Loading...
HomeMy WebLinkAboutFortress Fence Co; 1993-02-24; 3900ASeptember 14, 1993 Fortress Fence Co. 4729 Niagara Ave. San Diego, CA 92107 RE: Bond Release - Contract No. 3900A - CMWD No. 92-104 - Construction of 19: Fencing Projects The Notice of Completion for the above-referenced project has recorded Therefore, per instructions from our Engineering Department, we are hereb releasing Amwest Surety Insurance Co. Performance Bond No. 005003137, in th amount of $22,983.79. The bond is enclosed so that you can return it to your surety. Also enclosed fo your records is a copy of the Notice of Completion. Encs. c: Lynn True, Eng. - 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-2801 Fkcording requested by: ) a -- 4 3 < CITY OF CARLSBAD When recorded mail to: City Clerk 1 City of Carlsbad 1 1200 Carlsbad Village Dr. ) Carlsbad, California 92008 ) Carlsbad, CA 92008 ) Space above for Recorder’s Use NOTICE OF COMPLETION 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 descr The full name of the undersigned is Carlsbad Municipal Water District, a municipal corporatior The full address of the undersigned is 5950 El Camino Real, Carlsbad, California 92008. The natw of the title of the undzrsigfled is: In fee. A work of improvement on the property hereinafter described was completed on April 7, 1993 The name of the contractor, if any, for such work of improvement is Fortress Fence Co. The property on which said work of improvement was completed is in the City of Carlsbad, Cc of San Diego, State of California, and is described as follows: CMWD No. 92-104, Contract 3900A, Buena Vista Reservoir. The street address of said property is NONE. 8. CARLSB D MUNICIPAL WATER DlSTRl A* gob Coates, P.E. District Engineer VERIFICATION OF CITY CLERK I, the undersigned, say: I am the Secretary of the Board of Directors, Carlsbad Municipal Water District, 5950 El Cam Real, Carlsbad, California, 92008; the Board of Directors of said District on /.5 , 1E accepted the above cissciibed WGik as campktecj and ordersd that it Nctice cf Ccmplatisn be filed. TUd2 I declare under penalty of perjury that the foregoing is true and correct. Executed on ~!LL-.-- I 6 , 19g at Carlsbad, California. CARLSBAD MUNICIPAL WATER DlSTRlC EXHIBIT 3 9 _I June 23, 1993 Annette J. Evans County Recorder Post Office Box 1750 San Diego, CA 92112-4147 RE: NOTICE OF COMPLETION Enclosed for recordation is the following described document: Notice of Completion Fortress Fence Co. CMWD NO. 92-104, Contract No. 3900A Buena Vista Reservoir Also enclosed are instructions on how the city is to be billed fo: the recordation fees incurred. Thank you for your assistance in this matter. &@cMc City C er KRX:ijp Enclosure 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-281 3 0 r, y Recording requested by: ) CITY OF CARLSBAD 1 ) When recorded mail to: 1 City Clerk ) City of Carlsbad ) 1200 Carlsbad Village Dr. ) Carlsbad, California 92008 ) Carlsbad, CA 92008 1 Space above for Recorder's Use NOTICE OF COMPLETION 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 Carlsbad Municipal Water District, a municipal corpora The full address of the undersigned is 5950 El Camino Real, Carlsbad, California 92008. The nature of the title of the undersigned is: In fee. A work of improvement on the property hereinafter described was completed on April 7, 12 The name of the contractor, if any, for such work of improvement is Fortress Fence Co. 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: CMWD No. 92-104, Contr 3900A, Buena Vista Reservoir. The street address of said property is NONE. 8. CARLSB D MUNICIPAL WATER DIS % District ob Coates, Engineer P.E. VERIFICATION OF CITY CLERK I, the undersigned, say: I am the Secretary of the Board of Directors, Carlsbad Municipal Water District, 5950 El ( Real, Carlsbad, California, 92008; the Board of Directors of said District on accepted the above described work as completed and ordered that a Notice of Completion be fil I declare under penalty of perjury that the foregoing is true and correct. Executed on 4- 'TQdc /5-- / 6 , 19gat Carlsbad, California. CARLSBAD MUNICIPAL WATER DIS' ALRHA L. RAUTENKRANZ, Secreta1 EXHIBIT 3 TABLE OF CONTENTS Itern m NOTICE INVITING BIDS .......................................... CONTRACT0 R’S PROPOSAL ...................................... DESIGNATION OF SUBCONTRACTORS ............................ 1 AMOUNT OF SUBCONTRACTORS’ BIDS ............................ 1 EQUIPMENT/MATERIAL SOURCE INFORMATION ................... 1 BIDSECURITYFORM ........................................... 1 BIDDER’SBOND ............................................... 1 BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY ............. 1 BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE .... 1 NON-COLLUSION AFFIDAVIT .................................... 1 CONTRACT . PUBLIC WORKS .................................... 2 LABOR AND MATERIALS BOND .................................. 2 PERFORMANCE BOND .......................................... 3( WARRANTYBOND ............................................. 3: ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION ............................... 31 RELEASEFORM ............................................... 3; SPECIAL PROVISIONS .......................................... 3! SUPPLEMENTAL PROVISIONS .................................... 51 SAN DIEGO REGIONAL STANDARD PROVISIONS ................... 52 -1 101’20192 Rev 1 f y? 1 1 1 1 I 1 I I R B I 1 1 1 CARLSBAD MUNICIPAL WATER DISTRICT CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasing Officer, City Hall 1200 Carlsb Village Drive (formerly Elm Avenue), Carlsbad, California, until 4:OO P.M. on the 2 day of December , 1992, at which time they will be opened and read, f performing the work as follows: P 2 CONTRACT NO. 3900A CONSTRUCTION OF 1993 FENCING PROJECT IN THE CITY OF CARLSBAD CMWD PROJECT NO. 92-104 The work shall be performed in strict conformity with the specifications as approved by tl Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad on fi with the District Engineering Department. The specifications for the work include the late revised edition of the SAN DIEGO REGIONAL, STANDARD DRAWINGS , and Standard Specifications of Public Wor Construction, (SSPWC), 1991 Edition, and the latest supplement, hereinafter designatc "SSPWC", as issued by the Southern California Chapter of the American Public Wor Association and as amended by the special provisions sections of this contract. Referen is hereby made to the specifications for full particulars and description of the work. The Carlsbad Municipal Water District encourages the participation of minority ar women-owned businesses. The Carlsbad Municipal Water District encourages all bidders, suppliers, manufacturer fabricators and contractors to utilize recyclable materials when available and whei appropriate. No bid will be received unless it is made on a proposal form furnished by the Purchasin Department. Each bid must be accompanied by security in a form and amount required k law. The bidder's security of the second and third next lowest responsive bidders may b withheld until the Contract has been fully executed. The security submitted by all othe unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days afte the Contract is awarded. Pursuant to the provisions of law (Public Contract Code Sectio 22300), appropriate securities may be substituted for any obligation required by this notic or for monies withheld by the District to ensure performance under this Contract. Sectio 22300 of the Public Contract Code requires monies or securities to be deposited with th District or a state or federally chartered bank in California as the escrow agent. I 0 Notice Inviting Bk l01'20/92 Re Do I 1 The documents which must be completed, properly executed and notarized are: 1. Contractor’s Proposal 2. Bidder’s Bond 3. Non-Collusion Affidavit f I 4. Contract All bids will be compared on the basis of the Engineer’s Estimate. The estimated quantitic are approximate and serve solely as a basis for the comparison of bids. The EngineeI Estimate is $32,200.00 In keeping with the Special Provisions, work shall be accomplished within thirtv (30) calendar days. Liquidated Damages will be in the amount of $ 250.00 No bid shall be accepted from a contractor who is not licensed in accordance with th provisions of California state law. The contractor shall state their license numbe expiration date and classification in the proposal, under penalty of perjury. The followin classifications are acceptable for this contract: CLASS A OR C-13 I B 1 I 1 I 1 I 1 I per day. in accordance with the provisions of state law. If the Contractor intends to utilize the escrow agreement included in the contra4 documents in lieu of the usual ten percent (10%) retention from each payment, the5 documents must be completed and submitted with the signed contract. The escro agreement may not be substituted at a later date. Sets of plans, special provisions, and Contract documents may be obtained at the Purchasin Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue), Carlsbar California, for a non-refundable fee of $20.00 per set. Carlsbad Municipal Water Distric Standard Plans and Specifications are available for a non-refundable fee of {N.A.) per se The Carlsbad Municipal Water District reserves the right to reject any or all bids and t waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute th contract shall be those as determined by the Director of Industrial Relations pursuant t the Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of th Labor Code, a current copy of applicable wage rates is on file in the Office of the Carlsba City Clerk. The Contractor to whom the Contract is awarded shall not pay less than thi said specified prevailing rates of wages to all workers employed by him or her in thl execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions o Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Code “Subletting and Subcontracting Fair Practiced Act.” 1. I I Notice Inviting Bid lOj20P2 Re! I. 1; 1 1 I I I I I 8 II N I I I I I The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 1720 sha apply to the Contract for work. A pre-bid meeting and tour of the project site will - will not Xx be held. The meetir will be held on date: time: location: f All bids are to be computed on the basis of the given estimated quantities of work, i indicated in this proposal, times the unit price as submitted by the bidder. In case of discrepancy between words and figures, the words shall prevail. In case of an error in th extension of a unit price, the corrected extension shall be calculated and the bids will b computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out an typed or written in with ink and must be initialed in ink by a person authorized to sign fc 1 the Contractor. Bidders are advised to verify the issuance of all addenda and receipt thereof one day pric to bidding. Submission of bids without acknowledgment of addenda may be cause c rejection of bid. Bonds to secure faithful performance of the work and payment of laborers and material suppliers and warranty to cover all guarantees against defective workmanship and material: or both, for a period of one year after the date of final acceptance of the work by th District each in an amount equal to one hundred percent (loo%), fifty percent (50%) an fifty percent (50%), respectively, of the Contract price will be required for work on th project. These bonds shall be kept in full force and effect during the course of this projec and shall extend in full force and effect and be retained by the District for a period of on (1) year from the date of formal acceptance of the project by the District. Bonds and insurance are to be placed with insurers that have (1) a rating in the most recen Best's Key Rating Guide of at least A-:V, (2) are authorized to conduct business in th State of California, and (3) are listed in the official publication of the Department c Insurance of the State of California. Auto policies offered to meet the specification of thi contract must; (1) meet the conditions stated above for all insurance companies and (2 cover any vehicle used in the performance of the contract, used on-site or off-site, whethe owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insuranc certificate must state the coverage is for "any auto" and cannot be limited in any mannei Worker's Compensation insurance required under this contract must be offered by company meeting the above standards with the exception that the Best's rating conditio. is waived. The District does accept policies issued by the State Compensation Fund a meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. An additional cost of said insurance shall be included in the bid price. 10 a 0 Notice Inviting Bid 10/20/92 Re\ I 1 I 6 I I I I I. 1 t B 1 I E 1 I Approved by the Board of Directors of the Carlsbad Municipal Water District, Carlsb; California, by Resolution No. 818 , adopted on the 10th day of November 1992. / J /<9z&&- i4--&% I. 1: 3- 72, , Date 1 Aletha L. Rautenkrang Secretary I Notice Inviting Bid! 10/20192 Rev I. 1 CARLSBAD MUNICIPAL WATER DISTRICT CONTRACTNO. 3900A CONTRACTOR'S PROPOSAL 1 I 1 f Board of Directors Carlsbad Municipal Water District 5950 El Camino Real B Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read t Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furni all labor, materials, equipment, transportation, and services required to do all the work complete Contract No. 3900A in accordance with the Plans and Specifications of t Carlsbad Municipal Water District, and the Special Provisions and that he/she wilwe full payment therefor the following unit prices for each item complete to wit: m I 1 I 1 I I 1 1 1 I 80 Item Approximate No. Quantitv Description Unit Price Total 1 Ls Prepare site for fence construction, remove and dispose of existing perim- eter fencing for a lump cc sum price of LS $ 1, &oc,. 1. g 2 352 L.F. Construct 6 foot high 'dog eared' cedar fence with steel posts per detail on sheet 1 for a unit price of 43 ~ "i ez ~ r? 6 S-jy- : l 3 1193 L.F. Construct 6 foot high 31 9 $ /2&?? /c7a? $ 'wood-link' fence for a unit price of Contractor's Prop0 l0/20/92 Rc 1. I 1 I I 8 I a unit price of $ I 3 $ 1 1 10 I I I B I I 1 1 I Item Approximate No. Q uantitv Description Unit Price Total 4 154 L.F. Construct 6 foot high chain link fence for a f unit price of $ $ f 5 1 EA. Construct 6 foot high 9 20 foot wide double ’wood-link’ gate for a --7 unit price of $ $ /&c; [GO chain link gates for AJgG [&e ?bo fJ2 1 - 6 2EA. Construct 6 foot high i; lz YCI &a=. 16 foot wide double /--- Total amount of bid in words: Total amount of bid in numbers: $ Price(s) given above are firm for 90 days after date of bid opening. Prices quoted in tl Proposal shall include all taxes, including sales and use taxes. Addendum (a) No(s). this proposal. The Undersigned has checked carefully all of the above figures and understands that tl District will not be responsible for any error or omissions of part of the Undersigned making up this bid. The Undersigned agrees that in case of default in executing the required Contract wi necessary bonds and insurance policies within twenty (20) days from the date of award Contract by the Board of Directors of the Carlsbad Municipal Water District, the proceec of the check or bond accompanying this bid shall b come the property of the District. J, hadhave been received and is/are included 0 Contractor’s Propo! ?&/ OEi 10/20/92 8 Rc 2% I /TI1 /qL I I I t 1 1 1. I 8 I 8 I 8' 1 k.uL -$ L ~d~LVd~~~~ fp The Undersigned Bidder declares, under penalty of perjury, that they are licensed to dc business or act in the capacity of a contrac e State of California and that the are validly licensed under license number , classification C+d3 ' which expires on //-3c e y'/ . This statement is true and correct and has the lega effect of an affidavit. A bid submitted to the District by a Contractor who is not licensed as a contractor pursuan to the Business and Professions Code shall be considered nonresponsive and shall bc rejected by the District. 6 7028.15(e). In all contracts where federal funds are involved, nc bid submitted shall be invalidated by the failure of the bidder to be licensed in accordanci with California law. However, at the time the contract is awarded, the Contractor shall bc properly licensed. Public Contract Code 0 20104. The Undersigned Bidder hereby represents as follows: I. I 1. That no Board member, officer agent, or employee of the Carlsbad Municipa Water District is personally interested, directly or indirectly, in this Contraci or the compensation to be paid hereunder; that no representation, oral or ii writing, of the Board of Directors, its officers, agents, or employees ha inducted himher to enter into this Contract, excepting only those containe in this form of Contract and the papers made a part hereof by its terms; an1 That the bid is made without connection with any person, firm, or corporatio making a bid for the same work, and is in all respects fair and withou collusion of fraud. 2. Accompanying this proposal is for ten percent (10%) of the amou The Undersigned is aware of the provisions of Section 3700 of the Labor Code whic requires every employer to be insured against liability for worker's compensation or t undertake self-insurance in accordance with the provisions of that code, and agrees t comply with such provisions before commencing the performance of the work of thj Contract and continue to comply until the contract is complete. 1 ... ... I .I. ... 'LC < ... ... ..I ... ... ... Contractor's Propos 10/20/92 Re 1: It 1 1 8 t 8 D 1. (1) -p3r -t-iYSS bpay co I 8 I 1 City and State s &o j @,q 0 1 li I p I The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Artic 2, relative to the general prevailing rate of wages for each craft or type of worker need to execute the Contract and agrees to comply with its provisions. I. IF SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: -I (1) (2) (3) Place of Business Name under which business is conducted Signature (given and surname) of proprietor (Street and Number) City and State (4) Zip Code Telephone No. IF A PARTNERSHIP SIGN HERE: - T Name under which business is conducted (3) Place of Business t.l729 khA64KA hdE (4) Zip Code 42 107 Telephone No. lR;(? -dd5-761 (vet and Nu W Contractor’s Proposa 10/20/92 Re1 I I 1 I 8~ li 80 I 1 1 I 1 t 1 8. I IF A CORPORATION, SIGN HERE: 8' (1) Name under which business is conducted (2) Signature (3) Title Impress Corporate Seal hc t (3) Incorporated under the laws of the State of (4) Place of Business (Street and Number) City and State 1 (5) Zip Code Telephone No. NOTARY ACKNOWLEDGMENT OF EXECUTION OF ALL SIGNATORIES MU: BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if corporation; if a partnership, list names of all gen I "-7- State of California On this theLhdayof December ****Gabriela Zarty**** the undersigned Notary Public, Personally appeared I! personally known to me &roved to me on the basis of satisfactory evidence to be the personm whose name(s) is subscribed tottx? GENERAL ACKNOWLEDGMENT FORM MBC MlSC 504 (2183) 1 8 1 1 I I I 1 I 8 1 1 I I I 8 DESIGNATION OF SUBCONTRACTORS (TO ACCOMPANY PROPOSAL) The Contractor certifies he/she has used the sub-bids of the following listed Contractors making up hisher bid and that the sub-contractors listed will be used for the work for whil they bid, subject to the approval of the District Engineer, and in accordance with applicab provisions of the Specifications and Section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." No changes may be made in the! subcontractors except upon the prior approval of the District Engineer of the Carlsbr Municipal Water District. The following information is required for each sub-contractc Additional pages can be attached if required: Items of Complete Address Phone No. Work Full Company Name With Zip Code With Area Code f I. &L Designation o Subcontractor 10/20/92 Rev I.. I 1 I I I I 1 I 1. 1 I I I 1 I 8 *- 1 AMOUNT OF SUBCONTRACTORS' BIDS (TO ACCOMPANY PROPOSAL) The Bidder is to provide the following information on the sub-bids of all the listt subcontractors as part of the sealed bid submission. Additional pages can be attached, required. f Type of State Carlsbad Contracting Business Amount of Bid Full Companv Name License & No. License No. * [$ or %) * *Licenses are renewable annually. If no valid license, indicate "NONE." Valid license mus be obtained prior to submission of signed contracts. 1 Amount a Subcontractor's Bit 10/20/92 Rei 12 1 8 I 8 I I Ik 1 3. I I 8 1 8 I 8. 8 EQUIPMENT/MATERTAL SOURCE INFORMATION (TO ACCOMPANY PROPOSAL) The Bidder shall indicate opposite each item of equipment or material listed below, the name of the one supplier and manufacturer of each item of equipment or material proposed to be furnished under the bid. Awarding of a contract under this bid will not imply approval by the District of the manufacturers listed by the Bidder. t 8 Equipment/Material Manufacturer 1. hj&TgR,%L ", Apyteo.lf+-c L%J&2d,!ek~@ sue 5iiQpd / (-goo -35-2- 5% ?.?a fl-pw [lrzd1Q l%5q wed7 ICs E/-- [KgXG Cp&v bvds q-gy-62W - &WE ax6 f-b2&x?d4 &ics &s lytc PkUSO~~ (Manufacturer) $5 a@ ,\4 Ld %A woad ( 2. RWk lpcLcby I b\Wt?&4 e LC (Manufacturer) 4- (Manufacturer) Equipmentmater Source Informatic 10t20P2 Rc 1 1 I 1 1 1 I I 1. I 1: # 1 I 1 1 8 BID SECURITY FORM (Check to Accompany Bid) (Note: The following form shall be used if check accompanies bid:) t Accompanying this proposal is a *Certified *Cashiers check payable to tl order of CARLSBAD MUNICIPAL WATER DISTRICT, in the sum of 1 dollars ($ this amount being ten percent (10%) of the total amount of the bid. The proceeds of tk check shall become the property of District provided this proposal shall be accepted by tl District through action of its legally constituted contracting authorities and the undersign€ shall fail to execute a contract and furnish the required Performance, Warranty an Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, tk check shall be returned to the undersigned. The proceeds of this check shall also becon: the property of the District if the undersigned shall withdraw his bid within the period ( fifteen (15) days after the date set for the opening thereof, unless otherwise required by la! and notwithstanding the award of the contract to another bidder. BIDDER *Delete the inapplicable word. (Note: If the Bidder desires to use a bond instead of check, the Bid Bond form on th following pages shall be executed--the sum of this bond shall be not less than ten percer (10%) of the total amount of the bid. Bid Security For 101’20P2 Re I* 11 r* Bond NO. 005002580 BIDDER'S BOND (TO ACCOMPANY PROPOSAL) e KNOW ALL PERSONS BY THESE PRESENTS: That we, Fortress Fence Company , as Principal, and Insurance Compafyas Surety are held and firmly bound unto the CARLSBAI MUNICIPAL WATER DISTRICT, in an amount as follows: (must be at least ten percen (10%) of the bid amount) Amwest Surety Penal sum not to exceed Two Thousand Five Hundred and OO/lOo ($2 for which payment, well and truly made, we bind ourselves, our heirs, executors anc administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposa of the above-bounden Principal for: CONTRACT NO. 390A CONSTRUCTION OF 1993 FENCING PROJECT IN THE CITY OF CARLSBAD CMWD PROJECT NO. 92-104 0 in the City of Carlsbad, is accepted by the Board of Directors, and if the Principal shall dul enter into and execute a Contract, including required bonds and insurance policies, withii twenty (20) days from the date of award of Contract by the Board of Directors of th Carlsbad Municipal Water District, being duly notified of said award, then this obligatio: shall become null and void; otherwise, it shall be and remain in full force and effect, anc the amount specified herein shall be forfeited to the said District. ... ... ... ... 1.. ... 1.. ... ... ... ... ... 0 ... Bidder's Bon lOt20192 Rei .. 15 In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. @ 7 vo Executed by SURETY this 3rd his 5 ‘I- 1 December 19 l\? day of 9 192 PRINCIPAL: SURETY: Fortress Fence Company Amwest Surety Insurance Cornpa - (Name of Surety) n Sknature of Att/orn;?y-in-Fact Cynthia J; Barnett-attorney i .o&fl&Pv~u;L; i \/3?- ~ - i ‘-f By: BY- (print name here) printed name of Attorney-in-Fact ’T-- * &‘;- b3r-e5 g&&* 1,- (attach corporate resolution showing 7, .wl. h I& 1 ’\ db(:\\ L (tide and organization of signatory) By: current power of attorney) (sign here) (print name here) e (title of organization of signatory) , (Proper notarial acknowledgment of execution of Principal and Surety must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs the corporation must attach a resolution certified by the secretary or assistant secretary under corporate sea empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL GENERAL COUNSEL BY: 1 ? I 5 Deputy General Counsel e Bidder’s Bo1 lOl20192 Rt NOTARY ACKNQWLEDGh State of California Countyof San Diego On 12-3-92 before me, Corrine Brown (here insert nam Public, personally appeared Cynthia J. Barnett , personally known to me (( tc me on the basis of satisfactory evidence) to be the person(s) whose name(s) idare subscribed to the within instru acknowledged to me all that he/she/they executed the same in hidherbheir authorized capacity(ies), and that bl nt the person(s), or the entity upon behalf of which the person(s) acted, exec ~ B ATTORNEY IN FACT - - THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED Number of Pages: Document Date. H ERE1 N: Document Title or Type. Signer@) other than named above, & UN-A9016 (7/91) 0 BOND NUMBER POWER NUMBER hCf VALIC FCR 130 CC3fS2678 corporation (the “Company”), does hereby make, constitute and appoint: CYNTHIA J, BARNETT AS AN EYPL9YEE OF AYWEST SURETY INStlfiAhCE CCPPCIAY its true and lawful Attomey-in-Fact, with limited power and authority for and on behalf of the Company as surety to execute, deliver and affix the seal of the Company thereto if a seal is required on bonds, undertakings recognizances or other written obligations in the nature thereof as follows: Bid Bonds up to $::+::%250,003.00 Ccntract {Performance 8 Payment), Court, Subdiuision $%~1,000,0~ License 8 Permit Bonds up to $~~<:1,000,000,00 WiscelCaneous Bonds up to $:~=>1,0=90,000,00 Saall 38usiness Administrat ion Guaranteed Eonds up to $*%:%+250,00 CERTIFICATE 92 19- 0000152678 - L 3rd December this-..--- day of San Diego Signed and sealed at Karen G. Cohen. Secretary ar-d of rtors This Power of Attorney is signed and sezlcd by facs:rrile under ani by t:le aut:?oriey of the following resolutions zdo Board of Directors of A:nwesi Su:.ciy Insurcncc Company ai a riccting duly helcl on Deceinbcr 15, 1975: RESOLVE3. thar :hc ?resicknt or any Vice r'rcside-i. in conjunction with the Secrerar). or any Assistant Secri :fi:-.cd or limited ic tht.: iystrumer:: evidencing the appoint '~te 2nd Ccli7;er 2nd afiiix th.e seal of the Company io bl all kinds; and said oKicers m2.y remove any such attornc RESOLVED FER7 iER, that any bond, u:.der:zkirg, recognizznce. or suretyshi? o3:i:;aticn shall be valid ar.d bir may appoint altomcys-ir.-!a:t or cgcnis \\.ilh cuthori:y a in each czse, for and cn 'xh~l." oC tlic (hnpaiiy, tc undertakings, recogniza:.ccs, ani suretyship cb:igation fact or agent 2nd rcvoke my poiver of airorr.cy prc\.>ous:y granted io wch person. upon the Corrpany: (i) wken sigr,ec .by the ?resident or azy Vice ?resident and z::estec and sealed (if a sed be recpired: by any Secretary or i\ss:';tant Sccrciar),; 01 (ii) when signed 5y I-.c Prcsidc:.t or an>- Vic,c esident o: Secrerar).. or As:;ist:ir.: Secres,z.iy. acd cour.tersigned az.d sea!cc (if ;i seal he requlrcd) by a d: zuihorizcd a;torncy-in-kt or agcn:; or (iii) Tvhen duly executd a-d sealed :if z seal he required) by cne or rio:pr attorneys-in--fact or zgents pursuant to and w:th;n 11-.c lirrits of thc aut:-.ority erced by the power of s.::orney issiied by the Company to such pcrson or pc-sons. XESOLVED FLRTI IliIi, [::at tne s z:urc of aiv auihorizcd officer ard :he seal of ikc (:ompaF.y may be af;"xe facsimile :o any paws of z:iorney or ce recognizance, or other su:-ctys:li? obligatio same force and eifect as :bough manczl:y affixed. of a-thcrizing :he execuiion and delivery of any bond, underta ornpr.y; and such signature and seal .\\.hen so used shall hav IN WITNESS WHEREOF, Amwest Surety Insur-ance Corrpany has caused t:iese presents :a be sigr,ed by its proper o its corporate seal to be liere..ir.ic :ifhcd this 1st day of .:)cc-ernber, 1990. ,,,\\\\\i"!'liiiii,// ,$ T-4 \.?.??? P&,% "// &?::;+ o'94.'.. c.%- S%,' G *., o : ?&:$ flbtY I, o':os 53 .. +$.';." 2 > ~ % 94 6- ... ........ ,FOR,, , . $$ /// \,Q+ "///li,,~ll ,, ill\\\\\\ .? - 2 UJ :, 7975 : :I= b = f L.&g< =m: A' 1 STATE OF CALIFORKIA, CO;INIY OF LOS ASSF.:_ES On this 1st clay oi Dccenibc:-, 1993, personally cam? bcfore me John E. %\,age anti Karcn G. Cohen, to me knowr ir.diTriduals and officers of Am uted the ab()\,<: instruiner:, 2nd they have acknow exccution of the same, anL lxi d say :hai. they arc the s;iid cfficers of the corporaiio and the: thc scal affixed to the ahve iis;rumcnr is ihc scz. o i!ic cor;xmtion, ar,d t jaid corporzitc sezl and their signatu] officers were duly affixed and subsxi'iicd to kc scid irsrsccnt by ihc a:ihclriLy of the I3ozrti cf Directors of said corpor Su--cty Inscrancc Corn ' nic duly swoi-n, did sc-, ---*- ___._ 7- ,- hk%L?:?!.O: hit the Presidex or azy may appoiiil aimriieys-ir,-%c:. or agents wil_? in each. cas?, !or and on behali of the Co undertakiiigs, recognizances, ad surety&: :act or age::'. and revoke an)' power of att RESOLVED FCRTHER, that any barl upox the Company: .lent: in conf:xiction x .5 deiined or limited i xei:cie ad deliver ami ine 5ecre;ai-y or ani' Assistant Secre:a evtdencing the ai)?ointin 01 the Company :o Son ids; and sa;c', oii'lcers mzy :crio\-e ail): such si~orcey- ed to s;ch perso-2. g, recognizance; or SUX~ tion shd ;x val1.d and bind (i) 'w?en s:gned. by the Presider.: or my V;ce ?resident ancl axested arid sea:ed (if 2 sea! be rec,uirec!) by any Seciwary or Asisrant Secreia (ii) when signed jp the k-esidel: and ct:ui:ersigned cad sealed (ii a seal be requreci) by (iii) when drdy execured and sealed (if a s !o and wirhin the imi:s oi the autho sucn pei-so~ or p~rsons. '\)-ice ?resider,t or Secretary or ;4ssis horized attorney-in-fact ired) by one or inore at oi- age-nis pursxani ed by the power of attone, -7 - -,- K~SJLVE~ FCSIi-IE~3, that the sig:;dm:-c ol horized officer and ihe seal of ?T Co:iipany ma>' be affixed kdCS!lTllilz :O 2iP.)' p r of attorney or cerriEc horizing the execu:ion arid c.eil!:cq ci an>' 'sor,cl, ur.der:aki recon7.-,. bi~arLL~~~ >,.I or other suretyinip obiigaiior iy; and such sip!ture ani sed wlen so used shall sane force and effect as though manually TK W!?'SESS LVHEIIZOF, Ainwest Surety Tiisxrai-.ce ZCornpa ,zs caused these i)reser::s :c :X signed by i~s p?er oih its corporate seal to be here-mto affixed [his 1s; clay of ikcember, tS90. .- - =m: :ss 29 ... 0 /// 5 10 '.. 7975 :2$ %%i.. 4< ,F &+$ L Karei: G. Colicn, /'//I/,ii j j j I, ,,\\\\\\\\ \." +, ...._..' STATE OF CALIFC?III<IA, CCUNTY OF; LOS AKGELES On this 1st day of December, 1990, personally cane before me John E. Savage and Kare-; C. Coheri, to me known tl individuals ancl ofiicers of ihwest Surety Insurance Co ny, dno executed the ab,me ins:rurneni, and they have acknowlec execution of the same, and 1:eir.g by me cliily sworn, did s i!y depcse and say that they are rhe said ofricers of :he corporation i and that the seal affixed :o [:?e abo:ie instrument is the seal of the ccrpcrzion, andt that sai6 cqmra:-e seal and their signature5 officers were duly affixed and sJbi:cr,bed to the said instrmxr: by the authority of :he Board of Directors of said corporat- I I I I 8 1 I 8 I@ I 1 I I I I I I BIDDER’S STATEJMENT OF FINANCIAL RFSPONSIBILRY (TO ACCOMPANY PROPOSAL) Bidder submits herewith a statement of financial responsibility: F ”-- 7- /Yzb &c;zT -&UL,h‘ ~ Bidder’s Statement ( Financial Responsibilil lOt20P2 Re 1. FORTRESS FENCE CO. P.O. BOX 81041 SAN DIEGO, CALIFORNIA 92138 State Lic. #606863 b (61 9) 225-8040 (71 4) 676-1 669 FAX 223-7696 FAX 676-6116 8 GENERAL PARTNERSHIP STATEMENT OF INCOME JULY 31, 1991 CASH RECEIPTS 223,835.26 LESS COST OF SALES Material 103,830.67 Labor 35 9 854 -41 TOTAL COST OF SALES 139,685.08 GROSS PROFIT 84,050.18 LESS EXPENSES Bonding Expenses 1,689 Insurance 6,733 -89 Travel & Gas 4,757 65 Car & Truck 2,290.4.7 Rent Equipment 6,804.19 2,212.70 Interest Accounting, Office & Advertising 1,344.76 Taxes & License 2,755 Telephone & Pagers 2 , 485 - 79 Plans & Federal Express 291 =43 TOTAL EXPENSES 31,364.79 NET INCOME 52685 -39 0 FORTRESS FENCE COMPANY GENERAL PARTNERSHIP STill'EMEN'T OF INCOME e DECEMEER 31, 1991 EXHIBIT C L991 292 , 615 CASII RECEIPTS I_ LISS cosr OF SALES Ma t e r i a 1 152,968 1,aImr 23,173 'YOTAL COST OF SALES 176,141 --- GI<OSS Pr<oP IT 116,474 - 1,I:SS EXPENSES Bonding Expense 10,888 -- Insurance 10,439 Depreciation 8,139 'I' r <I v e 1 6,840 Rent 4,441 Interest 3,664 Account i ng 2,272 'I'ax & License 1,827 Advertising 1,367 Equ i pmen t Re n t 35G 58,757 Car & Trucl; 5,789 'i'elephone & Pager 2,148 Plans & Fed. Express 587 T 0'1' AT, I< X P E N S E S NET INCOME 57,717 'i'ile accompanying notes are an i nteyral part of this statement Prepared Without Audit - Set. Compilation Letter a 1‘ 1 BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (TO ACCOMPANY PROPOSAL) The Bidder’s is required to state what work of a similar character to that included in thl proposed Contract he/she has successfully performed and give references, with telephon numbers, which will enable the District to judge hisher responsibility, experience and skill An attachment can be used. 1 I D I 1 I I k, 1 I I I 1 I 1 I Bidder’s Statement Technical Ab& lOt20192 Re I. 1 I NON-COLLUSION AFFIDAVIT (TO ACCOMPANY PROPOSAL) TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID 1 I II I I I k, 1 I I I I I 1 I The Bidder shall fill in the three blank lines below with: 1. 2. 3. The name(s) of the person(s) signing this bid on behalf of the Bidder. The title(s) of the person(s) signing this bid in relation to the Bidder. The legal name of the Bidder. State of California 1 County of 1 ) ss. 1 bT j being first duly swor E 15 i(- h .-J (Y? - (Name(s) of Person(s) Signing this Bid on Behalf of the Bidder) - 7”” I * ‘ id e i (, d p& &*I, f{YL deposes and says that he or she is C’ -’b 1 (Title(s) of the Personjs) Signing this Bid in Relation to the Bidder) I the par making the foregoing bid that the bid is not made in the interest of, or on behalf of, a undisclosed person, partnership, company, association, organization, or corporation; that tl bid is genuine and not collusive or sham; that the bidder has not directly or indireci induced or solicited any other bidder to put in a false or sham bid, and has not directly indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put a sham bid, or that anyone shall refrain from bidding; that the bidder has not in a manner, directly or indirectly, sought by agreement, communication, or conference wi anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, prof or cost element of the bid price, or of that of any other bidder, or to secure any advanta against the public body awarding the contract or anyone interested in the proposed contrac that all statements contained in the bid are true; and further, that the bidder has nc Non-Collusion Affidat 10120192 R I. I I I I I I I I. I I I I I I I directly or indirectly, submitted his or her bid price or any breakdown thereof, or t contents thereof, or divulged information or data relative thereto, or paid, or will not p; any fee to any corporation, partnership, company association, organization, bid deposit0 or to any member or agent thereof to effectuate a collusive or sham bid. IN WITNESS WHEREOF, the undersigned represent and warrant that they have the rig1 power, legal capacity and authority to enter into and declare under penalty of perjury th the foregoing is true and correct, and that this affidavit was executed on behalf of t 19lcat $?L I?&Z County, in the State of t Bidder, and have set their names, titles, and signatures hereon, this - 7 Tk day of &Cm BIDDER: ')=&! \-- +:~5 e 3 +PA.2C--? I Q.-?a~i~~~~c+ PROJECT: 1993 FENCING PROJECT - CMWD PROJECT NO. 92-104 .- 0 Name 5- J. (k\ 5; Signatures must be made, and Notary Acknowledgements of execution of Bidder must k attached. To be submitted as part of the Bid Documents. I declare under penalty of perjury tha affidavit was executed on the -7 rA day o Subscribed and sworn to before me on t I (NOTARY SEAL) NO;A,Y ?L;L:C-CX~J~OP~:A Non-Collusion Affidavi 10/20/92 Re7 I. City of Carlsbad Purchasing Department Representation and Certification * The following representation and certification are to be completed, signed and returned with propos REPRESENTATIONS: Mark all applicable blanks. This offeror represents as part of this offer that: (Check appropriate Ethnic Business Type) I am current1 certified b : City of San Certaication#: Small Business & Mi Pending -Pin No. IC WYO CERTI~ICAUDN NU .- CERTIFICATION OF BUSINESS REPRESENTATION(S): Mark all applicable blanks. This offeror repre part of this offer that: This firm is x , is not minorlty business. This firm is x , is not woman-owned business. DEFINITIONS: MINORITY BUSINESS ENTERPRISE: 'Minority business is a business of which at least 51 Business' is defined as a business, at least 51 percent of 0 which is owned, operated and controlled by minority group members, or in the case of publicly owned businesses, at least 51 percent of which is owned, operated and controlled by minority group members. The Small Business Administration defines the socially and economically disadvantaged (minorities) as Black American, Hispanic American, Native Americans (Le. American Indian, Eskimos, Aleuts and Native Hawaiians), and Asian-Pacific Americans (i.e., U.S. Citizens whose origins are from Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam, the U.S. Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia and Taiwan). CERTl FICATION: The information furnished is certified to be factual and correct as of the date submitted. WOMAN-OWNED BUSINESS: A WOW owned, controlled and operated by a woman ( Controlled is defined as exercising the powe policy decisions. Operation is defined a involved in the day-to-day management. FORTRESS FENCE CO. EMILY C. RICH COMPANY NAME NAME 4729 niagara Ave. Partner - Administrator ADDRESS 'lTLP rc3 , /- J ge&ez San Diego, CA 92107 //& CITY,STATE AND ZIP SIGNATURE J a (619) 223-7696 2/1/93 TELEPHONE NUMBER DATE 12/92 c L I I I I I 1 I i. I 1 3 I 1 I I CONTRACT - PUBLIC WORKS f This agreement is made thi&$ay of +, , 19@by and between the Carlsbz Municipal Water District of Carlsbad, Califor a, a municipal corporation, (hereinaft called "District'l), and Fortress Fence Co. who; principal place of business is 4729 Niagara Avenue San Diego CA 92107 (hereinafter called "Contractor".) District and Contractor agree as follows: 1. I Description of Work. Contractor shall perform all work specified in the Contra Documents for: CONSTRUCTION OF 1993 FENCING PROJECT IN THE CITY OF CARLSBAD CMWD PROJECT NO. 92-104 (hereinafter called "project".) Provisions of Labor and Materials. Contractor shall provide all labor, material tools, equipment, and personnel to perform the work specified by the Contra Documents. Contract Documents. The Contract Documents consist of this Contract, Notic Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractor Bidder's Statements of Financial Responsibility and Technical Ability, Non-collusic Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, tl Special Provisions, and all proper amendments and changes made thereto i accordance with this Contract or the Plans and Specifications, and all bonds for th project; all of which are incorporated herein by this reference. Contractor, herbis subcontractors and materials suppliers shall provide and insta the work as indicated, specified, and implied by the Contract Documents. Any iten- of work not indicated or specified, but which are essential to the completion of th work, shall be provided at the Contractor's expense to fulfill the intent of sai documents. In all instances through the life of the Contract, the District will be th interpreter of the intent of the Contract Documents, and the District's decisio relative to said intent will be final and binding. Failure of the Contractor to appris subcontractors and materials suppliers of this condition of the Contract will n( relieve responsibility of compliance. 2. 3. I Contract - Public Wor 10/20/92 Re I. I r 1 I I 1 I I I Re 1 I D I 1 I L 4. Pavment. For all compensation for Contractor’s performance of work under th Contract, District shall make payment to the Contractor per Section 9-3 of tl Standard SDecifications for Public Works Construction (SSPWC) 1991 Edition, ar the latest supplement, hereinafter designated “SSPWC”, as issued by the Southe; California Chapter of the American Public Works Association and as amended 1 the special provisions section of this contract. The closure date for each month invoice will be the 30th of each month. Invoices from the Contractor shall 1 submitted according to the required District format to the District’s assigned projet manager no later that the 5th day of each month. Payments will be delayed invoices are received after the 5th of each month. The final retention amount sha not be released until the expiration of thirty-five (35) days following the recordi1 of the Notice of Completion pursuant to California Civil Code Section 3184. Independent Investipration. Contractor has made an independent investigation of tl jobsite, the soil conditions at the jobsite, and all other conditions that might affe the progress of the work, and is aware of those conditions. The Contract pric includes payment for all work that may be done by Contractor, whether anticipatt or not, in order to overcome underground conditions. Any information that mi have been furnished to Contractor by District about underground conditions or otht job conditions is for Contractor’s convenience only, and District does not warrai that the conditions are as thus indicated. Contractor is satisfied with all jc conditions, including underground conditions and has not relied on informatic furnished by District. Contractor Responsible for Unforeseen Conditions. Contractor shall be responsib for all loss or damage arising out of the nature of the work or from the action of tl elements or from any unforeseen difficulties which may arise or be encountered : the prosecution of the work until its acceptance by the District. Contractor shall al: be responsible for expenses incurred in the suspension for discontinuance of tl work. However, Contractor shall not be responsible for reasonable delays in tb completion of the work caused by acts of God, stormy weather, extra work, c matters which the specifications expressly stipulate will be borne by District. t 5. 6. 7. Cal OSHA Permits. Contractor will obtain permits from Cal OSHA if require( including but not limited to, permits for excavations over four feet deep. I 8. Hazardous Waste or Other Unusual Conditions. If the contract involves diggir trenches or other excavations that extend deeper than four feet below the surfac Contractor shall promptly, and before the following conditions are disturbed, noti, District, in writing, of any: A. I Material that Contractor believes may be material that is hazardous waste, a defined in Section 25117 of the Health and Safety Code, that is required t be removed to a Class I, Class 11, or Class 111 disposal site in accordance wit Contract - Public Worl lOt20192 Re 1. I I I 1 1 1 1 1 I. 1 I 1 IC 1 1 1 I provisions of existing law. Subsurface or latent physical conditions at the site differing from thc indicated. Unknown physical conditions at the site of any unusual nature, differe materially from those ordinarily encountered and generally recognized inherent in work of the character provided for in the contract. B. f C. District shall promptly investigate the conditions, and if it finds that the conditio do materially so differ, or do involve hazardous waste, and cause a decrease increase in contractor’s costs of, or the time required for, performance of any pa of the work shall issue a change order under the procedures described in tk contract. In the event that a dispute arises between District and Contractor whether tl conditions materially differ, or involve hazardous waste, or cause a decrease increase in the Contractor’s cost of, or time required for, performance of any pi of the work, Contractor shall not be excused from any scheduled completion da provided for by the contract, but shall proceed with all work to be performed und the contract. Contractor shall retain any and all rights provided either by contra or by law which pertain to the resolution of disputes and protest between tl contracting parties. Change Orders. District may, without affecting the validity of the Contract, ordl changes, modifications and extra work by issuance of written change order Contractor shall make no change in the work without the issuance of a writtt change order, and Contractor shall not be entitled to compensation for any ext work performed unless the District has issued a written change order designating advance the amount of additional compensation to be paid for the work. If a chaq order deletes any work, the Contract price shall be reduced by a fair and reasonab amount. If the parties are unable to agree on the amount of reduction, the wo shall nevertheless proceed and the amount shall be determined by litigation. TI only person authorized to order changes or extra work is the Project Manager. TI written change order must be executed by the Executive Manager or the Board Directors, as allowed by law and according to the latest procedures adopted 1 resolution of the board. Immigration Reform and Control Act. Contractor certifies he is aware of th requirements of the Immigration Reform and Control Act of 1986 (8 USC Sectior 1101-1525) and has complied and will comply with these requirements, including, bi not limited to, verifymg the eligibility for employment of all agents, employee subcontractors, and consultants that are included in this Contract. 9. - 10. - Contract - Public Wor 10/20/92 Re 1. 1 1 1 1 1 I 1 1 I. 1 1 1 I I 8 1 I 11. Prevailing Wage. Pursuant to the California Labor Code, the director of Department of Industrial Relations has determined the general prevailing rate of diem wages in accordance with California Labor Code, Section 1773 and a cop^ a schedule of said general prevailing wage rates is on file in the office of Carlsbad City Clerk, and is incorporated by reference herein. Pursuant to Califor Labor Code Section 1775, Contractor and all subcontractors shall pay prevail wages. Contractor shall post copies of all applicable prevailing wages on the job s For this contract, eight hours shall constitute a legal day’s work. Work beyond ei- hours shall be paid at a rate not less than one and one half times the prevailj rates. Wage rates for Sundays and holidays shall be paid at a rate not less than t times the prevailing rates. The holidays upon which such rates shall be paid shall all holidays recognized in the collective bargaining agreement applicable to I particular craft, classification or type of workers employed on the projects. Indemnification. Contractor shall assume the defense of, pay all expenses of defen, and indemnify and hold harmless the District, and its officers and employees, frc all claims, lawsuits or judgements for any loss, damage, injury and liability of eve kind, nature and description, directly or indirectly arising from or in connection wi the performance of the Contractor or work; or from any failure or alleged failure Contractor to comply with any applicable law, rules or regulations including tho relating to safety and health; except for loss or damage which was caused solely 1 the active negligence of the District; and from any and all claims, loss, damagt injury and liability, howsoever the same may be caused, resulting directly or indirect from the nature of the work covered by the Contract, unless the loss or damage Wi caused solely be the active negligence of the District. The expenses of defen: include all costs and expenses including attorneys fees for litigation, arbitration, ( other dispute resolution method. Insurance. Contractor shall procure and maintain for the duration of the contrac insurance against claims for injuries to persons or damage to property which ma arise from or in connection with the performance of the work hereunder by th Contractor, his agents, representatives, employees or subcontractors. Said insuranc shall meet the District’s policy for insurance as stated in Resolution No. 772. (A) t- 12. 13. COVERAGES AND LIMITS - Contractor shall maintain the types c coverages and minimum limits indicted herein: 1. Comprehensive General Liabilitv Insurance: $1,000,000 combined single limit per occurrence for bodily injury anc property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks foi which the District or its agents, officers or employees are additionai insureds. Contract - Public Works l0120,92 Rev. I. I 1 1 I 1 I 1 1c. I I I I 1 1 2. Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury property damage. In addition, the auto policy must cover m veh used in the performance of the contract, whether used onsite or offr whether owned, nonowned or hired, and whether scheduled or n scheduled. The auto insurance certificate must state the coverag! for "any auto" and cannot be limited in any manner. f I 3. Workers' Compensation and Emplovers' Liability Insurance: Workers' compensation limits as required by the Labor Code of State of California and Employers' Liability limits of $1,000,000 1 incident. Worker's compensation offered by the State Compensati Insurance Fund is acceptable to the District. (B) ADDITIONAL PROVISIONS - Contractor shall ensure that the policies insurance required under this agreement contain, or are endorsed to conta the following provisions. General Liability and Automobile Liabil Coverages: 1. The District, its officials, employees and volunteers are to be covert as additional insureds as respects: liability arising out of activiti performed by or on behalf of the Contractor; products and complett operations of the contractor; premises owned, leased, hired 1 borrowed by the contractor. The coverage shall contain no speci limitations on the scope of protection afforded to the District, i 1 officials, employees or volunteers. 2. The Contractor's insurance coverage shall be primary insurance i respects the District, its officials, employees and volunteers. AI, insurance or self-insurance maintained by the District, its official: employees or volunteers shall be in excess of the contractor's insuranc and shall not contribute with it. Any failure to comply with reporting provisions of the policies shal not affect coverage provided to the District, its officials, employees o volunteers. Coverage shall state that the contractor's insurance shall applj separately to each insured against whom claim is made or suit i: brought, except with respect to the limits of the insurer's liability. 3. 4. 1 (C) "CLAIMS MADE" POLICIES - If the insurance is provided on a "claims made" basis, coverage shall be maintained for a period of three years following the date of completion of the work. Contract - Public Works 10ROP2 Rev. 1. n L I I I I I I 1 h, 8 I I I I 1 I II (D) NOTICE OF CANCELLATION - Each insurance policy required by th agreement shall be endorsed to state that coverage shall not be suspendel voided, canceled, or reduced in coverage or limits except after thirty (3( days’ prior written notice has been given to the District by certified ma; return receipt requested. t (E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS Any deductibles or self-insured retention levels must be declared to an approved by the District. At the option of the District, either: The insure shall reduce or eliminate such deductibles or self-insured retention levels i respects the District, its officials and employees; or the contractor sha procure a bond guaranteeing payment of losses and related investigatioi claim administration and defense expenses. WAIVER OF SUBROGATION - All policies of insurance required undc this agreement shall contain a waiver of rights of subrogation the insurer me have or may acquire against the District or any of its officials or employee (G) SUBCONTRACTORS - Contractor shall include all subcontractors a insureds under its policies or shall furnish separate certificates an endorsements for each subcontractor. Coverages for subcontractors shall b subject to all of the requirements stated herein. ACCEPTABILITY OF INSURERS - Insurance is to be placed with insure] that have a rating in Best’s Key Rating Guide of at least A-:V, and ar authorized to do business within the State of California and are included i the official publication of the Department of Insurance of the State c California as allowed under the standards specified by the Board of Director in Resolution No. 772. VERIFICATION OF COVERAGE - Contractor shall furnish the Distric with certificates of insurance and original endorsements affecting coveragl required by this clause. The certificates and endorsements for each insurancl policy are to be signed by a person authorized by that insurer to binc coverage on its behalf. The certificates and endorsements are to be in form approved by the District and are to be received and approved by the Distric before work commences. COST OF INSURANCE - The Cost of all insurance required under thi agreement shall be included in the Contractor’s bid. I (F) (H) (I) (J) 14. Claims and Lawsuits. All claims shall comply with the Government Tort Claims Ac (Section 900 et seq of the California Government Code) for any claim or cause o action for money or damages prior to filing any lawsuit for breach of this agreement All claims by Contractor for $375,000 or less shall be resolved in accordance with thc provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.: . Contract - Public Work 101’20192 Rev I. I 1 (commencing with Section 20104) which are incorporated by reference. Maintenance of Records. Contractor shall maintain and make available at no c( to the District, upon request, records in accordance with Sections 1776 and 1812 Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maint: the records at Contractor’s principal place of business as specified above, Contracl shall so inform the District by certified letter accompanying the return of t Contract. Contractor shall notify the District by certified mail of any change address of such records. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing wj Section 1720 of the Labor Code are incorporated herein by reference. Security. Securities in the form of cash, cashier’s check, or certified check may substituted for any monies withheld by the District to secure performance of tl contract for any obligation established by this contract. Any other security that mutually agreed to by the Contractor and the District may be substituted for moni withheld to ensure performance under this Contract. Affirmative Action. The Carlsbad Municipal Water District is an equal opportunj employer. 15. t 1 B 1 1 I 8. 1 1 II I I II 1 I 16. 17. e 18. ... .., f.. ... ... ... ... .., ... ... ... ... ... ... ... ... ... ... ... ... ... ... ,.. .. ... Contract - Public Wor 10i20192 Re I. I I. 1 I B I I 1 I 1 I 1 R I 19. Provisions Required by Law Deemed Inserted. Each and every provision of law ar clause required by law to be inserted in this Contract shall be deemed to be insertc herein and included herein, and if, through mistake or otherwise, any such provisic is not inserted, or is not correctly inserted, then upon application of either party, tl Contract shall forthwith be physically amended to make such insertion or correctio f FORTRESS FENCE CO. NOTARIAL ACKNOWLEDGMENT OF Con tractor EXECUTION BY ALL SIGNATORIES 1 . Emily C. Rich MUST BE ATTACHED 2. Joseph E. Rich Pr’ t Name of S’ atory & t;: fly L( )( 4 /,- dp ,Id (CORPORATE SEAL) 1. Q”..@ai,- L rc- {e%2; 2. J + 4 ]L-,/-/ < L Sjgn&ure of Signatory u \, l 1. Partner, Administrator 2. Partner, Supervisor, license APPROVED TO AS TO FORM: RONALD R. BALL Title k General Counsel Print Name of Signatory By: b Signature of Signatory I 9 i [Ld ( Deputy General Counsel Title CARLSBAD MUNICIPAL WATEl Board of Directors 1 ATIEST: &GC7&/ &?!.a ALETHA L. RAUTENKRANZ Secretary Contract - Public Worl lOf’2Ot92 Re I* I4 i ~ CKPACITY CLAIMED BY SIGNER SIGNER REPRESENT11 ~ 0 INDIVIDUAL(S) y PARTNER(S) 0 GUARDIANCONSERVATOR NAME OF PERSON(S) OR Eh Q , 0 CORPORATE 1 ATTORNEY IN FACT rJ OTHER .-~ - \&-j&&yj &k%*g _______ ____-- ____ - OFFICER(S) [1 TRUSTEE(S) 0 SUBSCRIBING WITNESS __- -_ - -___-- ATENTION NOTARY. Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certiflc _______ .___ - __ THIS CERTIFICATE MUST BE AlTACHED TO THE DOCUMENT DESCRIBED HEREIN. Document Title of Type Number of Pages ___- Document Date Signer(s) other than nameu abovt WOR AND MA7T5RIAX.S BOm Bond NO. 01 e... WHEREAS, the Board of Directars of thc Carlsbad Municipal Water Disbirt, Stz California, by Resolution ~a.. 828 1 adopted January 5, '943 awarded to &QrtWsS Fence Co. qlll (hereinafim+ desQ as the "Priacipal"), a Contract, for; - CONmWmON 0%; 1993 FTZNCING IPRBJEm IN 'THE CITY OF CARU ._ Cl"D PROJECT NO. 92-104 in the Carlsbad Municipal W'ater District, in strict cnafrzrmity with the drawing! specifications, and onher Cantract Dwunncnts now an file in the Office of the Secret; the Carlsbad Municipal Water District (City Clerk of the City of Carlsbad), and all ~f 1 are. incorpsrated herein by this reference. WHEREAS, Principal bas executed or is about to execute said Contract and the thereof require the furnishing bgf a bond, providing that if PrEiieipal UP any of submmtractrprs shall fail to pay far any materials, provisions. provender or other suppl teams used in, upon or nbsut the performance of the work agreed to be done, or €6 work or labor done there of any kind, the Surety on this borid will pay the same 1 extent hereinafter set forth, NOW, THEREFORE, WE, Principal (hereinafter desigmted as the '1Contractor'')l and - k 7 Fortress Fence CB. as Surety, are held €imly bound unto the Carlsbad Municipal Water D 1, said sum being fif@ percent (50%) 4 estimated amount payable by the Carlsbisd hlunicipal Water District under the terms t Contract, far which payment well and truly to be made we bind QUP.S~%V~S, our executors and administrators. successors, or assigns, jointly and severalty, firmly by presents. TME CBNDILTTON OF 'FHIIS OBLIGATION IS SUCH that if the person or h subcon tractors fail to pay for any materials, provision, provender, supplies, or teams in, upon, for, or about the performance of the work contracted to be done, or for any work or Paber thereon of any kind, or f5r amounts due under the Unemployment Imu Code with respect to swh work or labor, or for any amounts due under the kmemploq Insurance Code with re5pact to such work or labor, or for any am~utlts required deducted, withheld, and paid over to the Employment Development Department fro wages of employees of time contractor and subcontractors pursuant to Section 13020 I Unemployment Inswance Code with respect to such work and labor that the Surety w for the same, not to exceed the sum specified in the bond, and, also, in case suit is br upon the bond, casts and reasonable expenses and fees, jncluding reasonable attorney'! to be fixed by the court, ar required by the provisions of Section 3248 of the Californiz Code. in fie ~um of Eleven tlho~~snd four h~r~drad ninety One and !36/tQQ DCPIIm qs 17 3 491 * 90 c - -7 _- - - Labor and Matcnal lOf20fi 0 -. __ -_ ‘Fhk bod dxd inure f@ the benefit sf any and ail persons, companies and coqorati entitled tQ file claims under Title 15 of Part 4 of Division 3 of the Civil Code (comm~wb: In the event that Contractor I’s an individual, it is agreed that the death of any $1 Contractor shall nst exonerate tlae Surety froin its obligatisns under this boned. m - with Section 3082). day Executed by CQNTRACTOR this day sf P IL.2 9 1?&.+ CBrnRACTBR: SUREV: Ekecuted 13 SURE= pp 1st Februarg -west Surety Insurance Corn1 Fortress Fence CO. - ,--. (Naaade Qf SUreq) B _-- 1% Cynthia J. Barnett - r+ Printed IIWRI~ IT$ Att~i~ey-in-F~ct -- (attach corporate resolution Sthg)8Nil current power of att~mey) 0 ?. By: -. . (sign here) I - - (print name here) t _a (title md organization sf signatary) (Proper BLQ~R~~ aeknswkdge of execution by CONTRALTQR and SWREI’Y KIMS~ ix att;ached.) (freesidmt orvice-pmTideut md wcrrratp, or ,~ssisfsnt secretav must sign for coqsoratioras. Bfoinly om officer sign the corpuralicpz must attach a resoslution certified by the secretary or assastant sccrctary under capm;htc se; empowesng that &%X ta bind the corporatiotn.) -a ‘r I - APPROVED AS TO FORM: RONKD R. BALL L I 9 /e& -- L W 0 Deputy Ge~teral Counsel * I,ahr and Metcraals bns IOflO/pZ Rev w NOTARY ACKNOWLEDGR State of CALIFORNIA (here insert name personally known to (s) IS are subscribed 4 tob me on the basis of sat that by his/her/their srgnature(s) on the instrument the person(s), or the en executed the instrument. OTHER -_ -~ _____ ATTORNEY IN FACT _. - - - _- - --_ - ______ - _ .____~____ ________-_____- ____ __ BE ATTACHED TO THE DOCUMENT DESCRIBED Number of Pages . -._ - Document Date Signer(s) other than named dbwe ____________ A UN-A9016 (7/91) NOTARY ACKNOWLEDGh State of California Countyof Sari Diego On 2-1-93 (here insert namc , personally known to me (c Public, personally appeared to me on the basis of satisfactory evidence) to be the person@) whose name@) idare subscribed to the within instrur y executed the same in his/her/their authorized capacity(ies), and that by person@), or the entity upon behalf of which the person(s) acted, exec Corrine Brown before me, Cynthia J. Barnett RNEY IN FACT DOCUMENT DESCRIBED Number of Pages: Document Date: k@ UN-A9016 (7/91) Q BOND NUMBER POWER NUMBER NCT VAFIC FOR €30 005003195 KNOW ALL MEN BY THESE PRESENTS, that Amwest Surety Insurance Company, a Califomi corporation (the “Company”), does hereby make, constitute and appoint: CYhTH‘IA J, EARNETT recognizances or other written obligations in the nature thereof as follows: Contract (Performance & Payment), Court, Subdi vi s :on S::~P,OOO,OOi License & Permit Bonds up to $SS1,506,0OO,OO Misceklaneous Bonds up to $~~~:1,OOO,OOO,QO Small Business Administrat! on Guaranteed Bonds up to $+:2*:%250,001 2id tj0nds tcp to $881#000#000,00 CERTIFICATE I, the undersigned secretary of Amwest Surety Insurance Company, a California corporation this- day of February 1993 1&?SOhLaiO;.,S 0: &e kad Of DfKt?CfOIPS scalccl :7y facsimile ur.cer and by the auihor:ty of the following reso!utions adopi ance Coir,pany at a mecling duly kclL on 13)eccmber 15, 1975: '. the President or a-y Vix iicni, in conj,ncticln T.vit:i i.he Sccre:ary or ay Assistznt Secre~ -in-lx I or agcn:s u 11:: :iul3,oi-i[>. 3s dcfiilcd or Iiiniicd in :hc insiruimni c\,idcncing the appoixtn 5; and said olficc:-s may rcniovc cny such attorneb 3 obligat:k)ri sliail be valid and hir.c llf ol 1k.c co:np~:,ly, LC xic ai?d dc:ivcr ar.d affix the seal or CY Cornpany to bo1 undertakings: rccognixncc's, ad surc:>-sl?~p ol>l:g,iiions 3l fact or ageat and rr\d<c ;in). :XILVCT of aitci-ncy previixsly RISOLL'ED !'CRTf II:R, that an)' 3cmd, undci-::iking~ r, upon the Com.pai1y: (i) when signed by the President or any Vice President and attested and sealed (if a sctz; be rquired: by any Secretary or Assisiar.: Sccrctary; or (ii) when signed by the Presidcnt or any Vicc Presidei-.: or Secretary or Assistznt Secretary, and countersigned and sea!cd (:f a 5x1 he requ:rc (iii) mhen duly executcd and scaled act or agents pursuact to and within tke limits of the aut:?ority evidenced by the pcwer of ai.mi-.ey issurtl by the Company to scch pcrsor. or prsons. y a CUy a,xrh::rizcd aitorr seal bc reyuii-ed) L>y oiie I -lil-fact or zgcnt; 3r RESOLVED XRTI IER, that the signature of an) a-!li(:ri;d dficer ard the seal of :he Compzny may be alfixec fxsimile LO any power of atLorney or ccriir.cation t:ierccf auhrirmg the exccutior; and deli of any liond, unclertah recognizance, cr oihcr suretyshii-, obligatims of lhc C;~x~-.paiiy: and suck signature and sea! \i~:ien so used shall have same force and efccc: as tl-io,;gh rnanua:ly afExcd. IiK WITSESS WHEREOF, i"\mwcst Surety lnsurance Corcpny has caused P~ese presents :o hi: signed by its proper of1 *- its corporate seal to be hereunto xiixcd this 1st day of Ikxrnber, 1990. \\\\\\\\\I! i 11111//,, \+'+ , I!! .s e$&, ~&..&~'O~~....C&,g 3 UJ :, C>.>,. Q' ed 5% ,g197'j +.,.:+* .'-; )/<A9?- - -")q +'.., c, 5 z b : ='%[$ ?+:. ~+AYY, 0:0; =m: i z 3 4:&/ _____ @<.S / % b ...IIF3RF.... ,F$ JO~>II I Karcl1 (3 (,o IC $\' %/ .'..._._. . // '0, /Ill,,,:, l,,,\d\ STATE OF CALIFORSI:I, COU\;'I?' CF LC>S RSGELES On :his 1st day of Dccerr:hei-, 1990, ixrsoxlly came 1:eJo mc Join E Sa,,age and Karen G Co!-.en, ;o me known 1 zxcc,ted 1 he .Ibo\rc insrrurner:.; and they have aclmow o:,c ard say rhz: thcy are tlie said oMice1-s ofthe corporalioi cal 3r.d their signatur )cd IC t:-.e said i;stru.incnt ly t?c euthority of tk,c tjoard of 1)irectc)rs of said corpor individuals 2nd olflccrs i~f ,Air,wcst Sure:y Ir,s.xra:cc Coi-r:paiiy. execution of die same: and bcirg by 1-x tlu and thn: thc sal affixed io tk.e ;il)o\~ i::sirunicni is thc seal of' the cor-xiration, and ii, officers wcre duly affixcd md s1ib ';"ac -rk Po~ver of .Artoiney is signed and sealed by r md by- the autnori~j.; c Board of Directors of :\:nvves,; Surely Insuraric -D,ESOI-VF.D, 52: the President 0': any Vice Presic.ent . ir: conjmcricn wici? the Secret, may appcin! aitorneys-in-[act or agents with axhorii!. is cie,'med or liriiteci in the ii~~rcmer in each cast, for and on ‘neb-aif of the Company, co execiiie undertaltings, recogil:zar.ces, and suretyski;? o'siigeiicni of a:i fact or agent and revoke ally power of attcrney prei;iody g: upon the Company: xq .issiitant Secrem C.i?g the appointme d deliver 2nd affix the mi oC il::: Cmipany ;o bonc ds, and said officers :nay ::c:nc\'e a'l~ .,, SUL~ . . a::oi-ne)--ir cl to such person. g, recognizance, or suretyship obi:gaiioa shdir !KC valid 2nd blridir 1. I RESOLVED FUR-IHER, :ha: any bond, undk (i) when sigrd by the Presidem 3r any Vice President aria attested ax1 sealed (if z, mi be ;-ecji:rcd) 13). an)- ry or Assistant Secretary; or (ii) wi-cn signd 9;:; the ?residenr or ai:y and sealec (if a sed be reqpirec:) by (iii) when &ly execured and sealed (if a LO ar.d with:ri the limits of the aut'n such person i)r perscns. esicie-~ or .Secretary or iksis:a:ii Seci-ei zuhcizeci aitoniey-iii-fact or a quirea) by one or nore attorr,ey-;n-iact i)i- ag:ni.s pursuant enced by the power of attci-ney :SSUPC~ i>. I~C Coi~il~~fli~ LO RESO1.VED FLRTKtK, :ha ~ud-.or,zel ofr'icer 2nd th sea; of ny .rliii>. be affixed 'c o used sha!l have KI facsimile to zny power 3E atiorney or cerriiication rhcreot au recognizance, or other suetyship obiigations same force ana elfecr as though manually afi SS 'vVWEREOF, A-mwest S-iirety 1nsarar;ce Coi~pariy has caused :Lese presens ro 1::: signed by- its praper office its corporate sea1 :o be hereunto affixed :his 1st clay 31 Eecerrber, .i930. ,,\,,\\il"'i~i~'~I/// ,,,, .9' + , , \MSII,y . . . . . . . , , !$@, z ."+..&P a; 0,Q4'. .. & 2 %..s+w7RY 7, +: e:a o2 2 3?&..,q *,;$S 3 b ... .OFOR~...~ k$' t :(arc11 G Colien, i 'f,, ,,\\"" "/I//, i I , , , , , , \ \\ =+-:. =(f): - :sf = d '. 1975 :a = oyYgh&&/ /, ..._.... STATE OF CALIFORNTA, COUiTY OF 1.0s ANGELES 311 this !-st day of December, 1990, personally carm beiore rrie john E. Savage anu Karen CJ. Conen, to me known 10 individua!s and officers of Amwest Surety Insurance Ccmpa who executed thc above inStrumnt, and :h:y ha].: acinowled: execution of the same; and king by me duly sworn, d.d sever depose and say that they are the said officers of the corporaion af and that the seal aXixcI to the above instrument is IrLe seal oi" rhe corporation, ani! t'ca; said co:-pom:e seal arid thei; signatures : officers were duly aifixed and. subscribed to the said irsxnznt by the authority of the Board of Directcrs oi said corForatic ________ -?j$@ C 7 Bond NO. 005003195 Premium: $300.00 P b NOW, THEREIFORE, the condition of this obligation i9; ,wch that, if the above bsunr principal &alI remedy without @SSP to said CARUBAD MUNfCI k, VJAEW DrSmIc any defects whieb may dewlap during a period of QIIC (1) year fr the &te of coq&ti~: and awepltance of the: work parfomed under said contract provided me& deft by defective 5r inferior rn~t E or ~~rkmansbbp, then this &ligation othemdse ik shall be and rem n full force and effect, As a part of tbe obligation secured hereby$ and in addition to &e ~~~~~~ spmfded &basre there sbd! be ~~c~~~~~ coats and reeasdrtwble txipelcliscs and fees, j~~~~~~~~ rcolsonab!l attorneys’ fee& ~~~~~~~ by the isarict in suwmflaily enfQrcitag this ~~~~~~g~~~~ all tQ bl taxed as casts and indudeel in my judgment rendered. Surety hereby stipulates and agrees that no change, extension of time, alteration QT addidox to the terns ab the ~~~~~~~~~~ ~f to the work to be peafomed ~~~~~~~~~~, QP th $~~~~~~~~~~~~~ awomptanying the same, shall in any way affect its ~~~~g~~~~~ OQ Ithis boast, and it dms hereby waive notice of any such change, exteasion of time, ~~~~~~~~~~ at arddftiw t ., I a 0 1 E of the ~~~~~~~~~ or io the WQ& or to the ~~~~~~~~~i~~~~ Emcubed on Faruary 5,, 1 993 -.9 19-* Fortress Fence Co. Q f Tigkpmi I v7.s . Rich. Partner * B Cynthia J. Barnett-attorney in fl (Seal of Corporation) Title:+, , _. (Attach ~~~~~~~~$~~~~~ ob Autbtiorized ~~~r~~~~~~~~~ of Pdn~ipal and Surety) 1 waPriaa4y i3oEid ~~~~ Re% - 0 33:” AS 53 ai xi A Zt7:Oi .bo 0 &Od ZOO v NOTARY ACKNOWLEDGR State of CALIFORNIA County of SAN DIEGO )n February 5 f lg93 before me, CORRINE BROWN (here insert name Public, personally appeared CYNTHIA J. BARNETT , personally known to me (or to me on the basis of satisfactory evidence) to be the person(s) whose name(s) islare subscribed to thg instrument and acknowledged to me all that he/she/they executed the same in hisiheritheir authorized capacity(ic the instrument the person(s), or the entity upon behalf of which the person(s TTORNEY IN FACT _-____ ---_ ---_ INSURANCE COMPL __ _____ ____ - _____ _.___ ~ ~-_ - - - _.__ __~- __ - - --___ THIS CERTIFICATE MUST BE AnACHED TO THE DOCUMENT DESCRIBED Document Title or Type __ _._ __ - Document Date Number of Pages __ ._ Signer(s) other than named above, __ __ - - __ - - - h UN-A9016 (7/!31) BOND NUMBER POWER NUMBER hCT VALIC FCA BO 6331$1,811)7 -70 th black and red ink, with border in blue ink and bears the raised KNOW ALL MEN BY THESE PRESENTS, that Amwest Surety Insurance Company, a Califomi; corporation (the “Company”), does hereby make, constitute and appoint: CYNTHIA .I, SAFthETT Cantract [Performance i3 Payment), Court, Zubdivision $++l,OOO,OC License & Permit Bonds up to f:::>1,000,COO,CO Piscei laneous Bonds up to $~+1,OOO,OOO,CO Ssall Business Administrat: on Guaranteea Ecnds up to $*::%::250,0f CERTIFICATE I, the undersigned secretary of Amwest Surety Insurance Company, a California corporatioi 9 19- 1st February this- day of San Diego, CA Signed and sealed at %P& 0000192807 - : Karen G Cohen, Secretary ~rp-,-i.l~-'l.T LI;ID.ULhLI0LL_3 c 3f &e: B0aIl-c; of Di1recte:rs This Power of A::iirney 1s sigzeci a:d sca'cti 5y facsimile mdcr anti by the authority of the fol'owing resoluiions ado1 Board of Directors of Ainwcs; ,Sci-c:y 1niurar.cc Cornpany c: a :nccting duly helc. cn 3x:ember 15, 1975: XESOLVED. :hat tl-.c J+csidc:t or my Vice Prcsident, in ccnju:.c:icn bvjth the Secretai-)- 0:- any Assistan: Secrc may appoint s:!oriicys-in-L:c: 01- aLc::is \'L i;li au:li:>rii), as icflned 01- ;im:ted in the irs:rumcnt evidencing the appoint in each case, for and on lxha2 of i5.c Cornpnny, 10 cxccu:c ad deli\w and affix the sezi. of the Company to bc undertakings, recognizances, and surcl)-shi;, o'n1:ga~io~ of .a1: k:nds; ar.d said officers may reinove any such zttornc fact or agent ant revoke any 7ower of aimncy Fre\-iocsly granted t3 such ?ersor.. RESOLED FLT.TIXR, that any bo:.ci, underra:kng re.cognizai-.ce, or sure:y:;hip ob1igz:icn shd be valid and bir upon the Conpar:).: (i) when signed by the President or any Vice Fresidcnt anl attes:ed .and sezkd (if a seal be required) by any Secretary or iissis:ant Secrztary; or (ii) when sigzecl by the President or any Vke Presiden: or Secretary or Assistat Secretary, and cocnlersigned and sealed (if z sc.1 be rei;uired) by a duly zuthorized artorney-in-fact or agent; or (iii) when duly executed and sealed (2 a seal be rec,Lired! by one lor more attorneys-in-fxt or agents pursuant to and wilb,in :hr 1:rmits of 1k.e criry eviienced hy :he power of attorney issued by i.he Cornpany to such pcrson cr ysons. RESOLVED XXTIIEl?, :hat 111: signaiurc of an;: autliorizcd officer and the seal of the C:orrpany may be affixel facsimile to any powcr of aitorncy or ccrtii-carion thereof aui:-.orzing the exe,cutio:i and deliver). of any bond, undertal recognizance, or other suretyship obligations ol t>.e Company; and such signature ad seal .+%,hen so used shall haw same force and effeci as tlicugh manually aflixed. IN WITNESS LVHEREOF, Arnwest SGrety Insurance Company has czussd :hese presents to 1)s signed by its proper of of Ilcczmiscr, 1999. its corporate seal to be hereunto affixed :his Isi ,\,,\\\\\I"' ' ' W//// \' -+ '. !! s ?:?A&, zk: 3 flAY 1, %'..:g$ ~+>:-.~~lFOR~.... \. +o//,,l I : , ,,,\\\\\\\\\ . $+,.;kpoo .._ c$ 2-3; "j;;'..c" 3 2%; G =m: izz z CLI '., 7975 :.as 53 '. e ,v,.;';: \$ // . ..... _. "/// STATE OF CAU.IFORNL'i, COIJNTY OF LOS ASGELES On this 1st day of Deccmlxr, 1993, personally cmic hefore n-.e John E %.:age ;and Karen G Cohen, to me known irclividuals and officers of Ainwest SU-cty Insurmcc Company. whc cxecuicd the aiove instrumen1 , and they ha1.e aciinowi execution of :he sar.c, and heiri; 11). r.c duly swrn, did sa~~i 3osc azd say :hat they are the said '3Tficers 3f the corporatior and t:xt the seal affixed 10 the a1m.e ii-strument :s ihc seal of ty:c ciyioration, and tbat szid corpor seal ar.d their signaturr officers were duly affissd and SL cribccl to the said ins:r;ir.cnt 1)y the axiLhcriry of the Eoxi of hectors of said corpora i ___________- --~ ----.-_._- ~..~___ ---- -A lL&SkfGaiDES all& ?k~OYSC?jtn$?iil& RESOLVED, tht :he Pres:cler;t or sny Vice Presidex, .nay appiz:. attorneys-;ri-lac! or agents wi1.h auC5ority 2.5 de in ~ach case, for and on behalf of the Company, to esea undertaltings, recognizances, ar. fact or ages: and revoke my p upon the Company: h ;he Sec-retaiy or ari>. Assistan: he inst ruinent evidescing he :.p p?i r1.tn.c affix tke seal of tkc Con-i:iar.y to bonc Etieers rrq yemove my such :~px~~,cy-i reeyshp obligations of ail kini: of attorney pi-eviously granLc. RESOLVED FUIITilFR, hz any bond, cndertakng, recosi obligation shall !;e ci (if a seal be requ:. (ii) wherl signed by che Presidcn~ or any Vice Presileni or Secx-zr), c: ,issisiail.: Secretari;, and co and sealed (if z seal be requii-ed) by a duly zuihorized ~;,G;'-!C (iii) when duly execu:ed arid sealed (if a seal Se reqmed) by one or i oi- zgenrs ;iwsiiax to and withn the limits of the authority evidencec 'cy L?Z poiii.; SI-: a[tomey issued by the C:oixp;~n;; :o such person or persons. (i) when signed by the ?residenc or any Vice ?resilent a Secretary or AssstanL Secretary; or RESOLED FCRTXER, :ha, ;?,c spature of a-y authoi-izc?: .r :,nd :'k sea; oi the Coinpin eXZCUtio11 and deliver) of an) ure and seal xvheii so facsimk to any porver of attorney 0'; cerc;lica:ion :hereof authorizi?. recognizance, 01- other suretyship obiigaiions oi' :he Ccrnpany; arc1 SL:C~ ~g same fcrce and effect as though namial>jr affixed. I1 IV WITNESS WkiEREOF, iiixV:es: Surely Ixurance Company has ca.Lsec1 ~nese ?resents lo he signed by its pro its corporate seal LO be hereunto affixed this !st day af December, .i990. ,,,,\\\)' t ' ' '1 m///,/ $'+, ... s 3 _: ,ep oR$?;.;fl 5 = %:$ p:,: s&:. $hY7, 0:oZ Zd'.. 797% j-2 q,". ,-..:,". . ~'J~~l,,,ilill,,\.,\\~~\\'~ +'\+ , ).! .?.q ..3/&& '/// < "&?f && M 4 +- t Ka:-en C; .-- '1. = =m: 3 ~'~.,<IFOR>.:~$$ // .$ +/ '__'''_ STATE OF CALIFORVIA, COUNTY GF 1.0s ANGELES On this 1st day of December, i990> personally came before iile john E. Savage and Karen G. Cohen, to 1x2 known to individuals and o;^ficers of Amvest Surety Insurance Company, wha executed the above instrument, and they have aclcowled execution of the sane, and being by ne duiy sworn, did severai:y depose and. say That they are he said okers of the corpowian a and that tie seal afhxel to the zbove inscrumenc is (he sea; of rhs corporailon, and that said corporate seal arid :heir signatures officers were duly affixed and subscribed to the said instrurnmi by the authoriry oi' :?-e Bcarci of Directors of said corporati( u----- CITY OF CARLSBAD MINIMUM LICENS IS $30.00 1200 CARLSBAD VILLAGE DR. CARLSBAD, CA 92008 APPLICATION FOR BUSINESS LICENSE (fee schedule on revers BUSINESS NAME BUSINESS ADDRESS (No P.O. Boxes) MAILING ADDRESS (if different) BUSINESS PHONE ( EMERGENCY PHO PARTNERSHIP STATE EMPLOYER NUMBER IDENTINCATION NUMBER GROSS RECEIPTS LL TAX RATE (per each $lOOO) DD’L TRUCKS 6 35 k SUB TOTAL w SUBTOTAL PENALTY (25% + 1% per day not to exceed 50%) day not to exceed 5 EXECUTED THIS a OFFICE USE ONLY License # SIC # Date issued Ordinance Expiration Date Restrictions GROSS RECEIPTS RECEIPTS THERE IS A BASE FEE OF s25.m PLUS THE AMOUNT CALCULATED PER EACH smoo BUSINESS LICENSE FEES FOR THE CATEGORIES LISTED BELOW ARE BASED ON ANNUAL GROSS ANNUAL GROSS RECEIPTS. GROSS RECEIPTS MUST BE ESTIMATED FOR ONE YEAR IN ADVANCE. IN NO EVENT SHALL THE LICENSE FEE BE LESS TIHAN 830.00. c = w PER THOUSAND A = 40' PER THOUSAND BEAUTY SALONIBARBER SHOP BEAUTY SCHOOL BOOKKEEPER BOTTLED WATER SERVICE EDUCATIONAL COLLECTION AGENCY ENGRAVER DANCING SCHOOLlTEACHER ENTERTAlNMENTlSHOWS BOOKSTORE DESIGNER DRAFTSPERSON EXERClSElHEALTH SPA ELECTROLOGIST FLIGHT INSTRUCTORlSCHOOL CLOTHlNGlAPPAREL STORE FLOOR COVERINGS COIN-OPERATED LAUNDRY EMPLOYMENT AGENCYlSERVlCE GREETING CARDS COMPUTER SALESRENTALS ESTHETlClANlFAClALlST HANWMAN CREAMERY (ICE CREAMl".AY FAST FOOD RESTAURANT IMPDHlfEXPORT SALES DEPARTMENT STORE FlNANCElLOANlMORTGAGE CO IFiVFSTMENTlj DIAPER SERVICE FUNERAL HOME FURNITURE REFINISHING JbNK HAIRDRESSER I ANDSCAPE I LLUSTRATORlAATlST LAPIDARY ShOP INSTRUCTOR MAIL BOX SERVICE FLORlSTlNURSERY INSURANCE CO INTERIOR DECORATORlDESlGN MAIL ORDER FURNITURE STORE I NTERPRETERlTRANSLATOR MARKETlNGlMANUFACTURERS REP GlFTlNOVELTYlSOUVENlfi MANICURIST MUSIC SCHOUTEACHER PHOTOGRAPHERS MUSIC STORElSUPPLlES JEWELRY PLUMBING a HEATING SALES PACKAGING LAUNDRYlDRY CLEANERS RADIO STATION REPAlRlMAlNTENANCE SERVICE PET SHOP LUMBER YARDlBUlLDiNC SUN TAN SALON PRIVATE TRANSPORTATION MOTEUHOTEL STOCKlBONDlSECURlTY BROKERAGE TAlLORlDRESSMAKER RECREATIONAL UPHOLSTERY SHOP RESTAURANT NUTRITIONAL PRODUCTS VIDEOTAPING B = 3@ PER THOUSAND ADVERTlSlNGlDlSTRlBUTlON SELLNG IN THE FIELDS RADIOlSTEREOfIV SALES AIRCRAFT SALES~RENTAUREPR a svc STORAGE ANTlaUESlCOLLECTlBLES AUTO GARAGE REPAIR AUTO PARTS/TIRES/TOWING TELEMARKETING AUTO RENTlNGlLEASlNG TOY STORE BAKERYlBREAD SHOP TRAVEL AGENCY THEATER VARIETY CONVENIENCE STORE TOBACCOlPERlODlCALS BUYlNGlRESELL SERVICE TRAlLERlBOAT DEALER CANDYlNUTSlCONFECTlONARY WEED ABATEMENT TRAILER CAMPlCOURT CARPETlUPHOLSTERY CLEANING CLEANlNGlJANlTORlAL SERVICE VIDEO RENTAUSALES COCKTAIL LOUNGE/TAVERN COLOR CONSULTANT CONSIGNMENT SHOP CRAFTSlHOBBlES DATA PROCESSINGlKEYPUNCH DAY CARElNURSERY APPLIANCE STORE DELICATESSEN ARCADESAMUSEMENT "ARK DELIVERY SERVICE AUTO DEALER AUTO SERVICE STATION BOARDINGlROOMING HCUSE BOWLING ALLEY CAR WASHlDETAILING EOUlPMENTlMACHlNE LEASE 8 SALES DRAPERYNflNDOW DRUG STORElPHARMACY FARM EQUIPMENT STORE LIQUOR STDHUBROKER FEED a ICE DEALER MISCELLANEOUS 7- GROCERYlFOODIMEAT SALE5 MOVER HARDWARE STORE _- PARTY PLAN SALESIDEMONSTRATION LOCKSMlTHlKEY SHOP PRINTINGlDUPLICATING MOBILE HOME PARK PUBLISHING _1 MOTORCYCLE DEALER ROCK a SAND NURSERYlGARDEN SUPPLIES RESTAURANT a BAR OFFICE SUPPLY STORE RETlREMENTlNURSlNG HOME PAINTIGLASSIWALLPAPER ROADlCONCESSlON ST3 '*2 PRODUCE/FRUIT STORE PUBLIC MALLSllCE RINK SECRETARYlOFFICElANSWESING SVC RENTALS - 2 OR dORE SUPPLIES ROUTE DELIWRY SWIMMING POOL SERVICE SHOE STORE oPEClALTY STORE SPORTING GOODS STORE D = 20' PER THOUSAND FARMER GROWER MANUFACTURER RANCHER WHOLESALER WAREHOUSEIADDITION6L OFF1 1 I m mls Is m 111 ID I SALES OR USE TAX MAY APPLY TO YOUIS BUSINESS ACTIVITIES YOU MAY SEEK MfRITTEN TO YOUR PARTICULAR BUSINESS BY WRITING TO ADVICE REGARDING THE APPLICATION OF TAX THE NEAREST STATE BOARD OF EQUALIZATION 334 VIA VERA CRUZ SAN MARCCIS, CA 92088 (819) 744-1330 111111mm111IBmm m - FLAT FEE LICENSES PC - PE .- PA No fixed or Established Place 01 Business in Catlsbad - Mobile umis - PROFESSIONAL 150 00 CONTRACTORS ACCOUNTANTICPA GENERAL ARCHITECT SIGN PAINTER WHOLESALER APPRAISER SUB CONTRACTOR e20 w ATTORNEY AT LAW BASIC FEE PER PERSON 2w CHIROPRACTOR COMPUTER CONSULTANT CONSULTANT MlSC COUNSELING OTHER Call Ollice lor FeeslProcedut es RETAILER - BREAD a BAKERY SUPPLIES I Bow DENTIST CATERING TRUCKS 8060 DOCTOR AUCTION MARKET CONCRETElROAD MIX 100 w ENGINEER AUCTIONEER DRY CLEANING 1w w PODIATRIST LAUNDRY 1w w PRIVATE INVESTIGATOR BINGO LINEN SERVICE 2ow PROFESSIONAL - MlSC MEAT DISTRIEUTOR Bow REAL ESTATE PETROLEUM PRODUCTS (HOME) RETAIL BOTTLE0 WATER aow VETERINARIAN RETAIL ICE SUPPLY TRANSFERIDELIYERY WATER SOFTENER SERVICE 100 w PAWNBROKER Bow PHYSICAL THERAPIST AUTO WRECKING YARD BlLLlARDSlCARD ROOM CAEARETIOANCE COMMERCIAL MOTION PICTURES 2ow RESEARCHIDEVELOPMENT DISTRIBUTION OF ADVERTISEMENTS JUNK YARD DEALER Bow OPTOMETRIST LIMOUSINE SERVICE 2060 MASSAGE TECHNICIAN DAIRY a ICE CREAM Id0 w MASSAGE PARLOR HOCK a SAND SIMILAR NOT SPECIFIED 40 w PRIVATE SECURITY SERVICE PUBLIC UTILITY SPECIAL EVENT TAXI SERVICE GROSS RECEIPTS BUSINESS LICENSE FEES FOR THE CATEOORIES LISTED BELOW ARE USED ON ANNUAL GROSS RECEIPTS THERE IS A BASE FEE OF $25 00 PLUS THE AMOUNT CALCULATED PER EACH $loo0 ANNUAL GROSS RECEIPTS GROSS RECEIPTS MUST BE ESTIMATED FOR ONE YEAR IN ADVANCE IN NO EVENT SHALL THE LICENSE FEE BE LESS THAN 034.00 C = 37 PER THOUSAND A - 10' PER THOUSAND BEAUTY SALONIBARBER SHOP DAY CARElNURSERY APPLIANCE STORE BEAUTY SCHOOL DELICATESSEN ARCADESlAMUSEMENT ARK BOOKKEEPER BOTTLED WATER SERVICE EDUCATIONAL COLLECTION AGENCY ENGRAVER DANCING SCHOOLiTEACHER ENTERTAlNMENTlSHOWS BOOKSTORE CESIGNER DRAFTSPERSON EXERClSElHEALTH SPA ELECTROLOGIST t HPLOYMENT AGENCYiSERVlCE ESTH ETICIANIFACIALIST GREETING CARDS FAST FOOD RESTAURANT HANQYMAN IMP3HTlEXPORT S~LES DEPARTMENT STORE FlNANCElLOANlMORTGAGE CO IhVFSTMENTS DIAPER SERVICE FUNERAL HOME r UHNITURE REFINISHING JbNK t ANDSCAPE DRUG STORElPHARMACY HAIRDRESSER LAPIDARY S9OP FARM EQUIPMENT STORE I LLUSTRATOR'ARTIST INSTRUCTOR LIOUOR ST~HEIBROKER MAIL BOX SERVICE FLORlSTlNURSERY INSURANCE CO INTERIOR DECORATORIDESIGN MAIL CRDER FURNITURE STORE INTERPRETERlTRANSLATOR MARKE'INGIMANUFACTURERS REP GI FTINOV E LTYlSOUV EN IF, MANICURIST MUSIC SCHOUTEACHER PHOTOGRAPHERS MUSIC STOREISUPPLIES JEWELRY PLUMBING & HEATING SALES PACKAGING LAUNDRYlDRY CLEANERS RADIO STATION PARTY PLAN SALESlDEMONSTRATIOFI LOCKSMlTHlKEY SHOP REPAIRIMAINl ENANCE SERVICE PET SHOP LUMBER YARDlBUlLDtNC PRlNTlNGIDUPLlCATlNG MOBILE HOME PARK ROCK & SAND PRIVATE TRANSPORTATION MOTEUHOTEL SUN TAN SACON PUBLISHING ~ MOTORCYCLE DEALER STOCKlBONDISECURlTY BROKERAGE RECREATIONAL NURSERYlGARDEN SUPPLIES TAILORIDRESSMAKER RESTAURANT & BAR OFFICE SUPPL VIDEOTAPING RETlREMENTlNURSlNG HOME PAINTIGLASS&4ALLPAPER ROADlCONCESSlON ST'',? PRODUCUFRUIT STORE B = 35' PER THOUSAND SECRETARYIOFFlCEIANS~~€qING SVC PUBLIC HALLSllCE Rlsh ADVERTlSlNGlDlSTRlBUTION SELLNG IN THE FIELDS AIRCRAFT SALESlRENTAUREPR & SVC STORAGE RENTALS - 2 OF rAORE ANTlQUESiCOLLECTlBLES AUTO GARAGE REPAIR SWIMMING POOL SERVICE SHOE STORE AUTO PARTSRlRES/TOWlNG AUTO RENTINGILEASING TOY STORE BAKERYlBREAD SHOP TRAVEL AGENCY THEATER BUYlNGlRESELL SERVICE VARIETY CONVENIENCE STORE TOBACCOIPERIODICALS CA CL L SERVICE COLOR CONSULTANT CONSIGNMENT SHOP CRAFTS/HOBBIES DATA PROCESSINGIKEYPUNCH DELIV'ERY SERVICE AUTO DEALER AUTO SERVICE STATION BOARDlNGlROOMlNG HGLSE BOWLING ALLEY CAR WASHIDETAILING EOUlPMENTlMACHlNE LEASE & SALES FLIGHT INSTRUCTORlSCHOOL CLOTHlNGlAPPAREL STORE FLOOR COVERINGS COIN OPERATED LAUNDRY COMPUTER SALESlRENTALS CREAMERY (ICE CREAM/' ' icy) DRAPERYNIINDOW FEED & ICE DEALER __ MISCELLANEOUS GROCERYlFOODlMEAT SALE3 MOVER HARDWARE STORE UPHOLSTERY SHOP RESTAURANT NUTRITIONAL S RADIOlSTEREOTTV SALES SUPPLIES ROUTE DELILERY TELEMARKETING aPECIALTY STORE SPORTING GOODS STORE TIONARY WEED ABATEMENT TRAILERIBOAT DEALER TRAILER CAMPlCOURT VIDEO RENTAUSALES CA CLEANING 0 = M' PER THOUSAND FARMER GROWER 1 COCKTAIL LOUNGElTAVERN ~molss~mlllpsm SALES OR USE TAX MAY APPLY TO YOUR BUSINESS ACTIVITIES YOU MAY SEEK WRITTEN ADVICE REGARDING THE APPLICATION OF TAX ULAQ BUSINESS BY WRITING TO ATE BOARD OF EQUALIZATION 334 VIA VERA CRUZ SAN MAACOS. CA 92089 I (819) 744-1330 Lllllllll FLAT FEE LICENSES PC - PB PROFESSIONAL 150 w - PA NO I xed or ESlabl shed Place 01 BuSinesS 8" Carisbad - Mobile Units WHOLESALER APPR41SEq SUB CbNTRACTOR - CONTRACTORS ACCOUNTANTICPA GENERAL ARCHITECT SIGN PAINTER BASIC FEE 120 w ATTORNEY AT LAW PER PERSON 2w CHIROPRACTOR COMPUTER CONSULTANT COUNSELING FeeslProceduies - RETAILER CONSULTANT MkC W Carl 011,ce 10, BREAD 8 BAKERY SUPPLIES 1 Bow DENTIST CATERING TRUCKS Bow DOCTOR AUCTION MARKET CONCRElEIROAD MIX 13000 ENGINEER BOw PHYSICAL THERAPIST AUTO WRECKING YARD DRY CLEANING 100 w PObIATRlST BILLIAROSICARD ROOM LAUNDRY 1w w PRIVATE INVESTIGATOR BINGO MEAT DlSfRlBUTOR Bow REAL ESTATE PETROLEUM PRODUCTS [HOME) MW RESEARCHIOEVELOPMENT DISTRIBUTION OF ADVtRTlSEMENTS RETAIL ICE SUPPLY Bow OPTOMETRIST I RANSFEWDELIVERY SIMILAR NOT SPECIFIED 40 03 AUCTIONEER DAIRY a ICE CREAM LINEN SERVICE am PROFESSIONAL - MiSC CABARETIDANCE RETAIL BOiTLED WATER BOM VETERINARIAN HOCK a SAND WATER SOFTENER SERVICE 1w w COMMERCIAL MOTION PICTURES JUNK YARD DEALER LIMOUSINE SERVICE IW w MASSAGC PARLOR mw MASSAGE TECHNICIAN PAWNBROKER PUBLIC UTILITY PRIVATE SECURITY SERVICE SPECIAL EVENT TAXI SERVICE ISSUE DATE (W FICATE OF INSURANCE 02,' 1 F THIS CERTIFICATE IS ISSUED AS A MATT OF INFORMATION C CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS C DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORt TIIIII"1PSC7N I rdS . AGEPdL i POLICIES BELOW. COMPANIES AFFORDING COVERAGE @?: .. Ecf:< 7 13 100 ShrJ 0 I Eriu I:& 92 1. 7 1-0 1 00 COMPANY A LETTER APIEF' I c:w STATE:] I PJ:, - COMPANY LETTER B COMPANY LETTER c INSURED JOSEPH t. RII,H P .I3 . BOA 8lC14 1 FORTRESS FENCE COMPANY LETTER D SPIN DIEGO C;i 02133 COMPANY LETTER E TlFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POL11 INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO U CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL Tt EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS LIMITS POLICY EFFECTIVE POLICY EXPIRATION DATE (MM/DD/YY) DATE (MM/DD/YY) co TYPE OF INSURANCE POLICY NUMBER LTR A GENERAL LIABILITY 01-CC-"8r235-2 08 ,/2<),' 9 3 0 g ,' 3 i: ,' 0 I 3 '3 GENERAL AGGREGATE $ 21 :{ COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG $ 2[ CLAIMS MADE ,< OCCUR PERSONAL & ADV INJURY $ 1 [ :< OWNER'S & CONTRACTOR'S PROT EACHOCCURRENCE $ 1( FIRE DAMAGE (Any one fire) $ MED EXPENSE (Any one person) $ $ 'A AUTOMOBILE LIABILITY c? 3 -13r: -98:2337--2 (3 2 ' 3 ci ,' '? 2 0 8 ,x' 3 Ti $ 1( @ >( ANYAUTO $ BODILY INJURY (Per person) BOD!LY INJURY (Per accident) PROPERTY DAMAGE $ EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ ALL OWNED AUTOS SCHEDULED AUTOS $ ,( HIRED AUTOS :< NON-OWNED AUTOS GARAGE LIABILITY OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY STATUTORY LIMITS EACH ACCIDENT $ DISEASE-POLICY LIMIT $ DISEASE-EACH EMPLOYEE $ OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS JClB : 19'93 FENCI /dl; PROJECT - CCII~ITRACT idCi . 59CiOA r!<ii/J!l F'F'(IJET1 *2- 104 CERT IF I Ct-TE HULDE-i? I S ;$DDED T r LJW t I w;ii 1.1 P'C'T' '-171?;.1 cL,-)0'L I?( 1 185 :I LvmLI-r'( m:). RE'JISES 2-4- 1 0 DA 1'5 LI~i~c ELL-AT I ui\\i FOP rmw IFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL >E: MAIL .3r3 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER N LEFT, XXlXXKM3EXB XO6MILXXDMXlX€X WAMXlWEXXX MR x)! MXE#U(D(lS)KMX ~-'ARLSBAD MUI'.I I c I PAIL MA TEP a I ST . - PIIF'CHAS I IdG OFF I LE 12(1[? I3APLSBAD '4) I L.LAGL LIZ . c X'L. SE AP CA 92008- 109" ACORD 25-5 (7/90) ----*.----. -- ----- --.------ INDIANAPOLIS, INDIANA AGT '' f 9; A +< h; ** 9c 7-c >k *k fr 9c 9c A 9c Jc 9c 3; Jc 9c 9c 9c 9c 9c ;k 9; * 9c 9CYk 9c Y'C 9c 9c 9; 9c t POLICY CHANGE 9C ;k POLICY NUMBER: 01-CC-9822 9; **,*~c*,,,*HS~HE~~XH~9;~~~~~~~~,k;k9c~~*~;~~9c*9c AGENT: TOM THOMPSON INS AGENCY, I 8888 CLAIREMONT MESA, #M INSURED & JOSEPH E. RICH MAILING DBA: FORTRESS FENCE COMPANY P 0 BOX 710100 SAN DIEGO, CA 92171 04-80216 (385) ADDRESS: P.O. BOX 81041 (619) 279-5951 NAMED EMILY C. RICH 6 THOMAS E. RICH SAN DIEGO, CA 92138 POLICY PERIOD: FROM 08-30-92 TO 08-30-93 k9; 9c 9~ J( *j, 9c>k 9c *9; 9; ;k 9c * 3c >k 9c t k 9c * 9; * 9; 9c t 9c t 9c 9; j, 9c* >k 9; * 9c9c >k 9c Y'C Y'C 9c 9; 3; Y'C k 9~ Wc 9c ~k k t d k 9c 9c 3r ;k 9c Wc 9ok k ~k .Ir k ~k >k 9c 9c * 9c 8. 9C yk THE CHANGE IN YOUR POLICY RESULTS IN NO CHANGE IN PREMIUM. A ' 9c fc MUNICIPAL WATER DISTRICT. EFFECTIVE 2-2-93 ADDING PRIMARY WORDING ENDORSEMENT CG7634 FOR THE CARLSBAi 9C ,k fC yk 9; ,k 9c;t Jc* 9; ** 9c ,k * *;t 9c ,k;Wc 9; $c $< * 9c Yk * * * 9c 9;9c * * **A ** fck 9c * 9c 9c 9c 9c 9c JC fc 9c Yk 9c fk 9c * Yk 9c 9c 9c 9CYk $c 9c9c *9c * 9CYk 31 * * ** t 8 THE FOLLOWING HAS BEEN ADDED OTHER # 5 CARLSBAD MUNICIPAL WATER INTERESTS: DIST. - PURCHASING OFFICE 1200 CRALSBAD VILLAGE DR. CARLSBAD, CA 92008 CERTIFICATE HOLDER PRIMARY WORDING CG7634 PREMISES #ool ________________--__-------- 0 0 * 9-CM (0 1-86) LOS ANGELES (24033) INSURED COPY PREPARED 02 C AG THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. fl#!&i%!!8~ATEs ADD IT10 NAL INS U RED PRIMARY COVE RAG E CG 76 34 [ COMMERCIAL GENERAL LlAB A pnd LINCOLN NATIONAL CORPORATION This endorsement modifies insurance provided under the following: 0 COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: CITY MUNICIPAL WATER DISTRICT t (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as app to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Sch subject to the following provisions. 1. This insurance applies only with respect to liability: a. Arising out of "your work" for that insured by or for you; or b. Arising from the general supervision of "your work" by the person or organization shown in the Sched This insurance does not apply to "bodily injury" or "property damage" arising out of the sole negligence or misconduct of, or for defects in design furnished by, the person or organization shown in the Schedule. 2. e With respect to the insurance afforded the additional insured, paragraph 4 of COMMERCIAL GENERAL LIABILITY CON0 (Section IV) is deleted and replaced by the following: 4. Other insurance a. b. This insurance is primary, and our obligations are not affected by any other insurance carried by such ad insured whether primary, excess, contingent, or on any other basis. This additional provision applies only to the person or organization shown in the Schedule. 0 I Page 1 of 1 C-AG-O&PRI INDIANAPOLIS, INDIANA AGT* 3c kJ, 9; *Jr 9c k * 9c *k Y'C -I( 9c k Wc 9; * 9; t* -k *-lr* ;k 9dc >k Jc * 3c bt 9c 9c >k * 3C .I( POLICY NUMBER: 01-CC-98223 0 NAMED EMILY C. RICH & THOMAS E. RICH AGENT: TOM THOMPSON INS AGENC IN k POLICY CHANGE ***,,*****HEEH~~~XE~*~~~~~~~~~~******~c~c* INSURED & JOSEPH E. RICH MAILING DBA: FORTRESS FENCE COMPANY P 0 BOX 710100 ADDRESS: P.O. BOX 81041 SAN DIEGO, CA 92171 (6 19) 279-595 1 8888 CLAIREMONT MESA, $$f SAN DIEGO, CA 92138 04-80216 (385) POLICY PERIOD: FROM 08-30-92 TO 08-30-93 * 9C** *** >k* ** * *9c * * k* 9c* ** * *** * * Jc ** >k** * ** ** * *9C ** ** k 9; * * >k ** k 9c*k * 9C>k 9, k f ** 9c* * >k * * * t *9c * * *>k* * THE CHANGE IN YOUR POLICY RESULTS IN NO CHANGE IN PREMIUM. * EFFECTIVE 2-1-93 ADDING CARL BAD MUNICIPAL WATER DISTRICT AS ADDITIONAL * INSURED PER FORM CG2010(1185? ********A * * * ** 9, * * ** 9c *>k *** * * *.le ** * 9; * ** k * * * 3C * * ** * * ** 3c ** >k f >k * * * 9c Jc >k 9c * * * * * k ** * 9c * * fc * ** * * THE FOLLOWING HAS BEEN ADDED OTHER # 4 CABLSBAD MUNICIPAL WATER INTERESTS: DISTRICT * *\ * _______------_-------------- 1200 CARLSBAD VILLAGE DR. CARLSBAD, CA 92008 CERTIFICATE HOLDER ADD'L INS'D PER FORM CG2010 PREMISES #OOl 0 a L 9-CM(01-86) LOS ANGELES (24033) INSURED COPY PREPARED 02-02 c nn nll ""1. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 29 io * ne~mCsmlEs ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) COMMERCIAL GENERAL LlAB A wad LINCOLN NATIONAL CORPORATION This endorsement modifies insurance provided under the following: e COMMERCIAL GENERAL LlABlLlW, COVERAGE PART SCHEDULE Name of Person or Organization: STATE OF CALIFORNIA, DEPT. OF TRANSPORTATION (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as app to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Sct but only with respect to liability arising out of "your work" for that insured by or for you. Copyright, Insurance Services Office, Inc., 1984 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) 0 CG 20 10 COMMERCIAL GENERAL LII ~W!EWfATEs A pnd LINCOLN NATWNAL CORPORAT#)N This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: CARLSBAD MUNICIPAL WATER DISTRICT (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as a[ to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the S but only with respect to liability arising out of "your work" for that insured by or for you. Copyright, Insurance Services Office, Inc., 1984 0 P bP nl DR lNLuuitwuL1a, IIYUIAIYII Ab I 9: 9: t t >kt 9: kt 9:9:* 9: 9: 9:* 9: 9: 3k 9: t 9: 9: 9:* 9: t 9: 9: 9: t 9: k 9: t t *A 9c t t POLICY CHANGE t A POLICY NUMBER: 01-CC-98243- NAMED EMILY C. RICH THOMAS E. RICH AGENT: TOM THOMPSON INS AGENCY, IN( t Jr t 9c t * t 9: 9: +:E $ $9 $1 J, E i- t SE I, SE 1- k 9 t 2 t k t t 9r Jr t9~ 7kt INSURED 6 JOSEPH E. RICH 8888 CLAIREMONT MESA, #M MAILING DBA: FORTRESS FENCE P 0 BOX 710100 ADDRESS: P.O. BOX 81041 SAN DIEGO, CA 92171 SAN DIEGO, CA 92138 04-80216 (385) (619) 279-5951 POLICY PERIOD: FROM 08-30-92 TO 08-30-93 9: * 9: 9: >k 9: t t 9: >k 9: 9: 9: >t A 9: >k Yk >k 9: A * k 9: 9: -ic * 9: 9: 9: 9: 9: 9: k 9t 9: 9: 9: 9: 9: 9: 9: 9: 9: 9: Yt 9: * k 9: 9: 9: 9: * 9: 9: 9: 9: f 9: 9: * 9: * 9: 9: * 9: 9: 9:9: 9; 3; w:* 9:9: 9: 9:. 9: 9c THE CHANGE IN YOUR POLICY RESULTS IN AN ADDITIONAL PREMIUM OF $78.25. 3c THE AMOUNT DUE WILL BE BILLED UNDER VARI-BILL ACCOUNT //090202199 . " ADDED CA7 135. 9c 7k A .rt A i: 9: ir .I; jr 9: 9: 9: 9: 3r 7': a'r 9: 7': ;': 9: 9: 9: 7': .I; 9: 9: 9r 9r 9: ;': 9: 9: 7': 9: A 9: 7': Y? ~t 7': ;*: * 9: .li 7': .I; 9: 9: 9: A k 7': 9: 9: 3: 9: A -I; 9: Y? Y? 9: 9: xk 9: >? 9: 9: -/c :': .j; f 9; 7': ;? -ic >': >? >t ;? f THE FOLLOWING HAS BEEN ADDED OTHER f 1 CARLSBAD MUNICIPAL WATER INTERESTS : DISTRICT ............................ 1200 CARLSBAD VILLAGE DRIVE CARLSBAD, CA 92008 ADDITIONAL INSURED LESSOR PREMISES #ooo 0 0 < 9-CM(01-86) LOS ANGELES (24033) INSURED COPY PREPARED 02-05 C.AG 09-PR COVERAGES ---_-----___------_-------------- LIABILITY UNINSURED MOTORISTS AUTO MEDICAL PAYMENTS COMPREHENSIVE EACH COVERED AUTO _______--____---____---_--------- ____________________-------__---- _______________-____----_-----_-- ____________________------------- COLLISION COVERED LIMIT OF AUTO INSURANCE DEDUCTIBLE SYMBOL PREMIl -_---_-----____--_ -----_---- -__---- --__--. $ 1,000,000 4,8,9 $ 3,4 $ 60,000 4 $ $ 5,000 4 $ LESSER OF ACTUAL $ 100 4 $ ---_-__-_-____---_ ---------- -_----- ------. -----__-----__---- -_--__---- _------ ----_- ---_--_-_--_--_--- ---------- ---_--- _----- CASH VALUE OR REPAIR COST ---_____________-_ ----_----- ------- ------ LESSER OF ACTUAL $ 250 4 $ CASH VALUE OR REPAIR COST _________________________________________-------------------------------_----- FORM NUMBER ________________ (3~71350188 DESCRIPTION CLASS PREMIUM _________--__----__--_------_---------_- ----_-- ---------- ADDITIONAL INSURED I 9020 1 S 136. Endarsement effective 02-01-93 Named Insured EMILY C. RICH, THOMAS E. RICH Countersigned by 0 Schedule Name of Person or Organization CARLSBAD MUNI CI PAL WATER DI STRICT Address 1200 CARLSBAD VILLAGE DRIVE CARLSBAD, CA 92008-1989 ' Premium $ 136 i I 8 II 1 1 I I I. 1 8 I t I 1 1 I OPTIONAL ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION f This Escrow Agreement is made and entered into by and between the Carlsbad MuniciE Water District whose address is 5950 El Camino Real, Carlsbad, California 920C hereinafter called "District" and whose address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the District, Contractor and Escrow Agent agrc as follows: 1. Pursuant to Section 22300 of the Public Contract Code, Contractor has the optic to deposit securities with Escrow Agent as a substitute for retention earnin required to be withheld by District pursuant to the public works contract entered in between the District and Contractor for CONSTRUCI'ION OF 1993 m;,"IN( PROJECT IN THE CITY OF CARLSBAD, CMWD PROJECT NO. 92-104 dated the amount of (hereinafter referred to as the "Contract"). A copy of said contract is attached e Exhibit "A". When Contractor deposits the securities as a substitute for Contrac earnings, the Escrow Agent shall notify the District within ten (10) days of th deposit. The market value of the securities at the time of the substitution shall b at least equal to the cash amount then required to be withheld as retention unde the terms of the Contract between the District and Contractor. Securities shall bl held in the name of Carlsbad Municipal Water District and shall designate th Contractor as the beneficial owner. Prior to any disbursements, Escrow Agent sha verify that the present cumulative market value of all securities substituted is at leas equal to the cash amount of all cumulative retention under the terms of thc Contract. The District shall make progress payments to the Contractor for such funds whicl otherwise would be withheld from progress payments pursuant to the Contrac provisions, provided that the Escrow Agent holds securities in the form and amoun specified above. Alternatively, the District may make payments directly to Escrow Agent in the amount of retention for the benefit of the District until such time as the escroN created hereunder is terminated. 2. 3. Escrow Agreement for Surety Deposits in Lieu of Retention lOi2OP2 Rev. I* I 1 i I I I 1 I 1 I I li 1 1 I 4. Contractor shall be responsible for paying all fees for the expenses incurred 1 Escrow Agent in administering the escrow account. These expenses any payme terms shall be determined by the Contractor and Escrow Agent. The interest earned on the securities or the money market accounts held in escrc and all interest earned on that interest shall be for the sole account of Contract and shall be subject to withdrawal by Contractor at any time and from time to tin without notice to the District. Contractor shall have the right to withdraw all or any part of the principal in tk Escrow Account only by written notice to Escrow Agent accompanied by writtc authorization from District to the Escrow Agent that District consents to tl withdrawal of the amount sought to be withdrawn by Contractor. The District shall have a right to draw upon the securities in the event of default 1 the Contractor. Upon seven (7) days written notice to the Escrow Agent from tk District of the default of the Contractor, the Escrow Agent shall immediately conve the securities to cash and shall distribute the cash as instructed by the District. Upon receipt of written notification from the District certifying that the Contract( has complied with all requirements and procedures applicable to the Contrac Escrow Agent shall release to Contractor all securities and interest on deposit le: escrow fees and charges of the Escrow Agent. The escrow shall be close immediately upon disbursement of all monies and securities on deposit and paymen 5. f 6. I 7. 8. i. of fees and charges. 9. Escrow agent shall rely on the written notifications from the District and th Contractor pursuant to Sections 6 thru 8 and 10, inclusive, of this agreement and th District and Contractor shall hold Escrow Agent harmless from Escrow Agent release and disbursement of the securities and interest as set forth in Section 6 thr 8 and 10. ... ... ... ... ... .I. ... ... ... ... ... ... ... Escrow Agreement fa Surety Deposits i Lieu of Retentio lOt20192 Rei I. I 1 10. The names of the persons who are authorized to give written notice or to recej written notice on behalf of the District and on behalf of Contractor in connecti with the foregoing, and exemplars of their respective signatures are as follows: For District: Title t I Name Signature Address I I I I I I I 1 I I I I For Contractor: Title Name Signature I Address For Escrow Agent: Title Name I. Signature Address ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... Escrow Agreement fo Surety Deposits li Lieu of Retentioi 10/20/92 Rev I. 1 I I w At the time the Escrow Account is opened, the District and Contractor shall deliver to tE Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their prop officers on the date first set forth above. f I For District: Title Name Signature I 1 I 1. I I I I I I I I I Address For Contractor: Title Name I Signature Address For Escrow Agent: Title Name Signature Address Escrow Agreement fc Surety Deposits i Lieu of Retentio 10/20/92 Re 1. I I RELEASE FORM THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS NAME OF CONTRACTOR: I. 1 PROJECT DESCRIPTION: 1993 FENCING PROJECT - CMWD PROJECT NO. 92-11 PERIOD WORK PERFORMED: The above-named Contractor hereby acknowledges payment in full for all compensation whatever nature due the Contractor for all labor and materials furnished and for all WOI performed on the above-referenced project for the period specified above with the exceptic of contract retention amounts and disputed claims specifically shown below. RETENTION AMOUNT FOR THIS PERIOD: $ I I I 1 le I I I I 1 I I DISPUTED CLAIMS DESCRIPTION OF CLAIM AMOUNT CLAIME The Contractor further expressly waives and releases any claim the Contractor may have 4 whatever type or nature, for the period specified which is not shown as a retention amoui of a disputed claim on this form. This release and waiver has been made voluntarily 1: Contractor without any fraud, duress or undue influence by any person or entity. Contractor further certifies, warrants, and represents that all bills for labor, materials, ar work due Subcontractors for the specified period have been paid in full and that the partic signing below on behalf of Contractor have express authority to execute this release. DATED: PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporatioi I etc.) By: Title: I By: Title: Release Fon 10/20192 Re r. 3 I I SPECIAL PROVISIONS I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION f 1. 1-1 TERMS To Section 1-1, add: A. Reference to Drawings Where words "shown," "indicated," "detailed," "noted," "scheduled," or words of simil; import are used, it shall be understood that reference is made to the plans accompanyir these provisions, unless stated otherwise. B. Directions: Where words "directed," "designated," "selected," or words of similar import are used, it shz be understood that the direction, designation or selection of the Engineer is intended, unle stated otherwise. The word "required" and words of similar import shall be understood 1 mean "as required to properly complete the work as required and as approved by t€ District Engineer," unless stated otherwise. C. Equals and Approvals: Where the words "equal," "approved equal," "equivalent," and such words of similar impo are used, it shall be understood such words are followed by the expression "in the opinic of the Engineer," unless otherwise stated. Where the words "approved," "approval "acceptance," or words of similar import are used, it shall be understood that the approvi acceptance, or similar import of the District is intended. I 1 1 I I lo t 1 1 1 I II I I D. Perform and Provide: The word "perform" shall be understood to mean that the Contractor, at herhis expens shall perform all operations, labor, tools and equipment, and further, including tl furnishing and installing of materials that are indicated, specified or required to mean th the Contractor, at her/his expense, shall furnish and install the work, complete in place a1 ready to use, including furnishing of necessary labor, materials, tools, equipment, a1 transportation. Special Provisia 10/20/92 Rc I. 4 I i I R 1 I I E. 8 1 IC I I I I 1-2 DEl3"IONS Modify Section 1-2 as follows: Agency - the Carlsbad Municipal Water District, Carlsbad, California Engineer - the District Engineer for the Carlsbad Municipal Water District or his approve f representative. 2-4 CONTRACT BONDS Delete the third sentence of the first paragraph having to do with a surety being listed the latest revision of U.S. Department of Treasury Circular 570. Modify Paragraph 3 as follows: Contractor shall provide two good and sufficient surety bonds. The "Payment Bonc (Material and Labor Bond) shall be for not less than 50 percent of the contract price t satisfy claims of material suppliers and of mechanics and laborers employed by contract< I on the project. Add: The Payment Bond and the Performance Bond shall be kept in full force and effect by th Contractor during the course of this project. Both bonds shall extend in full force an effect and be retained by the District for a period of one (1) year from the date of form( acceptance of the project by the District. The Warranty Bond shall be kept in full force an effect by the Contractor to remedy any defects which may develop during a period on or (1) year from the date of completion and acceptance of the work performed under sal contract provided such defects are caused by defective or inferior materials or workmanshi I Add the following: All bonds are to be placed with insurers that have a rating in Best's Key Rating Guide c at lease A-:V and are authorized to conduct business in the state of California and are liste in the official publication of the Department of Insurance of the State of California. 2-5 PLANS AND SPECIFICATIONS To Section 2-5.1, General, add: The specifications for the work include the SAN DIEGO REGIONAL STANDARI DRAWINGS and the Standar Specifications for Public Works Construction, (SSPWC), 1991 Edition, and the late: Special Provisioi lot20192 Re I* I I 1 1 1 I I 1 8 I I SI 1 1 4 supplement, hereinafter designated "SSPWC", as issued by the Southern California Chaptc of the American Public Works Association, and as amended by the Special Provisior section of this contract. The Construction Plans consist of 1 sheet(s) designated as Carlsbad Municipal Watc District Drawing No. 92-104 . The standard drawings utilized for this project are tk latest edition of the San Diego Area Regional Standard Drawings, hereinafter designate SDRS. as issued bv the San Diego Counh Department of Public Works, together with t€ Carlsbad Municipal Water District Supplemental Standard Drawings. Copies of pertinei standard drawings are enclosed with these documents. To Section 2-5.3, Shop Drawings, add: Where installation of work is required in accordance with the product manufacture1 direction, the Contractor shall obtain and distribute the necessary copies of such instructio including two (2) copies to the District. t 1 2-5.4 Record Drawings: The Contractor shall provide and keep up-to-date a complete "as-built" record set { transparent sepias, which shall be corrected daily and show every change from the origin drawings and specifications and the exact "as-built" locations, sizes and kinds of equipmez underground piping, valves, and all other work not visible at surface grade. Prints for th purpose may be obtained from the City at cost. This set of drawings shall be kept on tl job and shall be used only as a record set and shall be delivered to the Engineer up< completion of the work. b 3-5 DISPUTED WORK I To Section 3-5, Disputed Work, add: All claims by the contractor for $375,000 or less shall be resolved in accordance with tl procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1 (commencing with Section 20104) which is set forth below: ARTICLE 1.5. RESOLUTION OF CONSTRUCTION CLAIMS 0 20104. Application of article; inclusion of article in plans and specifications (a) (1) This article applies to all public works claims of three hundred seventy-fi thousand dollars ($375,000) or less which arise between the contractor and a local agenc (2) This article shall not apply to any claims resulting from a contract between a contract Special Provisic 10/20/92 Ri B* I 4 and a public agency when the public agency has elected to resolve any disputes pursuant t Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b) (1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Codr except that "public work" does not include any work or improvement contracted for by th state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (E payment of money or damages arising from work done by or on behalf of the contractc pursuant to the contract for a public work and payment of which is not otherwise express1 provided for or the claimant is not otherwise entitled to, or (C) an amount the payment c which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans c specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 0 20104.2. Claims; requirements For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate th claim. Claims must be filed on or before the date of final payment. Nothing in th subdivision is intended to extent the time limit or supersede notice requirements otherwis provided by contract for the filing of claims. (b) (1) For claims of less than fifty thousand dollars ($50,000), the local agency sha respond in writing to any written claim within 45 days of receipt of the claim, or ma request, in writing, within 30 days of receipt of the claim, any additional documentatio supporting the claim or relating to defenses or claims the local agency may have against th claimant. (2) If additional information is thereafter required, it shall be requested and provide pursuant to this subdivision, upon mutual agreement of the local agency and the claiman (3) The local agency's written response to the claim, as further documented, shall b submitted to the claimant within 15 days after receipt of the further documentation c within a period of time no greater than that taken by the claimant in producing th additional information, whichever is greater. (c) (1) For claims of over fifty thousand dollars ($50,000) and less than or equal to thre hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writin to all written claims within 60 days of receipt of the claim, or may request, in writing, withi 30 days of receipt of the claim, any additional documentation supporting the claim c Special Provisioi 10/20/92 Re I I I I 8 I f I c1) I 1 1 I I I 1 I I. 41 1 I relating to defenses or claims the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provide( pursuant to this subdivision, upon mutual agreement of the local agency and the claimant (3) The local agency’s written response to the claim, as further documented, shall bt submitted to the claimant within 30 days after receipt of the further documentation, o within a period of time no greater than that taken by the claimant in producing thc additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency’s written response, or the local agency fails tc respond within the time prescribed, the claimant may so notify the local agency, in writing either within 15 days of receipt of the local agency’s response or within 15 days of the loca agency’s failure to respond within the time prescribed, respectively, and demand an informa conference to meet and confer for settlement of the issues in dispute. Upon a demand, thc local agency shall schedule a meet and confer conference within 30 days for settlement o the dispute. (e) If following the meet and confer conference the claim or any portion remains ii dispute, the claimant may file a claim pursuant to Chapter 1 (commencing with Section 900 and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of thc Government Code. For purposes of those provisions, the running of the period of timc within which a claim must be filed shall be tolled from the time the claimant submits his o her written claim pursuant to subdivision (a) until the time the claim is denied, includin, any period of time utilized by the meet and confer conference. 0 20104.4. Procedures for civil actions filed to resolve claims The following procedures are established for all civil actions filed to resolve claims subjec f I 1 I i 1 I 1. I I to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings the court shall submit the matter to nonbinding mediation unless waived by mutua stipulation of both parties. The mediation process shall provide for the selection within 1: days by both parties of a disinterested third person as mediator, shall be commenced withii 30 days of the submittal, and shall be concluded within 15 days from the commencemen of the mediation unless a time requirement is extended upon a good cause showing to thc court. (b) (1) If the matter remains in dispute, the case shall be submitted to judicial arbitratioi pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Codc of Civil Procedure, notwithstanding Section 1131.11 of that code. The Civil Discovery Ac of 1986 (Article 3 [commencing with Section 20161 of Chapter 3 of Title 3 of Part 4 of thc Code of Civil Procedure) shall apply to any proceeding brought under this subdivisioi consistent with the rules pertaining to judicial arbitration. I I I II 1 I Special Provision lOf2OP2 Rei I. 4 (2) In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of th Code of Civil Procedure, (A) arbitrators shall, when possible, be experienced in constructio law, and (B) any party appealing an arbitration award who does not obtain a more favorabl judgment shall, in addition to payment of costs and fees under that chapter, also pay th attorney’s fees on appeal of the other party. 5 20104.6. Payment by local agency of undisputed portion of claim; interest on arbitratio award or judgment (a) No local agency shall fail to pay money as to any portion of a claim which is undispute except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the leg; rate on any arbitration award or judgment. The interest shall begin to accrue on the dai the suit is filed in a court of law. 0 20104.8. Duration of article; application of article to contracts between Jan. 1, 1991 an B 8 1 1 1 I i f I Jan.1, 1994 (a) This article shall remain is effect only until January 1, 1994, and as of that date repealed, unless a later enacted statue, which is enacted before January 1, 1994, deletes c extends that date. (b) As stated in subdivision (c) of Section 20104, any contract entered into between Januai 1, 1991, and January 1, 1994, which is subject to this article shall incorporate this article To that end, these contracts shall be subject to this article even if this article is repeale I@ m pursuant to subdivision (a). 4-1 MATERIALS AND WORKMANSHW I 1 1 II 8 i 1 To Section 4-1.3.1, Inspection Requirements, General, add: All work shall be under the observation of the Engineer or his appointed representativ The Engineer shall have free access to any or all parts of work at any time. Contractc shall furnish Engineer with such information as may be necessary to keep herhim ful informed regarding progress and manner of work and character of materials. Inspection ( work shall not relieve Contractor from any obligation to fulfill this Contract. Modify Section 4-1.4, Test of Materials, as follows: Except as specified in these Special Provisions, the Agency will bear the cost of testiI materials and/or workmanship where the results of such tests meet or exceed tl requirements indicated in the Standard Specifications and the Special Provisions. The co Special Provisio I. lOf2OP2 Rr 4 1 I of all other tests shall be borne by the Contractors. At the option of the Engineer, the source of supply of each of the materials shall b approved by him before the delivery is started. All materials proposed for use may b inspected or tested at any time during their preparation and use. If, after trial, it is foun that sources of supply which have been approved do not furnish a uniform product, or if th product from any source proves unacceptable at any time, the Contractor shall furnis approved material from other approved sources. After improper storage, handling or an other reason shall be rejected. All backfill and subgrade shall be compacted in accordance with the notes on the plans an the SSPWC. Compaction tests may be made by the District and all costs for tests that me( or exceed the requirements of the specifications shall be borne by the District. Said tests may be made at any place along the work as deeded necessary by the Enginee The costs of any retests made necessary by noncompliance with the specifications shall b borne by the Contractor. Add the following section: f 1 ! 1 1 8 B 4-1.7 Nonconforming Work 1. The contractor shall remove and replace any work not conforming to the plans ( specifications upon written order by the Engineer. Any cost caused by reason of th nonconforming work shall be borne by the Contractor. t 5-1 LOCATION Add the following: The City of Carlsbad and affected utility companies have, by a search of known record endeavored to locate and indicate on the Plans, all utilities which exist within the limits t the work. However, the accuracy of completeness of the utilities indicated on the Plans not guaranteed. I 8 I 1 1 i 1 5-4 RELOCATION Add: The temporary or permanent relocation or alteration of utilities, including servic connection, desired by the Contractor for hidher own convenience shall be the Contract01 own responsibility, and he/she shall make all arrangements regarding such work at no co to the District. If delays occur due to utilities relocations which were not shown of tl Plans, it will be solely the District’s option to extend the completion date. Special Provisio I. 10/20/92 Rc 41 In order to minimize delays to the Contractor caused by failure of other relocate utilitie which interfere with the construction, the Contractor, upon request to the District, may bl permitted to temporarily omit the portion of work affected by the utility. The portion thi omitted shall be constructed by the Contractor immediately following the relocation of th utility involved unless otherwise directed by the City. 1 1 n I i i I i. 1 I 1 I N i 1 0 I 6-1 CONSTRUCTION SCHEDULE Modify this section as follows: A construction schedule is to be submitted by the Contractor per the following: 1. The prime contractor is required to prepare in advance and submit at th time of the project preconstruction meeting a detailed critical path metho (CPM) proper schedule. This schedule is subject to the review and approv; of the City. The schedule shall show a complete sequence of construction activitiei identifying work for the complete project in addition to work requirin separate stages, as well as any other logically grouped activities. The schedul shall indicate the early and late start, early and late finish, 50% and 904 completion, and any other major construction milestones, materials an equipment manufacture and delivery, logic ties, float dates and duration. The prime contractor shall revise and resubmit for approval the schedule a required by City when progress is not in compliance with the origin; schedule. The prime contractor shall submit revised project schedules wit each and every application for monthly progress payment identifying change since the previous version of the schedule. The schedule shall indicate estimated percentage of completion for each itel of work at each and every submission. The failure of the prime contractor to submit, maintain, or revise th aforementioned schedule(s) shall enable City, at its sole election, to withhol up to 10% of the monthly progress payment otherwise due and payable to th contractor until the schedule has been submitted by the prime contractor an approved by City as to completeness and conformance with th aforementioned provisions. No changes shall be made to the construction schedule without prior writte approval of the Engineer. Any progress payments made after the schedule completion date shall not constitute a waiver of this paragraph or ax 2. 3. 4. 5. I damages. Special Provisioi 101’20192 Re I. I 4 Coordination with the respective utility company for removal or relocation c conflicting utilities shall be requirements prior to commencement of work b the Contractor. 1 1 1 1 1 i I I. 1 1 I 1 I B 6-7 TIME OF COMPLETION The Contractor shall begin work within ten (10) calendar days after receipt of the "Notic to Proceed" and shall diligently prosecute the work to completion within thirtv (30) calend: days after the date of the Notice to Proceed. To Section 6-7.2, Working Day, add: Hours of work - All work shall normally be performed between the hours of 7:OO a.m. an sunset, from Mondays and Fridays. The contractor shall obtain the approval of th Engineer if he/she desires to work outside the hours state herein. Contractor may work during Saturdays and holidays only with the written permission of th Engineer. This written permission must be obtained at least 48 hours prior to such worl! The Contractor shall pay the inspection costs of such work. f I 6-8 COMPLETION AND ACCEPTANCE Add the following: All work shall be guaranteed for one (1) year after the filing of a "Notice of CompletioI and any faulty work or materials discovered during the guarantee period shall be repaire or replace by the Contractor, at his expense. 6-9 LIQUIDATED DAMAGES Modify this section as follows: If the completion date is not met, the contractor will be assessed the sum of $ 250.00 pt day for each day beyond the completion date as liquidated damages for the delay. An progress payments made after the specified completion date shall not constitute a waive of this paragraph or of any damages. 7-3 LIABILITY INSURANCE Add the following: All insurance is to be placed with insurers that have rating in best's Key Rating Guide c at least A-:V and are authorized to conduct business in the state of California and are liste in the official publication of the Department of Insurance of the State of California. 1 1 Special Provisiox l0/20/92 Re I. 44 1 I I i I I I I. I 1 I 1 1 8 1 7-4 WORKERS’ COMPENSATION INSURANCE Add the following: All insurance is to be placed with insurers that are authorized to conduct business in thr state of California and are listed in the official publication of the Department of Insuranci of the State of California. Policies issued by the State Compensation Fund meet thl requirement for workers’ compensation insurance. t 7-5 PERMITS Modify the first sentence to read: The Agency shall obtain, at no cost to the Contractor, all encroachment, right-of-wa-) grading, and building permits necessary to perform work for this contract on District an1 City property, in street, highways (except State highway right-of-way), railways or othe I rights-of-way. Add the following: Contractor shall secure and pay for all County or State permits, fees and licenses necessar for proper execution and completion of work as applicable at time of receipt of bids. Contractor shall not begin work until all permits incidental to the work are obtained. Contractor shall obtain approval for haul routes. Haul route approvals shall be issued b the City Engineer. I 7-8 PROJECTS AND SITE MANAGEMENT To Section 7-8.1, Cleanup and Dust Control, add: Cleanup and dust control shall be executed even on weekends and other non-working day at the District’s request. Add the following to Section 7-8: 7-8.8 Noise Control All internal combustion engines used in the construction shall be equipped with muffle1 in good repair when in use on the project with special attention to City Noise Contrc Ordinance No. 3 109, Carlsbad Municipal Code, Chapter 8.48. Special Provisior 10L20192 Rei I. 4' 1 I 7-10 PUBLIC CONVENIENCE AND SAFETY Add the following 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 safety of employees on the wor and shall comply with all applicable provisions of Federal, State and Municipal safety law and building codes to prevent accidents or injury to persons on, about, or adjacent to th premises where the work is being performed. He/she shall erect and properly maintain a all time, as required by the conditions and progress of the work, all necessary safeguard for the protection of workers and public, and shall use danger signs warning against hazard created by such features of construction as protruding nails, hoists, well holes, and fallin materials. f i u i 1 1 I 7-13 LAWS TO BE OBSERVED i Add the following: Municipal ordinances which affect this work include Chapter 11.06. Excavation and Grading If this notice specifies locations or possible materials, such as borrow pits or gravel beds for use in the proposed construction project which would be subject to Section 1601 o Section 1603 of the Fish and Game Code, such conditions or modifications establishec pursuant to Section 1601 of the Fish and Game Code shall become conditions of thi con tract. 8 FACILITIES FOR AGENCY PERSONNEL 1. I 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 with reductions in amoun e 1 of retention. 10 SURVEYING District Engineer will establish a system of surveyed horizontal control points at 25 foo stations throughout the project and at each angle point location. The Contractor shal establish all intermediate lines and grades through the use of appropriate equipment. Contractor shall preserve all surveyed control points. All expenses related to replacement if any, of the preceding which have been disturbed or destroyed by Contractor shall be paic Special Provision 10120192 Re\ I 8 1 I I. 5( I I for by Contractor. Where bench marks or other permanent markers must be disturbed or removed ii constructing the Project, carefully preserve item until a reference has been made for it relocation, notify the District Engineer in sufficient time for item to be relocated withou causing delay in the Work, and pay all costs related to such relocation. Notify Engineer well in advance of the date and location of Work, so that the permanen horizontal control to be furnished by the District Engineer may be established. The Contractor shall pay double time for survey work that he requests to be done prior tl 7:OO a.m. or after 3:OO p.m. Monday through Friday, or on holidays or weekends. 11 WATER FOR CONSTRUCTION The Contractor shall obtain a construction meter for water utilized during the constructio under this contract. The Contractor shall contact the appropriate water agency fc requirements. The Contractor shall include the cost of water and meter rental withi appropriate items of the proposal. No separate payment will be made. I. I 1 I I I 8 I. 1 1 1 1 I II I 1 Special Provisioi 1. 10DOP2 Re 1 I i 1 I 1 i i I. 1 I I I I rn t I l I. c 10" diameter stop footing. Omit if roadway is concrete. HALF ELEVATION DOUBLE SWING GATE Diameter of footing = 4 P times ouaide diameter of post NOTES 1. All footing shall be 52UC-2500 concram 2 The following items shall be furnished and installed only when shown on the plans and/or called for in the special provisions: 3. Chain link fenw shall conform to Section 206-6 of the Smdard Specifications for Public Works Construction unless specifically noted on this drawing. a. Barbed wire a Extension post Lock type fork latch EXTENSION POST AND BARBED WIRE LEGEND ON i WALK GATE e- w Revision IByl Approved Date ntcnuumnto :I THC - SAN DIEGO REGIONAL STANDARD DRAWING ItG,ONrl nlJloknos c -Walk gate I fld Wb. /&tl $- 1b rnA &dU Eowa~~ nu mot DRAWING NUMBER M CHAIN LINK GATE :Cone' I. I I B I I I I I B * outside diameter of post. NOTES 1. All footings shall be 520-C-2500 concrete. 2 The fallowing items shall be furnished and installed only wl sham on the plans andlor called for in the special provisio a. Barbed Wire b. Extension Arm c Tap Horizontal Rail 3. Chain link fence shall conform to Section 206-6 of the Standard Specifications for Public Works Construction unless specifically noted on this drawing. 4. See Standard Drawing M-20 for additional details EXTENSION ARM AND BARBED WIRE LEGEND ON PLAh co-c--)-c v 1 Revision By Approv pP n.a Notes b W.6. Notes % a,&# ICGlONAL IfCOYYENOtO STANDARDS IV THE COYYITTLE SAM DlfGO SAN DlEGO REGIONAL STANDARD DRAWING L Note 3 @ddu &e, IT75 brdwI01 R.E.E. 198401 On* CHAIN LINK FENCE DRAWING NUMBER M-6