Loading...
HomeMy WebLinkAboutEast-South Resurface & Striping; 1988-12-22; 37032f I I I. 5 I E I. I I 1 I I: I U TABLE OF CONTENTS ITEM - PP NOTICE INVITING BIDS PROPOSAL BIDDER'S BOND TO ACCOMPANY PROPOSAL DESIGNATION OF SUBCONTRACTORS BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 3 BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE 1 CONTRACT 1 CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKERS' 1 I. f COMPENSATION RESPONSIBILITY CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION 1 REFORM AND CONTROL ACT OF 1986 CONTRACTOR'S CERTIFICATION OF COMPLIANCE OF AFFIRMATIVE ACTION PROGRAM 1 LABOR AND MATERIALS BOND 1 PERFORMANCE BOND 2 ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU e L I OF RETENTION c RELEASE FORM L TECHNICAL SPECIFICATIONS 2 P CITY OF CARLSBAI), CALIFORNIA NOTICE INVITING BIDS I I 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 14th day of November , 1988, at which time th will be opened and read for performing the work as follows: I* 1 CONTRACT NO. 37032 The work shall be performed in strict conformity with t specifications therefore as approved by the City Council of t City of Carlsbad on file with the City Clerk. Reference is here made to the specifications for full particulars and description the work e The City of Carlsbad encourages the participation of minority a women-owned businesses. No bid will be received unless it is made on a proposal fa furnished by the Purchasing Department. Each bid must accompanied by security in a form and amount required by law. 'I bidder's security of the second and third next lowest responsi bidders may be withheld until the Contract has been fully execute The security submitted by all other unsuccessful bidders shall returned to them, or deemed void, within ten (10) days after t Contract is awarded. Pursuant to the provisions of law (Californ Government Code Section 4590), appropriate securities may substituted for any obligation required by this notice or for a monies withheld by the City to ensure performance under th contract. The documents which must be completed, properly executed, a notarized are: I I s, 1 I I 1 c I I E 4 I 40 1. Proposal 2. Bidder's Bond 3. Designation of Subcontractors 4. 5. 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. $ 25,000 . No bid shall be accepted from a Contractor who has not be licensed in accordance with the provisions of State law. T Contractor shall state his or her license number and classificati in the proposal. Sets of plans, special provisions, and Contract documents may obtained at the Purchasing Department, City Hall, 1200 Elm Avenu Carlsbad, California, for a non-refundable fee of $10.00 per se The Engineer's Estimate is 1. 1 1 111 I 1; I 1. I I I I I t 1 1. 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 determir by the Director of Industrial Relations pursuant to the Sectic 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 Cj Clerk. The Contractor to whom the Contract is awarded shall r pay less than the said specified prevailing rates of wages to E workers employed by him or her in the execution of the Contract The Prime Contractor shall be responsible to insure compliance wj provisions of Section 1777.5 of the California Labor Code E Section 4100 et seq. of the Public Contracts Code, *!Subletting E Subcontracting Fair Practices Act." The provisions of Part 7, Chapter 1, of the California Labor Cc commencing with Section 1720 shall apply to the Contract for WOI Bidders are advised to verify the issuance of all addenda i receipt thereof one day prior to bidding. Submission of b~ without acknowledgment of addenda may be cause of rejection of bJ Bonds to secure faithful performance of the work and payment laborers and materials suppliers each in an amount equal to c 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 specif: 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, Californ. by Resolution NcCi 8f-3& rzlsc 98-3&/ , adopted on the -dG ( I. 1 i of CEd&J , 1988. %7.AP Date ' P 9’ 1 EAS 9 INC. HOME OFFICE SINCE 1967 5105 Remington Road Licensed and Bonded San Diego, California 92115 License 1250562 Anaheim. California (619) 286-2519 Plant (714) 630-7944 a November 14,1988 Office of Purchasing 1200 Elm Avenue Carlsbad, CA Subject: La Costa Canyon Park and Valley Jr. High School Court Resurfacing, Project #37032 Enclosed herewith is our bid for the subject project, We have manufactured the product, Vynasi1,for 15 years. We have used our product on 2000 tennis courts in Southern Callfornia, If we are the low bidder, we propose to usour produet as an equal. Our bid is based upon using Vynasl’l, All other conditions of the bid shall be adhered to as specified. Thank you for the opportunity to bid on your project. 0 0 I i. II I z E 1 1, 1. No. Price Written in Words and Unit Price Tot I li t I 1 I x * t CITY OF CARLSBAD CONTRACT NO. 37032 PROPOSAL I* 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 lab0 materials, equipment, transportation, and services required to all the work to complete Contract No. 37032 in accordance wi the Plans and Specifications of the City of Carlsbad, and t Special Provisions and that he/she will take in full payme therefor the following unit prices for each item complete, to wi Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit + $ /g3zfl dd BOX 4 B, La Costa Canyon Park Cts. 3 courts /b 3s; a0 %7d A. Valley Jr. High Courts 6 courts n P r T 1 1 T II # I s1 I. I Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit I. No. Price Written in Words and Unit Price Tot Total amount of bid in numbers: Addendum (a) No (s) o J29 &R-J? & has/have been receiv and is/are included in this proposal. $/< gv 7. && / -320 jj Q*' -- 1- 2: '- - 6 / -- 4 1 E E q? le- a I ! 1 T 8 I I 1. 1 E i @ 1 It 1 All bids are to be computed on the basis of the given estimat quantities of work, as indicated in this proposal, times the un price as submitted by the bidder. In case of a discrepancy betwe words and figures, the words shall prevail.. In case of an err in the extension of a unit price, the corrected extension shall calculated and the bids will be computed as indicated above a compared on the basis of the corrected totals. The Undersigned has checked carefully all of the above figures a understands that the City will not be responsible for any error omissions of the part of the Undersigned in making up this bid. The Undersigned agrees that in case of default in executing t required Contract with necessary bonds and insurance polici within twenty (20) days from the date of Award of Contract by Ci Council of the City of Carlsbad, the proceeds of check or bo 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., a I. sa, +&?&> f-’ $Lz,a a%.vp-p, Li-Q GEup,y I Identification The Undersigned bidder hereby represents as follows: 1, That no Council member, officer agent, or employee of t City of Carlsbad is personally interested, directly indirectly, in this Contract, or the compensation to paid hereunder; that no representation, oral or writing, of the City Council, its officers, agents, employees has inducted him/her to enter into th Contract, excepting only those contained in this form Contract and the papers made a part hereof by its tern and That this bid is made without connection with any persc firm, or corporation making a bid for the same work, a is in all respects fair and without collusion or fraud 2, Accompanying this proposal is Fc:-;i-6: 1(/# (Cash, Certified Check, Bond or Cashier’s Chec for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of Section 3700 of t California Labor Code which requires every employer to be insur against liability for workers‘ compensation or to undertake sel insurance in accordance with the provisions of that code, 2 agrees to comply with such provisions before commencing t performance of the work of this Contract. 1. F I 3 The Undersigned is aware of the provisions of the State California Labor Code, Part 7, Chapter 1, Article 2, relative the general prevailing rate of wages for each craft or type worker needed to execute the Contract and agrees to comply wi bo 1 its provisions. (&$+M% --<2-5-- 9 Phone Number -7 ?. /-q--$y b3*& jq 1 I i 1 It 1. 1 I- c II 1 i 1 Authorized Signature 5- GLAP/4Lk& / Bidder's Address Type of Organization (Individual, Corporation, Q Partnership) List below names of President, Secretary, Treasurer, and Manage if a corporation; and names of all partners, if a partnership: (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST ATTACHED ) (CORPORATE SEAL) I. L * r 8 / n -* Bond# 3SC1 693 218 00 7 e BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we, Eastwood Tennis Surface, Inc. I as Principal, and American I4otorists Insurance ComPanv , as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) for which payment will and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these payments. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-bounden principal for: Contract No. 37032h Costa Canyon Park & Valley Jr. high School Court Resurfaci in the City of Carlsbad, is accepted by the City Council of said City, and if the above bounden Principal shall duly enter into and execute a Contract including required bonds and insirrance policies 0 within twenty (20) days from the date of Award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event any Principal above named executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 116 day of November , 1988. Corporate Seal (if Corporation) American Motorists Insurance Company BY 10% of bid not to exceed Two Thousand and N0/100 (S7.000.00) i ,-<-- SureFx 2 I&&!' John L. Beall ,'' I Title clttorney 4n Fact \ ' (ATTACH ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS P' ATTORNEY IN FACT) AND SURETY MUST BE ATTACHED. '.. I* \. PRW~PAL OFF!( SAN DIEGO cou m Commission E~~ A~~ 1 NOV 14 9988 ON 19-,bc me a Notary Public in and for said State, personally appear P known to me to be the person whose name is subscribed tc JOHN L. BEALL me that he subscribed the name of said Company thereto i Surety, and his own name as Attorney-in-Fact. UJal-hJJ~ 'V'S'II NI a31Nldd WL 88 qqnd beioN 'lauAe8 '>I asoy 166 1 '2 L isn8nv :SaJ!dXa uo!ss 'G.L.. %m>.) .. ((-9 /-* ,r...-. . .. . ..- %&*.*.+ 'ypoj ~as u!a~ayi sasodmd pue saw ayi JOJ pe hreiunlorz pue aa~j UMO +a41 se pue uope.JodJo3 p!esjoue heiunlo~ pu~ juawnqsu! p!es ay~ pa~a~lap pue leas aieJodlo3 ayi ~I!M paleas 'pauS!s paz!ioyine AInp oiunaJayi Bu!aq Aaqi ieyi pa? Al~eia~as pue uowad u! Aep s!yi aw aJojaq paJeadde 'IuawnJIsu! Su!o8a~o~ ayi 01 paq!Jssqns 's!ou!llljo aleis ayijo UC a41 aq 03 au 04 UMOU~ AllBUOSJad ySnolln3sW -3 *j pue 111 'Jaduay *s .[ley3 Ayua Aqaq op 'qqnd /Cleio~ e 'J~uA~ SIONIT heianas 'ySnc 'AuedUo3 a3UeJnSUl SlS!.iOJOW Ue3!JaWV aylJ0 hr'f?iaJsaS pUe JUap!SaJd a3!A lO!UaS SB AlaA!l%dSaJ 9J.e SWJ\?U aSOqM SL 3nw d( SC lUap!SaJd a3!AiO!UaS '111 9adWa)l 'S '[ - ,,\,Lax 5 ha ,.a. s,,, .Jez?74 c_ 0 ?;I, \i ?+ *,;:y..- A NVd W03 33 NW! IIS N I SlS 12IO10 W MV3113 WV '',*.<+*'' :pa!J!w3 I s!yi 's-la~go paz!Joyine si! Aq ,;hueduo3 ayl uodn SU!F j0 Aep -%ET-- 61 ' leas aieJOdJ03 sy pue pau~!s @i iuaunJisu$?yY$%%%!& Aueduo3 asu I sis!Joiow ues!Jauv ayi 'jOaJayM I aq 01 anu!iuos lleqs 'paqseue s! I! ~p!q~ 01 Su!yewpun JO puoq he 01 isadsaJ i(i!~ pa!j!uas pue paleas 'painsaxa os JaMod ysns 'EZ heniqaj uo sJoixJ!a jo pJeoa aqi jo aau!wwo3 a,ynsax3 ayi hq paidope uo!lnIosaJ 01 )uensJnd painsaxa puoq JO A~UJO~P uo al!w!ssej Aq pax!ge aq Aeu 'helams ayi hq suo!ieypas pue hueduo3 ayi jo leas ayi 'helams ayijo aJnieu%!s ayi pue 'Am pal!j pue SU!I!JM u! paieu8!sap saaiu!odde ~!aqi io 'iuap!saJd as!^ hue 'iuap!saJd aqi 'pJeog ayi~o ueuJ!ey3 ayijo aJnieuk$s ayi T 'hrenJqaj JO Aep PJEZ ayi uo play pue palies AInp Bugaaw e ie Aueduo3 ayi 10 sJoiDaJ!a jo pieog ayijo aau!luuo3 c Aq paidope uo!inlosal %U!MO~~OJ ayi 10 kyJoqine Aq pue Japun a(!w!s3eJ Aq pa!f!ua3 pue paleas 'pauS!s s! Aau~o~v p ,;ssasoJd JO axejdasx 104 siuaSe iu!odde hew hueduo3 aylJO sJa3go qsns hue pue '~oa~ayl aJnieu au 's~u!~!JM iaq~0 pue h!uwapu! jo slseiiuos 'sasuez!u8osaJ 'sSu!yeuapun pue spuoq 'oiaiaqi Aueduo3 aqijo leas aqi yaeue pue 'hi atji L(i!M pal!$ pup BU!)!JM U! palPU8!Sap saaiu!odde J!ayl JO 'lUap!SaJd a3!A hue JO 'iuap!SaJd aqi 'PJeOa aqi JO UeUJ!PY3 aql 1 :mga pue ~~JOJ Ilnj u! 8upq se hreia~~s pau2yapun ayi Aq oi pay!pa3 Aqaq s! pue yuoj i~ s! ~VM jo Ados awnme pue an11 e 's!ou!lll 'aAoq Suo1 i~ 8961 'cz hrenjqad uo Auedwo3 a3ueJnsul SIS!JO~OW u' JO siopal!a JO pJeog a43 JO aauy~uo3 aynxx3 ayj Aq paidope uo!inlosaJ e JO hpoyine Aq painsaxa s! A~UJOUV j' '0661 'LE Y39W333a 40 SV 33110N lnOHllM31VNIWr131 QNV 3SV33 11VHS lN3WlF 'S!OU!lll 'aAOJ3 8UOl U! a3!f)O led!su!Jd Si! IE! SJaD!flO pal: si! Aq pa8palMouyx pue pajn3axa Alnp uaaq pey sues aqij! se 'sasodJnd pue siuaiu! [le oi Aidwe pue Ally se Auedw sispoiow ues!~awv pes ayi uodn 8u!pu!q se aq lleys SiuasaJd asayijo asuensmd u! s8u!yeslapun pue spuoq qsnsjo L s(uedLuo3 asuemsul sis!Joiow ue3!iaLuv ay~ Aq au!i hue ie P~~OA~J aq Aew iuau .u!aiay ypoj ias se Ayloqine .- jleqaq UO ainsaxa 01 Wall1 aZ!JOqin€! 01 PUP '13ej-U!-ShauJOuk? pue SlUa8e iu!odde 01 &!JO4lnP PUP JaMOd aq3 aAeq IlE!qS hJJeiaJ3aS al ayl U!YI!M PUOq q3nS ysea 8U!Jq 01 lap10 U! SpUOq alOU JO OW OIU! J!lds aq Ol UO!$e8![qO awes alii i!UJad iOU Saop 2 'I!pa.13 fO JaUal 10 pJp '13ay3 'ajOU hoss!uoJd AUP JO UO!pa))C ayi saa$ueien% L~YM %u!yeuapun JO puoq Aue JaA!lap pue leas 'ainsaxa 'ayeu 01 paiuPJS s! Allr1OHlnV ON -M~+(OO*OOO~O~Z$) smoa CIQiltrsnoHlt ma amatam om waaasa ~TXW PUOq 3UO OU 30 9UnOm a7$& papyAoJd SBUTp3JapUn prxt? SpUOq Tit? pU% pue 13e si! se pue 'hams se jleyaq si! uo pue JOJ P~~OA~J Jauoos ssalun '066 1 ' LE Jaqwasaa Su!pua pue JaMOd S JO aiep ayi Y~!M Su!uu!%aq pyad aqi 8u!Jnp -la~!lap pue 'leas 'ain3axa 'ayeu oi 'i3ej-U!-(S)AaUJOUe pue (s)iuaSe jnj/ WWHW+*+HW*HW*~~WMW =?u.xo~?-rw 'o%a UQS 30 -n=.eaa * ** ** * ** * *** ** * * * * * * * * * * * * * * ** * * * * * * * * * * * * * * Ju!odde AqaJay saop 'S!OU!llI 'ah013 suo1 U! as!P led!: pue 's!ou!lll jo aleis ayijo SM~I a43 Japun 8u!gs!xa pue paz!ue8JO UO!leJodJo:, e 'Aueduo3 a3UeJnSUl SlS!JOIOW Ue: - A3NlIOll\ saiuedwm J9d 6P009 11 'aAoJ38uO ANVdW03 13NWnSNI SISIIIOIOW :S$UaSld aSaql1(fi leU0IleU - CERTIFICATION I, Lee B. McClain, Secretary of the American Motorists Insurance Company, do hereby certify that the attached Power of A dated September 13, 1988 on behalf of John 5. Bealf Of Sall Dice JC3CJC*SHt.3C*~3~~~~*~~~~~*#~~~*~*~~~~*~ a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and e g..i. t e date of Ornia this certificate; and I do further certify that the said 1. S. Kemper, Ill and F. C. McCullough who executed the PC Attorney as Senior Vice President and Secretary respectively were on the date of the execution of the attached Power of A the duly elected Senior Vice President and Secretary of the American Motorists Insurance Company. IN TESTIMONY WHEREOF I have hereunto subscribed my name and affixed the corporate seal of the American Motorist ance Company on this of I19 -. &y ‘1 &8M? {\ *p.::y 11Jl .\:.:v ?- .I,... I Lee B. McClain, 5 TPis Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein, ar have no authority to bind the Company except in the manner and to the extent herein stated. 0 0 a 1- z ~~’~36-5 7/88 IM I I t 1 ). 1 Y io I t r I U I DESIGNATION OF SUBCONTRACTORS The Undersigned certifies he/she has used the subbids of t following listed Contractors in making up his/her bid and that t subcontractors listed will be used for the work for which they bi subject to the approval of the City Engineer, and in accordan with applicable provisions of the specifications and Section 41 et seq. of the Public Contracts Code - IISubletting 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 subcontractor. Additional pages can be attach if required. Items of Full Company Complete Address Phone No. Work Name with Zip Code with Area Cod I. t 7/2%5--&/ ' m 1. t I 1 1 i & (I t P 4. I I 1 li I I. E 8. DESIGNATION OF SUBCONTRACTORS (continued) 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. 4. Type of State Carlsbad Amount Contracting Business of Pull Company Name License & No. License No.* Bid ($ or % * Licenses are renewable annually. If no valid license, indica tfNONE.ff Valid license must be obtained prior to submission signed Contracts. (NOTARIAL ACKNOWLEDGEMENT OF EXCEPTION MUST BE ATTACHED.) (CORPORATE SEAL) d -5-22 DOROTHY D. TUCKER NOTARY PUBLIC CALlFORNiA PRINCIPAL OFFtCE IN SAN DIEGO COUk’lY L 1 %z 1 1 1 li ff B 1 b Ili II. I I lr I I 1 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY The Undersigned submits herewith a notarized or sealed statemer of his/her financial responsibility. F. I. * *^ 7 t&?A!i, Signature I I* (CORPORATE (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED) '3 " 6 COLLEGE CENTER OFFICE, 6010 EL CAJON BOULEVARD @CALIFORNIA FIRST BANK P. 0. BOX 15127,SAN DIEG0,CALlFORNlA 92115-3813 (6 19) 230 - 4886 August 23, 1985 To Whm It May Concern: Harold T. Eastwod of Bstwocds Tennis Surface Inc. has been a aster of California First Bank since 1979. The checking account of the corporation was opened in 1981 and maintains a high four figure average balance. overdrawn. The corporation has had many loans and has borrwed up to $55,000.00 on a unsecured basis. All loans have been paid as agreed. Eastmods Tennis Surface Inc. has a unsecured credit line of $25,000.00 with no outstanding balance. renewed on a serni-annual basis. Mr. and Mrs. Eastwood also have a personal checking account which maintains a low four figure average balance. also has a unsecured credit line of $1,000.00. have been handled in a very satisfactory manner. Mr. and Mrs. Eastwood are valued custmrs of California First Bank. please contact me at 230-4870. Sincerely, It has never been The line is 0 The account All accounts If I can provide you with any additional infomation I /' /' //':L // :dq ('+LP/\J x k )4 ,b/ Mary Lou Landers Vice President/Manager W:dt e I I E 1 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE The Bidder is required to state what work of a similar charactt to that included in the proposed Contract he/she has successful: performed and give references, with telephone numbers, which wi: enable the City to judge his/her responsibility, experience ai I. (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED.) (CORPORATE SEAL) a # Fa CEKl 1 I- I CH TE UF 1 NSUHhivLr I33ur "I I I b **. --- 1- P R UPLICE R : lThis certificate is issued as a matter of infr SWQNSON INSIJRQNCE AGENCY ltion Dnly and confers no rights upon the cert P 0 EQX 1624 Icate holder.This certiFicate does not amend, e 338 WEST LEXINGTON #215 lor alter the coverane afforded .by the policie< EL CAJON CR 92022 I COMPRNIES AFFORDING COUERRGE I FI 1 MQRYLAND CFlSUQLTY DS TENNIS SURFFlCE INC IBI 5105 REMINGTON RD IC1 SFlN DIEGO CQ 92115 ID1 GOUERAGES:This is to certify that policies of insurance listed below har issued to the insured named above for the policy period indicated, notwi standing any requirement, term or condition of any contract or other do with respect to which this certificate may be issued or may pertain, th surence afforded by the policies described herein is subject to all teri exclusions, & conditions of such policies.Limits shown may have been re by paid claims. - OOITYPE OF INSURQNCEI POLICY # IEFF DRTEIEXP DWEI ALL LIMItB. rfi 'THOU WIGENERAL LIABILITYISMP09260055 ~10~01~88110~01~8916ENERAL FIGGRPGfitE I IXCommercial GL I I I IPRODUCTWCOMP OPS I I-Claims Made I I 1 IPERS'L 8, RD INJURYf IxOccurrence I I I IERCH OCCURRENCE I - I I I 1 IMEDICAL EXPENSE I I XOCP I 1 1 IFIRE DFlMFSGE 1 RIAIJTO LIABILITY lWAFl80907413 110~01~88110~01~891C 5 L I IgAny Fluto I I I [BODILY INJURY I IAll Owned Flutos I I I I(PER PERSON) I I-Scheduled Autos 1 I 1 IBODILY INJURY I IXHired Quto I 1 I I(PER ACCIDENT) 1 -1 Won-owned auto I I 1 IPROPERTY DAMFIGE I IEXCESS LIQBILITY I I 1 I ERCH I I-Umbrella Form I I 1 I OCCURRENCE I RGGF ORKERS' COMP 8 1 I I I$ (EFICH QCCIDF IEMPLOYERS LIQB I I I IB (DISECSSE LII 1 I I I I$ ( D I SEFISE/EMI I OTHER : I I I I ZSCR I PT I ON OF OPERFlT I ONSLOCRT I UN/UEH I CLEWRESTR I CT I ONS/SPEC IRL I TENS Other I I I IS Is; - FOR EQST-SOUTH RESURFFlCE QND STRIPPING,TENNIS CQURTS-CERT HOLDER IS RD CQNCELLQTI0N:Should any of the above described pol icies be cancel led b the expi?;ation date,the issuing company will endeavor to mail 30 days to the certificate holder,but failure to rrtail such notice shall impose ligation or liability of any kind upon the companypits agents or repre ti ves. CERTIFICATE HOLDER: CITY QF CARLSBRD c/o RUTH I FLETCHER/1200 ELM RUE I CARLSBAD CQ 92008-1989 I a . .-.-..e_. 7---. I ~. - - - - . .. .. . .__- 338 HEST LEX I ~.II~Tt~N SIJ I TE 215 EL CRJW CR 92020 r; 619 1 440-3708 (619) 285-7344 0 December 12? 1988 H H. 1 E a s t w o o d Eastwood’s Tenn i s RE: Certificate of InsiJ.ranc:e fu.r the City of Carlsbad Dear Hal : tYfa.ry1and Ca.si~.~~lty has indicated tha.t the c:orrtpaiiy issued endorsement naniing City of Cai-lslad as a.dditiona1 insured wi 11 contain the fol 1 crwing stel.tement .regarding primary couerages. I’ T h e i TI s I-! ‘r am c e p I- o v i d e d by t ti i s en d o r s em en -f: w i t h t h e a d d i t i o n a. 1 insi-ired named in the schediil e i s primary. Other irisu.rance afforded to the ~.dditional insured shal 1 apply a,s excess of and not c:ontri bute witk.~ the insurance afforded by this endsrsemm-it. Si nce~el y .r /LC-. - Linda. Riker, CIC a STATE COMPENSATION INSURANCE P.O. BOX 807, SAN FRANCISCO, CALIFORNIA 94101-0807 0 FUN D CERTIFICATE OF WORKERS' COMPENSATION INSURANCE DECEMBER 12, 1988 POLICY NUMBER. o 7 4 8 o o o - CERTIFICATE EXPIRES: 4 -1 -89 r CITY OF CARLSBAD ATTN: BUILDING INSPECTION/RUTH FLETCHER 2075 LAS PALMAS DRIVE CARL S BAD JOB: FOR EAST-SOUTH CA, 92009-4859 AND STRIPPING3T COURTS L This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the Californi Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer. We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by tl policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document wi' respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the polici described herein is subject to all the terms, exclusions and conditions of such policies. -- a &.LE? - EMPLOY E R r EASTWOODS TENNIS SURFACE? INC e 5105 REMINGTON ROAD SAN DIEGO CA 92115 NR I L SCIF 10262 (REV. 10-86) 4 B 1 1 I I a 1. & B IC' w E I I 1 CONTRACT - PUBLIC WORKS 1. This agreement is made this =?JIJO day of OS& , 1988, by a between the City of Carlsbad, California, a municipal corporatio (hereinafter called ffCitytt) , and whose principal place of business is 5105 K ern1 - ngton Road, San 91 ego 9 Cal i fornia, 921 15 (hereinafter called t*Contractorff. ) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all wo East-South ilesurface and Striping specified in the Contract documents for: (hereinafter called ffprojectfr) 2. Provisions of Labor and Materials. Contractor shall provi a11 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 to Bidder Instructions to Bidders' and Contractors' Proposals; the Pla and Specifications, the Special Provisions, and all prop amendments and changes made thereto in accordance with th Contract or the Plans and Specifications, and the bonds f the project; all of which are incorporated herein by th 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 said document In all instances through the life of the Contract, the Ci will be the interpreter of the intent of the Contra documents, and the City's decision relative to said inte will be final and binding. Failure of the Contractor apprise her/his subcontractors and materials suppliers of tl- condition of the Contract will not relieve her/him of t responsibility of compliance. 4, Pavment. 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 Specifications f Public Works Construction. The closure date for each montk invoice will be the 30th of each month. c @* 1 I 1 # s 1 8 1. I 1 R # E 1 I 1 Invoices from the Contractor shall be submitted according 1 the required City format to the City's assigned projec manager no later than the 5th day of each month. Paymen' will be delayed if invoices are received after the 5th of eac month. The final retention amount shall not be released unt the expiration of thirty-five (35) days following tl recording of the Notice of Completion pursuant to Californ Civil Code Section 3184. 5. Independent Investisation. Contractor has made an Independe Investigation of the jobsite, the soil conditions at t jobsite, and all other conditions that might affect t progress of the work, and is aware of those conditions. T Contract price includes payment for all. work that may be do by Contractor, whether anticipated or not, in order overcome underground conditions. Any information that m have been furnished to Contractor by City about undergrou conditions or other job conditions is for Contractor convenience only, and City does not warrant that t conditions are as thus indicated. Contractor is satisfit with all job conditions, including underground conditions a has not relied on information furnished by City. 6. Contractor Responsible for Unforeseen Conditions. Contract shall be responsible for all loss or damage arising out of t nature of the work or from the action of the elements or fr any unforeseen difficulties which may arise or be encounter in the prosecution of the work until its acceptance by t City. Contractor shall also be responsible for expens incurred in the suspension or discontinuance of the wor However, Contract shall not be responsible for reasonab delays in the completion of the work caused by acts of Go stormy weather, extra work, or matters which t specifications expressly stipulate will be borne by City. 7, Chanqe Orders. City may, without affecting the validity the Contract, order changes, modifications and extra work issuance of written change orders. Contractor shall make change in the work without the issuance of a written chan order, and Contractor shall not be entitled to compensati for any extra work performed unless the City has issued written change order designating in advance the amount additional compensation to be paid for the work. If a chan order deletes any work, the Contract price shall be reduc by a fair and reasonable amount. If the parties are unab to agree on the amount of reduction, the work sha nevertheless proceed and the amount shall be determined litigation. The only person authorized to order changes extra work is the Project Manager. The written change ord must be executed by the City Manager if it is for $5,000. or less or approved by the City Council and executed by t Mayor if the amount of the change order exceeds $5,000.00. 0. a I. 4 U I 1 a I I 1. I II I! Ir E 1 I P 8, Immisration Reform and Control Act. Contractor shall comp with the requirements of the IIImmigration Reform and Contri Act of 1986'l (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 a co of a schedule of said general prevailing wage rates is on fi in the office of the Carlsbad City Clerk, and is incorporat by reference herein. Pursuant to California Labor Cod Section 1775, Contractor shall pay prevailing wager Contractor shall post copies of all applicable prevaili wages on the job site. 10. Indemnitv. Contractor shall assume the defense of, pay a expenses of defense, and indemnify and hold harmless the Cit and its officers and employees, from all claims, loss, damag injury and liability of every kind, nature and descriptio directly or indirectly arising from or in connection with t performance of the Contractor or work; or from any failure alleged failure of Contractor to comply with any applicab law, rules or regulations including those relating to safe and health: except for loss or damage which was caused sole by the active negligence of the City: and from any and a claims, loss, damages, injury and liability, howsoever t same may be caused, resulting directly or indirectly from t nature of the work covered by the Contract, unless the IC or damage was caused solely by the active negligence of t City. The expenses of defense include all costs and expens including attorneys fees for litigation, arbitration, or 0th dispute resolution method. is agreed that Contractor shall maintain in force at all ti during the performance of this agreement a policy or polici of insurance covering its operations and insurance coveri the liability stated in Paragraph 10. The policy or polici shall contain the following clauses; Contractor's liability insurance policies shall contain t following clauses: A. !*The City is added as an additional insured as respec operations of the named insured performed under contrz with the City.!' "It is agreed that any insurance maintained by the C: shall apply in excess of and not contribute wil insurance provided by this policy." ). m 11. Insurance. Without limiting Contractor's indemnification, B. I. I 1 All insurance policies required by this paragraph sha. contain the following clause: A. ''This insurance shall not be cancelled, limited or no1 renewed until after thirty (30) days written notice hi 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. It Certificates of insurance evidencing the coverage required 1 the clauses set forth above shall be filed with the City prL to the effective date of this agreement. 12. Workers' Compensation. Contractor shall comply with tl 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 frl all claims, loss, damage, injury, and liability of every kin( nature, and description brought by any person employed or us1 by Contractor to perform any work under this Contra( regardless of responsibility for negligence. 13. 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 prior. the start of any work pursuant to this contract. 14, Claims and Lawsuits. Contractor shall comply with tl Government Tort Claims Act (California Government Code Sectil 900 et seq.) prior to filing any lawsuit for breach of th contract of any claim or cause of action for money or damage 15. Maintenance of Records. Contractor shall maintain and ma I. 8 t 4 1 8 1. I I I! II. I E ;I # available at no cost to the City, upon request, records accordance with Sections 1776 and 1812 of Part 7, Chapter Article 2, of the California Labor Code. If the Contract1 does not maintain the records at Contractor's principal plat of business as specified above, Contractor shall so inform t: City by certified letter accompanying the return of th Contract. Contractor shall notify the City by certified ma of any change of address of such records. commencing with Section 1720 of the California Labor Code a 16. Labor Code Provisions. The provisions of Part 7, Chapter 5 incorporated herein by reference. #* 1 I I 1. li I c I. I t. f 17. Security. Securities in the form of cash, cashier's chec or certified check may be substituted for any monies withhe by the City to secure performance of this contract for a obligation established by this contract. Any other securi that is mutually agreed to by the Contractor and the City m be substituted for monies withheld to ensure performance und this contract. ). 18. Provisions Rewired by Law Deemed Inserted. Each and eve provision of law and clause required by law to be inserted 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 correctly inserte then upon application of either party, the Contract sha forthwith be physically amended to make such insertion II correction. 19. Additional Provisions. Any additional provisions of th agreement are set forth in the "General Provisions" ''Special Provisionst1 attached hereto and made a part hereo (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST BE ATTACHED.) BY City Attorney /2-/3- rs%- e ATTEST: f x City Clerk A& d?. L?#- I' 1 1 ss STATE OF CALIFORNIA COUNTY OF San Diego On December l2 ' 1988 before me, the undersigned, a Notary Public in and for said State, persona HAROLD T. EASTWOOD ? g6eisonaliy known to me 0 proved to me on the basis of satisfactory z evidence to be the person(s1 whose namefs) is subscribed 5 to this instrumer,t and acknowledged that he executed the same WITNESS my hand and official seal Signature (Th 5 Area lor 011 c a1 notaria sea 1 I* OFFIG, L ZCAL -.-x--- fORM 21 Re\ 6 SZ I a' evidence to be the person(s) whose name(s) Is subscribed he executed -* - to this instrumeni arid ackriow?ed$ei tka: the same WITNESS my hand and of Signature 1 FORN 211 ,Rei E 52 (Th,s ea for off c,a notar ab sea 8 1 ;I I 8 .( 8 1 0 Contract. 11 8# I= I I I z 8 CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKERS' COMPENSATION RESPONSIBILITY "1 am aware of the provisions of Section 3700 of the Labor Coc which requires every employer to be insured against liability fc workers' compensation or to undertake self-insurance in accordanc with the provisions of that code, and I will comply with suc provisions before commencing the performance of the work of th I* t Contract. U CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986 "1 am aware of the requirements of the Immigration Reform a Control Act of 1986 (8 USC Section 1101-1525) and have complil with these requirements, including, but not limited to, verifyi the eligibility for employment of all agents, employee subcontractors, and consultants that are included in th CONTRACTOR'S CERTIFICATION OF COMPLI24NCE I hereby certify that in preforming und Carlsbad, will comply with the County of San Diego Affirmati Action Program adopted by the Board of Supervisors, includin current amendments. 1* 1 P Date Title (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED.) (CORPORATE SEAL) I 1 I i I I I Bo 8 I' # 1 I I 1 I ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between t City of Carlsbad whose address is 1200 Elm Avenue, Carlsba California, 92008, hereinafter called llCityll and whose address is hereinafter called nContractorll and 8 whose address is I. hereinafter called llEscrow Agent. l1 For the consideration hereinafter set forth, the Owner, Contract and Escrow Agent agree as follows: 1. Pursuant to Section 4590 of Chapter 13 of Division 5 of Tit 1 of the Government Code of the State of Californi Contractor has the option to deposit securities with Escr Agent as a substitute for retention earnings required to withheld by City pursuantto the Construction Contract enter into between the City and Contractor for in t amount of dated (hereinafter referred to as the llContractll). A copy of sa contract is attached as Exhibit IIAI1. When Contractor deposi Escrow Agent shall notify the City within ten (10) days of t deposit. The market value of the securities at the time the substitution shall be at least equal to the cash amou then required to be withheld as retention under the terms the Contract between the City and Contractor. Securiti shall be held in the name of the beneficial owner. Prior to any disbursements, Escr Agent shall verify that the present cumulative market val of all securities substituted is at least equal to the ca amount of all cumulative retention under the terms of t I the securities as a substitute for Contract earnings, t and shall designate the Contractor 9 Contract. 2. 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. I* I 8 I I II I I 1 I S I 1 I I 1 I 3. Alternatively, the City may make payments directly to Escrl Agent in the amount of retention for the benefit of the Ci. until such time as the escrow created hereunder is terminate( 4. Contractor shall be responsible for paying all fees for t expenses incurred by Escrow Agent in administering the escr account. These expenses any payment terns shall be determin by the Contractor and Escrow Agent. 5. The interest earned on the securities or the money mark accounts held in escrow and all interest earned on th interest shall be for the sole account of Contractor and sha be subject to withdrawal by Contractor at any time and fr time to time without notice to the City. 6. Contractor shall have the right to withdraw all or any pa of the principal in the Escrow Account only by written noti to Escrow Agent accompanied by written authorization from Ci to the Escrow Agent that City consents to the withdrawal the amount sought to be withdrawn by Contractor. the event of default by the Contractor. Upon seven (7) da written notice to the Escrow Agent from the City of t default of the Contractor, the Escrow Agent shall immediate convert the securities to cash and shall distribute the ca as instructed by the City. Upon receipt of written notification from the City certifyi that the Contractor has complied with all requirements a procedures applicable to the Contract, Escrow Agent sha release to Contractor all securities and interest on depos less escrow fees and charges of the Escrow Account. T escrow shall be closed immediately upon disbursement of a monies and securities on deposit and payments of fees a charges. Escrow Agent shall rely on the written notifications from t City and the Contractor pursuant to Sections 4 and inclusive, of this agreement and the City and Contractor sha hold Escrow Agent harmless from Escrow Agent’s release a disbursement of the securities and interest as set for 7. The City shall have a right to draw upon the securities le 8. 9. I above. II. I 8 I I rn I I I II 1 8 1 8 1 1 e PO. The names of the persons who are authorized to sign five (I written notices or to receive written notice on behalf of tl City and on behalf of Contractor in connection with tl foregoing, and exemplars of their respective signatures a as follows: For City: Title Name Signature Address For Contractor: Title Name signature Address For Escrow Agent: Title Name Signature I Address At the time the Escrow Account is opened, the City a Contractor shall deliver to the Escrow Agent a fully execut counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement their proper officers on the date first set forth above. '' For City: Title Name Signature Address For Contractor: Title Name Signature i Address I. II I RELEASE FORM 0 THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS NAME OF CONTRACTOR: PROJECT DESCRIPTION: PERIOD WORK PERFORMED: The above-named Contractor hereby acknowledges payment in full f all compensation of whatever nature due the Contractor for a 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 clai specifically shown below. RETENTION AMOUNT FOR THIS PERIOD: $ B U 8 B 1. E il II u II 1 t 1 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 peri specified which is not shown as a retention amount of a disput claim on this form. This release and waiver has been ma voluntarily by Contractor without any fraud, duress or und influence by any person or entity. Contractor further certifies, warrants, and represents that a bills for labor, materials, and work due Subcontractors for t specified period have been paid in full and that the parti signing below on behalf of Contractor have expressed authority execute this release. DATED: 1 PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporation, etc.) BY BY I. I I E I PART IS I I 1 1 I. T II I F T u I I 1 8 1 no Io I II %?RQJErn A I 1 I VALLEY JR. HIGH - ASPHALT COURTS - Court Resurfacing Specificacions I. Part I - GaarmAL A. Furnish all services, labor. specified materials and equipmt necessary for and reasonably incidental to the color coating asphalt courts as specified herein. I B. The court surface shall be marked for the following activitie 1. Tennis 2. Basketball 3. Volleyball PART 11 - ESDRFAG A. Application to take place on existing asphalt surface. B. Preparation of asphalt surface: 1. The tennis court surface shall be power washed to remove dust, dire, debris and foreign matter. 2. Repair all holes, cracks and torn areas. 3. Apply soil sterilant to any area or cracks where weeds I. I I I 1 D I 1 I present, Apply two coats satin seal asphalt emulsion to form a sinc surface and to fill in depressions. 4. c. Application shall be the acrylo-base color surface system, approved equal applied in three (3) coats. (Acrylo-base . colored acrylic emulsion coating formulated with light pigments and wear and abrasion resistant mineral fillers. It been specially formulated to mix with silica sand for coa asphalt and concrete surface. 1. Over the prepared asphalt surface apply two (2) coatr sanded, 60 mesh acrylo-base using a flexible L'U squeegee. The first application should be macle length1 to the playing surfaces and the second application shal made crosswise to the play surface. The sanded acrl-10-1 should be applied at the rate of not less than 0.065 gal of undiluted acryfo-base per square yard. Approsi average yield for the two coat application of sanded aci base is from 11 to 16 square yards per gallon dependin I. surface porosity. I I I I I I I II I. 1 1 8 1 II I I 2. Care shall be taken to remove any tool marks. ridges, foreign matter from the surface before begiiining t application of the unsanded acrylo-base finish coat. Apply a finish coat of unsanded acrylo-base using a flexik squeegee. This final application shall be at a rate of n less than 0-. 035 gallons of undiluted acrylo-base per squa yard. Approximate average yield for the unsanded fini coat application acrylo-base is from 21 to 26 squaLe yai per gallon depending on surface porosity, 3. I. 4. The court markings shall be as follows: a. Tennis courts shall be green color base with xhl lines in accordance with the rules of the Unii States Tennis Association. Acrylo-white line inarkj paint is to be used in accordance with 1 manufacturer's specifications. b. The two tennis courts on the south end are to outlined (area outside of play) in a brown color ha: All other court base to be a green color base. c. Court markings for basketball shall be in yel: color. A three (3) point line shall be placed at 1 location designated by the Parks and Recreat: Department . 1. Basketball courts shall be marked aro existing backboards. 2. All lines shall be in 2" in width, stand regulation markings. d. Court markings for volleyball shall be in a red co base. 1. Volleyball courts shall be marked arc) existing pole sockets. I 2. Volleyball courts to be 30' x 60'. LIMITATIONS: 1. No materials shall be applied if the surface temperature is be fifty (50) degrees F. or when rain or high humidity is imminc 2. No materials shall be applied if the surface temperature is excess of one hundred forty (140) degrees F. I. I 1 OTHER I I II 1 8 I Bo 1 I I II I 8 1 I 1. Contractor shall furnish extra acrylic surfacing material for a touch up that may be required at a later date. 2. Contractor will instruct Parks Maintenance staff on the ca I. maintenance and touch up of courts. I. 8 II 1 I I I I Ie I I I 8 I i I E l?TKIJEm lB LA COSTA CANYON PARK 3020 PUEBLO ST.. CARLSBAI), CA (TWO TENNIS COURTS & ONE BASKETBALL COURT) I. (a!mEEa Furnish all services, labor, specified materials and equipment necessa for and reasonably incidental to the resurfacing of the two coiicrete tenxi courts and one concrete basketball court. ItIEawAaG A. Application on portland cement concrete surfaces. B. The locations where the specified work is to be performed. t approximate areas of work and the colors to be used shall I determined by the owner. C. Acrylo-Base Color Coatings and Acrylo-White Line Marking Paint manufactured by Koch Asphalt Company, Div. of Koch Fuels, Ir shall be set as a standard of quality. Preparation of Portland Cement Concrete Surfaces. 1. Strip basketball court using llydroblast water strippj D. system. 2. Tennis courts and basketball court shall be power-washed remove all dust, dirt, debris, and foreign matter. 3. Repair all cracks, spalls and holes. 4. Repair all bleeding rust areas. 5, Application of the acrylo-base color surface system. ( acrylo-base next section). E. Dilution rates for acrylo-base. 1. Acrylo-base for sanded coats should be diluted with c1 fresh water at a rate of 15 gallons of water to 30 gal11 of acrylo-base and mixed with 200 pounds of 60 :nesh sal- a. Sanded coats for basketball court shall use 40 m sand. 2. Acrylo-base for the unsanded finish coat should be dilu with clean fresh water at a rate of 30 gallons of water 30 gallons of acrylo-base. I. I I 1 I I I 8 1 I. 8 II II I I 1 I 3. Acrylo-base to be mixed thoroughly in a mechanical mixer the material is of uniform consistency. Care to be tab so as not to over mix the material and cause foaming. Over the prepared Portland Cement Concrete surface apply t (2) coats of sanded acrylo-base using a flexible ruht squeegee. The first application should be made length-wi to the playing surface and the second application should made cross-wise to the playing surface. The sanded acryl base should be applied at a rate of not less than 0.C gallons of undiluted acrylo-base per square yar Approximate average yield for the two coat application sanded acrylo-base is from 11 to 16 square yards per gall depending on surface porosity. 4. I. 5. Care will be taken to remove any tool marks, ridges, foreign tnatter from the surface before beginning ' application of the unsanded acrylo-base finish coat. Apply a finish coat of unsanded acrylo-base using a flexi squeegee. This final application should be made leng wise to playing surface and at a rate of not less than .035 gallons of undiluted acrylo-base per square ya Approximate average yield for the unsanded finish c application of acrylo base is from 21 to 26 square yards gallon depending on surface porosity. 6. 7. White lines shall be located and marked in accordance w the rules of the United States Tennis Association. Acsy white line marking paint will be used in accordance with I manufacturer's specifications. 8. The basketball court shall be marked as per regulat standards and shall include a three (3) point line marki LIMITATIONS: 1. No materials shall be applied if the surface temperature is be 50 degrees F. or when rain or high humidity is imminent. 2. No materials shall be applied if the surface temperature is excess of 140 degsees. 1. I R I I I I I I I. II A-WE Acrylo-base is a colored acrylic emulsion coating formulated with light fa pigments and wear and abrasion resistant mineral fillers. It has be specially formulated to mix with silica sand for coating asphalt a concrete surfaces such as tennis courts. The acrylo-base coating becomes an integral part of the surface, exhibiti maximum adhesion, in depth color and excellent wearing characteristics. 'I acrylic binder is flexible enough to give a little and tough enough to ta a lot. It is a breathing type of surface which allows vapors to escape fi beneath the surface. An acrylo-base coating reduces surface temperature will not stain balls and gives increased player footing when mixed with t proper size and gradation of sand. The texture of the coating and the spe of play can be controlled by the selection of the size of silica sand : the amount used in making the mix. The use of 90 mesh sand gives a fast play surface and 60 mesh sand gives a slower speed surface. Acrylo-base is available in the following standard colors: light gret dark green, red, light brown, sand, used brick, and dark blue. Spec colors available upon request. Acrylo-base provides all the excellc qualities and results the Acrylo-Tex System is famous for. and provic flexibility for the owner who desires a specific court texture and speed play. 1. APPLICATION BATES FQR A "MBIS CX3ERT 60" X 12Oq For a surface prepared according to the application guide: For two sanded coats: 55 to 60 gallons of acrylo-base, plus requi D sand and water. 1 water. For one finish coat: 20 to 25 gallons of acrylo-base, plus requi These quantities are approximate and may vary depending on surface text and temperature conditions. 8 I I I m OTHER : 1. Contractor shall furnish City with extra acrylic surfacing material, any touch up which may be required at a later date. Contractor shall instruct City Parks Maintenance Personnel un the pro care, maintenance and touch up of the courts. 2. I. May 8, 1990 East-South Resurfacing 8. Striping 5105 Remington Rd. San Diego, CA 92115 Re: Release of Bond - Project #37032 Per instructions from our Engineering Department we are hereby releasing 1 remaining 25% of the following bond: La Costa Canyon ParklValley Jr. High Court Resurface Performance Security - No. 3SM 715 253 00 American Motorists Insurance Company $15 , 987.00 The bond is enclosed so that you may return it to your surety. &xi Assistant City C1 erk KRKlwys Enc. 1200 Carlsbad Village Drive * Carlsbad, California 92008 * (619) 434-28C i.. RITE IT - DO 'B SAY rr! Date April 18, 0 Reply Wanted ON0 Reply Necessary RE: BOND RELEASE FOR PROJECT #37032 EAST-SOUTH RESURFACING All work associated with Project #37032 has been completed in a satisfactory manner. Any bonds held on this project may be released. /j@/ Ad ?f&/ b g4-J ;bh gf AIGNER FORM NO 55-032 f I 1 VeITE IT- DON’T SAY e! Date ?// - To # A5 a Reply Wanted From Karef Kundtz y Deputy City Clerk UNO Reply Necessary CY’ Re: Bond Release - & ‘&3a32 - Ea- Fh42-J Our records indicate that the above-referenced subdivision/p your written authorization/approval for release. Please let me know the status, and if release is 0.k. Thanks y && dJ& 7/f-23 - w ~~%. a’ 5- b PRI AIGNER FORM NO. 55-032 r 7 1 i i I i .. __ -J I c + 0 e 1200 ELM AVENUE TELEI CARLSBAD, CALIFORNIA 92008 (619) 4: Office of the City Clerk (Eit~ df (Earlabah October 23, 1989 East-South Resurfacing & Striping 5105 Remington Rd. San Diego, CA 92115 Re: Bond Release - Contract #37032 - La Costa Canyon Park/ Valley Jr. High Court Resurface Per instructions from our Parks and Recreation Department, we are hereby releasing the following bond: Labor & Materials Bond No. 3SM 715 253 00 American Motorists Insurance Co. $7,993.50 The bond is enclosed so that you may return it to your surety. $+ eputy EN R. ity KUN Clerk Z Enc. * ~ITE IT- DON’T SAY II) # Date *>A ~ To - y&ec-&& (79 Reply Wanted - From Karen Kundtz, Deputy City Clerk UNO Reply Necessary * Re: Bond Release - (&I&+/ 27832- &4h IYfl 4- Our records indicate that td- 4 SL b bond for the above-referenced subdivision/project is eligible for release. your written authorization/approval for release. Please let me know the status, and if release is 0.k. We need Thanks, L PRINT 5- i AIGNER FORM NO 55-032 am Kbfi+, 2Puy &+ -4 pA;RKcrs 5UPrnbT&A +: K‘ w6 wMMBM flhw Ks: I &&pf 6’ 4 stlr4/=A&N& ,c 4 r & &J&G!f,- $e/- Y e4wt- )$& kwm rnf /&&/+a d4 ya/8j VW)ITE IT- DON’T SAY 19 Date &$&?52& - To - v&c&& a Reply Wanted From Karen Kundtz, Deputy City Clerk UNO Reply Necessary - /(y VY Re: Bond Release - &2+; 27832- &A Our records indicate that td- SL above-referenced subdivisionlproject is eligible for release. your written authorizationlapproval for release. Please let me know the status, and if release is o.k, bond for the We need Thanks, If- L PRINT AICiNER FORM NO 55032 3 r j I I i. . .J # 1) e 1200 ELM AVENUE TELE CARLSBAD, CALIFORNIA 92008 (619) L Office of the City Clerk aQ of aarlsbab May 8, 1989 East-South Resurfacing & Striping 5105 Remington Rd. San Diego, CA 92115 Re: Contract No. 37032 - La Costa Canyon Park/Valley Jr. High Court Resurface The Notice of Completion for the above referenced project has recorde Therefore, we are releasing 75% of the Performance Bond for the project. Please consider this letter your notification that $11,990. of American Motorists Insurance Co. Performance Bond No. 3SM 715 253 is hereby released. We are required to retain the remaining 25% for a period of one year. At that time, if no claims have been filed, it will be released. The Labor & Materials Bond, in the amount of $7,993.50, will be eligible for release six months from the date of recordation of the Notice of Completion, on September 16, 1989. A copy of the recorded Notice of Completion is enclosed for your records. $*$& eputy ity Clerk Enc .