.. (> ?=Jjj$&~ c {4E:L.k!G -- I I-~I~II c.iri Name (Typed or Printed) CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKERS' COMPENSATION RESPONSIBILITY III am aware of the provisions of Section 3700 of the Labor Cc which requires every employer to be insured against liability j workers I compensation or to undertake self -insurance in accordar with the provisions of that code, and I will comply with SI provisions before commencing the performance of the work of tk Contract. It 0 CLYBE ENTERPRISES\ L-- /' "ti", :\ p) ~ -- 1- e /bL - Contractor Partner CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986 "1 am aware of t.he requirements of the Immigration Reform 2 Control Act of 1986 (8 USC Section 1101-1525) and have compli with these requirements, including, but not limited to, verifyi the eligibility for employment of all agents, employee subcontractors, and consultants that are included in tl- Contract. t1 CLYDE ENTERPRIS S B '------\ --- 1 J.&> &- P', q I //- > Ad a Contractor Partner CONTRACTOR'S CERTIFICATION OF COMPLIANCE OF AFFIRMATIVE ACTION PROGRAM I hereby certify that CLYDE ENTERPRISES in preforming under the Purchase Order awarded by the City Clarlsbad, will comply with the County of San Diego Affirmati Action Program adopted by the Board of Supervisors, including a current amendments. (Legal Name of Contractor) 1( x wd-- -3 \$ '2 1 i' .+---!-" -.\ -8 LP - L /4 ,//9>, c- I// / /y /" c Elate p Signature -.I / 3 Title BPartned (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED.) (CORPORATE SEAL) * -W~UB~~OO~ mne CO~~NDY dl (PARTNERSHIP) 1 ss STATE OF CALIFOR COUNTY OF ~- On 3-3 before me, the under- signed, a ztary Public in>nd for said County and State, personally appeared FOR NOTARY SEAL OR STAMP (f L,\F ,y:- c--- +.pT@-- #/ rrh- ~__ -mton-ie-(or proved to me on the basis of satisfactory evidence) to be i;pjc- of the partners of the partnership that executed the wittiin instrument, and acknowledge@ to me that such partnership executed the sarie DAWN I. HELING NOTARY PUBLIC - CALIFO2VIA exp,res SEP 28, 1993 Si g nat u re- .=%-&-,--=> 2- A FORM C-10 Name (Typed or Printed) k$ 7 Clyde Enterprises 0 j19) 259-2810 P.O. BOX 1187 DEL MAR, CALIFORNIA CALIC NO. 547046 k L--,ERAL ENGINEERING AND BUILDING CONTRACTORS (61 11 June 1990 Letter Ser. 1,04-19-901 Ms. Ruth Fletcher, Purchasing Officer City of Carlsbad 12001 Carlsbad Village Drive Carlsbad, CA 92008-1989 RE : HOLIDAY PARK IMPROVEMENTS PHASE I1 CONTRACT NO. 3314 CLYDE PROJ. #19-90 SUBJ: RETURN OF SIGNED CONTRACT DOCUMENTS Dear Ms. Fletcher: We hereby return Contract Gocuments, fully executed by ourselves, with i relevant notarial acknowledgements attached. Additionally, we have inch Certificates of Insurance for 1) General Liability 2) Worker's Compensation We will forward our Vehicle Insurance Certificate(s) in the near future, as have not received at this writing. Inasmuch as we have noL had a written response to our Letter Ser: 802-19- dated 05 June 1990, copy attached, we sign the Contract Document(s) with 1 understanding that the City of Carlsbad considers RESOLUTION NO. 90-146, c( attached, a Part of this Contract. This is important, as your Public Woi Contract is materially deficient in that it fails to state the Contract amount dollars, as well as identify the specific work to be done. Should you have any questions, or need changes/adjustments, please do I hesi ta te to call. Sincerely, 8 LC-- Peter F. Clyde Enclosures cc: Vincent F. Biondo, Jr., City Attorney Lee Rautenkranz, City Clerk Daniel R. Clark, P.E., Associate Civil Engineer Richard Cook, Principal Construction Inspector Master Correspondence File Pro j ec t Record Copy a 19 Clyde Enterprises !Y F&X (619) (259-2810 P.O. BOX 1187 DEL MAR, WFORh 6FSEBbL EtGIITPsBIElG AHD BUILU)ING CORlRAC'I'ORS ( eLIC SO 547046 05 June 1990 /- - 1 id, [-j+ Letter Ser . #02-19--90 ME;. Ruth Fletcher Purchasing Officer City of Carlsbad 11100 Carlsbad Village Drive Caxlsbad, CA 92008-1989 RE, : CONTRACT AWAXD OF: HOLIDAY PARK IMPROVEMENTS PHASE 11 CONTRACT NO. 3314 CLYDE PROJ. 119-90 SUBJ: 1) CONTRACTOR REQUEST TO CITY TO PROVIDE (DELINEATE) DESCRIPTION OF SCOPE IN ACTUAL CONTRACT AND STATE CONTRlhCT AMOUNT. CONTRAClOR REQUEST TO CITY TO PROVIDE CLARITY/UNDERSTANDING TO VAR ITEMS 111 CONFLICT OR THAT ARE AMBIGUOUS RELATIVE TO THE PLAMS SPECIFICATIONS FOR THE PROJECT. 2) Dear Ms. Fletcher: Per our telephone conversations of ThursdAy, May 31, 1990 and Friday, Junf 1990, we write this letter, per your request, to hopefully foster some cla aod/or perhaps changes to the contract documents so as to avoid misunders tanding during the course of construction of the above referei pro j ec t . We hereby acknowledge receipt of your City prepared Notice of Award dated May 1990 and attached Contract package. As you know from our telephone conversation, our initial review of the act contract entitled "Contract - Public Work" you have incorporated, lacks two ke.y elements. As the Contract should speak for itself, the contract amount $70,512.00 needs to be stated. Additionally, the scope of work identified in contract appears to be all of the work in the Contract Documents. The scope work needs to be delineated, specifically by itemizing the bid items chosen the City. Perhaps incorporating, by reference, the Award Letter dated 23 1990 and Resolution No. 90-146 dated May 22, 1990, as they both define the amc of the Contract and specify Bid Items, would be appropriate. e a e Ms. Ruth Fletcher City of Carlsbad 05 June 1990 Page Two In a partial review of the Plans and Specifications as coordinated with the Items chosen by the City, we have several questions. We identify these item letter form per Dan Clark's and Richard Cook's request of June 1, 1 Iincluded, but not 1im:Lted to, are the following: 1) As the 3/4" water line is an unelected "Additive Alternate Bid Item" #l who is to provide water for the sinks we are installing under Base Bid #8? On Plan Sheet 412, there is a note to the right hand side of the Tot Lot reads, "TOP 6" OF SAND TO BE CLEANED BY SIFTING THROUGH A 1/4" SIEVE". As this was not a Bid Item, who is to perfs- this work? On Plan Sheet #2 there is a sewer line indicated, running from the new pj structure towards Pi0 Pic0 Drive. As this was not a Bid Item, who i 2) 3) 0 perf om this work? 8 4:) Plan Sheet 86, Detail 13/Sht 6, indicated by Elev. T.W. 88.80, which woul an eight foot wall. The enlarged Wall Detail 10/Sht 6 calls for a 6 wall. As 6 feet is the standard height for trash enclosures, we used 6 in the generatLon of our bid. Additionally, there is no horizontal reinforcing steel indicated in the b wall - Wall Detail lO/Sht 6. Thank you for reviewing this-as well, Your review and direction as to how to proceed will be appreciated. In general and in conclusion, it is our desire to put any known potential i of disagreement on the table for discussion/resolution prior to starting project so that it may proceed efficiently and timely. As we were directed by the Bid Documents, we specifically referred "to the I in the Bid Schedule in preparing our bid". Should there be any work indicated other than #e Bid Items with their respec work descriptions, it would not be incorporated in or bid unless it specifically called to bid, such as the survey work, etc. 0 Hs. Ruth Fletcher City of Carlsbad 05 June 1990 Page Three 0 Additionally, we ace proceeding to accumulate the required Bonds and Insui Certificates. We will be glad to be at your disposal to meet with you at your convenie~h resolve these or any other questions. We look forward to working with yc this project. Thmk you for your immediate attention. S iincerely , CLYDE ENTERPRISES 4?%4 Peter F. Clyde CL-- cc: Vincent F. Bioiido, Jr., City Attorney ’ e Lee Rautenkranz, City Clerk Daniel R. Clark, P.E., Associate Civil Engineer Richard Cook, IZrincipal Construction Inspector Master Correspondence File e 1 2 3 4 5 6 7 8 9 '10 :11 3.2 :I 3 :~4 35 1~6 :~7 :L 8 1.9 20 2:l 2;z i! 3 24, Q, RECl JfM 0 A"'uww,w, RESOLUTION NO. 98-146 A RESOLUTION OF THE CITY COUNCIL OF THE CITY (OF CARISBAD, CALIFORNIA, ACCEPTING BIDS AND AWARDING A CONTRACT FOR THE CONSTRUCTION OF .IMF'ROVEMENTS TO HOLIDAY PARK, PHASE I1 'WHEREAS, the City Council of the City of Carls previously authorized the advertisement of bids fc construction of improvements to Holiday Park, Phase 11, Proj 3314; and WHEREAS, ten (10) sealed bids were received on N 16, 1989, :€or said project; and WHEREAS, the three (3) lowest bidders may considered responsive in accordance with State Code 7028.1 WHEREAS, the lowest responsive bid received 1 construction of said project was submitted by Clyde Enter in the amount: of $60,712.00 fo'r the base bid and $9,800 additive alternative bid item number 7A, tot-lot play app in the amount of $9,800.00 for a total bid of $70,512.00; ~ WHEREAS, partial project funding is available in , No. 330-820-1821-3314; and I I 1 'v;HEiiEAS, the City Council hersby declares it 1?ec desirable, and in the public interest to construc aforementioned project . NOW, THEREFORE, BE IT RESOLVED as follows: 1. That the above recitations are true and c3r r 1 2 3 4 5 6 7 8 9 10 11 12 13 14 * 15 16 17 l8 19 2 13 21 2 12 23 2 ,~ 25 2 6 6. 1 2. That the base bid in the amount of $60, submitted by Clyde Enterprises for Project No. 3314, is accepted arid the Mayor and City Clerk are hereby authoriz directed to execute a contract thereafter. 3. That additive alternative bid item number 72 lot play apparatus, in the amount of $9,800.00 is also awax the City of Carlsbad to be constructed by Clyde Enterpris said project. Therefore, the total amount of the award for ]I 3314 to Clyde Enterprises for said project is $70,512.00. 4. That the City Council of the City of Carlsbe hereby appropriate $10,000 from the unappropriated fund bal; the General Fund to the Project Account No. 300-820-1821-3 supplemental funding for said project. PASSED, APPROVED AND ADOPTED at a regular meeting Carlsbad City Council held on the 22nd day of May I by the following vote, to wit: AYES;: Council Members Lewis, Kulchin, Pettine, Mamaux an NOES: kme I I ABSF:NT: sone I 2, City Clerk KAREN R. KUKDTZ, Assistant Cicy Clerk 11 (SEAL) THIS CERTIFICATE NO RIGHTS UPON EXTEND OR ALTE Wefther Insurance Agency COMPANIES AFFORDING COVERAGE 115 W.Le de Industrias, Suite 210 San Clemte, Ca. 92672 COMPANY LETTER A Financial Iiihnnity Co. SUB-CODE COMPANY LETTER B COMPANY Clyde Diterprises LETTER c 13871 bkrcado Drive COMPANY Del Mar,, Ca. 92014 LETTER D COMPANY LETTER E T WITH RESPECT TO IS SUBJECT TO ALL ALL LIMITS IN THOUS POLICY EFFECTIVE POLICY EXPIRATION POLICY NUMBER DATE (MMIDDIYY) DATE (MMIDDIYY) TYPE OF INSURANCE GENERAL LIABILITY GENERAL AGGREGATE COMMERCIAL GENERAL LIABILITY PRODUCTS-COMPIOPS AGGREGAT CLAIMS MADE OCCUR PERSONAL & ADVERTISING INJUR'I EACHOCCURRENCE FIRE DAMAGE (Any one fire) MEDICAL EXPENSE (Any one person SINGLE LIMIT ALL OWNED AUTOS BODILY INJURY $ SCHEDULEDAUTOS (Per person) BODILY (Per accident) PROPERTY $ DAMAGE OWNER'S & CONTRACTOR'S PROT i AUTOMOBILE LIABILITY COMBINED s 1,000 C 3955'726 6/26/90 12/26/90 INJURY $ x NON-OWNED AUTOS GARAGE 1 IABlLlTY EXCESS LIABILITY -. --.^I- L"-P --.I_- s -- --< OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION $ (DISEASE $ (DISEASE EMPLOYERS' LIABILITY DESCRIPTION OF OFERATIONSILOCATIONSIVEHlCLE81RES7 RlCTlONSISPEClAL ITEMS Certificate holder as additional insured Carlsbd, Ca. 92008-1989 NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES EXTEND OR ALTER THE COVERAGE AFFORDED BY THE 80LlClE8 BEL( PACIFIC INSURANCE AGENCY P.O. BOX 609006 SAN DIEGO, CA 92160 CLYDE ENTERPRISES P.O. BOX 1187 DEL MAR, CA 92014 S & COhTMCTORS PROTECTIVE ALL OM'NED AUTOS SCHEDULED AUTOS NON-OVINED AUTOS GARAGf LlABILllY OCCURRENCE :RS' COMPENSATION DESCRIPTION OF OPERATIONS/ LOCATIONS, VEHICLES/ RESTRlCTlONS/SPEClAL ITEMS PROJECT: HOLIDAY PARK PHASE I1 CITY OF CARLSBAD 1200 ELM AVENUE CARLSBAD, CA 92008-1989 MAIL 3 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE MCLDER THIS CERTIFICATE BS ISSUED AS A MATTER OF I~FOR~~TI~~ ONLY ANI NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES N EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELC S E E insurance 8361 Vickers St #2OO San Diego, Ca. 92111 3F INSURANCE PRODUCTSlCOMPLETED OPERATIONS INDEPEND1:NT CONTRACTORS BROAD FOI3M PROPERW DAMAGE PERSONAL INJURY PERSONAL INJURY ALL OWN[ D AUTOS (PRIV PASS ) ALL OWNt D AUTOS ($iy$R&tlN) NON-OWN1.D AUTOS GARAGE LlABlLllY AN UMBRELLA FORM 5’ COUPENGATION EWLCWERS’ LIABILITY .miurn fully earned ai j other than t3e one . OPERATlONSlLOCATlONSNEHlCLE 5': &; saa'Eygert I .i Insurance Brokerage - L July 10, 19SO Ms. Ruth Fletcher, Purchasing Officer City of Carlsbad 2200 Carlsbad Village Drive Carlsbad, Ca '7'2008-1989 Re: Hnliday papk Improvements Phase II Cantract Num 3314 Clyde Project #19-90 Clyde Enterprises Dear M5. Fletcher: Enrloced is the Surplus Line Affidavit you requested for the General Liability Insurance carrier for Clyde Enterpriser, Hcpefully, this will complete your Tile. Thank you. STY p : T7 <g7 v-J- J pE me5 R. Egqert 53T 6 enc 1 osure cc: Peter Clyde, Clyde Enterprises c hw 8361' 5Vkl&rs Street, SUite 200, San DiegO, Ca. 92211 * (619) 541-71 77 ym*tn&? (619) 541 CERT. Ha---, NOTfCE: '*%'hrevez ia thssr: fides atid rcgdsiions a requirement h aide f~x %r~g wi& tb ~~~;~~~~~ Secti~~ 1763 or ~therwi~c, the SSurpliin Line Br&er will s1~;pp:y ih;?e Cs~~.&s-;locler with 2; aiped sWt~~p;r mipiiladng bwktr or tigent if pki~~d k kg EXXQUR~ of my ~uch bscb;c~ or pgent, rpsc&e&y ~dng tht. t,t pi~k$ bas bea stibm3ted tc and refused by a rnajmiry of ad:~~.ittcd ~ns~zors, ho~.&niq cedfica~s uf nu&txi,ty u paiicier io &e ci32.s 01 classts Df icsurqcx uiidera&e$ & $ie &J$jcc;s &3c%fm of iaelibaa,'8 paaa die B ~~~~,~~~~~~~~'~ Rdcs md R:e$a4isksions. 1 a L -yEp.I TG ..................................................... N.AME OP Ass$'= ,.,,,... LMlA'I'IQN OF H$K.-. ......... ,..* .+-, ... ....... +, ..................................................................... -+v". ........................ ....... j ......,.....1...... *. ea..# ..I._ ..l.t...f....L.I*_l... ....... ............................. ..... ." -*.......... /._....<...* ....................................................... " ..... ........** .................. -."Q ............... n .- /Y ' &." :/ e---, i /Id++-.-.< (---)&.A/(/- CI.,.+.:.sS 2R TYPE OF E$UW%VCE MBLEEB FOR..,-*.- & .......... "*,,r ....... /* .w. z.... I.,. ..,, II ......... ..l..I..l.......i... L. ....e*.... ... -. . .......-. .. .................,...., ) ..l..l..,.......l.....i........ .................................... ...................... ..*....... .. I= fV'~r3~~.k52 tk Ja ~. T-Sote with respect to Spccjaf Muiti-ppr;! {SMP; F&<:~s 4y C~ZTS~ &t dec;liliaaiog by insgrsncc ccapallics ;ippiks ti> ";& spe 1: ;ci.trage ha5 preat:;Iausfy 2,~ e:: Ck$ Qke ~E~LC&~~~ a 2 - -- sj-..-.. I,*, 41% wore p6"%3eXlied. -?7Y Lr*V3CE 19 OPFErnD TO us ..., ........ h..Mde- .?&........ .... r L22 h;n*s ,>i &e S&gr, of C&f3d& a& !IZS beeq cjc&a&. !y< L?li?Z. JTih y-isk ib x": f; IrnL?A CR Iitr4.TE AT WIGCN rn$ The E@O'*C dsk has been bef fed by mc/;as IC B rnajo~?~ tsf &e b-ima;,: Gmpwk-~ ~s:g~&s5 13 5:; 4 .............................................. .. ,T,- 8 $1. has the Ipwmf rat; g,. p:t.;ai .,., -7 !g ra P &&a F AT L2,AZT 4ydK2E A RITE TIHZ 8JSK OR -THE POR- CASE MAY BE. NOTE EXCESS LJPaIL- RE.s NO FIEL%G ax 2m3 KRM. .......................................................... .I..***..-. .. c*42*4. ......................................................... ........*.........*...-. .... ... ........*.. A+ ~I..-*... =*->.s..---*..--, ,. ;i""--4- .'".f&. ...................... .,e.. ... &-ly E;urpipic?E L"io,e BXGk'Ct' fatu 3 iLh reegL4rt.d tc the &e& c hersein stt forth, wiE st'bjjeci: himstif to action in ttspece to 1:;s iiccnac: zi prwk!ed m Seceim 1731 of the : fc.de.'' (Erom Imusa~~e Comruissiimt's Rdes arrd Reguilsnia~s~; i32 of &e Eih?~ cs 06 E$e B~c i I' 'L~ $Ub-$gt OOM*lI-ffi.K OPTIONAL ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION 0 'This Escrow Agreement is made and entered into by and between City of Carlsbad whose address is 1200 Elm Avenue, Carlsb California, 92008, hereinafter called trCityrr and whose address is hereinafter ca.lled IqContractorrr and ishose address is hereinafter called I*Escrow Agent. It ]?or the consideration hereinafter set forth, the Owner, Contracl and Escrow Agent agree as follows: - 1. Pursuant to Section 22200 of the Public Contract Code 1 State of California, Contractor has the option to depos securities with Escrow Agent as a substitute for retent: earnings required to be withheld by City pursuant to 1 Construc:tion Contract entered into between the City i Contractor for Holiday Park Improvements Phase I1 in the amount of dated (hereinafter referred to as the lrContractlr). A copy of si contract, j-s attached as Exhibit IIAtt. When Contract deposits the securities as a substitute for Contra earnings, the Escrow Agent shall notify the City within t (10) days of the deposit. The market value of t securities at the time of the substitution shall be at lea equal to the cash amount then required to be withheld retention under the terms of the Contract between the Ci and Contractor. Securities shall be held in the name c and sha designate the Contractor as the beneficial owner. Prior any disbursements, Escrow Agent shall verify that t present cumulative market value of all securiti substituted is at least equal to the cash amount of a cumulative retention under the terms of the Contract. The City shall make progress payments to the Contractor f such funds which otherwise would be withheld from progre payments, pursuant to the Contract provisions, provided th the Escrow Agent holds securities in the form and amou specified above. Alternatively, the City may make payments directly to Escr Agent in the amount of retention for the benefit of the Ci until such time as the escrow created hereunder terminated ., 0 2. 3. a 4. Contract.or shall be responsible for paying all fees for t expenses incurred by Escrow Agent in administering t escrow alccount. These expenses any payment terms shall determined by the Contractor and Escrow Agent. a 5. The interest earned on the securities or the money mark accounts held in escrow and all interest earned on t? interest. shall be for the sole account of Contractor e shall be subject to withdrawal by Contractor at any time e from time to time without notice to the City. Contract.or shall have the right to withdraw all or any pe of the prjincipal in the Escrow Account only by writt notice to Escrow Agent accompanied by written authorizati from City to the Escrow Agent that City consents to t withdrawal of the amount sought to be withdrawn Contract.or . 6. 7. The City shall have a right to draw upon the securities the event of default by the Contractor. Upon seven (7) dz written notice to the Escrow Agent from the City of t default of the Contractor, the Escrow Agent she immediat.ely convert the securities to cash and shz distribute the case as instructed by the City. 8. Upon receipt of written notification from the Ci certifyi.ng that the Contractor has complied with z requirements and procedures applicable to the Contrac Escrow Agent shall release to Contractor all securities 2 interest. on deposit less escrow fees and charges of t Escrow Account. The escrow shall be closed immediately uy disbursement of all monies and securities on deposit z payments of fees and charges. e 9. Escrow Agent shall rely on the written notifications fr the City and the Contractor pursuant to Sections 4 to inclusive, of this agreement and the City and Contract shall hold Escrow Agent harmless from Escrow Agent's relee and disbursement of the securities and interest as set for above. The names of the persons who are authorized to give writt notices or to receive written notice on behalf of the Ci and on behalf of Contractor in connection with t foregoing, and exemplars of their respective signatures z as follows: For City: Title 1.0. Name Signature Address a For Contractor : Title Name Signature Address 0 For Escrow Agent: Title Name Signature Address At the time the Escrow Account is opened, the City E Contractor shall deliver to the Escrow Agent a ful executed counterpart of this Agreement. I:N WITNESS WHEREOF, the parties have executed this Agreement their proper ofificers on the date first set forth above. For City: Title Name 0 Signature Address For Contractor: Title Name Signature Address 0 RELEASE FORM THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS NAME OF CONTRACITOR : PROJECT DES CRI E’T I ON : PERIOD WORK PERFOIXMED : The above-named[ Contractor hereby acknowledges payment in full i all compensation of whatever nature due the Contractor for E ]Labor and materials furnished and for all work performed on t above-referenced project for the period specified above with t exception of contract retention amounts and disputed claj specifically shown below. RETENTION AMOUNT :FOR THIS PERIOD: $ DISPUTED CLAIMS DESCRIPTION OF CLAIM AMOUNT CLAIMED The Contractor further expressly waives and released any claim t Contractor may have, of whatever type or nature, for the perj specified which is not shown as a retention amount of a disput c:laim on this form. This release and waiver has been m2 voluntarily by Contractor without any fraud, duress or unc influence by any person or entity. Contractor further certifies, warrants, and represents that 2 bills for labor, materials, and work due Subcontractors for t specified period have been paid in full and that the partj signing below on behalf of Contractor have expressed authority execute this release. DATED : 0 PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporation, etc.) BY BY 0 SUPPLEMENTARY GENERAL PROVISIONS :L-1 TERMS a To Section 1-1, add: 21. Reference to Drawings: Where words "shown, (I Ilindicated, It "detailed, It "noted, IV Ilschedulec or words of similar import are used, it shall be understood tk reference is made to the plans accompanying these provisior unless stated otherwise. 13. Directions: Where words "directed, I1 "designated, It 91selected, It or words similar import are used, it shall be understood that the directic designation or selection of the Engineer is intended, unless stat otherwise. The word l1required1# and words of similar import shz he understood to mean "as required to properly complete the wc as required and as approved by the City Engineer," unless stat otherwise. C. Equals and Approvals: Where the words "equal , I) "approved equal, I) "equivalent, It and SI words of similar import are used, it shall be understood such woi are followed by the expression "in the opinion of the Engineei unless otherwise stated. Where the words "approved, I1 "approval glacceptance," or words of similar import are used, it shall understood that. the approval, acceptance, or similar import of t Engineer is intended. I>. Perform arid Provide: The word lgperformld shall be understood to mean that the Contractc at her/his expense, shall perform all operations, labor, tools E equipment, and further, including the furnishing and installing materials that are indicated, specified or required to mean tl the Contractor, at her/his expense, shall furnish and install t work, complete in place and ready to use, including furnishing necessary labor, materials, tools, equipment , and transportatic :L-2 DEFINITIONS! Modify Section 1-2 as follows: Agency - the City of Carlsbad, California Izngineer - the Project Manager for the City of Carlsbad or his 0 approved representative a 2!-5 PLANS AND SPECIFICATIONS To Section 2-5.1, General, add: The specifications for the work are the Standard SDecifications 1 Public Works Construction, 1985 Edition, the 1986 supplement, 2 the January, 1986 Standard Special Provisions, hereinaft designated SSPFIC, as issued by the Southern California Chapter the American Public Works Association, and these Gener Provisions. The Construction Plans consist of 6 sheet(s) designated as City Carlsbad Drawing No. 307-3. The standard drawings utilized 1 this project are the latest edition of the San Dieso Area Resior Standard DrawirG, hereinafter designated SDRS, as issued by t :;an Diego County Department of Public Works, together with the Cj of Carlsbad Supplemental Standard Drawings. Copies of pertine standard drawings are enclosed with these documents. To Section 2-5.3, Shop Drawings, add: Where installation of work is required in accordance with t product manufac:turer's direction, the Contractor shall obtain E distribute the necessary copies of such instruction, including t (2) copies to the City. To Section 2-5, add: 2-5.4 Record Drawinss: The Contractor shall provide and keep up-to-date a complete 'I? hilt" record set of transparent sepias, which shall be correct daily and show every change from the original drawings z specifications and the exact ttas-builttt locations, sizes and kir of equipment, underground piping, valves, and all other work r visible at surface grade. Prints for this purpose may be obtair from the City at cost, This set of drawings shall be kept on t -job and shall he used only as a record set and shall be delivei i:o the Engineer upon completion of the work. 4-1 MATERIALS AN4N WORKMANSHIP To Section 4-1.3.1, Inspection Requirements, General, add: 1111 work shall be under the observation of the Engineer or 1 appointed representative. The Engineer shall have free access any or all parts of work at any time. Contractor shall furb: 12ngineer with such information as may be necessary to keep her/l fully informed regarding progress and manner of work and characl of materials. Inspection of work shall not relieve Contractor fi any obligation to fulfill this Contract. e a a Modify Section 4-1.4, Test of Materials, as follows: Except as specfified in these Special Provisions, the Agency wi hear the cost of testing materials and/or workmanship where t i?esults of such tests meet or exceed the requirements indicated the Standard Specifications and the Special Provisions. The cc of all other tests shall be borne by the Contractors. At the option of the Engineer, the source of supply of each of materials shall be approved by him before the delivery is start€ All materials proposed for use may be inspected or tested at 2 time during their preparation and use. If, after trial, it found that sources of supply which have been approved do r furnish a uniform product, or if the product from any source pro1 unacceptable at any time, the Contractor shall furnish appro1 material from other approved sources. After improper storac handling or any other reason shall be rejected. All backfill and subgrade shall be compacted in accordance with t notes on the plans and the SSPWC. Compaction tests may be made the City and all costs for tests that meet or exceed t requirements of? the specifications shall be borne by the City. Said tests may be made at any place along the work as deen necessary by the Engineer. The costs of any retests made necess; hy noncompliance with the specifications shall be borne by t Contractor. o Add the followj-ng section: a 4-1.7 Nonconforming Work The contractor shall remove and replace any work not conforming the plans or specifications upon written order by the Engine6 Any cost caused by reason of this nonconforming work shall be bo1 hy the Contractor. !i-1 LOCATION Add the following: The City of Cetrlsbad and affected utility companies have, by search of known records, endeavored to locate and indicate on t I?lans, all utilities which exist within the limits of the WOI However, the accuracy of completeness of the utilities indicat on the Plans is; not guaranteed. !j-4 RELOCATION 24dd : The temporary or permanent relocation or alteration of utilitic .including service connection, desired by the Contractor for his/ own convenience shall be the Contractor's own responsibility, i he/she shall make all arrangements regarding such work at no cc to the City. If delays occur due to utilities relocations whj were not shown on the Plans, it will be solely the City's optj to extend the c:ompletion date. In order to minimize delays to the Contractor caused by the failt of other parties to relocate utilities which interfere with t construction, the Contractor, upon request to the City, may permitted to temporarily omit the portion of work affected by t utility. The portion thus omitted shall be constructed by t Contractor immediately following the relocation of the utili :involved unless; otherwise directed by the City. 6- 1 CONSTRUCTICIN SCHEDULE Modify this sec:tisn as follows: A construction schedule is to be submitted by the Contractor E Section 6-1 of the SSPWC at the time of the preconstructi conference. No changes shall be made to the construction schedt without the prior written approval of the Engineer. Any progrc payments made after the scheduled completion date shall x constitute a waiver of this paragraph or any damages. Coordination with the respective utility company for removal relocation of conflicting utilities shall be requirements prior commencement of work by the Contractor. a 0- 6-7 TIME OF C0MPL:ETION The Contractor shall begin work within 7 calendar days aft receipt of the ttN(Otice to Proceed" and shall diligently proseci the work to coinpletion within 90 consecutive days after the di of the Notice t:o Proceed. To Section 6-7..2, Working Day, add: Hours of work - A.11 work shall normally be performed between 1 hours of 7:OO a.m. and sunset, from Mondays through Fridays. 1 contractor shall obtain the approval of the Engineer if he/: desires to work outside the hours state herein. Contractor may work during Saturdays and holidays only with 1 written permission of the Engineer. This written permission mi he obtained at least 48 hours prior to such work. The Contracl shall pay the inspection costs of such work. a - 6-8 COMPLETION =x) ACCEPTANCE Add the following: All work shall be guaranteed for one (1) year after the filing a IINotice of Completion1' and any faulty work or materia cliscovered during the guarantee period shall be repaired replaced by the Contractor, at his expense. - 6-9 LIOUIDATED DAMAGES Modify this section as follows: 1:f the cornpletion date is not met, the contractor will be assess t:he sum of $150 per day for each day beyond the completion date 1.iquidated damages for the delay. Any progress payments made aft the specified completion date shall not constitute a waiver of tt paragraph or of any damages. - 7'-3 LIABILITY I'NSIJRANCE and 7-4 WORKERS@ COMPENSATION Modify Sections 7-3 and 7-4 as follows: a SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS Contractor shall procure and maintain for the duration of t contract insurance against claims for injuries to persons damages to property which may arise from or in connection with t performance of the work hereunder by the Contractor, his agent representatives, employees, or subcontractors. If the insurar is on a llclaims made" basis, coverage shall be maintained for period of three years from the date of completion of the work. '1 cost of such insurance shall be included in Contractor's bid. '1 j-nsurance company or companies shall meet the requirements of Cj Council Resolut.ion No. 8108. A. Minimum Sc:om of Insurance o Coverage shall be at least as broad as: 1. Insurance Services Office form number GL 0002 (Ed. 1/; covering Comprehensive General Liability; and Insurar Servj-ces Office form number GL 0404 covering Broad Fc Comprehensive General Liability; and 2. Insurance Services Office form number CA 0001 (Ed. 1/; covering Automobile Liability, Code 1 !'any autolI ; anc 3. Workers1 Compensation as required by the Labor Code the State of California and Employers' Liabilj Insurance. 0 Ei. Minimum Limits of Insurance Contractor shall maintain limits no less than: 1. Comprehensive General Liability: $1,000,000 combin single limit per occurrence for bodily injury a property damage. If the policy has an aggregate limi a separate aggregate in the amounts specified shall established for the risks for which the City or i agents, officers or employees are additional insured. 2. Automobile Liability: $1,000,000 combined single lim a per accident for bodily injury and property damage. 3. Workers" Compensation and Employers' Liability: Worker compensation limits as required by the Labor Code of t State of California and Employers' Liability limits $1,000,000 per accident. C!. Deductibles and Self-Insured Retentions Any deduct.ibles or self-insured retentions must be declar to and approved by the City. At the option of the Cit either: the insurer shall reduce or eliminate su deductibles or self-insured retentions as respects the Cit its officials and employees: or the Contractor shall procu a bond guaranteeing payment of losses and relat investigation, claim administration and defense expenses. D. Other Insurance Provisions a The polici.es are to contain, or be endorsed to contain, t following provisions: 1. General Liability and Automobile Liability Coverages: a. The City, its officials, employees and voluntee are to be covered as insured as respects: liabili arising out of activities performed by or on beha of the Contractor; products and complete operatic of the Contractor: premises owned, leased, hired borrowed by the Contractor. The coverage sha contain no special limitations on the scope protection afforded to the City, its official employees or volunteers. The Contractor's insurance coverage shall be prim2 insurance as respects the City, its official employees and volunteers. Any insurance or sel insurance maintained by the City, its official employees or volunteers shall be in excess Contractor I s insurance and shall not contribute wi it. b. a c. Any failure to comply with reporting provisions the policies shall not affect coverage provided the City, its officials, employees or volunteers d. Coverage shall state that Contractor's insuran shall apply separately to each insured against wh claim is made or suit is brought, except wi respect to the limits of the insurer's liability 2. Workers' Compensation and Employers' Liability Coverag a The insurer shall agree to waive all rights subrogation against the City, its officials, employe and volunteers for losses arising from work performed Contractor for the City. 3. All Coverages Each insurance policy required by this clause shall endorsed to state that coverage shall not be suspende voided, cancelled, reduced in coverage or in limi except after thirty (30) days' prior written notice certified mail, return receipt requested, has been giv to the City. E:. Acceptability of Insurers Insurance is to be placed with insurers with a Bests' rati of no less than A:XI unless otherwise authorized by Ci Council Reso:Lution No. 8108. a E'. Verificationof Coverase Contractor shall furnish the City with certificates insurance and with original endorsements affecting coverz required by this clause. The certificates and endorsement f each insurance policy are to be signed by a person authoris certificates and endorsements are to be in forms provided the City and are to be received and approved by the Cj before work commences. by that insurer to bind coverage on its behalf. 7 G. Subcontract0 rs Contractor shall include all subcontractors as insured unc its policies or shall furnish separate certificates E endorsements for each subcontractor. All coverages 1 subcontractors shall be subject to all of the requiremer stated herein. 0 - 7-5 PERMITS Modify the first sentence to read: The agency wi.11 obtain, at no cost to the Contractor, a encroachment, right-of-way, grading, and building permits necessa t.o perform work for this contract on City property, in street hLighways (except State highway right-of -way) , railways or 0th rights-of-way. Add the following: Clontractor shall not begin work until all permits incidental to t work are obtained., a - 7-8 PROJECT ANDMTE MANAGEMENT To Section 7-8.1, Cleanup and Dust Control, add: Cleanup and dust control shall be executed even on weekends a other non-working days at the City's request. Add the following to Section 7-8: - 7-8.8 Noise Control A11 internal combustion engines used in the construction shall equipped with mufflers in good repair when in use on the proje with special at:tention to City Noise Control Ordinance No. 31C Carlsbad Munici.pal Code, Chapter 8.48. o 7-10 PUBLIC CONVENIENCE AND SAFETY Add the followhg to Section 7-10.4, Public Safety: 7-10.4.4 Safety and Protection of Workers and Public The Contractor shall take all necessary precautions for the safe of employees on the work and shall comply with all applical: provisions of Federal, State and Municipal safety laws and buildj codes to prevent accidents or injury to persons on, about, adjacent to the premises where the work is being performed. He/: shall erect and properly maintain at all time, as required by t conditions and progress of the work, all necessary safeguards j the protection of workers and public, and shall use danger sic warning against hazards created by such features of construct: as protruding nails, hoists, well holes, and falling materials. 7-13 LAWS TO BE OBSERVED Add the followmg: Municipal ordinances which affect this work include Chapter 11. ( Excavation and Grading. If this notice specifies locations or possible materials, such borrow pits or gravel beds, for use in the proposed constructi project which would be subject to Section 1601 or Section 1603 the Fish and Game Code, such conditions or modificatio established pursuant to Section 1601 of the Fish and Game Co shall become conditions of the contract. - 8 FACILITIES FlmAGENCY PERSONNEL Delete this section. @ - 9-3 PAYMENT Modify Section 9-3.2, Partial and Final Payment, as follows: Delete the second sentence of the third paragraph having to do wi reductions in amount of retention. - 10 SURVEYING Contractor shal.1 employ a licensed land surveyor or register civil engineer to perform necessary surveying for this projec Requirements of? the Contractor pertaining to this item are s forth in Section 2-9.5 of the SSPWC. Contractor shall include cost of surveyying service within appropriate items of proposa No separate payment will be made. Survey stakes shall be set and stationed by the Contractor surveyor for curbs at 50' intervals (25' intervals for curves curb returns at BCR, 1/4, 1/2, 3/4, and ECR, headers, sewers, sto dirains, and structures (4 corners min.) . Rough grade as requir to satisfy cut of fill to finished grade (or flowline) as indicat on a grade sheet. Contractor shall transfer grade hubs for construction a i.nspection purposes to crown line base grade of streets as requir hy Engineer. Contractor shall protect in place or replace all obliterated surt monuments as per Section 8771 of the Business and Profession Code. Contractor shall provide Engineer with 2 copies of survey c sheets prior tCJ commencing construction of surveyed item. a 3L 1 WATER FOR CONSTRUCTION The Contractor shall obtain a construction meter for water utiliz during the construction under this contract. The Contractor sha contractor shall Iinclude the cost of water and meter rental with appropriate items of the proposal. made. c:ontact the appropriate water agency for requirements. T No separate payment will a SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION MATERIALS (NOTE TO PROJECT MANAGER: These supplemental provisions f materials and work: comprise the technical or detail specif icatic and must be ta:Llored to each project using the design engineer experience and judgment. The Standard Special Provisions by t Ftegional Standards Committee is a good reference.) - 200-2 UNTREATED BASE MATERIAL Aggregate base shall be crushed aggregate base (Section 200-2.2 c:rushed slag base (Section 200-2.3), or crushed miscellaneous ba (Section 200-2.4). a - 2! 0 1- 1 PORTLAND CEMENT CONCRETE Concrete for drainage ditch shall be Class 520-C-2500. Modify Section 201-1.2.1, Portland Cement, as follows: First paragraph, .Eirst sentence amend to read: I'All cement to used or furnished shall be low alkali and shall be either Type or Type I1 Portland Cement conforming to ASTM C 150, or Type (MS) Portland Pozzolan Cement conforming to ASTM C 595, unlc otherwise speci.f ied. It Modify Section 201-1.2.3, Water, as follows: Second paragraph replace tfl,OOO ppm (mg/L) of sulfatestt with "1,: (mg/L) ppm of su1 fates. (I Third paragraph replace t1800 ppm (mg/L) of sulfatesff with Itl,: (mg/L) ppm of sulfates. It (b) Air-entrainins Admixtures Last paragraph amend to read: percent is allowed. be determined C:alifornia Test Method No. 504 .It Modify Section 201-1.3.3, Concrete Consistency, as follows: Second paragraph delete: Ifand shall not exceed amounts shown following table: 'I Also delete table. ldodify Section 201-1.4.3, Transit Mixers, as follows: Add after listing of information for weighmaster's certificat "Transit mixed concrete may be certified by mix design numbs provided a copy of the mix proportions are kept on file at t plant location for a period of 4 years after the use of the mil ' "A tolerance of plus or minus 1-1 The air content of freshly mixed concrete wj 201-2 STEEL REXNFORCEMENT FOR CONCRETE IQo changes. PART I11 SPECIAL PROVISIONS SECTION 2 SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION MATERIALS e e a 11. PARK BENCHES. Park benches shall be manufactured by Miracle Recreat Equipment Clompany and shall conform to Model No. 1283 or approved equa Dimension: 2:'O" x 8'0" Park Benches: available from: 0 Walt Rankin & Associates, Inc. Under the Unit Prices (619) 460-4624 The installation of the bench shall include construction of a 3' x 9' x 3 1 concrete pad where shown on plans. DRINKING FOUNTAIN. Drinking fountains shall be HAWS Model No. 3176 approved equal. Drinking fountains available from: 2. San Diego Pipe & Supply (619) 282-8155 The installation of the drinking fountain shall include the construction of a 3'x 3 1/2" concrete pad and rock drain. Plumbing for drinking fountains to be 2 PVC schedule 40 as shown on plans. SECURITY LIGHTS. Security lights shall be manufactured by Architectural P Lighting Company and shall conform to catalog no. ALR125 or approved equ Height: 12'O" Bulb: Single 150 Watt high pressure sodium Security Lights available from: :3. 0 Oconner Sales (619) 234-3255 The installation of the security light shall include the construction of foundation per detail shown on plans. 4. PICNIC ROOF STRUCTURE. Picnic roof structure shall be manufactured Polygon and Porter, Inc. and shall conform to Model No. REK 30x24 or appro equal. Dimension: 30'x24' Roof 'Type: Sandwich panel with fiberglass shingles - Dark Brown. Picnic roof structure available from: Walt Rankin & Associates, Inc (619) 460-4624 0 Steel members to be painted with 2 coats of oil base enamel. Park Depatment determine color. The installation of the structure shall include the construction a 34'x34'x4If concrete slab and footings as shown on plans. TOT LOT PLAY APPARATUS. Tot lot play apparatus shall be manufactured Miracle Recreation Equipment Company and shall be made up of the follow parts or approved equal. 0 5. 2 ea - 3' pvc deck model no. 162-548 - Brown 1 ea - Ski slide model no. 162-874 - Beige 1 ea - P.V.C. steps model no. 162-768 - Brown 1 ea - Horizontal ladder model no. 162-863 - 1 ea - Spiral slide model no. 162-877 - Beige 1 ea - Tube slide model no. 162-869 - Beige/Burgundy 1 ea - Bubble panel model no. 162-875 3 ea - Ladder model no. 162-815 Tot lot play apparatus available from: Walt Rankin & Associates, Inc. (619) 460-4624 6. PICNIC ROOF STRUCTURE LIGHT. the picnic roof structure light shall manufactured by Lithonia Acme Dunbar and shall conform to 8" x 8" surf; mount, 300 series or approved equal. TRASH BIN E:NCLOSURE. Trash bin enclosures shall be constructed of 8"x8"x concrete block per details shown on the plans. TRASH BIN EXLOSURE GATE. Trash bin enclosure gates shall be green vi clad chain link with wood slats and shall conform to section 304-3, "chain 1 fence" of the Standard Specification and these special provisions. Contractor provide post, latch, hinges, slats and pin stops as part of the gate. TRASH CAN ENCLOSURES. Trash can enclosures shall be constructed per deti shown on plains. The construction of the enclosures is to include the metal c 45 gallons. HOT COAL Em. Hot coal bins to be constructed of concrete block per de shown on plans. Each side of bin to be labeled "HOT COALS DISPOS, DANGER" in 4" block letters painted red. "NO TRASH" to be labeled on each s in 4" block letters painted black. 7. a 8. 9. 10. e 11. SINKS AND CABINET. The sink cabinet shall be manufactured by Form Produ and shall conform to model no. 7BBQ or approved equal. The sink cabinet i: modified barbecue cabinet, see detail on sheet 6 of the construction plans details of the modification. The sink shall be Elkay stainless steel 20 Gauge - Type 302-self rim Model P: 1517 15" x - 17.5" with an automatic shut off faucet "Chicago self closing bas model no. 701-El4, cold only or approved equal. Sink cabinet available from: * Moore Park & Recreation Equip. 800-831 -3606 Sink and faucet available from: Indiana Plumbing 619-438-8644 12. REMOVAL OF TRASH CAN ENCLOSURES. The removal of existing trash ( enclosures is to include removing and disposing of the concrete pad and the wc enclosure. Unless otherwise noted on the plans each enclosure that is rem07 will be replaced with new type. For those structures that will not be replaced, pad location is to be finish graded as necessary to produce a smooth unifc surface at the same elevation as the surrounding ground. The metal trash car to be re-used with the new enclosures. REMOVAL OFDFUNKING FOUNTAIN. The removal of the drinking fountain in tot lot play area is to be done by the Parks Department and is not part of 1 contract. The Parks Department will remove the drinking fountain, and i footing structure, and cap the existing water line with a threaded cap to be u by the contractor to install a new drinking fountain at the same location. REMOVAL OFPM BENCH. The removal of the existing park bench shall inch the dismantling and disposing of the complete footing structure and the bel itself. The park bench shall be removed by the City Parks Department and is part of this contract. REMOVAL OF PULL-UP & PLAY BARS. The removal of the pull-up and play E shall include the removal and disposal of any foundation structure and the b, Any holes shall be filled with sand to the same level. The pull-up & play 1 shall be removed by the City Parks Department and is not part of this contra1 WATER LINE. The water line for the sinks and the drinking fountain shall be 3 PVC schedule 40. SEWER LINE. The drain line for the sinks shzll be 3" schedule 80. The drink fountains shall drain to a rock drain per detail on plans. 13. e 14. 15. 1.6. 117. a a PART 111 SPECIAL PROVISIONS SECTION 3 CONSTRUCTION METHODS SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION METHODS e 0 I. - INSTALLATIONOF SITE FURNISHINGS AND AMENITIES. Contractor shall ins the site furnishings and amenities as shown on the drawings and schedules. QUALITY ASSUIRANCE. Contractor shall be, or shall contract with a f specializing or experienced in the installation of park furnishings and ameni described herein and in the construction drawings, The contractor shall employ qualified companies in accordance with the 1 standards and practices related to the trade(s). The contractor shall pro\ continuous supervision by a competent foreman capable of interpreting the pl and specifications. SUBMITTAL:!. approval. a 2. 3. Contractor shall submit parts list to the Parks Department -- Product data. Contractor shall submit copies of approved manufacti technical (data and installation instructions for each type of site furnisk or amenity specified herein to the Parks Department prior to installatic Footings shall be excavated to the size and de 'I. FOOTING EXCAVATION. indicated on the construction plans and schedules. Footings excavations shall have vertical sides with the bottom perpendicular to sides unless otherwise noted in the details. t- e .>. TRENCH AND EXCAVATION SAFETY. The contractor shall furnish all la1 equipment and materials required to design, construct and remove all sheet: shoring and bracing or other equivalent method of support for open excavati provided for the construction of this project. The Contractor shall make every attempt to complete construction operations backfill trenches the same day as trench excavation. If it is necessary excavation to remain open after working hours, the contractor shall provide place sheeting to cover the open excavation. The Contractor shall include in his bid all costs for the above requirements. compensation for sheeting, shoring, bracing and related items shall be conside as included in the various listed bid items of work, and no additional allowa will be made therefor. GENERAL. Excavate straight and true with bottom uniformly sloped to low poi TRENCH DEI=[. Excavate trenches to a depth of 3" below invert of pipe, un otherwise indicated. 6. :7. 0 a 8,. MINIMUM COVER. Provide following minimum cover over top of installed pipi 3/4" PVC wai:er he - 18" 3" PVC sewer line - 30" 9. BACKFILL. Backfill with clean material from excavation. Remove orga materials as well as rocks and debris larger than 1" diameter. Place accepta backfill material in 6" lifts, compacting each lift. - INSTALLATION 10. GENERAL. Unless otherwise indicated, comply with requirements of unifc plumbing code for all plumbing installations. For trenching and installation off electrical conduit and fixtures, comply with the requirements of the Natio Electrical Code. PRESERVATION AND RESTORATION. No trees, shrubs, or sod shall be rem01 without the specific prior approval of the Park Superintendent. Those items to removed are indicated 'to be removed' on the plans. The contractor shall protect all existing structures or facilities which are adjac to, or fall within, the limits of the work to be done under this contract accordance with Sections 7-9 and 300-1 of the Standard Specifications. This it shall also include those structures and facilities which the plans show or th specifications indicate to be protected. Any structures or facility to be protec which is damaged as a result of the Contractor shall be repaired or replaced at cost to the satisfaction of the Park Superintendent. Preservation and restoration shall also include mobilization. Mobilization sl consist of preparatory work and operations including, but not limited to, th necessary for the movement of personnel, equipment, materials and incidental: the project site necessary for work on the project, and for all other work : operations wlich must be performed or costs incurred prior to beginning work the various contract items on the project site. Payment for bid item of preservation and restoration shall be included in respective bid items. UNCLASSIF1E:D FILL. Unclassified fill shall be in accordance with the provisii of Section 300-4 of the Standard Specifications. UNCLASSIFIElD EXCAVATION. Unclassified excavation shall be in accordance v the provisions of Section 300-2 of the Standard Specifications and these Spe Provisions. 11. 0 12. 1 3. 0 Suitable material removed as a result of grading operation shall remain on the 5 and be utilized by the Contractor for the construction of fills. FASTENERS. Tighten all fasteners per manufacturers recommendation/instructil Bolt threads 1:hat protrude after final tightening shall be removed. The result cuts shall be peened or filed to remove any sharp edges and prevent removal fasteners. Column bases for the trash can enclosures shall be Simpson CB44 approved equal and shall be galvanized. Hinges to be stainless steel. 0 14. e a 3.. The prime contractor is required to prepare in advance and submit: at the time of the project preconstruction meeting a detailed critical path method (CPM) project schedule. This schedule is subject to the review and approval of the City. a Z!. The schedule shall show a complete sequence of constructi.on activities, identifying work for the complete project in addition to work requiring separate stages, as well as any other logically grouped activities. The schedule shall indicate the early and late start, early and late finish, 50% and 90% completion, and any other major construction milestones, materials and equipment manufacture and delivery, logic ties, float dates, and duration. 3. The prime contractor shall revise and resubmit for approval the schedule as required by City when progress is not in compliance with the original schedule. The prime contractor shall submit revised project schedules with each and every application for monthly progress payment identifying changes since the previous version of the schedule. 4. The schedule shall indicate estimated percentage of completion for each item of work at each and every submission. 5. The failure of the prime contractor to submit, maintain, or revise the aforementioned schedule (s) shall enable City, at its sole election, to withhold up to 10% of the monthly progress payment otherwise due and payable to the contractor until the schedule has been submitted by the prime contractor and approved by City as to completeness and confoimance with the aforementioned provisions. 0 0 - October 22, 1992 Clyde Enterprises 138'71 Mercardo Dr. Del Mar, CA 92014-3122 Re: Bond Release - Contract #3314 - Holiday Park Improvements, Phase I1 Per instructions from our Engineering Department, we are hereby releasing the followinj bond for the above-referenced project: Faithful Performance Bond No. CA1122 Westches ter Fire Insurance Company Remaining 25% - $17,628.00 (Warranty) The bond is enclosed so that you can return it to your surety. / Liz* . U DT Assistant City Clerk Encs. c: Yvonne, Eng. I 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-2801 VVu I E 1T - DON’T SAY w -1 I - Date & 4 [19 Reply Wanted UNO Reply Necessary ant City Clerk Re: Bond Release - Our records indicate that the he above-referenced subdivision/p ease. We need your written authorization/approval for release. Please let me know the status, and if release is 0.k. h-A ce4-&L Thanks, &jLd AIGNER FORM NO 55032 PIllNl Approved: -g/.-/92- I Approved: Li2c-uLy Principal Inspector *or Senior - -UWN I 3AY !@ v"(r I tr. I a - Date % From + Karc ant City Clerk UNO Reply Necessary Re: Bond Kelease - Our records indicate that the above-referenced subdtvisionlp your written authorizationlapproval for release. Please let me know the status, and if re tease is 0. k. Thanks, $44 && c%&?& .- $597 Ja / YU 2 .- &/ AIGNEA FORM NO 550.32 VlllN - 1 2. - January 7, 1992 Clyde Enterprises 13871 Mercardo Dr. Del Mar, CA 92014-3122 Re: Bond Release - Contract No. 3314 - Holiday Park Improvements Phase I1 Per instructions from our Engineering Department, we are hereby releasing the followin bond for the above-referenced project: Labor & Materials Bond No. CA1122 Westches ter Fire Insurance Company $3 5,2 5 6.00 The bond is enclosed so that you can return it to your surety. 4GJ& Assistant City Clerk Enc , c: Yvonne, Eng. _____- 1 ZOO Carlsbad Village Drive - Carlsbad, Calltornla 92008-1 989 - (61 9) 434-28( t lit II -UW”II SAY#! - .- Date /+r vw (79Reply Wanted UNO Reply Necessary 9-*> From Karen Kundtz, -%, Assistant City Clerk Re: Bond Release - Our records indicate that the above-referenced subdivision/project is eligible for release. your written authorization/approval for release. the status, and if release is 0.k. bond for the We need Please let me know ,* &. G/ ’75/ /’ ,’? \ 41 di, * ‘\ 4 _, PRlr. AIGNER FORM NO 55-032 ./h RELEASE APPROVED BY: - I iz//?/ - Date &dQ Inspectoi RELEASE AUTHORIZED BY: RELEASE APPROVED BY: - <?& Seni r Inspector - /e? Da e RIkHARD E‘. COOK - Principal Inspector - July 19, 1991 Clyde Enterprises 1:3871 Mercado Dr. Del Mar, CA 92014-3122 Re: Bond Release - Contract No. 3314 - Holiday Park Improvements - Phase 11 The Notice of Completion for the above-referenced project has recorded. Therefore, instructions from our Engineering Department we are releasing 75% of the Performa Bond. Please consider this letter as your notification that $52,884.00 of Westchester I Insurance Co. Performance Bond No. CA 1122 is hereby released. We are required retain the remaining 25% for a period of one year. At that time, if no claims have bc filed, it will be released. The Labor and Materials Bond in the amount of $35,256.00 will be eligible for release months from the date of recordation of the Notice of Completion, on December 6, 19 A copy of the recorded Notice of Completion is enclosed for your records. h&&i!iig / Assistant City Clerk Enc. c: Yvonne, Eng. GOO Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-28( ."I i I L I I - UUiA I aH1 "W ~- - Date <+< [IgRel)ty Wanted UNO Reply Necessary 9- Froin Karen Kundtz p Assistant City Clerk Re: Bond Release - d&& a - - &*3l/JL Our records indicate that the above-referenced subdivi.sion/project is eligible for release. your writ ten authorization/approval for release. Please let me know the status, and if release is 0.k. f-vv &- _G a bond for tile We need ; &. G/ '75/ Thanks p yL PItl AIGNER FORM NO 5m2 I c 2128 Recording requested by: ) * ) CITY OF CARLSBAD 1 1 When recorded mail to: ) ) City Clerk ) City of Carlsbad ) 1200 Elm Avenue ) ) Space above for Recorder's Use NOTICE OF COMPLETION Carlsbad, CA 92008 Notice is hereby given that: 1. 2. 3. 7. A 5. 6. 7. The undersigned is owner of the interest or estate stated below in the property hereinafter des The full name of the undersigned is City of Carlsbad, a municipal corporation. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California, 921 A work of improvement on the property hereinafter described was completed on March 8, 1 The name of the contractor, if any, for such work of improvement is Clvde Enterprises, Inc. The property on which said work of improvement was completed is in the City of Carlsbad, 1 of San Diego, State of California, and is described as follows: Proiect No. 3314, Holide -- Phase II. The street address of said property is NONE. The nature of the titie of the Undersigned is: in fee. 8. VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, Ca , 192; accepted the above described v 92008; the City Council of said City on completed and ordered that a Notice of Completion be filed. May 14 I declare under penalty of perjury that the foregoing is true and correct. Executed on f<c. 2 Q , 19Uat Carlsbad, California. CITY OF CARLSBAD -- L2-&zLdR- ALETHA L. RAUTENKENZ i City Clerk EXHIBIT 3 k - May 22, 1991 Annette J. Evans County Recorder P.O. Box 1750 San Diego, CA 921 12 Ericlosed for recordation is the following described document: Notice of Completion Project No. 3314 - Holiday Park Phase I1 Public street and picnic area improvements Our staff has determined that the recordation of this document is of benefit to the Ci thLerefore it is requested that the fees be waived. Thank you for your assistance in this matter. (5 ‘(4 LLZz Linda Cota Secretary Eiiclosure z?OO Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-28 Recording requested by: 1 w 9 1 CITY 81' CARLSBAD ) ) When recorded mail to: ) ) City Clerk ) City of Carlsbad ) 1200 Elm Avenue ) L. ) Space above for Recorder's Use NOTICE OF COMPLETION Carlsbad, CA 92008 Notice is hereby given that: 1. 2. 3. 4. 5. 6. 7. The undersigned is owner of the interest or estate stated below in the property hereinafter de: The full name of the undersigned is City of Carlsbad, a municipal corporation. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California, 92 The nature of the title of the undersigned is: In fee. A work of improvement on the property hereinafter described was completed on March 8, The name of the contractor, if any, for such work of improvement is Clvde Enterprises, Inc. The property on which said work of improvement was completed is in the City of Carlsbad, of San Diego, State of California, and is described as follows: Proiect No. 3314, Holid: -- Phase 11. The street address of said property is NONE. 8. VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, Cz , 199; accepted the above described i 92008; the City Council of said City on completed and ordered that a Notice of Completion be filed. May 14 I declare under penalty of perjury that the foregoing is true and correct. Executed on 'c"~ 2 Q , 19uat Carlsbad, California. CITY OF CARLSBAD Ll/eza&/gm _. ALETHA L. RAUTENKWNZ City Clerk EXHIBIT 3 m 0 Clyde Enterprises P.O. BOX 1187 DEL MAR, CALlFORNl 0 FAX (619) 259-2810 GENERAL ENGINEERING AND BUILDING CONTRACTORS CALIC NO. 547046 11 June 1990 Let.ter Ser . #04-19-90 Ms. Ruth Fletcher, Eurchasing Officer City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, CA 92008-1989 RE : HOLIDAY PARK IMPROVEMENTS PHASE II CONTRACT NO. 3314 CLYDE PROJ. %19-90 SUE J: RETURN OF SIGNED CONTRACT DOCUMENTS Dear Ms. Fletcher: We hereby return Contract Documents, fully executed by ourselves, with relevant notarial acknowledgements attached. Additionally, we have inclL Certificates of Insurance for 1) General Liability 2) Worker's Compensation We will forward our Vehicle Insurance Certificate(s) in the near future,as have not received at this writing. Inasmuch as we have not had a written response to our Letter Ser: 802-19 dated 05 June 1990:, copy attached, we sigq the Contract Document(s) with understznding that the City of Carlsbad considers RESOLUTION NO. 90-146, c attached, a Part of this Contract. This is important, as your Public Wo Contract is materially deficient in that it fails to state the Contract amount dollars, as well as identify the specific work to be done. Should you have any questions, or need changes/adjustments, please do hesitate to call. Sincerely, [---F%y NTERPRISES & cA r- <- Peter F. Clyde Enc 1 os ur es cc : cent F. Biondo, Jr., City Attorney e Rautenkranz, City Clerk Daniel R. Clark, P.E., Associate Civil Engineer Richard Cook, Principal Construction Inspector Master Correspondence File Project Record Copy ISSUE DA? 1 - lAe:amBc @ERTtmCA!E OF ~MSUFIANCE m 0 t. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY, NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE W %AN GEORGE I NSURAl\lCE SER'J 1 CES EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BE 550 IdEST VISTA WAY ?, STE. 100 VISTlA, CA c?2OS3 COMPANIES AFFQRDlMG COVERAGE SUECODE .. .. COMPANY CL'?'D!E ENTEfif'R 1 SES LETTER c COMPANY . 13871 MERCFiDLl DRIVE J\)N 1 t w DEL IIFIR, Cci 92~314 LETTER D bs'd.-. - f - --- --- COMPANY LETTER E THIS IS TO CERTIFY THAT THE POLICIES; OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE PI INDICATED, NOTWITHSTANDING ANY REIOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT Ts CERTiFiCATE MAY EE iSSUED OR MAY iFESTAIN. TiE iNSURANCE AFFORDED BY THE POLIC!ES DESCRIBED HEFIE!N !S SUBJECT TO AL EXCLUSION'S AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ALL LIMITS m POLICY EFFECTIVE POLICY EXPiRATlON DATE (MMIDDIW) DATE (MMIDDNY) TYPE OF INSURANCE POLICY NUMBER GENERAL AGGREGATE PRODUCTS-COMPIOPS AGGREGi '-' .-t' .-' i '(' PERSONAL & ADVERTISING INJUI gHi'24/8$ i-jp /3 c i,Ef' 14. 1 <1>4 fi. OWNEF'S & CONTRACTOR'S PROT. EACH OCCURRENCE FIRE DAMAGE (Any one fire) MEDICAL EXPENSE (Any one pers COMBINED SINGLE $ AUTOMOBILE LIABILITY ANY AUTO LIMIT ALL OWNED AUTOS BODILY SCHEDIJLED AUTOS (Per person) HIRED AUTOS BODILY NON-OWNED AUTOS (Per accident) . INJURY $ b LNJURY $ PROPERTY 8 DAMAGE GARAGE LIABILITY EACH EXCESS LIABILITY OCCURRENCE $ $ OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY STATUTORY 8 (EACH 8 (DISEA (DISEA 8 DESCRIPTION OF DPERATlONS/LOCATlONS/VEHlCLESiRES/RESTRICTIONS/SPECIAL ITEMS ALL ;-...,.<+ ._ .--r- $-.r,L. .; +- $-!h?.! ?; (3 QF:&:F<kT 1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLI EXPIR$;T!ON DATE THEREOF, THE ISSUING COMPANY WILL MAIL - DAYS WRITTEN NOTICE TO THE CERTlFiCATE HOLDER LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO LiABIL;TY OF ANY KIND UPON THE CCIMPANY. ITS AGENTS OR REP __.._.._I__.______ c ___.._ -I ... -. __.__.__ __ --.-. .-- .~ . . .I-; aa w m 0 1 .$i ' 'ILbtndtwment forms 8 part of thc @icy to rhich +cM. rtfectin M tk inaption Irlc dtlwpliclaim~rbtrd fin. a F hlkrLI Ylmdirn h mqdd dy lrLm this danmtd h kuadempdk~rCp&y.) C:EF' 141t::14 Pdiq No. t-tnl no. CdmncM dtctin <::I$ ,) T:il. ,.!'P'? Mtd k~fed ]: f<jC,I.UDED !;l..'Y'I:)E ETdTEFF'F; I SE5 hnlm;Frd ' (kt- hpreunbtirt) .~L;FER I 53 NAY I [jpJp,L 1 rt.is. Additioml Prtmium f -- - This endormen! rnodili'u such inurnnce as is ~ff wbcd by tk provisions d the pky rrLtie lo fk foffmi~: COMPREHENSIVE GENERAL LIABILITY INSURANCE MANUFACTURERS AND CONTRACTORS LIABfLCrr IKSURANCE - !: r T ".; (;j F c, {:3 5: [_ c; E.: {.', :;I ADDITIONAL INSURED ,JE;~E!~ fiat1 D~+;Y F'.F>}-' t-3 I '.. -- ~j-+"," n .- j !-I!,.. f/l {>;!.%!E:f.JLiE: (m u mrda) RE : At ... t.. OF'ErF:'fiT l if.?$^ -- 1.. 1 -E!J<-\i,j " (Ii.> OLJf I }.js(.is:EKj -1 SCbothJk am Id r- e ~r~llliaiircl CMdRiOrla! IWJ) trci*adcuad~ hiurn brvr wu JJLhlK*hrin Bodily Injury liability M SlOOdcmi ?roperty Ikmqjc lhbihty cas! SIOOdDJIf ?& Mnntl harm It h agfd kt: 1. Tk "?@lorn Iraured" prwbim e amended to indvde u an kmd ttK penon or orplnratcon Dld h (bn'mffa OM "rddabd imufl kt only %th mped to litbilQ vbjq rd d (I) opentiom perfwrned for tbe ddrtbrul imurrd by tlc EyI.( karrl sf tht btkn e&cd a u (2) a& su aissiom d tk dditiorul imured in connection with Lis pural supmisen d such opcnlira 2. MOW of I~C acivsiom d tk dicy. aapt aclOsibm (a). (c). (I). h)* (i). ~1 and (m). apply to dis - 3. Ydltbd Erdu- fhk imnw dm; ra( npply: (a) lo M3-y wry w & krnrcI mniw xftw (1 1 dl rrlr on the prcytcl (ctk than urricr. rnaidrrunce M repain) to bc performd tq rn om bdd d tk ddiliorul imurtd d tk rite d cowtd opcntiom ks been cunpkted or (2) !hat portion d Iht *DIP& ksrrds 4 cat d which fhc injury 01 darnage ark hls been pt to its illtded UK b; any ptrb u gnb otlbtr than tnothu hndor 01 ~bco!fbd~r rxqrd in per! or mix opcriliom fcx J prixipfa prt d Ilw me pfoica: (b) to WpI wry cx ph linu(y arbirg art d any rcl gr omission d thc dditiontl imufdr y d Lb aplgtt~ dk tba tt#nt %f vision of nrk pcrfwmed tor the dditiciml insured by the wnd krurd; (c) to lprrgwt) kmrCIt.0 (1) prom o*M Q wpitd hi Y rtntt4 to tk Jditioml imred. (3) property in tht me. caddy Y cocttrd d tk ddhooml inrurtd a- zs to *hich the rdwirl bred k for w ptw ad- phlri cultrd, w (1) rWt perfonncd foc tk ddiiknil insured by thc wtd hnd. (21 piopertr used cr *e ddiliorui inw3ud. 4. WRkd Mid+ When ntc in dcrcnu fo 'bis imorance, W" mlda rnrtnuk. p~rts a& M bMk4 in coondKKl tkdk .. 6% 29 @ft a% ::: ISSUE DATE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY A NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOE EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BEL1 - --- -_.-- - --_ _-_- __I--- -.--- - - - --- - - - _____ COMPANIES AFFORDING COVERAGE PACIFIC INSURANCE AGENCY PO @i@X 609006 - ___ - - - - ____ - __ __- . - - - - _- - - SAN DIEGO CA 92160 COMPANY LETTER A - - ____ - ___- X I ___ -I-- ____ -I_I____ __-_ __ COMPANY LETTER B COMPANY LETTER c ~_^_^_--______ .- -____I_ ___I_ I -_ - .- CLY3E ENTER PR IS ES - - - -.- __ - - -I DEL MAR CA 92014 I REPUBLIC INDEMNITY CD - P 0 BOX 1187 I--_ I -_ __II l.l -~- I- i_ - I -I I - __ ALL LIMITS IN THOU! POLICY EFFECTIVE POLICY EXPIRATION DATE (MMIDDIYY) DATE (MMIDDIYY) TYPE OF INSURANCE POLICY NUMBER - I --~ I I-- - - -I^II _-- -. GENERAL AGGREGATE COMMEFICIAL GENERAL LIABILITY PRODUCTS-COMP/OPS AGGREGA CL41MS MADE OCCUR PERSONAL & ADVERTISING INJUR OWNER'S & CONTRACTOR S PROT EACH OCCURRENCE FIRE DAMAGE (Any one fire) MEDICAL EXPENSE (Any one persa SINGLE $ AUTOMOBILE LIABILITY COMBINED ANY AUlO LIMIT ALL OWNED ALlTOS BODILY INJURY $ SCSEDULED AUTOS e (Per person) HIRED AUTOS BODILY NON-O'ANED AUTOS (Per accident) GARAGE LIABILITY INJURY S PROPERTY $ DAMAGE EACH OCCURRENCE s $ EXCESS LIABILITY OTHER THAN UMBRELLA FORM D WORKER'S COMPENSATION P C 9 9 5 84 4 8/02/E9 8/02/90 STATUToRY $ $ $ 1 9 000 (EACH j 1 , 0 0 0 WSEAE 1 , 0 0 0 (DISEAE AND EMPLOYERS' LIABILITY DESCRIPTION OF I3PERATIONS/LOCATIONS/VEHICI~ES/SF'ECIAL ITEMS PROJECT: HOLIDAY PAF?K PHASE 11 ! i EXPIRATION DATE TEEREOF THE ISSU!NG COMPANY W!LL CITf '1F CARLSELC) LEFT BUT FAILURE TO MAIL SUCH hOTlCE SHALL IMPOSE NO 12C'7 ELP AVEhUF LIABILITY OF ANY Kl\D bPON THE COMPANY ITS ASEkTS 39 REF CkFi...C2/a'! C: 9230!?-1989 4LJTWORIZED REPRESEN'F. 'IVE SHOULD ANY OF ?HE ABOVE DESCRIBED POLICIES BE CANCELLI MAdE DAYS WRITTEN NOTICE TO THE CERilFlCATE HOLDER i i tl~ CA~S ccg F Ir -it r: t " -I.''%[ 2 ,_ hi-? I __ ,,, . ;: 5 I - -_ p.: am 0 P Clyde Enterprises -0 FAX (6f9) 259-2810 P.O. BOX 1187 DEL MAR. WORN1 GmmiLAL IWIHEEBIBG Am BLIILDIIIOG OORlBrhCrOBS e CALX EO 547046 05 June 1990 / i 4 Letter Ser . 602-19-90 i I” ,v Ms. Ruth Fletcher Purchasing Officer City of Carlsbad 1200 Carlsbad Village :Drive Carlsbad, CA 92008-1989 RE : CONTRACT AWAEZD OF: BGLIDAY PARK WBOVEPENTS FWSE I1 CONTRACT NO. 3314 CLYDE PROJ. 119-90 SUBJ: 1) CONTRACTOR REQUEST TO CITY TQ PROVIDE (DELINEATE) DESCRIPTION OF 1 SCOPE IN ACTUAL CONTRACT AND STATE CONTRACT AMOUNT. CONTRACTOR REQUEST TO CITY TO PROVIDE CLARITY/UNDERSTANDING TO VAR ITEMS IN CONFLICT OR THAT ARE AMBIGUOUS RELATIVE TO THE PLANS SPECIFICATIONS FOR THE PROJECT. 2) Dear Ms. Fletcher: Per our telephone conversations of ThursdAy, May 31, 1990 and Friday, Junc 1990, we write this letter, per your request, to hopefully foster some cla and/or perhaps changes to the contract documents so as to avoid misunders tanding during the course of construction of the above refere project. We hereby acknowledge receipt of your City prepared Notice of Award dated May 1990 and attached Contract package. As you know from our telephone conversation, our initial review of the ac contract entitled “Contiact - Z’ublic Work” YOG nave incorporated, Backs t~io key elements. As the Contract should speak for itself, the contract amoun $70,512.00 needs to be stated. Additionally, the scope of work identified in contract appears to be all of the work in the Contract Documents. The scop work needs to be delineated, specifically by itemizing the bid items chose1 the City. Perhaps incorporating, by reference, the Award Letter dated 23 1990 and Resolution No. 90-146 dated May 22, 1990, as they both define the am of the Contract and specify Bid Items, would be appropriate. m m -* 7 I%. Ruth Fletcher City of Carlsbad 051 June 1990 Page Two In a partial review of the Plans and Specifications as coordinated with the Items chosen by the City, we have several questions. We identify these item letter form per Dan Clark's and Richard Cook's request of June 1, 1 Isicluded, but n~t I.iroited CS, are the following: 111 As the 3/4" water line is an unelected "Additive Alternate Bid Item" P6 who is to provide water for the sinks we are installing under Base Bid #8? 2) On Plan Sheet #2, there is a note to the right hand side of the Tot Lot reads, "TOP 6" OF SAND TO BE CLEANED BY SIFTING THROUGH A 1/4" SIEVE". As this was not: a Bid Item, who is to perfom this work? 3) On Plan Sheet #2 there is a sewer line indicated, running from the new pi structure towards Pi0 Pic0 Drive. As this was not a Bid Item, who f perform this work? b 4) Plan Sheet #6, Detail 13/Sht 6, indicated by Elev. T.W. 88.80, which woul an eight foot wal.1. The enlarged Wall Detail lO/Sht 6 calls for a 6 wall. As 6 feet is the standard height for trash enclosures, we used 6 in the generation of our bid. Additionally, there is no horizontal reinforcing steel indicated in the 1 wall - Wall Detail 10/Sht 6. Thank you for reviewing-this'as well. Your review and dix:ect.ion as to how to proceed will be appreciated. In general and in conclusion, it is our desire to put any known potential j of disagreement on the table for di6CUSSiOn/re6OlUtiOn prior to starting project so that it may proceed efficiently and timely. As we were directed by the Bid Documents, we specifically referred "to the 1 ill the Bid Schedule in preparing our bid". Should there be any work indicated other than the Bid Items with their respec work descriptions, it would not be incorporated in or bid unless it specifically called to bid, such as the survey work, etc. -* rn 0 .fl Ms. Ruth Fletcher City of Carlsbad 05 June 1990 Page Three Additionally, we are proceeding to accumulate tbe required Bonds and Insuri Certificates. We will be glad to be at your disposal to meet with you at your conveniencc resolve these or an.y other questions. Ue look forward to working uit3 got this project . Thank you for your immeldiate attention. Sincerely, CLYDE ENTERPRISES dqZ-4- CL Peter F. Clyde cc: Vincent F. Biondo, Jr., City Attorney ’ Lee Rautenkranz, City Clerk Daniel R. Clark, P.E., Associate Civil Engineer Richard Cook, Principal Construction Inspector Master Correspondence File * 8 1 2 3 4 5 6 7 8 9 :LO :L1 :t2 :t3 114 :~5 1~6 :~7 :L 8 ]!9 4P m RE& JIM fl f &a* C* * , RESOLUTION NO. 90-146 A RESOLUTION OF THE CITY COUNCIL OF THE CITY C1F CARLSBAD, CALIFORNIA, ACCEPTING BIDS AND AWARDING A CONTRACT FOR THE CONSTRUCTION OF -- 1:MP:RCVEMENTS TO HOLIDAY PARK, PHASE I1 WHEREAS, the City Council of the City of Carlsk previously authorized the advertisement of bids fo construction of improvements to Holiday Park, Phase 11, Projl 3314; and WHEREAS, ten (10) sealed bids were received on Nc 16, 1989, for said project; and WHEIREAS, the three (3) lowest bidders may 1 considered responsive in accordance with State Code 7028.1! WHEREAS, the lowest responsive bid received f construction of said project was submitted by Clyde Enter] in the amount: of $60,712.00 fdr the base bid and $9,800. additive aztternative bid item number 7A, tot-lot play appi in the amount of $9,800.00 for a total bid of $70,512.00; i VJHE'REAS, partial project funding is available in i No. 330-820-1821-3314; and ~;~~E'?,EAs, the city council fiereby declares It nez; *v I. I f 1 2 3 4 5 6 7 8 g 1.0 1.1 1.2 3-3 I' w 0 2. That the base bid in the amount of $60 submitted by Clyde Enterprises for Project No. 3314, is accepted and the Mayor and City Clerk are hereby authori directed to execute a contract thereafter. 3. That additive alternative bid item number 7 lot play apparatus, in the amount of $9,800.00 is also awa the City of Carlsbad to be constructed by Clyde Enterpri said project. Therefore, the total amount of the award for 3314 to C1:yde Enterprises for said project is $70,512.00. 4. That the City Council of the City of Carlsb hereby appropriate $10,000 from the unappropriated fund bal the Genera:L Fund to the Project Account No. 300-820-1821- supplemental funding for said project. I** 15 16 17 18 19 20 21 22 23 25 II ll 24 1 PASSED, APPROVED AND ADOPTED at a regular meeting I Carlsbad City Council held on the 22nd day of May by the following vote, to wit: $,YES: Council Members Lewis, Kulchin, Pettine, Mamaux ar NOES: None J,sSENT: None ATTEST : MEN R. KUS'JTZ, Assistent City Clerk &%AA # m 0 9 Clyde Enterprises FAX (619) 259-2810 P.O. BOX 1187 DEL MAR, CALIFORNU GENERAL BGGINEEBING AND BUlLLDlNG CONTRACTORS CALIC NO 547046 (6 05 June 1990 Letter Ser. f02-19-90 Ms. Ruth Fletcher Purchasing Officer City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, CA 92008-1989 RE : CONTRACT AWARD OF: HOLIDAY PARK IMPROVEMENTS PHASE I1 CONTRACT NO. 3314 CLYDE PR09. #19-90 SUBJ: 1) CONTRACTOR REQUEST TO CITY TO PROWIDE (DELINEATE) DESCRIPTION OF h SCOPE IN ACTUAL CONTRACT AND STATE CONTRACT AMOUNT. CONTRACTOR REQUEST TO CITY TO PROVDE CLARITY/UNDERSTANDING TO VARl ITEMS IN CONFLICT OR THAT ARE ~IGLSOUS RELATIVE TO THE PLANS SPECIFICATIONS FOR THE PROJECT. 2) Dea.r Ms. Fletcher: Per our telephone conversations of Thursday,May 31, 1990 and Friday, June 19510, we write this letter, per your request, to hopefully foster some clar and/or perhaps changes to the contract documents so as to avoid misiunders tanding during the course of construction of the above referer pro j ect. We hereby acknowledge receipt of your City prepared Notice of Award dated May 1990 and attached Contract package. As you know from our teiephone conversation, our initiai review of tne acl coritract entitled "Contract - Public Work" yau have incorporated, lacks two key elements. As the Contract should speak for itself, the contract amount $70,512.00 needs to be stated. Additionally, the scope of work identified in contract appears to be all of the work in the Contract Documents. The scopc work needs to be delineated, specifically by itemizing the bid items choser the City. Perhaps incorporating, by reference, the Award Letter dated 23 1990 and Resolution No. 90-146 dated May 22, 1990, as they both define the am( of the Contract and specify Bid Items, would be appropriate. U 0 e Ms. Ruth Fletcher City of Carlsbad 05 June 1990 Page Two In a partial reviewr of the Plans and Specifications as coordinated with the Items chosen by the City, we have several questions. We identify these item! letter form per I)an Clark's and Richard Cook's request of June 1, l! Included, but not l.imii:ed to, are the following: 1) As the 3/4" water line is an unelected "Additive Alternate Bid Item" 56- who is to provide water for the sinks we are installing under Base Bid : #8? On Plan Sheet 112, there is a note to the right hand side of the Tot Lot 4 reads, "TOP 6" OF SAND TO BE CLEANED BY SIFTING THROUGH A 1/4" SIEVE". As this was not a Hid Item, who is to perform this work? On Plan Sheet /!:2 there is a sewer line indfcated, running from the new pic structure towards Pi0 Pico Drive. As this was not a Bid Item, who is perform this work? 2) 3) 4) Plan Sheet #6, Iletail 13/Sht 6, indicated by Elev. T.W. 88.80, which woulc an eight foot wal.1. The enlarged Wall Detail lO/Sht 6 calls for a 6 : wall. As 6 feet is the standard height far trash enclosures, we used 6 j in the generation of our bid. Additionally, there is no horizontal reinforcing steel indicated in the b. wall - Wall Detiail 10/Sht 6. Thank you for re vie wing^ this as well. Your review and direction as to how to proceed will be appreciated. In general and in conclusion, it is our desire to put any known potential i of disagreement on the table for discussion/resolution prior to starting project so that it may proceed efficiently and timely. As we were directed by the Bid Documents, we specifically referred "to the I in the Bid Schedule in preparing our bid". Should there be any work indicated other than tbe Bid Items with their respec work descriptions, if, would not be incorporated in or bid unless it specifically called to bid, such as the survey work, etc. 4Y e & Ms. Ruth Fletcher City of Carlsbad 05 June 1990 Page Three Additionally, we are proceeding to accumulate the required Bonds and Insurz Certificates. We will be glad to be at your disposal to meet with you at your convenienct resolve these or any other questions. We look forward to working with yo^ this project. Thank you for your Immediate attention. S iricerely , CLYDE ENTERPRISES Gb=- L3 -19- e& Peter F. Clyde cc: Vincent F. Biondo, Jr., City Attorney ;/ee Rau tenkranz , City Clerk Daniel R. Clark, F.E., Associate Civil Engineer Richard Cook, Principal Construction Inspector Master Correspondence File r:=rc:T -LC.: J 5;- - - Ai T r UF ;p f--P LE zw3 255 - :2 9" 2.337 -------.--_-_---------------------_-----------.----------- 9 -----_------- -------.-_____-------________________I.___----- ______I--____ 35;;-;3 f-n? = .-.%-<A;= E 'k' BE ~~-~~~~~E OF: : :*,..C-.- ;A 2 Z'jf 5 .2 E:F - $ E$2$3p EB&$- L f ABI i 1 -ry ;3g=jZRC p 9:- ZE $jEF:Ai- : i -- i;: i ;GB 2 :- $ Ty cgzsp i $Z$$S Ai36 z =-. .z. 2i.g E %~~~;;A~E k H g;s f i 2 By 9; w a .- 7- -._ T' "72 i id;- L FZ&<> -i _______________--_______________________----_-------_---------------- ________________________________________---.-------------------------- - .. I F. - $;zzg.$ g -f i;c f Zi ?=--r-cir;l. . i Ai. <-<,- .EFTZ:Zi 4 $,"EP'= L i 7 .+- -. . i :7 E- 5 *I i ; .'p' EX@ESC: kH _. . ; 3 Z*-*r.--.r? c .-. rrTy>>-d ,-q'$_%2-.:-~:-E.* 7 z-<p.<-: ;2 _r_ r ... i? :- - 7 53 :2rs&- /%::E ... .._ .. I, .:. .,. ________________-___------------------_----------- _______-____________-_-------.------------_-------- ----- ----- TI :-< T v .vi > ?..;* 1 i $-;pi r_-Fr-.? p;,.- :7 ;-;$+k T!-:z z &- %3ws-x %m+m X-&X?X x-% x~~g-x~7~~T~~-=,g x --;x x --&& * x **&{ x-gm x xa&-* x e-* x &7~-~?<&y*-*&sJ& ;gsQ,g:ji%$; ............................................ ....