HomeMy WebLinkAboutSaturn Electric Inc; 1989-07-24; 86-1-37032n
A ",
#? q vxJS2 -- >e? D,. i'"c;i.? F-..S 2 t v.c TC 6 *L y. I2 KbUL'l' Tf
i %+
1200 ELM AVENUE
(6. CARLSBAD, CA 92008-1989 a
@tag of anrlBtmnh
PURCHASlNG DEPARTMENT
MAY 26, 1989
ADDENDUM NO. 1
PROJECT: TENNIS COURT LIGHTING - CARLSBAD HIGH SCHOOL
PROJECT NO. 86-1-37032
Please include the attached as part of the Contract.
This addendum, receipt acknowledged, must be attached to Propos
Form when bid is submitted.
rA
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1
m
7,
4
3 J t
TE
(6' 1200 ELM AVENUE CARLSBAD, CA 92008-1989 a
@itg af Qk~rinbnb
PURCHASING DEPARTMENT
May 26, 1989
ADDENDUM NO. 7
Project No. 86-1 -37032
Project Name: Tennis Court Lighting at Carlsbad High School
Bid Opening Date: June 8, 1989 at 4:OO p.m.
CHANGE IN POWER SOURCE POLE
New pole for power source is pole # 127674.
Located on Basswood on the south side of street directly in fro of tennis courts.
Original pole was shown as #127740 on page 1 of drawings. Iten number 4 under notes. 0
LADDER ARMS REQUIRED
STOP TRENCH D I" D 7Vz" FROM POLE
j
I
TjAS\LUCOD ALE. /
t
*
I
FOR PARKS AND RECREATION USE ONLY CONTRACT FOR PUBLIC WORKS $15,000 OR MORE
CITY OF CARLSBAD
1
San Diego County
California
1
I
I
I
I
b
I
I
1
I
I
I
1
I
CONTRACT DOCUMENTS AND SPECIAL PROVISIONS I for
CONTRACT NO. P&R - 86-1-37032
t
I
I-
i
TABLE OF CONTENTS b ITEM - PA
NOTICE INVITING BIDS .......................... I I PROPOSAL ............................... 3
BIDDER‘S BOND TO ACCOMPANY PROPOSAL .................. 6
DESIGNATION OF SUBCONTRACTOR 7 ...................... c BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY ............ .9
BIDDER‘S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE ......... 10
CONTRACT - PUBLIC WORKS $15,000 OR MORE ............... 11
CONTRACTOR’S CERTIFICATION OF AWARENESS OF WORKERS’ COMPENSATION RESPONSIBILITY ............... 16
I
I
CONTRACTOR’S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986 ............ 16
CONTRACTOR‘S CERTIFICATION OF COMPLIANCE OF AFFIRMATIVE ACTION PROGRA ....................... 16
LABOR AND MATERIALS BOND ....................... 17
1
b
I PERFORMANCE BOND ........................... 19
1
I
I
I
I
1
1
ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION ...... 21
NON-COLLUSION AFFIDAVIT 24 ........................
TECHNICAL SPECIFICATIONS ....................... 25
1
I w
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
B Sealed bids will be received at the Office of the Purchasing Officer, City Hal 1200 Elm Avenue, Carlsbad, California, until 4:OO PM on the 8th day of Ju , 1989, at which time they will be opened and read for performin the work f
The work shall be performed in strict conformity with the specificatio therefore as approved by the City Council of the City of Carlsbad on file in 1 Parks and Recreation Department, of the City of Carlsbad. Reference is herc made to specifications for full particulars and description of the work. 1 specifications for the work shall consist of the latest addition of the Stand: SDecifications for Pub1 ic Works Construction, hereinafter designated SSPWC, issued by the Southern Chapters of the American Public Works Association.
The City of Carl sbad encourages the participation of minority and women-owr
No bid will be received unless it is made on a proposal form furnished by 1 Purchasing Department. Each bid must be accompanied by security in a form i amount required by law. The bidders’ security of the second and third next low6 responsive bidders may be withheld until the contract has been fully executc The security submitted by all other unsuccessful bidders shall be returned them, or deemed void, within ten (10) days after the contract is awardc Pursuant to the provisions of law (California Government Code, Section 4591 appropriate securities may be substituted for any obligation required by t notice or for any monies withheld by the City to ensure performance under t contract. If Contractor elects to use an escrow agent, Section 10263 of Public Contract Code requires monies or securities be deposited with St Treasurer or a state or federally chartered bank in California.
The documents which must be completed, properly executed and notarized are:
I
CARLSBAD HIGH SCHOOL TENNIS COURT LIGHTING, CONTRACT NO. 86-1-3 ? 032 8
I
R
1 businesses.
1
1
I
I
I
I
li
I,
1. Proposal 2. Bidder’s Bond 3. Designation of Subcontractors 4. Bidder’s Statement of Financial Responsibility 5. Bidder’s Statement of Technical Ability and Experience
All bids will be compared on the basis of the Engineer’s Estimate. The estima quantities are approximate and serve solely as a basis for the comparison bids. The estimate is $85,000. Work is anticipated to take place during Ju July, and Auqust, 1989, and take approximately 90 consecutive calender da
No bid shall be accepted from a Contractor who has not been licensed accordance with the provisions of State law. The Contractor shall state his her license number and classification in the proposal. The folloh classifications are acceptable for this contract: C-10 AND GENERAL CONTRACl
If the Contractor intends to utilize the escrow agreement included in contract documents in lieu of the usual 10% retention from each payment, tt documents must be completed and submitted with the signed Contract. The esc agreement may not be substituted at a later date.
1 workdays, weeks to complete.
t
i
I
4
I
1
I
1
I
i
E
I
t
I
1E I
I
1;
One set of contract documents and special provisions may be obtained at tl Purchasing Department, City Hall, 1200 Elm Avenue, Carlsbad, California, at I cost to licensed contractors, additional sets may be obtained for a noi refundable fee of $10.00 per set.
The City of Carlsbad reserves the right to reject any or all bids and to wail any minor irregularity or informality in such bids.
The general prevailing rate of wages for each craft or type of worker needed execute the contract shall be those as determined by the Director of Industri Relations pursuant to Sections 1770, 1773 and 1773.1 of the California Lab! - Code. Pursuant to Section 1773.2 of the California Labor Code, a current co of applicable wage rates is on file in the Office of the Carlsbad City Cler The Contractor to whom the contract is awarded shall not pay less than the sa specified prevailing rates of wages to all workers employed by him or her in t execution of the contract.
The Prime Contractor shall be responsible to insure compliance with provisia of Section 1777.5 of the California Labor Code and Section 4100 et seq. of t California Pub1 ic Contract Code, "Subletting and Subcontracting Fair Practic Act" e
The provisions of Part 7, Chapter 1, of the California Labor Code commenci with Section 1720 shall apply to the Contract for work.
A pre-bid meeting and a tour of the project site will be held on Mav 25, 1989, at City Hall, Council Chambers at 2:00 D.m. A tour of t project site should be made prior to the pre-bid meeting.
Bidders are advised to verify the issuance of all addenda and receipt then one day prior to bidding. Submission of bids without acknowledgement of addei issued may be cause for rejection of bid.
Bonds to secure faithful performance of the work and payment of laborers i materials suppliers each in an amount equal to one hundred percent (100%) t fifty percent (50%), respectively, of the Contract price will be required ' work on this project.
The Contractor shall be required to maintain insurance as specified in ' Contract. Any additional cost of said insurance shall be included in the I price.
Approved by the City Council of the City of Carlsbad, California by Resolut No. 8' - //3 , adopted on the //@ day of , 198p.
b
b
k % 1c Date
1
Br 1,
CITY OF CARLSBAD
CONTRACT NO. 86-1-37032
a t PROPOSAL
City Council City of Carlsbad 1200 Elm Avenue
I
I
I
I
c
b
II
1
c
I
I
P
I ,)I fl
1 Carlsbad, CA 92008
The Undersigned declares he/she has carefully examined the location of the wor read the Notice Inviting Bids, examined the Plans and Specifications, and here proposes to furnish all labor, materials, equipment, transportation and servic required to do all the work to complete this Contract and that he/she will ta in full payment therefor the following unit prices for each item complete, wit:
Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit - No. Price Written in Words and Unit -- Price Total
1. Complete lighting of all 9 courts 12,083.00 $108,747.00 tennis courts as per plan I specifications.
2. Complete 1 ighti ng of 6 courts 16,483.00 $ 98,898.00 (easterly) tennis courts, and necessary conduit and wiring for additional three courts. This is to be an a1 ternate bid.
Total amount of bid in words: One Hundred Eight Thousand Seven Hundred For Seven Dollars OO/lOO-------------------
Total amount of bid in numbers: $ 1083747.00
Addendum(a) No(s) . I/ 1 has/have been received and is/a
included in this proposal. $ 1 &89 ..
I .
All bids are to be computed on the basis of the given estimated quantities a work, as indicated in this proposal, times the unit price as submitted by th I bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the correct€ extension shall be calculated and the bids will be computed as indicated abc and compared on the basis of the corrected totals.
The Undersigned has checked carefully all of the above figures and understar that the City will not be responsible for any errors or omissions on the par of the Undersigned in making up this bid.
The Undersigned agrees that in case of default in executing the required contract with necessary bonds and insurance policies within twenty (20) days from the date of Award of Contract by City Council of the City of Carlsbad, the proceeds of check or bond accompanying this bid shall become the propert of the City of Carlsbad.
Licensed in accordance with the Statutes of the State of California providir for the registration of Contractors 9 License No. Identification 95-2248756
The Undersigned bidder hereby represents as follows:
f
I
1
I
I
I
Ii
0 e
1
1
1
I
1
1
#219097 9
1. That no Council Member, officer, agent or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officer! agents or employees has induced him/her to enter into this Contract, excepting only those contained in this form of Contract and the papei made a part hereof by its terms; and
corporation making a bid for the same work, and is in all respects fi and without collusion or fraud.
Accompanying this proposal is Bid Bond
(Cash Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amoui bid.
The Undersigned is aware of the provisions of Section 3700 of the Californii Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the work of this Contract.
2. That this bid is made without connection with any person, firm, or
1
?
I
The Undersigned is aware of the provisions of the California Labor Code, Par 7, Chapter 1, Article 2, relative to the general prevailing rate of wages fa each craft or type of worker needed to execute the Contract and agrees to comply with its provisions.
Saturn Electric Inc Phone Number
Bidder's Name (619) 271-41
i
C'Z %Qf& .!&6&7 Date
i
1
I
1
E
b
79 Authorized Signature
g/ld -J+<61$ I ky TJ/& i .IF Date June ,!
Corporation Bi dder ' s Address Type of Organi zat i on
or Partnership) (Individual, Corporation
List below names of President, Secretary, Treasurer and Manager, if a corporation; and names of all partners, if a partnership:
R. J. Dudek President
J. E. Dudek Secretary
R. J. Dudek Treasurer I D. P. McGrenera Manager
II
1 (CORPORATE SEAL)
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST BE AITACHED. )
On this the &day of
County of 5 A I? 0 i G G~G
the undersigned Notary Public, personally appeared
or on behalf of the corpor
e corporation executed it
On this the 31day of - 19+ State of
County of Sari Diego
California
the undersigned Notary Public, personally appeared
Regina Reeves
m personally known to me 0 proved to me on the basis of satisfactory evidence
to be the person(s) who executed the within lnstunent as
or on behalf of the corpol
won EADlreS Feb w*-J*%v
*-*. 15 I
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS:
That w 4/j-j-ii.R&* i:'kCiTfiibL.. -- x *$'ed , as Principal, and 621 Bd fy sa6d Deet- 3; ,r ?,+mon4 rF $,&> , as Surety, are held and firr bound unto the City of Carlsbad, Cali'fornia, in an amount as follows: (mus. be at least ten percent (10%) of the bid amount)
84
*r&yg for which paymc will and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by the payments.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of tl above-bounden principal for?&w,s IC -B L-P. p-~.~7G~ kia*!st~.~d kd~,jkS/,~Contract No.86- in the City of Carlsbad, is accepted by the City Council of said Ci and if the above bounden Principal shall duly enter into and execute a Contract incl udi ng requi red bonds and insurance pol i cies wi thi n twenty (20) days from the date of Award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall bet( null and void; otherwise, it shall be and remain in full force and effect, the amount specified herein shall be forfeited to the said City.
In the event any Principal above named executed this bond as an individual, is agreed that the death of any such Principal shall not exonerate the Sure from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seal this 3kr day of
i
Bets P&W&rlT e;$ The 7-cC'%G$ /l#%a:(a ;'l- d$ rhe ad
I
1
I
I
I
I
1
1
I-
I
P
4 .I
i?%L d , 198%. s/q TL.fk& g LGC rq.rc2 pe,
b
1. $;da,,-iy (fd bf?pJ &;n{k,b9; c im,.-pop
Corporate Seal (If Corporation) BY: i He.,B/-l/J
Principaw ,'T. b&~ ~%CS&:.,)B d
1. TitlefizTi-cgtL y-2 .i' g-Ac-1
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS AND SURETY MUST BE ATTACHED. )
(ATTACH ACKNOWLEDGEMENT OF ATTORNEY IN FACT) I: (CORPORATE SEAL)
<
"<
,e
I- v. .I .
Power of Atto
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE. BALTIMORE. MD. e' KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of ti State of Maryland, by C. M. PECOT, JR. , Vice-president, and C. w. ROBBINS
Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By-Laws of said Company, whic
reads as follows:
"The Chairman of the Board, or the President. or any Executive Vice-president, or any of the Senior Vice.Presidents or Vice-Presidec specially authorizedso to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secreta or any one of the Assistant Secretaries. to appoint Resident Vice-presidents, Assistant Vice-presidents and Attorneys-in-Fact as the business oft Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings. recognizance stipulations, policies. contracts,agreements. deeds, and releases and assignments ofjudgements,decrees. mortgages and instruments in the nature mortgages. ... and to affix the seal of rhe Company thereto."
does hereby nominate constitute and appoint Regina Reeves of San Diego, California. .....
its true and lawful agent and Attorney-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and
its act and deed: any and all bonds and undertakings.. ............................ ~ s
And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon sa
Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by t
regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons.
The said Assistant Secretary docs hereby certify that the aforegoing is a true copy of Article VI, Section 2, of the By-Laws of sard Company, an(
IN WITNESS WHEREOF, the said Vice-president and Assistant Secretary have hereunto subscribed their names ai
now in force.
affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this ....... 2.3r.d ................. d
of ............ ept~e~b.er- ...................... , A.D. 19 ... 85..
0
FIDELITY AND DEPOSIT COMPANY OF MARYLA
cILR3Pw 3&- #!o AmST:
........................................................................ By .............................. Assisronl Secretary Vice- Bedent 1
, A.D. 19 85 , before the subscriber, a Notary Public of the State of Maryland
STATE OF MARYLAND
CITY OF BALTIMORE
and for the City of Baltimore. duly commissioned and qualified, came the above-named Vice-president and Assistant Secretary ofthe RD&I~ A DEP~ITCOYPANY OFMARYWND, to me personally known to be theindividualsandofficersdescribed inani whoexecuted the precdinginstrume and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith. that they the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company. and that I wid CorporateSeal and their signaturesas such officers were duly affixed and subscribed to the said instrument by the authority and direction of I said Corporation.
i %: On this 23rd day of September
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed by Official Seal. at the City of Baltimore, the day and year first above writ re yt "OT&++ d ......................... L. =/&e ................... ! ....................
Notary Public (ommission x es ............ ____? .......... 7,>:y-y3 CERTIFICATE 40°C V+'
1, the undersi ed, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. do hereby certify that the original Powel
Attorney of which tgforegoi isa full, trueandcorrect copy* isin full forceandeffect on thedateof thiscertificate; and I do further certify that
Vice-president who executedxe said Power of Attorney was one of the additional Vice-presidents specially authorized by the Board of Director
appoint any Attorney-in-Fact as provided in Article VI, Section 2 of the By-Laws of the FIDELITY AND DEPOSIT COMPANY Of MARYLAND.
This Certificate may be signed by facsimile under and by authority of the followin resolution of the Board of Directors of the FIDELITY j DEPOSIT COMPANY OF MARYIAND at a meeting duly called and held on the 16th day of Jufy. 1969. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company. whether made heretofon herurfter, wherever appearing upon a certified co y of any ppwer of attorney issued by the Company, shall be valid and binding up" the 6mp with the same force and effect as though manual& affixed. IN ~TIMONY WHEREOF. 1 have hereunto subscribed my name and affixed the corporate seal of the said Company, this ... 31s t. ........ '
....... .................................. ....... * of -.?'?aJ- 19 89
.............. ua--clr. -012-9219
-I-*-. <\ .. " -.
</'\, .'i. .I , . .,
p e'-* -
P.O. BOX 85638, SAN DIEGO, CALIFORNIA 92138
(619) 4574434
I
I
I
I
i
I
1
I
b
B
1
I
I
1
I
I
I
DESIGNATION OF SUB-CONTRACTORS e The Bidder certifies the use of the sub-bids of the following listed contractors in making up the Bidder's bid and that the sub-contractors liste will be used for the work for which they bid, subject to the approval of the Utilities & Maintenance Director, and in accordance with applicable provisia of the specifications and Section 4100 et seq. of the California Public Contract Code - "Subletting and Sub-contracting Fair Practices Act". No changes may be made in these sub-contractors except upon the prior approval the Utilities & Maintenance Director of the City of Carlsbad. If no sub- contractors are listed, the Contractor agrees that he or she is fully qualified to perform that portion of the work himself or herself and that Contractor shall perform that portion himsel f or herself o information is required for each sub-contractor. Additional pages can be attached, if required: Items of Complete Address Phone No. w/ Work Full ComDanv Name with ZiD Code Area Code
The foll owing
Suite R
Concrete Ed McDowell Construction 10509 San Diego Mission Rd (619) 282-6:
Fence Atlas Fence 1211 South 32nd St (619) 232-1151 San Diego CA 92108 I San Diego CA 92113
9
r.
B 19a State of LA I$ PC i: *q a fi On this the 3/”5 7 day of /33 ti ij } ss.
County of 583 s.1 fi P 6 (-[
the undersigned Notary Public, personally appeared
I’LG’
I
I
1
I
I
I
I
b
1
II
I
BIDDER‘ S STATEMENT OF FINANCIAL RESPONSIBILITY
The Bidder submits herewith a notarized or sealed statement of the Bidder’s most current year’s financial responsibility or financial statement. t
-
Signature
(NOTARIAL ACKNOULEDGEMENT OF EXECUTION MUST BE ATTACHED)
m
the undersigned Notary Public, personally appeared
R#X Dddi.&
0 proved to me on the basis of satisfactory evidence
or on behalf of the corpa
SATURN ELECTRIC, INC.
Financial Statements
April 30, 1988 and 1987
(With Accompanying Accountants' Review Report)
STANLEY A LEVITZ. LLB, CPA
RICHARD S CICERIC, LLM. CP
HYMAN J ZACKS, LLM. CPA
DANA A BASNEY. MSBA. CPA
Le vi t z,
Zacks &
Ciceric, Inc.
cr WT*~~CD c UBLIC ACCOUNT~NTS
701 e STREET 47~ FLOOR
SAN DIEGO. CALIFORNIA 92101 (619) 236-1077
FAX# (619) 696-8614
Board of Directors
Saturn Electric, Inc.
San Diego, California
We have reviewed the accompanying balance sheets of Saturn
Electric, Inc. as of April 30, 1988 and 1987, and the related statement2
income and retained earnings and cash flows for the years then ended, ir
accordance with standards established by the American Institute of Certj
Public Accountants. All information included in these financial stateme
is the representation of the management of Saturn Electric, Inc.
A review consists principally of inquiries of Company personnc
analytical procedures applied to financial data. It is substantially 1f scope than an examination in accordance with generally accepted auditing
standards, the objective of which is the expression of an opinion regarc
the financial statements taken as a whole. Accordingly, we do not exprf
such a:? opinion.
L
6
L r r
Based on our review, we are not aware of any material modific:
that should be made to the accompanying financial statements in order fc
them to be in conformity with generally accepted accounting principles.
The data presented in the schedules of uncompleted contracts, completed contracts, cost of contract revenues, and general and administrative expenses accompanying the financial statements is presenl
only for supplementary analysis purposes and has been subjected to the
inquiry and analytical procedures applied in the review of the basic
financial statements. We did not become aware of any material modifica
that should be made to such data.
*%+&A- 1
1
SATURN ELECTRIC, INC.
Balance Sheets
;I
'I
1 '1 i i i k 1 i i c i i
... ASSETS...
April 30,
f.
1988 1
Cash $ 419,610 $1 Investment ir, marketable securities 368,234 4
Contract receivables 443,778
Costs in excess of billings on uncompleted
contracts 25,348
Prepaid expenses 6,458
Current Assets:
L
Deferred income taxes 3,770 -
Total current assets 1,267,198 s
34,774 -
Total assets $1,301,972 - $5
Property and equipment , net
-
. . .LIABILITIE~ AND STOCKHOLDERS' EQUITY.. .
Accounts payable $ 172,930 $ Current Liabilities:
64,880
13,037
contracts 613,487 Accrued contract losses -0-
Income taxes payable 4,332 -
Accrued employee benefits
Accrued salaries and wages
Billings in excess of costs on uncompleted
- 868 , 666 To tal cur-rent liabilities
Stockholders' Equity:
Common stock, no par value; 2,000 shares authorized, 996 shares issued and outstanding 49,800
Retained earnings 383,506 -
Total stockholders' equity 433 , 306 7
Total liabilities and stockholders' equity $1,301,972 - $ -
See accompanying accountants' review report and notes to financial statements. t '-1-
SATURN ELECTRIC , INC. Statements of Income and Retained Earnings
Years Ended April 1988 _.
Contract revenues earned $3,156,057 $4 j
Cost of contract revenues 2,704,533 -J 4
Gross profit 45 1,524
General and administrative expenses 435,306 -
Income floss) from operations 16,218 -
Other income {loss):
Miscellaneous income 47,833
Realized loss on sales of marketable securities
I Unrealized ioss on marketable securities (35,35 1 1
(5 , 122) -
7 , 360 -
Income before provision for income taxes 23,578
Provision for income taxes 2,930 -
P
Net income 20 , 648
Retained earnings , beginning of year 362, a58 -
Retained earnings, end of year $ 383,506 $ - -
See accompanying accountants* review report and notes to financial statements.
-2-
SATURN ELECTRIC, INC.
Statements of Cash Flows
Years Ended Apri:
1988 -
Cash flows from operating activities:
83 (3 Cash received from customers $2,930,5 13 Cash paid to suppliers and employees (2,779,426 1
Interest received
Income taxes paid (1,208)
Xncome tax refunds received -0-
1
I
1
I
I
1 *
5,221
-
Net cash provided by (used for)
- operating activities 155,100
Cash flows from investing activities:
Payment for purchase of marketable securities -0-
87,448
( 15,034 1
Proceeds from sale of marketable securities
Property and equipment expenditures -
Net cash provided by (used for) investing
Net increase (decrease) in cash
- activities 72,414
227,5 14 (
Cash , beginning of year 192,096 _.
$ - - Cash, end of year $ 419,610
See accompanying accountants' review report and notes to financial statements.
-3-
. dr I
I
I
I
I
I
0
I
I
I
I
I
SATURN ELECTRIC, INC. Statements of Cash Flows (Continued)
Years Ended April
1988
I
-
Reconciliation of net income to net cash provided
by [used for) operating activities:
Net income $ 20,648 $ Adjustments to reconcile net income to net
cash provided by (used for) operating activities:
Depreciation and amortization 25 , 135
Dividend income reinvested in marketable securities (41,443) (
Unrealized loss on marketable securities 35,351 Cain on sale of marketable securities -0-
Loss on sale of marketable securities 5,122 (Increase 1 decrease in :
Contract receivables (193,053) 5
Costs in excess of billings on uncompleted
contracts 27 9 (
Prepaid expenses 941 Refundable income taxes -0-
Deferred income taxes (3 , 770)
Increase (decrease) in:
Accounts payable ( 16 , 936 1 (
Accrued employee benefits (3,921) (
Accrued salaries and wages 25
Billings in excess of costs on uncompleted 326 , 400 (6(
Accrued contract losses (3,870)
Income taxes payable 4,192 -
contracts
Net cash provided by (used for) operating I activities $ 155,100 - $( -
See accompanying accountants' review report and notes to financial statements.
-4-
1
I
. v
I
1
CONTRACT - PUBLIC WORKS $15,000 OR MORE
and between the City of Carlsbad, California, p*, ci pal corporat i on, lg8A bf This Contract is made this AN% day of
(hereafter call ed "City") , and Saturn ~1 ec.t whose principal place of business is
(hereinafter call ed "Contractor").
City and Contractor agree as follows:
1. Description of Work. The Contractor shall perform all work specifiec
, Contract No. 86-1-
7553 Trade st.& qa,, nieSo, CA 97171
I
- - I
;I
I
I
I
8
I)
I
P
I
1
I
I
1
I
in the Contract documents for
(hereinafter called "project").
2. Provisions of Labor and Materials. The Contractor shall provide all labor, materials, tools, equipment and personnel to perform the work specified by the Contract documents.
3. Contract Documents. The Contract documents consist of this Contract; the Bid Documents, including the Notice to Bidders, Instructions to Bidders, Contractor's Proposals; the Plans and Specifications, the Special Provisions/Specifications, General Provisions and all proper amendments and changes made thereto in accordance with this Contract the Plans and Specifications, and the bonds for the project; all of which are incorporated herein by this reference.
Tennis Court Liuhting Car lsbad High School
The Contractor, the Contractor's sub-contractors, and materi a1 s suppl iers shall provide and install the work as indicated, specified and implied by tt Contract documents. Any items of work not indicated or specified, but whict are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances throughout the life of the Contract, the City will be the interpreter of the intent of the Contract documents, and the City's decisior relative to said intent will be final and binding. Failure of the Contract( to apprise her/his subcontractors will not relieve her/him of the responsi bi 1 i ty of compl i ance.
4. Payment. As full compensation for the Contractor's performance of w( under this Contract, City shall make payment to the Contractor per Section 9-3.2 of the current edition of the Standard Specifications 1 Public Works Construction. The closure date for each monthly invoici will be prior to the Monday before the third Friday of the month.
Invoices from the Contractor shall be submitted according to the required C format to the office of the Utilities & Maintenance Director at 2075 Las Palmas Drive, Carlsbad, California 92009-1519 no later than the Monday befc the third Friday of the month. Payments will be delayed if invoices are received after that time. The final retention amount shall not be released until the expiration of thirty-five (35) days following the recording of thr Notice of Completion pursuant to California Civil Code, Section 3184. t
I
5. IndeDendent Investiqation. The Contractor has made an independent investigation of the job site, the soil conditions at the job site, a all other conditions that might affect the progress of the work, and aware of those conditions. The Contract price includes payment for a work that may be done by Contractor, whether anticipated or not. Any information that may have been furnished to the Contractor by City about underground conditions or other job conditions is for the Contractor's convenience only, and the City does not warrant that the conditions are as thus indicated. The Contractor is satisfied with a job condi ti ons, i ncl udi ng underground conditions and has not re1 i ed o information furnished by City.
6. Contractor ResDonsi ble for Unforeseen Conditions. The Contractor sha be responsible for all loss or damage arising out of the nature of th work or from the action of the elements or from any unforeseen difficulties which may arise or be encountered in the prosecution of the work until its acceptance by the City. The Contractor shall also be responsible for expenses incurred in the suspension or discontinuance of the work. However, the Contractor shall not be responsible for reasonable delays in the completion of the work cause by acts of God, stormy weather, extra work or matters which the
Chanqe Orders. The City may, without affecting the validity of this Contract, order changes, modifications, deletions and extra work by issuance of written change orders. The Contractor shall make no chan in the work without the issuance of a written change order and Contractor shall not be entitled to compensation for any extra work performed unless the City has issued a written change order designati in advance the amount of additional compensation to be paid for the work. If a change order deletes any work, the contract price shall b reduced by the unit price, lump sum price or, if the amount cannot be determined from the Contract, by a fair and reasonable amount. If th parties are unable to agree on that amount of reduction, the work sha nevertheless proceed and the amount shall be determined by litigation The only person authorized to order changes or extra work is the Utilities & Maintenance Director. executed by the City Manager if it is for $15,000.00 or less or approved by the City Council and executed by the Mayor if the amount the change order exceeds $15,000.00.
8. Immiqration Reform and Control Act. The Contractor shall be aware of and comply with all Federal, State, County and City Statutes, Ordinances and Regul ati ons, i ncl udi ng Workers' Compensation 1 aws (Division 4, California Labor Code) and the "Immigration Reform and Control Act of 1986" (SUSC, Sections 1101 through 1525), to include b not limited to, verifying the eligibility for employment of all agent employees, subcontractors and consultants that are included in this
!
I
i
1
I!
II
b
I
I
a
I
1
8
i . specifications expressly stipulate will be borne by the City.
7.
The written change order must be
I contract.
9. Prevailins Waqe. Pursuant to the California Labor Code, the Director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with the California Labor Code, Section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the Office of the Carlsbad City Clerk, and is incorporated by reference herein. Pursuant to the California Labor Code, Section 1775, the Contractor shall pay prevail ing wages and shall post copies of a1 1 appl icable prevail ing wages on the job site.
t
I
1
10. Indemnity. The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and ii agents, officers and employees, from all claims, loss, damage, injurj and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of thi! Contract or work; or from any failure or alleged failure of the Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; except for loss or damage which was caused solely by the active negligence of the City; and from any and all claims, loss, damage, injury and liability, howsoever the same may be caused, resulting directly or indirectly fi the nature of the work covered by this Contract, unless the loss or damage was caused solely by the active negligence of the City. The expenses of defense include all costs and expenses, including attorney's fees for 1 itigation, arbitration, or other dispute resol uti on method q
11. Insurance. Without limiting the Contractor's indemnification, it is agreed that the Contractor shall maintain in force at all times durii the performance of this Contract a policy or policies of insurance liability of at least $1,000,000 combined single limit covering its operations including coverage for contractual liability and insuranci covering the liability set-forth herein.
I
i
I
4
I
I
b
I
I
I
1
I
8
I
e
Contractor's liability insurance policies shall contain the following cl auses :
A. "The City is added as an additional insured as respects operations o the named insured performed under contract with the City."
"It is agreed that any insurance maintained by the City shall apply
1
B.
All insurance policies required by this paragraph shall contain the following clauses:
A. "This insurance shall not be cancelled, limited or non-renewed until
B.
Certificates of insurance evidencing the coverages required by the clause set forth above shall be filed with the City Clerk prior to the effective date of this Contract.
excess of and not contribute with, insurance provided by this polic,
after thirty days written notice has been given to the City."
"The insurer waives any rights of subrogation it has or may have, against the City or any of its officers or employees."
12. Workers' Conwensation. The Contractor shall comply with the requirements of Section 3700 of the California Labor Code. The Contractor shall also assume the defense and indemnify and save harmless the City and its officers and employees from all claims, lo damage, injury and liability of every kind, nature and description brought by any person employed or used by the Contractor to perform work under this Contract regardless of responsibility for negligence t
I
13. Proof of Insurance. The Contractor shall submit to the City certification of the policies mentioned in Paragraphs 10 and 11 or proof of workers’ compensation self-insurance prior to the start of a work pursuant to this Contract.
Claims and Lawsuits. The Contractor shall comply with the Government Tort Claims Act (California Government Code, Section 900 et seq.) pri to filing any lawsuit for breach of this Contract or any claim or cai of action for money or damages.
available at no cost to the City, upon request, records in accordance with Sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the California Labor Code. If the Contractor does not maintain the recor at Contractor’s principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. The Contractor shall notify the City bq certified mail of any change of address of such records.
Labor Code Provisions. The provisions of Part 7, Chapter 1, commenci with Section 1720 of the California Labor Code are incorporated herei by reference o
certified check may be substituted for any monies withheld by the Cit to secure performance of this Contract for any obligation establishea by this Contract. Any other security that is mutually agreed to by t Contractor and the City may be substituted for moneys withheld to ensure performance under this Contract.
18. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract sha be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, this Contract shall forthwith by physically amended to make such insertion or correction.
Arbitration. Any controversy or claim in an amount up to $50,000
rising out of or relating to this Contract or the breach thereof, ma4 at the option of the City, be settled by arbitration according to the construction industry rules of the American Arbitration Association a judgment upon the award rendered by the arbitration may be entered il: any California Court having jurisdiction thereof. arbitrator shall be supported by law and substantial evidence as provided by CCR Section 1296.
14.
1
i
I
I
I
I
I
I n
1
I
I
1
I
I
15. Maintenance of Records. The Contractor shall maintain and make
1
16.
17. Security. Securities in the form of cash, cashier’s check, or
19.
The award of the
P
I
20. Additional Provisions. Additional provisions of this Contract are se
forth in the "Special Provisions/Specifications" attached hereto and made a part hereof.
54 %<n .3 FhCkd, JdL (CORPORATE SEAL) Contractor
(NOTARIAL ACKNOWLEDGEMENT OF 1 EXECUTION MUST BE ATTACHED)
I
(SEAL) 1
I
I
1
e
BY
Title
A R ED AS TO FORM: ' LQL
7. 2.1. H. City Attorney
ATTEST: +yJjT b Cit Clerk
m
the undersigned Notary Public, personally appeared
R 5, bd.4 /c
deersonally known to me
c] proved to me on the basis of satisfa >tory evidence
or on behalf of the corpor?
I
I
CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKERS ' COMPENSATION RESPONSIBILITY
"I am aware of the provisions of Section 3700 of the California Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provision of that Code, and I will comply with such provisions before commencing the performance of the work of this Contract."
3
I
I
I
I
I
I
II
I
I
1
I
CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986
''I am aware of the requirements of the "Immigration Reform and Control Act o 1986" (8lJSC Sections 1101-1525) and have complied with these requirements, including but not limited to verifying the eligibility for employment of all agents, employees, sub-contractors and consultants that are included in this Contract. 'I
b
C CONTRACTOR'S CERTIFICATION OF COMPLIANCE OF AFFIRMATIVE ACTION PROGRAM
I hereby certify that
in performing under the Purchase Order awarded by the City of Carlsbad, will comply with the County of San Diego Affirmative Action Program adopted by th Board of Supervisors, including all current amendments.
(Legal Name of Contractor)
7-17- E4 Date
(CORPORATE SEAL) ./2@5 ( 4Ll' I Title
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED.)
Countyof San i');e~d
the undersigned Notary Public, personally appeared
0 proved to me on the basis of satisfa -tory evidence
or on behalf of the corpora
CERTIFICATE OF INSURANCE
Th i s c L2t-t; i f i x: ate i e I:! ::: $5 a mat I: e t- >:% f i n .t' 3:: y ML a .I: i o rl >:, 1 : i y .:.:, n ,:l
t h e c 2:;'#.c t" ay E? a4' *" 13 E" f: ?.:<: ps:i i i 5: i 2 5 j i .:; t 8 >:.i I
F:'RS)I:bUC:E:R c C.ettz..t.. 4;. Ae.i;na Ca5uai.k-f 3: Sur-ei
tsp 5, r; t h $2 >x t $" t i 6' i 1: :3, ~j~ir,. yj:i*% <et-+;!$ ij:;~.~.. t. >:: d i> e .:; ~3 ~2 i.; z.m +: t-? ~5 ~
WED S. JAMES 8: CO 01: CdriI-fF 0 6:333 Greenw i cf-8 at- II 3 !3+e 2<3:) M i-.~!ttt:t- 6 WCIC Z:~Q e$. 1 j Ft:tp-rl i 3.
E' 0 Box 892,;$ F' Sari Biego CA *?21:?Ja
1 frJSt,fF.:EI) N
3a.t;w-n Electric, Inr. TS5Z Trade %tree% s t..g .I; +. (9 r' E San Diego CA Tfgip1 .... i kt i .:i i 5 t 1:s 3: e t- $; i f y t; fi a. .i.; p I:, { i c i e .E:. 1:! +' i rl :i j.2.t- axt i.: I f i 5 $; e? ?:; i2 c, i 0 i.,; { I g.
t-e~:js.,f i r-erfierlt; y. $;zf-fa c>:)?16 i ti trrn ?:IT an'y' r:s:>ntr'3.*::.k >::y 2:jt;rt
thcl i nstir'.C?>j rtamed 13 v $2 'i ;::I t- .'. 1. 1 L. I c p 23 j i c. y 1:' g t- i >:* ;$ i i'i Id i [: a. t I
A'... L>.J <..,;kt i ch th i 5 ceyt a .I' i c , e m.:;.y t :, i
b y t: h e
s: 0 TI $:I i $ i 32 n 5 - - ... -- - - -- -- - - - - - - ... - .1- - .- ... - - - --I .... ... - - -. CflVERAG&Z- - - - - - - I -_ - ... .._ - .- ..- I" - .- .,. ._. I - .- .- - I I. .
.. 4J.E ;:f 0 t- iii2..*!,2 p g t" ti 5.. ( f't .' t! i-2 2 i
$3 12 f i <: i e 5 i:i g .$: <: t" i 4:, <.' *:I !> >:.. t" g i (-? i it cj $2 ;s .J e 5: e ?; ::> 3. I I t; i? p <, e z- Ti: .:, y.
s> Q 5 f.1~ h sa $3 t i 2:- i 23 -: :. t. i. fi\ i f; :, 5 l.tl:> w t-1 1~ zby i-1 zb'.;'g b p 3 < : :- p ;:; ti
i.5 $ I: r:: T y p e 43 f I='<< j i <: ).' <$ .. , .
'b,b>*
I:.;Qfi a'" F 1 s..C>&2:5 A <X> C13mfi6?t-c i 3.1 GI... .. .. t... ?%.> ...e ;
1 M S?.l.T art c: e
...--.- GENERAL L I AB 1 L f Ty ... -. - - ._ - I _. .- - - - .- - - - I - - ... ... - - .- - - - - _. ._. -_ .__ ..l - ._ -. - ._ -e ~.. __ - .-. -. I. __ - .._ .
i 1 < z c i ai m5 Ma.>::@
c j $:kdn92- 5 8, Cg:>f) i.; f" ;:.s;. t> l3<,.< ;;r'
<I ,:. t $" <., 1) ;;,fit ;:, 9 c:
c.3
{X) Qccuf-f.-ef\re j;'.ei".;, 8: &,..'ti +*, 31; ..
>..
$]e ;:.: 1 (. z I - AUTQMfJBPLE LTAEIJ-fY _c-__...___-...-___--I_..- ... -_-_.__- ~ _-__ .- I e;.,, 'A? Any Aut;i:t :::; yf.7 ; j ::':: 2 :s:;;:f]E {:<:::.$ j. <:I.,* <:r I .2' 88 .$. (i.! <:; 1 .$ 4 j .it 1 1 f:f~k-~.p d
82 j Schedulecl <.;I,) t.4 j ye(j r ' ,: 1.3 I
t::< 1 "? rr -.Cfwrr c+ d
$.$ r; i-
0.8 '.
$ 1 Ga..rage t. i akc
I.".y... EXCESS L 1 BE I L% TY ._ ... - - -. .---... - - -. - I. - - ... .,. - ---,.I I --- - I I - __ _. __ - -" I_ -.. - ... ._ _.. ._ - ... _. I ._ .._ -
fit ()() Cfrflbt..a i f 3. Foym 4 I {:> f;:? 1. ,a' G$> 1 fj ,..p, '.Z .I k I (? r: f C)*.l",, Uturbi+-ei la
...--- WORI(ERS CQMpEMSAT lcjp,] - - _ _ I .- - - - ... - --I - --I - - ... ._ - - .- -. - - - ... I ._ ._ ... - I -. .-. - .- .__ -_ I_ ... .- -.
B P.lsa,G, 1 (I) 2' x.:) 1. / $3$? x <I .( $1) $. f $y;>
Emf3 1 oyer 5 b.. i Ab b IS t;
--I- OTIiER __-._- - - - - - - - -...--e - - -~ - - - .... - - - - - - - - __ -. - - - - - - - __ - - _I I .__ - - - - _I _._ - -. ... .,_ - - .._ ."
--... ------------ ---_.-...-- .." -- - "-- - -...--... ... - -- ---... ...- ....... ---_- .... ..~ "_ .--.... ... .-- .-*- .._- ... ._ .- -.-- -.
!.:,ESI::R x p7 I0f.E IXtF e y ,:$ t j i:i g.4 c, .ir i .. s:? c 3. .:; f ct rj :i. I' V E? i-$ j f:
3 CI k< : 'T t; f$ $3 j $ j.4 i
i 9 ADD I,-$" f ONWL. :D <4<'$ G! ... a 5, 3.. e 5. i:i ($ c
Fs y' i $if a i* y .J' h] (:< yj c I:{ ji -i:. y 2 kt i : .{; Q 1- y
t bf t; i i: 9 y i:: ::L t- f 1::. t:~ a d
.. c+ rI ;j *:{ r- 5 i? rji e rj ?. t t:i < c::&;p,j<::E:Lt$\-j. 1 Efi\) :: s kj ,Q { ; ] *-J & f-$ b.' <> .F .k ;-$ e ;& ;:< (1% 't.' : ? t> ;? <: ;{ {.j i: <+
.[; j., ::: y c+ i:,. .:' s .;; 3.: B 8 .F' ci y e 'c i-1 e
>: >; ma. j [ z:c>++ day::$ i*>y 3 c.t g i.j rg <:<.?. i
>: >: >; >; :,: 3: >: >: ,* .,,, ... <,> . r t,.i...,l, *.I ..I ..' ., <.,> -,, ,..$,.,,.,.. .,, .,* .x. ~..~'I.~..~..~'f~,..l'.l.,:
CITY OF CAHLSBAD
1200 Car I stad Vi f f age Dr.
Cat- I sttad ~ CA 5t20<>$3- 1,9:39
$+ >; j:3 i r' ..
P ..: ..I ..I . t I/ .I 3; 3: >; :,; >: 5: >: 3; >: >: 3: :.: >; >; >: >: :j: 3: 5; >: :,E >: ;.: >.: >; :,; ;.; >: >; 3: ., fr :r ..., /i ..., 3 $5. .-', .-., . I
., I% .,, ,..I ,?s ,..x .is
P&$@jE aj",qj hDI}RESS <,:<.F Fl''f; 1 <- 1 C$I .j-E pr.ftr}p:I::: > ..
e
.-I .--{".,.",. CI t &.i.r+h,:iy $ 2
.J.-)$4.{;'k,-!. ,.-. i. L ...... ..." < ,._.. ... , . s .. : .,,
...... -. . .. . . ,.~ 5 .' .; .". ,. . .. .. .. ..... .> .. .. .. .... .. ... i ......... .. ..
...
i. . ,.'; !I .
.>
I. ... : >!?:{ ,. ::j-.;:,r>%j:-z n-;
.............. _.. ........ _.. ............ .." _.. -.. ..
..
..
.... ._ ...........
..
,.
... ......... ....... .......... - ...... $3 ::j :. 8 i-i .-" .-.- ._...
......................... - .... _.. _,. . -- I- . ..- .. "- .... -. ...
> ..'
..
.. .,- .
... ..
..
.. .. ..
I
ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION
This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Elm Avenue, Carl sbad, California 92008, hereinafter call ed "City" and
I' Contractor It and whose address is hereinafter call ed "Escrow Agent".
For the consideration hereinafter set forth, the Owner, Contractor and Escrc Agent agree as follows:
1. Pursuant to Section 4590 of Chapter 13 of Division 5 of Title 1 of tt Government Code of the State of California, Contractor has the optior to deposit securities with Escrow Agent as a substitute for retentior earnings required to be withheld by City pursuant to the Contract entered into between the City and Contractor for Contract No. PRO035 the amount of $ dated hereinafter referred to as the "Contract". Exhibit "A". for Contract earnings, the Escrow Agent shall notify the City within ten days of the deposit. time of substitution shall be at least equal to the cash amount then required to be withheld as retention under the terms of the Contract between the City and Contractor. Securities shall be held in the nam of and shall designate the Contractor as the beneficial owner. Prior to any disbursements Escrow Agent shall verify that the present cumulati market value of all securities substituted is at least equal to the cash amount of all cumulative retentions under the terms of the Contract.
The City shall make progress payments to the Contractor for such fundi which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above.
Alternatively, the City may make payments directly to Escrow Agent in the amount of retention for the benefit of the City until such time a: the escrow created hereunder is terminated.
whose address
I
hereinafter call ed il
I
U
I
I
I)
1
I
I
1
8
I
B
8
I
A copy of said Contract is attached a When Contractor deposits the securities as a substitute
The market value of the securities at the
2.
3.
4. Contractor shall be responsible for paying all fees for the expenses incurred by Escrow Agent in administering the escrow account. These expenses and payment terms shall be determined by the Contractor and Escrow Agent.
The interest earned on the securities or the money market accounts he1 in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City.
5.
?
1
6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agen accompanied by written authorization from City to the Escrow Agent th City consents to the withdrawal of the amount sought to be withdrawn Contractor.
The City shall have a right to draw upon the securities in the event default by the Contractor. Escrow Agent from the City of the default of the Contractor, the Escrl Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City.
Upon receipt of written notification from the City certifying that thl Contractor is final and complete, and that the Contractor has compliel with all requirements and procedures applicable to the Contract, Escri Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrl shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges.
Escrow Agent shall rely on the written notifications from the City anc the Contractor pursuant to Sections 1 and 8 inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmles: from Escrow Agent’s release and disbursement of the securities and interest as set forth above.
The names of the persons who are authorized to give written notices OY to receive written notice on behalf of the City and on behalf of the Contractor in connection with the foregoing, and exemplars of the respective signatures are as follows:
7.
I
Upon seven days written notice to the
1
I
I
II
I
I
8.
9.
10. b
I
For City: Title Name Signature Address
I
1
U
I
I
I
I
For Contractor: Title Name Signa Addre
For Escrow Agent: Title Name Signature Add re s s
At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement.
t
1
IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above.
For City: Title Name Signature
Name
I
For Contractor: Title I Signa
i
I
I
I
1
b
II
I
II
I
1
II
I
8
t
I
1
NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMIlTED WITH BID
State of Cal if rnia ) ) ss.
)
County of .5+ si':."
1
I
I
I
I
II
1
I
R
1
1
I
I
I
./?T 1, - .Ldtk , being first duly sworn, deposes and sa. that he or she is P&P.5/ J>C*U1&. (
a
(title)
c -&*f c the party making tl
foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder l put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sh: bid, or that anyone shall refrain from bidding; that the bidder has not in ar manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or of hat of any other bidder, c to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awardin: the contract of anyone interested in the proposed contract; that all statements contained in the bid are true, and, further, that the bidder has not, directly or indirectly, submitted his or her bid priced or any breakdowr thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid.
-. '&t/ k/,'*,52/ e,
-%{;aie of firm)
b
I declare under the penalty of perjury that the foregoing is true and correcl
and that this affidavit was executed on day of 9 19-
r
I+-
I
I
I
1
I
I
I b TECHNICAL
1
I SPECIFIC AT10
II
I
1
I
I
1'
1
?
PART I1
I. C
i
TECHNICAL SPECIFICATIONS
PART I - GENERAL
i
I
I
I
I
i
I
I
1
I
1
1
P
I
SCOPE OF WORK:
Furnish all labor, materials, equipment, transportation and service required to install complete and put in operation the work as shown on the drawings ai in accordance with these specifications.
The work of this section shall include, but not be limited to, the following principal items:
Detail arrangements with Electric Uti1 i ty Company, and Telephone Company, an( verification of exact locations for points of connection to service; facilities not furnished by utilities, and service charges levied by them to make service available to the project.
Temporary service.
Excavation and backfill as required for this section.
Primary service conduit system.
Manhol es and handhol es.
Complete 208y/120 volts, 3-phase7 4-wire system for power and lighting; and smal 1 power requirements.
Service entrance equipment, distribution panelboards, and branch circuit panel boards.
Control centers, motor starters, control devices, relays, 1 ine voltage wirini control wiring, conduit disconnect switches, and connections for all control dev i ces .
I
I Wiring devices.
Conduit and conductors.
Sports lighting poles, pole bases, excavation for pole bases, lighting fixtures, mounting brackets, and lamps. II Dry type transformers.
Grounding .
Tests.
Guarantee.
I. <
ORDINANCES AND REGULATIONS:
All work shall comply with the most rigid requirements of the latest edition of the National Electrical Code, the California Administration Code - Title
- State Building Standard - Part 3 - Basic Electrical Regulations and all local codes.
In any instance where the Contractor shall violate any ordinances or rule, h shall immediately correct the installation, and shall be responsible for any damage and expense arising therefrom.
Nothing in these specifications shall relieve the Contractor from full compliance with the applicable portions of any of the above regulations havi jurisdiction pertaining to work being stalled under this section.
STANDARDS:
Construction and testing of equipment shall comply with the latest applicabl Standards of the following:
1
I
I
I
II
1
I
b
I
I
I
I
8 u
I
1
American National Standards Institute (ANSI) Institute of Electrical Manufacturer's Association (IEEE) Underwriters' Laboratories Incorporated (UL) American Society for Testing and Materials (ASTM) Illuminating Engineer Society (IES) National Fire Protection Association (NFPA) National Electrical Contractors Association (NECA)
Wherever Standards are referred to in this specification the latest edition effect during the bidding shall govern.
All work shall conform to NECA "Standards of Installation" as a minimum.
PERMITS AND INSPECTIONS:
The Contractor shall obtain and pay for all permits, and inspections require for the work by all legally constituted authorities having jurisdiction. Certificates of all such permits and inspections shall be delivered to the Owner's representative.
EXAMINATION OF DRAWINGS AND SITE:
Each bidder shall carefully study all drawings and specifications pertainin5 to the work. If any of the work as laid out, indicated or specified, is contrary to, or conflicts with any local, city, state, or national ordinance or regulations, the same shall be reported to the Owner before submitting hi bid, who will then issue instructions as to procedure. carefully examine the building site, and compare the drawings with the existing conditions. By the act of submitting a bid, each bidder shall be deemed to have made allowances therefore in preparing his bid.
Each bidder shall
r
I. <
VERIFICATION OF DIMENSIONS:
Before proceeding with any work, the Contractor shall carefully check and verify all dimensions, sizes, etc., and shall assume full responsibility for the fitting-in of his equipment and materials to other parts of the equipmen and to the structure. Where apparatus and equipment have been indicated on the drawings, dimensions have been taken from typical equipment of the indicated type. The Contractor shall carefully check the drawings to see th the equipment he contemplates installing will fit into the spaces provided.
LOCATIONS:
The location of all conduit, wiring, apparatus and equipment indicated on th drawings are approximate only, and shall be adjusted to meet the Architectur and Structural conditions required, and as approved by the Engineer. verify all rough-in dimensions prior to conduit installation.
All conduit, wiring, apparatus and equipment shall be installed in a manner and in locations avoiding all obstructions, keeping openings and passageways clear. Changes shall be made in locations of conduit, wiring, equipment, an materials which may be necessary in order to accomplish this. The drawings are essentially diagrammatic to the extent many offsets, bends, special fittings and exact locations are not indicated. Carefully study the drawing and premises in order to determine the best methods, exact locations, routin etc., and install all apparatus and equipment in the available locations.
RECORD DRAWINGS:
The Contractor shall keep at the job site an accurate dimensioned record of the "As-Built" locations of all buried conduits and ducts. At the completio of the project such "As-Built" drawings shall be transmitted to the City of Carl sbad.
I
I
I
I
I
1
I
I
I
I
I
I
1
I
Field
b
1 SUBMITTAL DATA:
Shop drawings, material lists, and plates and brochures, as required by the specifications shall be prepared and submitted to the Engineer for review in accordance with the requirements of Division One. No work indicated on any shop drawing shall be started until such drawings have been reviewed and approved.
Submit complete brochures given names of manufacturers and catalog numbers, trade names, the technical data and requested information for each item to t furnished. Submit shop drawings and detail description of items that are nc manufactured and must be specifically fabricated, including wiring, diagrams
Submittals are required on every item to be furnished.
Submittals shall be bound in sets, between covers, and each set shall be identical. r
I-
Each item in submittals shall be identified as to fixture type, panel identification, specification section, etc.
The Contractor shall review all shop drawings, prior to submittal, for compliance with the Specifications. Shop drawings being submitted shall be properly stamped and signed by the Contractor indicating his prior review ant certification of compliance with the Specification.
DESCRIPTIVE NAMES:
Where the name of the selected manufacturer of equipment, fixtures, or material is specified, the proposal of the Contractor shall be based on the use of the named product.
MATERIALS AND WORKMANSHIP:
All material, appliances, and equipment shall be new and of the best grade c the respected kind, free from all defects and of the make, brand and qualit) speci f i ed.
Materials for similar use shall be of the same type and manufacture.
The current or newest production model of equipment as determined by the manufacturer’s most recent published literature shall be furnished even thou an obsolete model may be specified and stocked.
Each major component of equipment shall have the manufacturer’s name, addres and catalog number of a plate securely affixed in a conspicuous place.
No items of material shall be installed for any purpose, or in any manner nc recommended by the manufacturer.
OPENINGS, CUTTING AND PATCHING:
The Contractor shall, at a time in advance of the work, verify the openings shown on the drawings. If the work of this Division requires such, he shal furnish new instructions as to his requirement for these openings, subject ‘ approval by the Engineer.
Drilling, cutting and patching required by the Contractor’s work shall be tl
I
I
I
I
I
1
I
b
I
I
I
I
1
I
B
I responsibility of the Contractor.
P
1.
EXCAVATION AND BACKFILL:
The Contractor shall do all excavation and backfill required to install his work. Excavation shall be of proper depth and width to install the require( conduits, ducts or structures.
CLEAN I NG :
All exterior surfaces of exposed equipment and materials shall be thoroughl. cleaned of all dirt, cement, plaster, and other debris.
All finished surfaces of equipment furnished under this section found to be damaged shall be refinished without additional cost to the satisfaction of
I m
I
I
1
1
I
I
1
I
I
I
1
I
1 Owner e
PROTECTION OF FINISH:
The Contractor shall provide means for and shall fully protect all finished parts of the materials and equipment against damage from whatever cause dur the progress of work, and until final completion. All materials and equipm in storage, and during construction shall be covered in such a manner that finished surface will be damaged or marred, and all moving parts shall be k clean and dry.
CLEAN-UP :
b
All work areas shall be policed daily. Upon completion of work and at othe times during the progress of the work, the Contractor shall remove all surp materials and rubbish, and debris resulting from the work, and shall leave entire involved portions of site, insofar as the work of this section is concerned, in a neat, clean, and acceptable condition as approved by the Owner.
GUARANTEE :
Should any trouble develop within one year from date of acceptance of the project, due to faulty or inferior material or workmanship, the trouble sha be corrected by the Contractor without expense to the Owner.
BUILDING SERVICE:
The Contractor shall provide for the utilities connections as shown on the drawings, and required by the serving utilities.
The Contractor shall contact the utility companies and arrange for the new service, and verify all service requirements. All charges made by the uti1 companies for the installation of the services shall be paid for by the r Contractor.
1. .-
1 PART I1 - MATERIALS
MAIN DISTRIBUTION PANEL:
Furnish and install the power service entrance switchboard as specified and shown on the electrical drawings. Metering provisions shall be as required
The panel shall be for 208y/120 volt, 3-phase, 4-wire service.
Circuit breakers shall be molded case type. Each pole shall provide inverst time delay overload protection and instantaneous short circuit protection b: means of a thermal -magnetic element. Minimum interrupting ratings shall be
Breakers shall have toggle type handles, be quick make-quick break, mechanically trip free from the handle to prevent being held closed against short circuits, and abnormal currents. Tripping shall be visually indicate( by the handle automatically assuming a position between the manual "on-off" positions.
Engraved laminated bakelite plates shall be furnished identifying each circuit.
I
I
1
1
f
I
I
1
1
1
I
I
1 the serving utility.
8 indicated on the drawings.
Submit engraving schedule for approval.
PANELBOARDS - GENERAL:
Furnish and install panelboards as indicated on the drawings.
Tripped indication shall be clearly shown by the breaker handle taking a position between ON and OFF. Provisions for additional breakers shall be SI that no additional connectors will be required to add breakers. Circuit breakers shall be thermal magnetic type with inverse time-current characteristics. Multiple pole circuit breakers shall be common trip with q single operating handle. Handle ties will not be approved.
Neutral busses shall be at opposite end of panel from main.
Panelboards indicated shall be furnished with equipment ground bus.
All panelboards shall be Westinghouse, General Electric, ITE or Square D. R
PANELBOARDS - LIGHTING AND RECEPTACLE:
General requirements for 1 ighting and receptacle panel boards as specified 01 plan shall be as specified on the drawings.
The panelboard door trim shall be furnished with semi-concealed hinges, and lock. All panels shall be keyed alike. r
1-
A 1/32 inch clear lucite covered directory shall be provided on the inside c each panelboard door. The directory shall be neatly typewritten designating each circuit used.
All circuit breakers serving discharge lighting shall be furnished with a 1 ockof f devi ce.
Permanent type numbers shall be furnished and installed adjacent to the circuit breakers. Numbers shall be either metal or plastic. Stick-on types or tapes will not be permitted.
Engraved laminated bakelite nameplates shall be furnished identifying the panel board designation, voltage and source. Provide nameplate schedule for approval.
LIGHTING CONTROL PANEL:
The control center shall be totally metal enclosed, consisting of metalclad vertical sections, each 20" wide not less than 15" deep, and 90" high. Vertical sections shall be joined together to form continuous, rigid, self- supporting structure suitable for mounting against the wall.
Each structure shall be designated that units may be readily removed.
I
I
I
I
I
I
si
1
I
1
1:
I
1 r
I
UNIT COMPONENTS:
Pushbuttons, selector switches, indicating 1 ights, and similar control accessories shall be heavy duty, oil-tight types, and shall be provided as shown on the drawings and/or control diagrams.
Lighting contractors shall be mechanically held type.
b
I CONTROL SECTION:
Control panel sections shall be fitted with a single door, with three point latch and vault lock, to expose all control elements, terminals and control wi ri ng .
Auxi 1 i ary control devices, such as selector switches, pushbuttons, panel mounted in the door shall be identified as to function with laminated plasti namepl ates. Submit schedule for approval .
Control relays shall be mounted in the enclosures on steel mounting panels. If two mounting panels are required, mounting panels shall be provided with off-set hinges to swing out for service. Swinging mounting panels shall be furnished with latching device to hold them in proper position when in their normal operational position. Control relays shall be identified as to function.
I
Terminal blocks shall be furnished for all necessary internal control wiriy for each conductor leaving the enclosure, and for ten (10) percent spare, bt not less than 6 spare. Terminal blocks shall be flat terminal type to accel two insulated ring type, insulated crimp connectors per screw terminal. Ea( terminal shall be identified with wire number corresponding to the to the control wiring diagram. Each conductor shall be identified at every termin1
Control wiring shall be flameproof switchboard type. Control wiring shall I neatly cabled between components, with cabling ties, or may be placed in wiring ducts. Conductors to swinging panels, or to control section door, shall be extra flexible type with ample slack to allow full swing of panels
1
1
I
I
1
I
I
I,
TIME SWITCHES:
Time switches shall be Tork model #WlOOL, 7 day programmable with reserve power feature, or equal intermatic or paragon.
WIRING DEVICES AND PLATES:
Wiring devices shall be Hubbell, Sierra, Leviton or Arrow equal to device listed, ivory color.
Duplex receptacle, Hubbell 5262 Weatherproof receptacle, Leviton 6196 Switches with pilot lights Switches from which circuit or equipment served cannot be readily seen frc 1 the switch location.
CONDUIT AND FITTINGS:
Rigid steel conduit, fittings and accessories shall be hot-dipped galvanize( or sherardized, with threaded connections.
Electric Metallic Tubing (EMT), couplings, and connections shall be hot-dip galvanized or sherardized. Coup1 ings and connections shall be of the water tight compression type.
Flexible conduit shall be galvanized steel, and shall be installed with compression-type connectors.
Liquid tight flexible conduit shall be galvanized steel with molded UL approved covering, and shall be installed with liquid tight fittings.
Plastic conduit shall be polyvinyl chloride (PVC) schedule 40. be solvent welded type.
I
d
I
1
B a
t
1
Fittings sh
I
600 VOLT WIRE AND CABLE:
Wire and cable shall be delivered to the site in original unbroken packages marked and tagged with UL labels; size, kind and insulation of wire; month q year of manufacture, not to exceed eight months prior to date of delivery.
Conductors shall be continuously marked for AWG size and type.
Conductors shall be copper, 600 volt insulated type THW or THWN.
Color code for power and lighting systems shall be as follows:
208y/120 volt, 3-phase, 4 wire systems. Phase A-Black, Phase B-Red, Phase 3-Blue, Neutral-White, Ground-Green.
1
I
1
I
I
I
I
I
I
1
I
1
1
I
LIGHTING FIXTURES AND LAMPS:
The Contractor shall furnish and install lighting fixtures indicated in the FIXTURE SCHEDULE on the drawings complete with all necessary hardware requi and 1 amps i ndi cated.
Lamps shall be as manufactured by General Electric, Westinghouse, or Sylvan I
PART 3 - INSTALLATION
Conduits run exposed and subject to mechanical injury shall be rigid heavyw galvanized steel, accept at grade P.V.C. shall be extended six inches above
Conduits run exposed shall be rigid heavywall galvanized or sherardized ste except for first 6 inches above grade.
Conduits run below slab, and underground shall be schedule 40 heavywall hig impact, polyvinyl chloride (PVC) electrical conduit. All joints shall be m with factory approved welding solvent. A ground wire shall be installed in all PVC conduits along with circuitry wiring, or with the duct bank in accordance with the requirements of the drawings.
A1 1 panel board and transformer feeders, and motor circuits, shall be rigid heavywall steel conduit where installed above grade.
All concealed or exposed conduit larger than one inch shall be secured in place with T & B or equal.
Exposed conduit shall be uniform and symmetrical, rigidly and securely fastened to the light poles or fence posts. used.
I grade.
Perforated pipe straps may not r
I
Factory ells shall be of the same make, quality, and finish as the conduit used, or ells may be formed from conduit using approved factory benders. A1 conduit ells used underground shall have a minimum radius to ten times the conduit size where rising into equipment, or vertical runs, and shall be rig heavywall steel .
Changes of direction in underground or conduit runs shall be made with long radius sweeps.
Connectors and couplings for EMT shall be the compression or drive on type. Set screw or indenter type will not be allowed.
No running threads or split couplings will be permitted.
Conduit terminations at outlets, boxes and cabinets shall be provided with locknuts and bushings. Ends of conduit 1 1/4" trade size and larger, and conduits containing No. 4 AWG size cables and larger shall be equipped with insulated bushings. Feeder conduit bushings shall be grounding type.
All condulet bodies installed in any location where the presence of moisturc is apparent, shall be equipped with rubber gaskets.
The Contractor shall furnish and install fittings, special devices and material which may be required for the proper installation of the conduit system.
Conduits shall be thoroughly swabbed out. The Contractor shall leave all conduits dry and clean of obstructions. Conduits stubbed up during the couv of construction shall be capped with a fitting approved for the purpose.
Conduit and metallic raceway systems shall be mechanically and electrically continuous from sources of current to all outlets in a manner to provide a continuous grounding path.
Conduits stubbed through concrete shall have a conduit coupling finished 6 months above finish grade. Empty conduits shall be plugged with a conduit plug at the floor line.
Install a 1/4" nylon line, end to end in each spare or empty conduit, with tag at each end designating opposite terminus of the conduit, and planned u or designation of conduit.
WIRE AND CABLE:
Unless otherwise noted on the drawings all wire and cable shall be installe in conduits.
All lighting, power and control circuits shall be identified at each termin and in each junction or pull box. Lighting and power circuit shall be identified as to panel and circuit. Wire markers shall be Brady, or equal.
i
1
I
I
1
I
I
1
D
i
1
I
1
i
I
I,
P
1.
Sports lighting fixtures shall be securely installed on mounting brackets ir the configuration shown on the drawings. Each fixture shall be completely i properly assembled, with lamps, and aimed in accordance with the approved aiming plan. All poles shall be plumbed vertical and properly mounted on reinforced concrete bases.
GROUNDING:
Service ground shall be in accordance with the requirements of the drawings Braze or cadweld 1" minimum diameter copperweld rod to the conductor in the footing. available for connecting to the ground conductor. Resistance shall not excf 5 oluns.
Ground conductor shall be THW insulated stranded copper conductor. Connect the 1" rod, to the ground bus in each service.
Service neutrals and equipment shall be grounded by a ground conductor.
All equipment, including switchboard, conduit system, and other applicable apparatus, shall be grounded by a conduit or conductor.
Equipment grounding conductors installed in conduit shall be in accordance with the following schedule:
CIRCUIT BREAKER/FUSE GROUND CONDUCTOR
i
1
1
I
I
I
I
I
I
1
1
1
I
I
Extend the 1" rod in such a manner so as to make it permanently
OA TO 20A # 12 COPPER 21A TO 60A # 10 COPPER 61A TO lOOA # 8 COPPER
# 6 COPPER lOlA TO 200A 201A TO 400A # 3 COPPER
b
1 PART 4 - QUALITY ASSURANCE
AS-BUILT DRAWINGS:
Maintain in good order in the filed office a complete set of electrical drawings. All changes to the contract shall be clearly recorded on this se of drawings.
Maintain a completely dimensioned record of all buried conduits exterior to buildings. Dimensions shall include depth from finish grade or datum, and dimensions to two fixed points above grade from all changes in direction to define the routing of all buried conduits.
At the end of the project, the Contractor shall turn those drawings over to the City. Each drawing shall be initialed by the Contractor certifying the correctness of the "As-Built" drawing. P
I-
TESTS :
Upon completion of the work and adjustment of all equipment, all systems sha be functionally demonstrated to the Owner’s Representative or the Engineer. All systems shall function electrically in the manner required.
The Contractor shall furnish all necessary instruments and equipment require for making tests, and shall test all wiring for shorts, open circuits, grour etc.
The Contractor shall furnish a meter, calibrated within the past three montt for verifying foot candle levels at ground level for all sports facilities. Readings shall be verified in the presence of the Engineer and City Representative beginning one hour after dark.
1
I
I
I
1
I
I
b
I
1
i
1
I
U
I
I
P
d
June 26, 1991
Saturn Electric, Inc.
7552 Trade St.
San Diego, CA 92121
Re:
Per instructions from our Parks and Recreation Department, we are
hereby releasing the following bond for the above-referenced
project :
Bond Release - Project f86-1-37032 - Tennis Court Lighting
Performance Bond No. 30050936
Fidelity and Deposit Co. of Maryland
Remaining $27,188.76 (Warranty amount)
The bond is enclosed so that you can return it to your surety.
z?aH
Assistant City Clerk
Enc .
1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-28
v 7
c 0 ./
February 13, 1991
TO:
FROM: Parks Superintendent
KAREN KUNTZ, ASSISTANT CITY CLERK
BOND RELEASE C.H.S. TENNIS COURT LIGHTING PROJECT #86-1-37032
The Carlsbad High School tennis court lighting project has been successfully completed. T
project was completed in October 1989. The lights have been performing as designr
There have been no problems that have required warranty service.
Therefore the Parks division gives its authorization to release any warranty bonds still hr
against this project. /TG@-%- DOUG UNCANSON
es :\doug\memos\chsbond.mem
&* w
e: ni I K I1 - UVlY I ai41
Date f/
4
&&z&u &JA-+ a Ch-LzqG&%-J
a Reply Wanted T 0 c- / J/ v Y
From Karen Kundtz, Assistant City Clerk UNO Reply Necessary ~-
Re: Bond Release - & * d (@ --/-37&7’=-- u J’
Our records indicate tliat tlie 4~2 &-I borid for the
above-referenced subdivision/project is eligible gr release.
your writ ten authorizationlapproval for release. Please let me know
the status, and if release is 0.k.
IJe need
‘rllanlcs, % -?a +k--- &
AIGNE~ FORM r.10 5~1x12 %A*’ &A, 1
a 3005~736
yyLq / 7 /% 7f Y- ”i”-”c;3,”+ + 4.gG-e
I
9
r'
1w__
December 11, 1990
Saturn Electric, Inc.
7552 Trade St.
San Diego, CA 92121
Re: Bond Release - Project #86-1-37032 - Tennis Court Lighting
Per instructions from our Parks and Recreation Department, we are
hereby releasing the following bond for the above-referenced project
Labor & Materials Bond No. 30050936
Fidelity and Deposit Co. of Maryland
'$54,373.50
The bond is enclosed so that you can return it to your surety.
&;$& Assistant City Clerk
Enc .
.__---- ___- ..___ ___ ...- .__--- .__.. . .. . - - ._ --. _.__- _._ ---. - 1200 Carlsbad Village Drive - Caxbad, California 92008 - (619) 434-:
.
I e 0
+
November 7, 1990
TO: ASSISTANT CITY CLERK, KAREN KUNDTZ
FROM: Parks Superintendent
RELEASE OF BONDS
The Tennis Court Lighting project (#86-1-37032) has been completed to satisfaction of the Parks and Recreation department. All necessary labor materi a1 s were suppl ied to complete the job.
The Parks and Recreation department gives its approval for the release of ainst this project.
---
DD: bs
C: Parks and Recreation Director
&A- / ma
ITE IT- DON’T SAY @! -w
Date 14 -
Reply Wanted To I u /&94%.U pd
From Karen Kundtz, Assistant City Clerk ONo Reply Necessary
Re: Bond Release - G-t41c--&4e * B6-/-&?.2 3&
Our records indicate that the bond for the
above-referenced subdivision/project is eligible for release. We need
your written authorization/approval for release. Please let me know
the status, and if release is 0.k.
Thanks,
PI?
Y-
AIGNER FORM NO 55032
$1
June 4, 1990
Saturn Electric, Inc.
7552 Trade St.
San Diego, CA 92121
Re: Bond Release - Project #86-1-37032 - Tennis Court Lighting
The Notice of Completion for the above-referenced project has recorc
Therefore, we are hereby releasing 75% of the Faithful Performance
Bond. Please consider this letter as your notification that $81,56(
of Fidelity and Deposit Company of Maryland Faithful Performance Boi
No. 30050936 is hereby released. We are required to retain the remi
25% for a period of one year. At that time, if no claims have been
filed, it will be released.
The Labor & Materials Bond in the amount of $54,373.50 will be elig.
for release six months from the date of recordation of the Notice o
Completion, on November 9, 1990. A copy of the recorded Notice of
Completion is enclosed for your records.
$6 ssistant City Clerk
Enc .
1200 Carlsbad Village Drive - Carlsbad, California 92008 - (619) 434-2
k
*
April 4, 1990
Vera L. Lyle
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation are the following described documents:
Notice of Completion
Construction of Improvements to Rancho Santa
Fe Rd. between La Costa Avenue and Questhaven Rd.
Daley Corporation, Contractor
Notice of Completion
Construction Management Services,
Contractor
Notice of Completion
Tennis Courts at Carlsbad High School
Saturn Electric, Inc., Contractor
Our staff has determined that the recordation of these documents
is of benefit to the City; therefore, it is requested that the fees
be waived.
Thank you for your assistance in this matter.
CT 84-2/CP-270
$& Assistant City Clerk
Encs.
1200 Carlsbad Village Drive - Carlsbad, California 92008 - (619) 434-2
I
Recording requested b #
CITY OF CARLSBAD c
When recorded mail to: City Clerk City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 Space above for Recorder's use
Recording requested b
CITY OF CARLSBAD
When recorded mail to:
NOTICE OF COMPLETION
-3 Notice is hereby given that: </ 1. The undersigned is owner of the interest or estate stated below in t property hereinafter described. 2. The full name of the undersigned is City of Carlsbad, a municip corporat i on.
3. The full address of the undersigned is 1200 Elm Avenue, Carlsb; California 92008.
4. The nature of the title of the undesigned is: 5. A work of improvement on the property hereinafter described was complet on December 12, 1989. 6. The name of the contractor, if any, for such work of improvement is w Electric, Inc.
7. The property on which said work of improvement was completed is in the C- of Carlsbad, County of San Diego, State of California, and is descril as follows: Nine (9) tennis courts at the Carlsbad Hiqh School facilil
92008.
In fee.
8. The street address of said property is 3557 Monroe Street, Carlsbad,
CITY OF CARLSBAD
DAVID L. BRADSTREET, Parks & Recreation Direc
VERIFICATION OF CITY CLERK
I, the undersigned say:
I am the City Clerk of the City of Carlsbad 1200 Elm Aven
)19 accepted the above described work as completed and orde ed that a Notice Compl etion be f i 1 ed.
correct.
Carlsbad, CA 92008; the City Council of said City on LLj2L2 3
I declare under penalty of perjury that the foregoing is true
Executed on h 31 , 1990, at Carlsbad, California.
CITY OF CARLSBAD
__ ALETHA &! L. Q RAUTE&t.x 4
,rs Bi 3b-i -A * * STATE COMPENSATION INSURANCE
P.O. BOX 807, SAN FRANCISCO, CA 94101-0807
Fu N t) CERTIFICATE OF WORKERS' COMPENSATION INSURANCE
CERTIFICATE EXPIRES
AUGUST 3, 1989 POLlCYNUMBERo443098 - ' 4 -1 -9 0
r
CITY OF CARLSBAD
ATTN: PURCHASING DEPT.
1200 CARLSBAD VILLAGE DRIVE
CARL S BAD JOB: P.0. 371-4 CARL:
CA 9200a-igag SCHOOL TENNIS C1
LIGHTING CARLSBi
L S-40 31-1
This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the Califor
Insurance Commissioner to the employer named below for the policy period indicated
This policy is not subject to cancellation by the Fund except upoan days' advance written notice to the employer.
We will also give you jfRN days' advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by
policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document v
respect to which this certificate of insurance may be Issued or may pertain, the insurance afforded by the poll
described herein is subiect to all the terms, exclusions and conditions of such policies.
-- 30
30
8LE?
ENDORSEMENT #0015 ENTITLED ADDITIONAL INSURED EMPLOYER EFFECTIVE
08/03/89 IS ATTACHED TO AND FORMS A PART OF THIS POLICY.
NAME OF ADDITIONAL INSURED: CITY OF CARLSBAD & SATURN ELECTRIC
ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE
08/03/89 IS ATTACHED TO AND FORMS A PART OF THIS POLICY.
- d QY- 4- -jpP
/'-;*JJil x& ;'"
T/
LLh i
."iC& y&v! fCU& -
EMPLOYER J&Ld
I, --P
r -* ---------------'----\I
ALCORN FENCE COMPANY \ ATLAS FENCE COMPANY \ AR { P.O. BOX 13248 i SAN DIEGO "<Lm /--//
SClF 10262 (REV. 10-86)