HomeMy WebLinkAboutC S Goodale Company; 1986-06-13; 3006-7KI n7 b
Lv *
C .S . Goodale Co.
-4 B id de-e - - -
CITY OF CARLSBAD
SAN DIEGO COUNTY
CALIFORNIA
BIDDING DOCUMENTS
FOR
PUBLIC SAFETY AND SERVICE CENTER
CONTRACT NO. 3006
BID PACKAGE NO. 7K - Revised
FOR: Metal Lockers
For information relative to this project contact:
KOLL CONSTRUCTION COMPANY
2237 Faraday Averwe, Suite 101-C
Carlsbad, CA 92008
Steve Mahoney, Project Manager \i \ (619) 438-8866
@-e %
L.
.1
TABLE OF CONTENTS
-
P
d
Item
NOTICE INVITING BIDS 1
PROPOSAL 5
BIDDER'S BOND TO ACCOMPANY PROPOSAL
DESIGNATION OF SUBCONTRACTORS
BIDDER' S STATEMENT OF FINANCIAL RESPONSIBILITY
BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE
CONTRACT 12
LABOR AND MATERIALS BOND 16
PERFORMANCE BOND 18
GENERAL PROVISIONS 20
CERTIFICATE OF COMPLIANCE
SPECIAL PROVISIONS
LIST OF CONTRACT DOCUMENTS
-
Y* '
-* -
Page -
CITY OF CARLSBAD
PUBLIC SAFETY AND SERVICE CENTER
NOTICE INVITING BIDS -
The City of Carlsbad invites bids for performing the following work:
Bid Package No. 7K - Revised:
Sealed bids for performing the work shall be received at the office of Purchasing Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, unt
4:OO PM on the 17th day of April, 1986 at which time they will be opene and read aloud.
The work shall be performed in strict conformity with the specification
therefor as approved by the City Council of the City of Carlsbad on fil
the Engineering Department.
specifications for full particulars and description of the work.
The work, a portion of the total Public Safety and Service Center Proje involves complete sitework development of twenty-six (26) acres includl
grading, underground utilities, and surface improvements, etc. A full)
improved Police and Fire Administration Building, Vehicle Maintenance
Facility, car wash and fuel island shall also be constructed as a part the Phase One construction program.
Koll Construction Company will provide construction management service: the City of Carlsbad and shall organize, monitor, coordinate and direcl phases of the construction at the Public Safety and Service Center.
Metal Lockers.
1.
2.
Reference is hereby made to said
3.
4.
5. Plans, specifications and bidding documents may be obtain.& at the
Purchasing Department, City Hal 1, Carlsbad, California, after February 1986 at a cost of $50.00 per set to licensed contractors. Please call
ahead to reserve your documents, (619) 439-5601.
A pre-bid conference will be held at the City Council Chambers at 2:OO
on April IO, 1986 to discuss bidding requirements.
If information is required regarding the bid package, drawings and/or
specifications, the bidder SHALL NOT contact the City of Carlsbad nor
architect. Koll Construction Company, (619) 438-8866, Steve Mahoney.
6.
7.
All questions and requests for information shall be direct
8. No bid will be received unless it is made on the proposal form include with these bidding documents; a Bidder's 80nd in the amount of 10% of
bid. Said guarantee to be forfeited should the bidder to whom the cor
is awarded fail to furnish the required bonds and to enter into a cont
with the City within the period of time provided for by the bid docume
The bidders' security of the second and third lowest responsive bidder
L. '
I*
Page
-
be withheld until the contract has been fully executed.
cashier's check or certified checks submitted by all other unsuccessful
bidders shall be returned to them within ten (10) days after the receip
bids, and their bidders' bond shall be of no further effect,
The documents included within the sealed bids which require canpletion
execution are the following:
1 . Proposal 2. Bidder's Bond
3. Designation of Subcontractors
4. 5. Bidder's Statement of Technical Ability and Experience
The entire bid package shall be executed and submitted prior to the timc
for the bid opening.
Said document shall be affixed with the appropriate notarized signature and titles of the persons signing on behalf of the bidder. For
corporations, appropriately notarized signatures of the person authoriz
by the corporate by-laws are required and the corporate seal shall be
affixed to all documents requiring signatures. partnership, the properly notarized signature of at least one general
partner is required.
No bid shall be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Division 3 of the Business Professions Code. The Contractor shall state his/her license number an classification in the proposal.
The cash,
9.
Bidder's Statement of Financial Responsibility
In the case of a
IO. The City of Carlsbad reserves the right to reject any or all bids and t
waive any minor irregularity or informality in such bids.
Bids shall not modify or contain any recapitulation of the work to be d
Alternate proposals will not be considered unless called for. No oral
telegraphic changes to the bidding documents will be considered.
11.
12. The amount of bond to be given for the faithful performance of the coni for said work shall be one hundred percent (100%) of the contract prim
therefor, and an additional bond in the amount equal to fifty percent ( of the contract price for said work shall be given to secure the paymer
the claims for any material or supplies furnished for the performance (
the work contracted to be done by the Contractor for any work or labor
any kind done thereon. Bonds shall be prepared on the forms included
within the bid package. Sureties shall be licensed and registered In 1
State of California and subject to approval by the City.
13. Insurance requirements are specified within the contract section of thc package, Items IO, 11 and 12. Insurance carriers for Contractors
performing work under this contract are required to be licensed to do
business within the State of California.
-* %
b*
Page -
14. Partial and final payments on this contract shall generally be in
accordance with Section 9 of the 1979 edition of "Standard Specificatio For Public Works Construct ion", as herein modified.
The Construction Manager will, after award of contract, estdolish a clo
date for the purpose of making monthly progress payment.
Each month, the Construction Manager will make an approximate measureme
of the work performed to the closure date and as a basis for making mon
payments, estimate its value based on the contract breakdown furnished
the Contractor and approved by the Construction Manager.
From each progress estimate, ten percent (10%) will be deducted and
retained by the agency, and the remainder less the amount of all previc
payments will be paid to the Contractor. After fifty percent (Sa) of work has been completed and if progress on and quality of the work is satisfactory as determined by the Construction Manager, the deduction 1
made from the remaining progress payments and fran the final payment WI be limited to $500 or ten percent (10%) of the first half of the total contract mount, whichever is greater.
Final payment for value of work completed under this contract, unless
Notice of Leins or unpaid bills are on file with the City, shall be ma
t hirty-f ive ( 35 1 calendar days after acceptance of the cmpleted work.
City Council approval and filing of a Notice of Canpletion shall const said acceptance. Application for payments and dispersement of funds w be made through the Construction Manager.
The Contractor may, at his/her option, substitute securities, as speci
by Government Code Section 16340, for the retention held on this contr
At the request and expense of the Contractor, securities equivalent to
amount withheld may be deposited with the City or with a state or fede
chartered bank as the escrow agent who shall pay such monies to the
Contractor upon satisfactory canpletion of the contract. The Contract
shall be the beneficial owner of any securities substituted for monie:
withheld and shall receive any interest on the monies.
The bid documents are intended to be canplementary so that any work c:
for in one and not mentioned in the other, or vice versa, is to be ex€
the same as if mentioned in all said documents. The intention of the
documents is to include all labor, materials, equipment, transportatic
services necessary for the proper execution of the work.
If any person contemplating submitting a bid for the proposed contraci
in doubt as to the true meaning of any part of the plans, specificatic
other proposed contract documents, or finds discrepancies in, or omis
from the drawings or specification, a request may be submitted to the
person named on the title page of the contract documents for the
interpretation or correction thereof. Any interpretation or correct it
the proposed documents will be made by addendum duly issued by the Ci and a copy of such addendum will be mailed or delivered to each perso
15.
16.
L’ ’
..
Page
The City will not be responsible fo
-
receiving a set of such documents.
any other explanation or interpretation of the proposed documents.
Any addenda issued by the City during time of bidding, or forming a par
the documents delivered to the Bidder, shall be covered in the bid and
shall be made a part of the Contract. Bidders are advised to verify tt
issuance of all addenda and receipt thereof one day prior to bidding.
Submission of bids without acknowledgement of addenda may be cause for reject ion of bid,
No person, firm or corporation shall be allowed to make or file or be
interested in more than one (1) bid for the same work, unless alternatc
bids are called for. A person, firm or corporation submitting a subproposal to a bidder, or who has quoted prices on materials to a Bic
is not thereby disqualified from submitting a subproposal or quoting pr to other bidders.
17.
18.
19. Bidders are required to inform themselves fully of the conditions rela
to construction and labor under which the work will be or is now being
performed, and so far as possible, the Contractor must employ such met
and means in carrying out the specified work as will not cause any
interruptions or interference with any other Contractor.
The Contractor shall comply with the provisions of California Labor Co
Part 7, Chapter 1, commencing with Section 1720.
The Contractor shall not pay less than the specified prevailing rates
wages established pursuant to Section 1773.2 of the California Labor C
A copy of the current applicable wage rates is on file in the Office c Carlsbad City Clerk.
Contract may be awarded at the election of the City on one or a combir
of base bids, and alternate or combination of any alternases that migf
offered. The City reserves the right to reject this proposal and it :
remain open and not be withdrawn for a period of sixty (60) days from
date prescribed for its opening.
20.
21.
22.
Approved by the City Council of the City of Carlsbad, California, by Res011
No. Iji/lp, adopted on the ,J!/ day of e, 19s
A+ /a Date
, ,.'
.,-
Page -
CITY OF CAFU-SBAD
PUBLIC SAFETY AND SERVICE CENTER
CONTRACT NO. 3006
PROPOSAL
City Council City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
The undersigned declares he/she has carefully examined the location of the
read the Notice Inviting Bids, examined the plans and specifications, and h
proposes to furnish all labor, materials, equipment, transportation and ser
required to do all the work to complete Contract No. 3006 in accordance wit
the Plans and Specifications of the City of Carlsbad, and the special
provisions, to wit:
The followi& proposal form 'includes' work 'associated with the sitework bid
package 67 items 7A through 7M.
Proposals for the work shall include separate prices for each item of
bid: Rid 87A, or Bid #76, etc. A proposal for work may include a bi4
combination for any or all items of work, but must also include bids 1
each separate item.
the lowest of any possible canbination of bids - and is lower than the 1
bids of the lowest responsible bidders on the particular items of WOI
making up that combination bid. The City reserves the right to (a) a\
separate contracts for each bid item, or each canbinatioD of bids, or
make no award at all.
Note: If not bidding on an item of work, the bidder shall state "no
Proposals for the work in each bid package shall be complete per the
specifications and contract documents.
provisions are for clarifcation only and shall not be considered as a
complete list of all the required work.
Quantities of materials and earthwork used on the plam are for pemj
purposes only. All bidding contractors are required to canplete the1
quantity take offs, and submit lump sum bids for all work unless spec unit prices are requested within the special provisions. associated with sheet nine of the improvement plans (Impala Drive), !
be broken out separately on the proposal form.
included in this proposr
..
1.
Award on a combination bid will only be made if
2. Items listed in the special
3.
All work
4. Addendum( a) No (s) . one has/have been received and is1
--
Pagf -
8 id
Item # -
ICTAL LOCKERS
7K Complete metal locker work for the lump sum amount of Twenty-5 thousand eight hundred fourteen and no/hundreths
yI-..L . - - YY 5 - 26-
5. All bids are to be computed on a lump sum basis with separated unit pr
when requested, as indicated in this proposal. In case of a discrepant
between words and figures, the words shall prevail.
The undersigned has checked carefully all of the above figures and
understands that the City will not be responsible for any errors or
omissions on the part of the undersigned in making up this bid.
The undersigned agrees that in case of default in executing the reqdr
contract with necessary bods and insurance policies within twenty (2r
days from the date of award of contract by City Council of the City 01
Carlsbad, the proceeds of check or bond accompanying this bid shall bc
8. Contractors shall be licensed in accordance with the Statutes of the !
6.
7.
. the praperty. of the City of. Carlsbad.. -- - . 7. e..
of California providing for the registration of Contractors.
The undersigned bidder hereby represents as follows: 9.
a. That no Council Member, officer, agent or employee of the Cit
Carlsbad is personally interested, directly or indirectly, in
contract, or the compensation to be paid hereunder; that no
representation, oral or in writing, of the City Council, its
officers, agents or employees, has induced hidher to enter i
this contract, excepting only those contained in this form of
contract and the papers made a part hereof by its terns; and
b. That this bid is made without connection with any person, fir
corporation making a bid for the same work, and is in all res
fair and without collusion or fraud.
10. The undersigned is aware of the provisions of Section 3700 of the Lak
Code which require every employer to be insured against liability fo1 workers' compensation or to undertake self-insurance in accordance wj
provisions of that code, and agrees to comply with such provisions bc
commencing the performance of the work of this contract.
The undersigned is aware of the provisions of the State of Californi
Code, Part 7, Chapter 1, Article 2 relative to the general prevailirw
of wages for each craft or type of worker needed to execute the cont
and agrees to comply with its provisions.
11.
..-
c-
Page
-
Bond Accompanying this proposal 1s
equal-to ten percent (10%) of the total bid price.
msh, Certif ied*C- heck, Boxor Cashier's Check
95-321 936; v State License No. Employer2.D. I C. S. Goodale Co. 391 835 - -
7745 Arjons Drive
Bidder% Address
San Diego, Ca.92126
(61 9) 566-271 1 4/17/86 -- Jack PackwooL
Phone No. Date
Type of Organization mual,
Corpora t ion
'
<. - .. .. , ,- . : .. .. Coqoration, Partnership) ..
List below names of President; Secretary; Treasurer; and Manager, if a
corporation, and names of all partners, if a partnership:
John Marsh President
John Pappas V i ce-ereri dent
Jack Packwood -ent
( PLEASE AT TAQ-1 NOTORIAL
ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS.)
( CORPORATE SEAL 1
..*""-?.. ,' ' y-. - >
1.
I-
/' 3 --
J
-._ ~
-
( > L, \
I
, -1 i. +- ) ,: i.\\ ,/- I'
;\ ?<< a \\ L- ,/, --.w I.
\-\> I -\
L.2- -_- -----I ~
*
-e
.Pag t
- - BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS:
That we, C.S. GOODALE CO. , as Principal, as Sur-ld and firmly ba
unto- Carlsbad, Cmthe sum of Two Thoasand, Six Hundre
Eighty-One and 40]100ths--------- -Dollars ($ 2,681.40 - ) , 1aw77ey
the United States for thwf which sum well- to be made, we
bind ourselves, jointly and severally, firmly be these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SJCH:
That if the proposal of the above-bounden principal for:
OHIO FARMERS INSURANCE
HETAL LOCKERS CONTRACT NUMBER 3006
in the City of Carlsbad, is accepted by the City Council of said City, and j the above-bounden Principal shall duly enter into and execute a contract
including required bonds and insurance policies within twenty (20) days frm
.dat.e of award.of. contract by the City Council of the City of Carlsbad, being
'duly notified of said award, then 'this bbligati6n 'shall becme null and voic
otherwise, it shdl be and remain in full force and effect, and the mount
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 Sure1
from its obligations under this bond.
IN WITNESS HHEREOF, we hereunto set our hands and seals this
.. .
17th day -- , 19 86 . - April 7- -
OHIO FARLYERS INSURANCE CO. C.S. GOODALE CO.
Title Attorney-in-Fact
( Act ah acknowledgement of
Attorney in Fact) - (Notarial acknowledgement of '-cII execution by all PRINCIPALS and
SURETY must be attached.)
(Corporate Seal if corporation) OFFICIAC 5iSL
KiU. ETXY L. LDTT
NOTLRt CLIY JL LA* tkOI?X!iI
P?lh! Flit '>bFll;E IN
SFN 8jtEbC -.~1 ry
** General
of Attorney Ohio Farmers Insurancc --.Power
- -- Westfield Center, Ohio CERTIFIED COPY
81 -(
Know A// Men by These Presents, That OHIO FARMERS INSURANCE COMPANY. a corporation duly organized and existing the State of Ohio. and having its principal office in Westfield Center, Medina County, Ohio, does by these presents make, const!
........................ .D.OU.GLAS.. D. .. .MC .ARTHDR., . LEI.LANL. Q.. ATKLMSON.. ..............................
of ..$AN .DIEGO.. ............... and Stateof .. .CAL.IF.ORNIA.. ............... itstrueandlawful Attorney@)-in-Fact, w
.......................................................................................................................
.......................................................................................................................
authority hereby conferred in its name. placeandstead, toexecute, acknowledge anddeliver . ANY. AND. ALL. .BONDS., . UN[
.WEUNDER. SHALL .NOT. .EXC.EED. .NO. HUND.RED. E1.ET.Y. .THOUSAND. ($Za,OOo.QO.). .DOLLARS---. ANO. .RECRGN IZANCES.; . .PROY.ID.ED. s . HO.WEYER+ .THAT. .THE. PENAL. SUM. .OF.. ANY. .ONE. SUCH. .I NSTRl
.......................................................................................................................
....................................................................................................................... .LIM%TATION :. .. THIS. .POWER .Of. ATTORNEY. . CANN0.T. BE.. USED. .TO. .EXECUTE. .NOT.€. G~~NTE.E,. .. MO.RT.GAGE. [IEEICI ENCY., . MORTGAGE .GUARANTEE., . OR .BANK. DE.P~ my. ."OS., ...................
.......................................................................................................................
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney@)-in-Fact may do in tt appointment is made underand by authority of the following resolutions adopted by the Board of Directors of the Ohio Farmers In$
"Be It Resolved, that the President, any Vice-President. any Secretary or any Assistant Secretary shall be and is hereb power and authority to appoint anyone or more suitable personsas Attorney(s)-in-Fact to represent and act for and on behal subject to the following provisions: "Section 1. Attorney-in-Fact. Attorney-in-Fact may be given full power and authority for and in the nameof and on behdli toexecute, acknowledgeand deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditi undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any su, executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and an porate Secretary." (Adopted at a meeting held on the3rd day of July, 1957.)
"Be It Resolved, that the power and authority to appoint Attorney@)-in-Fact granted to certain officers by a resolution of 3rd day of July, 1957, is hereby also granted to any Assistant Vice-President." (Adopted at a meeting held on the 13th d
n s to be signed by its ASST. ................ VICE
A.D.. 19 81 .
In Witness Whereof, OHIO FARMERS INSURANCE CO NY has caused these p
and its corporate seal to be hereto affixed this ........................... "Pfth day of .............................. KtARH
OHIO FARMERS INSURANCE COMPANY
By ms-?:z '7- &L&Ct'L3 .. GM~iH.. . ~~. ... .*~~. * u
9 03 ............................. ss.: .............................
SANTPA ANA to me known, who, being by me dul sworn, did deposeand say, that he resides in ......................... ;that he i4SsT.t . !!
t State of CALIFORNIA
County of ORANGE
Onthis ............... 11th dayof ......................... MARCH A.D., 19 81.. .. beforeme ersonallycame . .Lo.uIs. .G... . GRAk
of OHIO FARMERS INSURANCE 8OMPANY. the company described in and which executed the above instrument; that he knov Company; that the seal affixed t it was so affixed by order of the Board of Directors I and that he signed his name the 0 ggq d....... No
J. E. JERNIGAN . R c.
NOTARY PUBUC -CALIFORNIA
PRINCIPAL OFFICE IN
ORAfJGE COUNTY !
State of .... .ORA.N CALI GE FORN ....... IA
County of ............................
CERTl FI CATE JiJN L
I, .................................................................... JOHN W. COMBES Secretary of the OHIO FARMERS INSURANCECOhr certify that the above and foregoing is a true and correct copy of a power of Attorney, executed by said Company, which is stil effect; and furthermore, the resolutions of the Board of Directors, set out in the power of Attorney are in full force and effect.
In Witness Whereof, I have hereunto set my hand and affixed the seal of said Company at Westfield Center, Ohio, this ........ .............................. .....
dayof p&A7 A.D.. 19
.............
BO 5410 C (Rev 2-77) , " HN k'. 0 BES, ASSISTANT
.*
Pag -
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies he/she has used the subbids of the following listt
Contractors in making up hidher bid and that the subcontractors listed will
used for the work for which they bid, subject to the approval of the City
Engineer, and in accordance with applicable provisions of the specification:
No changes may be made in these subcontractors except upon the prior approv(
the City Engineer or the City of Carlsbad.
required for each subcontractor. Additional pages can be attached, if
required:
Work Company Name
The fallowing information is
Locker installation Metal Work Unlimited -- L
-t I
I -
..
- --
-
--
- -y-Y -- ~ _y-- - - - L1 --
__I- -- LL-.-L- - - -- ---
- -// -%, \/.. _c_==
s igZEZY--
\
--
*.
Page -
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY .
The undersigned submits herewith a notarized or sealed statement of his/her
financial responsibility. Either a current audited incane tax or profit/los
statement .
L- yy_ 31 -- --- -- a
- e--- .-- I --
L
-y1__ - - .. _. . .. . .~ .,
-- -- --
- -- --
--Y- -
UP I____ -____uL)
--
- ---
u- -- ---- -- -- - -- - - -?
-- - -
(Notarize or
Corporate Se
0 .. '1
THE AMERICAN 1NSTlTUTE OF ARCHITECTS'
-
*
-
AlA DocUmentA3Qs
Contractor's Qualification Statement
1979 ED1TK)N
This rbrm is dppmwd and recmmendd by The American Institute of Architects 0 and The
Awcrdied Ce~d Contractors af America W) for we in evalwtrng the qu&k.atnms of con-
mctw. No endonemeN ol rhe subnrtting puty or verif& d the inbrmam IS made by the
AM or ACC.
The Undenised certifies under oath the truth and correctness of all statements and of a
to questions made hereinafter. _- \
WWITTED TO: CITY OF CARLSBAD - SAN DIEGO COUNTY A1X)KtU: I
WBMITTED BY: JACK D. PACKWOOD Corporatior
NAME C.S. GOODALE CO., INC. Partnership
A1)DHESS: &767 NANCY RIDGE DHIVE Indvidudl
I'KINC'IPAL Of-FICE: SAN 0 I EGO, CA. 92 12 1 Jant Ventu
CAI, I FORN IA
Other
SUB-
I (1 tiow mny years tms your orgnizdtm txen in business as a GHM Contractort TH 1 RTQ ( 30)
2 o t tow nuny yean hs your organization been in business under its present buaness name1 F I VE( (1
2.1 Undt4r what other 01 former names has your organization operated? C.S. COOOALE COMPANY, 2049 MAIN STREET, SAN DIEGO, CA. 92101
- ------
(I~(*II@~ I"A. 1w It IY7Y by Ihr kn*n.n IMW, ol MKm t735 Nnr Yd Avaw. NW, W&-. Dc fi
~(l.lrtdwu,wn 44 thr m&qd h~*m u dn~nd QUOUWO d as pwm U 7 d th. NA V& th. 'W
Lbwa ch: Ud ~Jxlmybryllyn lukwl lJruaul*n.
.__ -
AIlr lI(KUMLN1 A3M (-<mlu,uXHS C)UALIfICATW STATfMtlUr WH W7Y tUl[lO(r( Mho pb*-b Itit WUKhlr; l~\ill\*U (& EJdctlITLclb. 1715 NLW VwAVtw,Hw.. WwsTm* 0.C -
*t I rrlb Milru. ttWUIAKY I*A
.' a
3.0 it J curpardtion answer the following:
.3.1 OJ~C ot mcbrporation: FEBRUARY 7, 1978
3.2 State 01 incorpordtion: CALIFORNIA
3.3 President's name: JOHN F, MARSH, JR. -3.4 Vicc-pres,dent's narneb): JACK 0. PACKWQQO
JOHN W. PAPPAS
3.5 Secretary's name: JACK D. PACKWOOD
3.6 Tredsurer's name: J WN W. PAPPAS
4.0 If an individual or a partnership answer the following:
4.1 Date of organization: N/A
4.2 Fhme and address of dl1 partners (State whether general or limited partnership):
N/A
.
5.0 II other than a corporation or partnership, describe organizatlon and name principals:
N/A
6 0 List states and categories in which your orgapization is legally qualified to do business. Indic,
tratiori or license numbers, if applicable. List states in whlch partnership or trade name is
CALIFORNIA -CONTRACTORS LICENSE 1391835 t
C-61 INSTALLATION OF FABRICATED STEEL
STORAGE PRODUCTS/MISC. BUILDING
SPECIAL IT I ES.
I
MA oOCUM~N~ AUS cONIKACIOY'S ()UACIIICC~IIOW SIAILWNI MAKCH 1979 tOt1ION AtA. * IYpb* Ittt WYIC'AN IN\lllLllh (W AflHlltCIS.1735 NLW W(LY rWtNa. N.W.. WASHt6TON. 0.c. Mo0L A34
-
7.0 We normally perform the following work with our own forces: INSTALLATION Of
FABRICATED STEEL STORAGE PRODUCTS, i.o., LOCKER, SHELVING, HACK,
PART 1 T 1 ANS, H 1 SC . BU 1 LD 1 NG SPEC I AL I T I E$.
8.0 Have you ever failed to complete any work awarded to you? If so, note when, where, and I
,
9.0 Within the last five years, has any officer or partner of your organization ever been an t
imtncr of another organization when it failed to complete a construction contract! If SO,
separate sheet of expianation. NO
10.0 00 d beparate sheet, list major construction projects your organization has in process, glvtng
01 i)fojccl, owner, architect, contract amount, percent complete, and scheduled complctio
SEE PAGE 3A
11.0 On J separate sheet, list the major projects your organization has completed in the past f
giving the name of project, owner, architect, contract amount, date of completion, dnd p
04 the LOSI ol the work performed with your own forces. I
SEE PAGE 3 A
12.0 ( In .I sep.\rate sheet, list the construction experience of the key individuals of your orgdniL4
JOHN F. MARSH: 24 YEARS INDUSTRIAL STEEL PRODUCTS INSTALLATION
JACK D. PACKWOOD: 21 YEARS, INSTITUTIONAL PROOUCTS INSTALLATION
JOHN W. PAPPAS: 20 YEARS ENGINEERING/16 YEARS CONVEYOR INSTALLATION
AIA 1)OCUWNI Am i OY1K4i ToK'\ 1)UALIFiCAiiON 41AIlMtNT btNKti 1979 fOll1ON MAo .* I****) Ill1 \\\tKi( AN iN'rlllU1~ 01 AKt LiIllC.I>. 1tlS NlW YoYh AVINUE. N.W , WASUIWI<)N. 0.c- - , A31
d
-I Llul Z$LnLnnZS2iILFI -\CQ=a\\>q YV\\\\(-J ---bM%+---ICI 8% 00
be. - aQBQ 0 om a\30000~9\0
c) B
2
2
2
I-
000000000 000000000 mbroLnInmo00 r U ---------
c In hN*n\Mao~O
8
4 3
I-
!- + v) *v) Zt-ZE ocnoaw OZOIJ aa2ww -raowza w c- aaaa Seaa-iznan
0 E8Zi%i>aaa
0 W
z w OzIw-1300
I I
I J 1 I 5 zv)
I 0.w m I- *"Zd, -- I-0 u3I-wlLa- w I-wcnJmz
!-o.wt oc t--1fJ3ug$ >me Oa2w $7
0 I a w- z-Iwzoco-I<w z- >wmo
-
a: z oouua<:3> a w z-nmaaa- a 0
I I I 1 8
1
z 3 Y af w
I-J
-
9 2E !-I-;
ow0 cot-% goo - *w
zaaz~~g~~ SZS3cnra-
-
ow 'aw WOCZ [La 30-
3-1w ww - IW
aa
cn-
oc oaz w E- w>mv)o 2 3 0
--Icy. - 00 9<!-
wm- maw0 cr:
o?Lo3LT CLwwaticC
!-cJoLoo~
4m",tp;qz (n3+>z_w
YsE'a,04% 0 -
m ZEZCJJS 0 ~z~~m~s~~ >-x 7
-=$W.P a3aa.Poo.P.PTrob \\\aaaa,naam - CnQCpCoa0b-Q GaZZ\\\\\\\\
TAWA*****TA**~ 0 0 0 0 0 0 0'0 0 0 0
00~~0~0~00~ c C cc CLI
00000000000 00000000000 o9~mOom-069
In -- CV - N .v - - *-*-**---** m~~a~o*m~acO
n(
n n 5 -l
v) 0 c3 (Tv)uuu t -1-l UYW -1r-l mz-i-r-ls
- -1 4 -
aaaak 616 aiionnzx 008 0 oaw a9amr9aua9s
ZI- zoo ozoz- 0008
I I I
I am m wav) w a I-
w ocu zw z
I *, z - 0 0 ?Lm z wv, - ' oa
5 tzww 0 *x w
a0 4 '55 n 9zzz1.a w 3 wmoc
z a s k32z8;3339uY
- i3wzz?5w €E n woc vz2%SS5o- 5 zzz
0
I I I I 1
0
0
n I-3ow ZJ--
3 %mma -
Z wozn 5
O8 w
(r ac " .Sza Q .L>~I- I 0 w LLK I .PV,~ acc om
xS05 a-
5
=d8 M 0wSU;daoo-
om
I-0 JLL 0 z >-
z)~>nzz!-QWC9Z 0 w--
w n I-oc z<>- .uu>raa~
*
W >-z I-- 2 - 5
WI-, >-sa >> I-!-
d-1 I-
>- mv,> A< 00
=CY zt-
>- v, 13 5
v, l-0 +I--mrnuN - 52%
3?2Q
>I-- za>~=y3g~~~$ IX~ e- oa- CJ CL a aIo 5 a LL 3 - c
-- --
zz
3ww FFgszzw&a$ ts4wE;r',is >-wu u- I u
a00
-’ aLIJ 5% . on
*
a H 0 -0 0
tz 3 9
:
:
cz 0 +-
t- z 0 0
W
W c3
z
I I I I 1
v) t- t-0 ow
Y
LIJ * I-$ -
s u
XQ 0 (rc3 <W CR
I I I I I
(x W
0
z 3
-
m 0
7;
bb-.bu-uurcl co4)~Dpco(0~(0 \\\\\\\\ U399UlLnUl99
&A&***** 0. 030300 aooo~~~o c cccc
000000
~*t(OM0000
Ob0\OLnhuILn NUl-.---(C\rq
88oooooo
.4..4.444
an I- cn *I-
AA uzoz 000 zu 0 v,
55 gLi2Li --
azw YYUO
znz~xC
91C9099I-(n all
II4- ~aaaw-
zz 89aZWZ
a Lr LIJ w - we3 E I oww IO% 3 ~nz II ZZIO& an wwamw WE ITWZ-1 -1a a ZIWWWW-1
oaxox-
34 -
50v)muzw-l rr)
WLW3Z3H w
2 0
-1 0 0 I 0 Ln m E 0IW aI- -1 -
W x-z
z 0 >->-
0
W axw
nex t;; .. aa - rxc 00 -1
aa 0 aa>- w>
00 2 $y?
32>i-az- n amwz ww2zc3a3=)v,
(r
CK v)m> rx t- 0 z>---1 0v)W X I-ACn
I->w
59 w
8 sg
I-- n
6
cn- c3grt-ag
x$$x:>-t-Sa
v)
w-
I-
- >I- aa
c~eoua~cng out-01-a- ro2cn-JOa4K
I-
11.0 Trade Ketcrences: SEE ATTACHMENT A -
14.0 Bank References: SEE ATTACHMENT A
I5 (I N~Iw (jt ~(~f~d~~1t( C()l1liwiy dild ndrne and address of agent: ~LL-PEN JCK, 1 NC.'
121 BROADWAY, SUITE 543
SAN DIEGO, CA. 92101 MR. D.D. MCARTHUR
1
.
*)A IIlMlJMtNI AI(K (ONIK.\( ItbK\ ()Ll\iltl& .\lION \rAlthUNl hMK(tt 1979 IOlllON AIA-
' 1') 'Bo 11U AlrUKN 4\ IISLIII~II 0) hYCtii\L( b'., llZb FJW WwLh AVlM. NW. WAWWICMU, 0.c. rub A305-197Y
,,,_. -..- ..-_...-..-..-. .W"....W".) .-..IIRW +T~CI~.IIC~ - rn-tmnia~ nr4N011
CourCTCNC~ s* 1F* 0QbQII)AbB $9~ $gC*
- 6767 NANCY RIDGE DRI SAN DIEGO, CALIFORNIA 921 -
L0 G; e-
F TELEPHONE (6 19) 450- 14 c
CREDIT WERENU3
VERSA Ff" ORFQiW REpuBLrc STEEL CORPORATICN 1038 BUKN AVENUE N,E, P,O, Box 152
CANTOIY, OHl 44705 PR, STERLING, OH, 433 1-800-321-1582 614-&9-2738
uy)I EULTECH, INC, BucKHDfw
204-334-2500 5u-772-uu '
..
--* v
P80. Box 558
~DI, CA, 95240 CINCINNATI, OH, 45215 10605 CHESTER RQAD
MRWOLITAN WIRE COW,
W I LKES-BARRE CORPORATE OFFICES PENNSYLVANIA 18705 30 BORIGHT AVE,
WHITE STORAGE % fERID
K~IWOSITH N,J, 07033 . 717-82G2741 201-272-6700
Du" ti BRADSTREET REFERENCE m-9lll-4857
BANK: BANK OF SAN DIEGO 4320 h Jou VIUGE DRIVE LAJocLA,CAa 9209 6l9-453-7771
ACCOUNT: #401683-800001
CONTACT: BNERLY STEMART
C~RP~RATE OFFICERS: JOHN F, Ww, PRESIDENT
JACK D, PAC~ VICE PRESIDENT JOHN w, PAPPAS VICE PRESIDENT
RE-SALE NUEJ13ER: WH25-699397
SATE OF CALIFORNIA (h'TRACTORS LIC NUMBER 391835 c-61
MCLVING lOULE8S SCHOOL fURMl1URC RACKS BEYCMLS LAIOIIIOIY FURMtfU@I CAI
..
16.0 Attach a financial statement, audited if available, induding Contractor's latest batance shee
income statement &owing the following items:
A. Current Assets (e+, cash, joint venture accounts, accounts receivable, notes receivable, ac~
income, deposits, materials inventory and prepaid expenses) :
B. Net fixed Assets:
SEE ATTACHMENT 6
C. Other Assets:
0. Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for In
taxes, advances, accrued salaries, and accrued payroll taxes) :
E. Other Liabilities (e&, capital, capital stock, authorized and outstanding shares par values, e:
surplus, and retained earnings):
Name of firm preparing financial statement and date thereof: BLOOMER, WE1 SMAN d MAGG CERTIFIED PUBLIC ACCOUN-
5480 BALTIMOHE DRIVE
SUITE 104
LA MESA, CA. 92041
Is this fiiunccal statement for the identical organization named on page one?
It not, cxpldin the relationship and financial responsibility of the organization whose financial st#
rrient IS (X(JVldd (e.g., parent-subsidiary). N/A
Will this organization act as guarantor of the contract for construction?
YES
YES
AiA DOCUM€NT A395 C<~NTKAClOK'\ QUALiFiCATiON SlAIWfNl MARCH 1979 iDtli<>N AIAe 1979 Ibtt AMUM hN INIIIIUII 04 AYClILItCI5. 1715 NLW VOW AVTNUE. M.W., WAY(WX0w. D.C. T -'97!
.-
e . 17.0 Diitedat ~AN ~~EGO, a.
this S 1 XTEENTH ( c6th 1 dayof NOVWER . 19 84 '
b
Name of O!Wnizatim : C . S . GOODALE COMPANY, 1 NC .
6767 NANCY RIOGE DRIVE
SAN OIEGO, CA. 92121
J M-,lGis+ CK 0. PACKWOOD a T' e: VICE PRESIDENT, RMO
*
u/ ru&S
I8 0
MR4 JACK D. PACKWOOO
lhdt heh&K I'J the V I CE PRES I DENT/SEC
('oit1r.u lor(s), ~\od Ilul *Inswcrs to the foregomg qucsiiuris and dl statctncnis thercin contalw
true drid correct.
-being duly sworn deposes and
of C. S. GOODALE COMPANY,
.
Subscribed aid sworn bclore me this 16th day of NOVEMBER , 19 t
Notary Public:
My Cointiiission Expres: NQr%eY NU r&v4/L&d=
.-
AIA IWCUMCNr A345 ' <ONTKA('TOK'S C)UAlIkICATION STAlEMLNT MARCH 1979 EDITION AMo
' P83 l~lt h\\LYIl Ah INIlIltII4 4H AM titltc t\, 17)s Ntb YOU AWtNUL. N.W., WASHINGION, 0.c. BlUh KLln-11
..
Page
BIDDER'S STATEMENT OF
TECHNICAL ABILITY AND EXPERIENCE
-
The Bidder is reqdred to state what work of a similar character to that
included in the proposed contract hefshe has successfully performed and give
references, with telephone numbers, hich will enable the City to judge his/h
responsibility, experience and skill. An attachment can be used if notarized
sealed.
Date Name and Phone No.
Contract Name and address of Person Amount
Completed of the Employer e Type of Work Contrac
I installatioin $32
I 1 $27 19/20/85 I C 1 ubhouse I (619)741-6555 -- 1 I $88
I I
f 1 1 I .. .I 1- 1 II--l------
t -. I I I __ -I_ I I I I __ I ___ 1 I I I- I I I I I 1- I I I ~ ___ _I I
I I I I I-- I I I 1 I
I
I I I I
1 0-1 Lockers G- \ I
I
11/27/86 I Family Fitness Ctb.Dave Gordon
IRancho Santa k~e 1 RX. WE Y
Ill1
shans I
It 12/28/85 i p 1(619)291-8181 I
.. . * ..
LIII
I
I I I
I I
I ---r----
I I
I
I-
- I1 I I
I----+-- I I I 1 I I ----r-_____t__
--\. ~ -- 1 - 1-
-- -- I - I 1
/ \ \ \,fl<-k a t - i _-_ _-.- --A -
~ Signature I
.L
(
__y - -
\ '. . (Notarize or
Corporate Seal) --'
Page
THIS AGREEMENT, made and entered into this A- by and between the City of Carlsbad, California, 4i a day munic Of+, corporation 19L:
(hereinafter called Vity"), and C-S- Goodale Co.
(hereinafter called llContractor" .-
City and Contractor agree as follows:
- CONTRACT
_y11
1. Description of Work. Contractor shall perform all work specified in thi
contract. documents for:
Metal Lockers
(hereinafter called "project")
Provisions of Labor and Materials. Contractor shall provide all labor, rnaterials,Tols, equipment and personnel to perform the work specified
the contract documents.
3. Contract Documents. The contract documents consist of this contract; t
bid documents, including the notice to bidders, instructions to bidders
contractors proposal; the plans and specifications and all proper
amendments and changes made thereto in accordance with this contract 01
plans and specifications; and the bonds for the project; all of which 4
incorporated herein by this ref erence.
2.
4. Payment. As full compensation for Contractors performance of work undc
this contract, City shall make payment to Contractor per the terms out. in the Notice Inviting Bids, Item 13. Contract amount Twenty six tho1
e-- $26,814.00
Payment of undisputed contract amounts shall be contingent upon Contra furnishing City with a release of all claims against City amd Construc Manager arising by virtue of this contract as it relates to those amou
Extra compensation equal to 50 percent of the net savings may be paid Contractor for cost reduction changes in the plans or specifications m pursuant to a proposal by Contractor. The net savings shall be determ by City. No payment shall be made unless the change is approved by th city.
5. Independent Investigation. Contractor has made an iridependent investigation of the jobsite, the soil conditions under the jobsite, c all other conditions that might affect the progress of the work, and : aware of those conditions. The contract price includes payment for a1
work that may be done by Contractor in order to overcane unanticipatec underground conditions. Any information that may have been furnished
Contractor by City about underground conditions or other job conditior for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied will all j conditions, including underground conditions and has not relied on information furnished by City.
*
Page -
6. Contractor Responsible for Unforeseen Conditions. Contractor shall be
responsible for all loss or damage arising out of the nature of the work
from the action of the elements or fran any unforeseen difficulties whic
may arise or be encountered in the prosecution of the work until its acceptance by the City. Contractor shall also be responsible for expens incurred in the suspension or discontinuance of the work. contractor shall not be responsible for reasonable delays in the canplet of the work caused by acts of God, stormy weather, extra work, or matter
which the specifications expressly stipulate will be borne by City.
7. Chan e Orders, City may, without affecting the validity of this contrac h, modifications, deletions and extra work by issuance of
written change orders. Contractor shall make no change in the work wit1
the issuance of a written change order, and Contractor shall not be
entitled to compensation for any extra work performed unless the City h(
issued a written change order designating in advance the amount of additional campensation to be paid for the work, If a change order deli any work the contract price shall be reduced by a fair and reasonable
amount, If the parties are unable to agree on the amount of reduction work shall nevertheless proceed and the amount shall be determined by
arbitration or litigation.
extra work is the City Engineer. excess of $5,000.00 shall be effective unless approved by the City Council ,
However,
The only person authorized to order changes
However, no change or extra work orde
8. Prevailing Wage. Pursuant to the Labor Code of the State of California
the City CouncTl has ascertained the general prevailing rates of per dl
wages for each craft or type of worker needed to execute the contract i
schedule containing such information is in the City Clerk's office and
incorporated by reference herein. Pursuant to Labor Code Section 1774
contractor shall pay prevailing wages. Contractor shall post copies 01 applicable prevailing wages on the job site.
9. Indemnity_. Contractor shall indemnify, hold harmless and.defend the Construction Manager and the City and its officers and employees, and I
of them, from any and all liability or loss resulting from any suit, c or other action brought against the City, or for any other losses of whatever nature, directly or indirectly arising from the acts of Contr or its officers, employees or agents done in the construction of this
project or in the performance of this contract regardless of responsib
for negligence. The expenses of defense include all costs and expense
including attorneys fees, of litigation, arbitration or other dispute
resolution method. Nothing in this paragraph shall require contractor
indemnify City for losses caused by the active negligence of City.
Contractor shall provide Certificates of Insurance evidencing coverage
amounts not less than the following:
10.
..
Page '
Combined .Single Limii
-
S 500,000
500,000
-le Liability
General Liability Prcducts/Cmpleted Operations 500,000
Blanket Contract ur a1 500,000
Contractor's Protective 500,000
Personal Injury 500,000
Excess Liability 500,000
Other
Contractor may be required to increase the limits of liability insurance the size and nature of the project require excess coverage.
Contractor shall cause the City and Construction Manager to be named as additional insured on all policies concerning the subject matter or
performance of this contract
11. Workers Compensation. Contractor shall comply with the requirements of
Section 3700 of the California Labor Code. Contractor shall also assumf
the defense and indemnify and save hamTss the City and Construction
Manager and its officers and employees from all claims, loss, damage, injury and liability of every kind, nature and description brought by a person employed or used by Contractor to perform any work under this
contact regardless of responsibility for negligence.
Contractor shall submit to the City through the 12. Proof of Insurance.
Construction ManNer, certification of the policies mentioned in Paragr
10 and 11 or proof of workers' compensation self insurance prior to the start of any work pursuant to this contract. Certificates of insurance shall provide that the insurance will not be cancelled until the expira
of at least thirty (30) days after written notice of such cancellation
been given to the City.
Arbitration.
out of or relating to this contract or the breach thereof may, at the
option of City, be settled by arbitration in accordance with the
construction industry rules of the American Arbitration Association arx
judgment upon the award rendered by the arbitrator(s1 may be entered ii
California court having jurisdiction thereof.
arbitrator(s) shall be supported by law and substantial evidence as
provided by the California Code of
13. Any controversy or claim in any amount up to $100,000 ari
The award of the
Civil Procedure, Section 1296.
14. Maintenance of Records. Contractor shall maintain and make available
If the
the City, upon request, records in accordance with Sections 1776 and 1
of Part 7, Chapter 1, Article 2 of the California Labor Code.
Contractor does not maintain the records at Contractor's principal pla
business as specified above, Contractor shall so inform the City by certified letter accanpanying the return of this contract. Contractor
shall notify the City by certified mail of any change of address of su
records.
1- ,____ ._.^_ II --I--.. .~~l_l_____l ____ll__L__l_lI_..l--=~-~-
_L__- _-111_-^ I=- .--____~ }s STATE OF CALIFORNIA
COUNTY OF SAN DIEGO
On this 3RD day of JUNE , in the
before me, the undersigned, a Notary Public in and for said State, person
, personally
(or proved to me on the basis of satisfactory evidence) to be the person who
within instrument on behalf of the Corporation therein named, and acknowled!
the Corporation executed it.
WITNESS my hand and official s I.
JOHN F. MARSH, JR., PRESIDENT, AND JOHN W. 1
VICE PRESIDENT
!r) ABTOC* +-J
?/
Notary Public in and for said State. ACKNOWLEDGMENT-Corporation-Wolcotts Form 222CA-X-Rev. 5.87,
01982 WOLCOTTS. INC. . 't LZ -
-.
Page 1
The provisions of Part 7, Chapter 1 canmencing wl
-
15. Labor Code Provisions:
section 1720 of the California Labor Code are incorporated herein by
reference,
Securit Pursuant to the requirements of law (Goverment Code Section
'mtpropriate securities may be substituted for any monies withheld
City to secure performance of this contract or any obligation estalishec
by this contract.
17. Additional Provisions. Any
forth in the "Genera Provisionst1 or 5pecial Provisons" att
and made a part hereof.
1'6.
(Notarial acknowledgement of
execution by ALL PRINCIPALS must be attached.)
45 ARJONS DRIVE
SAN DIEGO, CA 92126
-Principal PTzzaTEG
>/ " I -,
/
/* -
Contractor's Certification of Awarenes
"1 am aware of the provisions o
every employer to be insured ag
undertake self-insurance in ace will comply with such provision
of this contract .I1
t
', . L-
L-
i
..
-- Pag
- LABOR AND MATERIAL BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, by
adopted May 6, 1986 , has award Resolution No. 8542
C.S. Goodale Co. Y- -- , herezaf ter desig
as the "Principal", a contract for:
-- ---
Metal Lockers
in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents now on file in the Office of tl-
City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said contract 2
the terms thereof require the furnishing of a bond with said contract, prov that if said Principal or any of his/her or its subcontractors shall fail t for any materials, provisions, provender or other supplies or teams used ir
upon for or about the performance of the work agreed to be done, or for any or labor done thereon of any kind, the Surety on this bond will pay the sm
the extent hereinafter set forth.
NOW, THEREFORE, WE, - C.S. Goodale Co. as Principal, hereinaf temated as the 'Tontractor-d
as Surety, are held and firmly bound-rlsbad, i-
Thirteen thousand four hundred seven OO/lOO--------- Dollars ($ 13,407-00
said sum being equal to 5mated amount of the
contract, to be paid to the said City or its certain attorney, its successc
and assigns; for which payment, well and truly to be made, we bind ourselve
our heirs, executors and administrators, successors or assigns, jointly ad
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if person or his/her subcontractors fail to pay for any materials, provisions, provender or othe supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, for amounts due under the Unemployment Insurance Code with respect to such
or labor, that the Surety or Sureties will pay for the same, in an amount r
exceeding the sum specified in the bond, ad also, in case suit is brought
the bond, a reasonable attorney's fee, to be fixed by the court, as require
the provisions of Section 4202 of the Government Code of the State of
Calif or nia .
-
Page
This bond shall insure to the benefit of any and all persons, cmpanies and
corporations entitled to file claims under Section 1192.1 of the Code of Civ
Procedure so as to give a right of action to them or their assigns in any su brought upon this bod, as required by the provisions of Section 4205 of the
Government Code of the State of California.
In the event that any Contractor above named executed this bond as an individual, it is agreed that the death of any such Contractor shall not
exonerate the Surety from its obligations under this bond.
s instrument has been duly executed by the Contractor , 1986 .
P day of MAY
C. S. GOODALE CO.
- L//& P~%d!!7-
Contract or
OHIO FARMERS INSURANCE COMPANY
d
DAN G. OWENS, ATTORNEY-IN-FACT
- Surety
y _A ~ ,- -II-_l_l--- I-_______
ACKNOWLEDGMENT OF SURETY
STATE OF CALIFORNIA
COUNTYOF SANO
ss.
On this 30TH day of 19 86 , before r~
, a notary public, personally appear1
, personally known to me (or proved to n
on the basis of satisfactory evidence) to be the attorney-in-fact of Ohio Farmers Insurance Company of Westfie
Center, Ohio, who acknowledged that the seal affixed to the attached instrument is the Corporate Seal of sa
Corporation, that sard instrument was signed and sealed on behalf of said Corporatron by authority Of i
Board of Directors, and that he executed said instrument assu
of said Corporation.
MAY
RAYMA L. JOkNSON
DAN G. OWENS
RD 5173 /" nli
unto f-ai'rners Insurance -.
of: Attorney
CERTIFIED COPY Westfield Center. Ohio el -Of
Know A// Men by These Presenls. That OHIO FARMERS INSURAtkE COMPANY. a corporation duly organized and existing un the State of Ohio. and having its principal oflice in Westfield Center. Medina County. Ohio. does by these presents make. constitu ................................................. .DAN .E.. .OHENS. ...................................................
of ........................ SAN'DIEGO ..... and State of . .CAL.I FDRNIA ................ 11s true and lawful Attorney(s)-in-Fact. with
.... C.ol?o.?TZ.ONS. .OF.. CONTRACTS. AND. CONSl". .OI: SURE.TY.. ...............................................
........................................................................................................................
..... ............................................................... ..........................................
authorit hereb conferred in its name. place and stead.loexecute,acrtnowledge and deliver .ANY. .AND. .ALL .BONDS,. .RECC
.... !-&ER?r/KI.NG$., .OR. .O.IH.ER .l.NS.TRWENTS. .Of?. .COfU.RACTS. OF. .S.URET.YSHI.P. .TO . I.NCLUDE. .WAJ.VE
..........................................................................................................................
...........................................................................................................................
............................... .................................................... .........................
.. ..................... .....................................................
.........................................................................................................................
and to hind the Company thereby as fully and to the same extent as if such bonds were signed by the President. sealed with Ihe cc nhe Company and duly attested by its Secretary. hereby ratifying and confirming all that the said Atlorney(s)-in-Fact may do in the I appointment is made under and by authority 01 the foliowing resolutions adopted by the Board of Directors of the Ohio Farmers lnsur
"Be If Resolved, that the President, any Vice-president. any Secretary or any Assistant Secretary shall be and is hereby \ power and authority to appoint anyone or more suita ble persons as Attorney(s)-in-Fact lo represent and act for and on behalf 0. subject tothefollswing provisions: 'Section 7. Atfolney-in-Fact. Attorney-in-Fact may be given full power and authority for and in the name 01 and on behalf of toexecute. acknowledge and deliver, any and all bonds, recognizances. contracls, agreements of indemnity and other condition, undertakingsandany and all noticesand documentscanceling orterminatingthe Company's liability thereunder,and any such I executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by the Presidenl and sealed and attesl porate Secretary." (Adopted at a meeting held on the 3rd day of July, 1957.)
"Be If Resolved. that the power and authority to appoint Attorney(s1-in-Fact granted to certain officers by a resolution of this 3rd day of July. 1957. is hereby also granted to any Assistant Vice-President." (Adopted at a meeting held on the 131h day
PANY has caused these presents to be signed by its Ass? .-. . .VICE. ,Pj In Wifness Whereof, OHIO FARMERS INSURANCEC ??! rd and its corporate seal lo be hereto affixed this ........................... day of .... .@CTCEER.. ............. A.D.. 19 .a.j.. .
OHIO FARMERS INSURANCE COMPANY
By .................................. .J. ... /
<.
<,Z'.#f L- -e. 2 2!4&? 40. I.&.
LOOIS 6;. GRAHAM, JR., ASSISTAI
ss.: PRES I DEI ....... ....... i State of ClAL.1 F.0RdZ.A..
County of ............................. ORANGE
On this .... .?.?)??. ... dayol .. .OcTQBER.. .......... AB.. 1981.. . ,before me personally came .LDu.Is. .G.. .GRAHAM
to me known, who. being by me duly sworn. did depose and say. that he resides in . .sANJA. ANA. ......... ; that he is ASST.. .v: of OHlO FARMERS INSURANCE COMPANY. the company described in and which executed the above instrument; that he knows 11
Company; that the seal affixed lo said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of s and that he signed his rymelher
OFFlClAL SEAL
fRlNClPAL OrflCf IN
ORANGE CUUNTY
State 01 ..... c!!L 1.F oRN$ A.
County of .. QRANGE ................
CERTIFICATE
8. .. JOHN. b! t. .co?%E.$.. ......................... .&$.I $.TAU.. . Secretary of IheOHlO FARMERS INSURANCECOMPAI certify that the above and foregoing is a true and correct copy of a power of Attorney. executed by said Company. which Is still In eflect; and furthermore. :he resolutionsof the Board of Directors.se1 out in the power ol Attomey are in full force and effect.
In Witness Whereof, I have hereunto set my hand and affixed theseal of said Corn any at Westfield Cen!er. Ohio, this. .3QTH.. ...
dayof ........e !! .................. A.D..19 ..%. $JddJ$d;..-..: .......... N W. C ff6ASS ISTANT SE BD 5410 C (Rw 2-77)
BOND NO. 504836
9. . - PREMIUM: $161.0(
Page
PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the Citi of garlsb
Resolution No. 8542 adopted aY 8 1988, , has awardec c- s. GPPDA LE CO, . , hereinafter designi as the llPrincipalfl, a contract for:
State of California, by
INSTALLATION OF METAL LOCKERS; CONTRACT NO. 3006, BID PACKAGE NO. 7K
in the City of Carlsbad, in strict conformity with the drawings and
specifications and other contract documents now on file in the Office of the
City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said contract and the terms thereoP require the furnishing of a bond for the faithful performan
of said contract;
- C. S. GOODALE CO. NOW, -THEREORE, WE, _I as Principal, hereinafter designated as the "Contractor", and
as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of Dollars ($ 26,814.00 - said sum being equal to 100 percent (100%) of the estimated amount of the a
contract, to be paid to the said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS MLIGATION IS SUCH that if the above bounden Contractor
his/her or its heirs, executors, administrators, successors or assigns, shall
all things stand to and abide by, aid well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his/her or their part, to be kept and performed at the time and in the manner therein specified, and in all respect according to their true intent and meaning, and shall indemnify and save
harmless the City of Carlsbad, its officers and agents, as therein stipulated, then this obligation shall becane null and void; otherwise it shall remain in full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract
or to the work to be performed thereunder or the specifications accompanying 1
same shall affect its obligations on this bond, and it does hereby waive notic
of any change, extension of time, alterations or addition to the terms of the
contractor or to the work or to the specifications.
OHIO FARMERS INSURANCE COMPANY
TWENTY-SIX THOUSAND EIGHT HUNDRED AND FOURTEEN
.
Page
In the event that any Contractor above named executed this bond as an
individual, it is agreed that the death of any such Contractor shall not
exonerate the Surety from its obligations under this bond.
strument has been duly executed by the Contractor
19 86 . --' - MAY - e 30933 day of
- C. S. GOODALE CO.
\ -
dl.&? Pe/mT Contractor
OHIO FARMERS INSURANCE COMPANY -c-- ZH DAN G. OWENS, AT @dad ORNEY-INLFACT
Srety
-- ___ __ __ ..-____ --___-___--- ,- ~ -* -_ _I- I_- - _-
RAYW L. JOHN Mary PuWlc-Caiil %PI MEGO COUl
ACKNOWLEDGMENT OF SURETY
STATE OF CALIFORNIA
ss. SAN DIEGO COUNTY OF
On this 30TH day of MAY 19 86 , before IT
, a notary public, personally appear
, personally known to me (or proved to r
on the basis of satisfactory evidence) to bethe attorney-in-fact of Ohio Farmers Insurance Company of Westfic
Center, Ohio, who acknowledged that the seal affixed to the attached instrument is the Corporate Seal of si
Corporation, that said instrument was signed and sealed on
Board of Directors, and that he executed said instrument as su e free act and de
of said Corporation.
RAYMA L. JOHNSON
DAN G. OWENS
Rn 5773 i' fill
Ohio D-at-rners Insurance .'UYW&I
;f * At t or n e y
;ERTIFIED COPY Wesffield Center. Ohio 81 -06
Know A// Men by These PIesenfs. Thal OHIO FARMERS INSURANCE COMPANY. a corporation duly organized and existing unc the Slate 01 Ohio. and having its principal office in Westlield Center. Medina County. Ohio. does by these presents make, constitutl ................................. .RAN. G .. .ONENS.. ............................................ .......................................................................... ............................................
......... ........................................................
nd State of . .CAL.I FI)mJIA.. ............... its irue and lawful Atlorney(s)-in-Fact. wlth 1
authorit hereb conferred in its name. piace and stead. toexecute. acmowledge and deliver . .ANY. .AND. .ALL . BONDS,, .RECOI
.... Ul[DERThKI.NG$., . DR. .O.TH.ER .I.NSTRMENTS .O.P,. .COfJT.RACTS. OF. .S.URET.YSHI.P. .TO . LNCLUDE. .WAI.VE.I Gof?D.?TZ.ONS. .OF.. CONTRALTS . AND. CONSENIS. .OE SU.RE.TY.. ...............................................
.......................................................................................................................... ............................................ ........................................ f ...................................
.................................................................................. ....................
.................................................. ...................................................................
........ ......................... ........................................ ....................
and lo hind the Company thereby as fully and to the same extent as if such bonds were signed by the President. sealed with Ihe cc the Company and duly atlested by its Secretary, hereby ralifying and confirming all that the said Attorney(s)-in-Facl may do in the 1 appointment is made under and by authority 01 the following resolutions adopted by the Board 01 Directors of the Ohio Farmers Insur<
"Be It Resolved, that the President, any Vice-president. any Secretary or any Assistant Secretary.shall be and is hereby i power and authority to appoint any one or moresuitable persons as Attorney(s)-in-Fact to represent and act for and on behalf 01 subject to thelollawing provisions: "'Secfion 1. Attorney-in-Fact. Attorney-in-Fact may be given full power and authority lor and in the name of and on behalf 01 to execute. acknowledge and deliver. any and all bonds, recognizances, contracts. agreements of indemnity and other condition undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attes porate Secretary." (Adopted at a meeting held on the 3rd day of July, 1957.)
"Be It Resolved, that the power and authority to appoint Attorney(s)-in-Fact granted to certain officers by a resolution 01 thi' 3rd day of July, 1957. is hereby also granted to any Assistant Vice-President." (Adopted at a meeting held on the 13th day
In Wilness Whereof. OHIO FARMERS lNSURANCECC$jPANY has causedthese presents to be signed by its &'ST.*. rd and its corporateseal to be heretoaffixed this ........................... day01 .... .@CTCEER.. ............. A.D.. 19 .81. ..
OHIO FARMERS INSURANCE COMPANY <
BY
....... ....... tis.: PRESIDE t State oi cAC!F.ORNXA.,
County 01 ............................. ORANGE
rd.. .. day of .. .OCTO@ER.. .......... A.D.. 1981.. . ,before me personally came .Lauls. .G.. .(%AHAM
lo me known, who, being by me duly sworn. did depose and say, that he residesin . .sAuTA. AM.. ........ ;that he is ASS.1.. .\ 01 OHIO FARMERS INSURANCE COMPANY. the company described in and which executed the above instrument; that he knows Company; that the seal affixed to said instrument is such corporate seal: that it was so affixed by order 01 the Board of Directors 01 and that he siQned his name ther
County 01 .. .ORANGE.. ..............
1. .. .\loHI? . w 9. .c@@Es.. .......................... ASS.1 S.TAN7.. . Secretary ol the OHIO FARMERS PJSURANCE COMP
dayof MAY A.D..1986.
CERTIFICATE
certify that the above and foregoing is a true and correct copy 01 a power 01 Attorney. executed by said Company. which is st111 i effect; and lurthermore.the resolutions of the Board of Directors, set out in the power of Attorney are in lull force and effect.
In Wifness Whereof, I have hereunto set my hand and aff ixed the seal of said .............................. ..
............
BO 5410 C (RPV 2-77)
L.
-.
Pag -
GENERAL -PROVISIONS
I. PLANS AND SPECIFICATIONS
The specifications for the work shall consist of the latest edition of Standard Specifications for Public Works Construction hereinafter
designated SSPWC, as issued by the Southern Chapters of the American P
Works Association, the City of Carlsbad supplement to the SSPWC, the Contract documents and the General and Special Provisions attached
thereto.
The Construction Plans consist of 15 sheet(s).
utilized for this project are the San Diego Area Regional Standard
Drawings, hereinafter designated SDRS, as issued by the San Diego Coun Department of Transportation, together with the City of Carlsbad
Supplemental Standard Drawings. Copies of pertinent standard drawings
enclosed with these documents. A detailed list of the plans and
specifications are attached hereto and made a part hereof.
The standard drawings
2. WORK TO BE DONE
The work to be done shall consist of furnishing all labor, equipment ai materials and performing all operations necessary to complete the projt
work as shown on the project plans and as specified in the specificatic
3. DEFINITIONS AND INTENT
A. Architect:
The word "Engineer" shall mean the architect or his approved
representative.
9. Construction Manager:
The word "Construction Manager" shall mean Koll Construction Compar
C. Reference to Drawings:
Where words "shown", "indicated", "detailed", "noted", "scheduled"
words of similar import are used, it shall be understood that refer is made to the plans accompanying these provisions unless stated otherwise .
0. Direct ions :
Where words "directed", designated", "selected" or words of similar
import are used, it shall be understood that the direction, designa or selection of the Construction Manager is intended unless stated otherwise. The word "required" and words of similar import shall b understood to mean "as required to properly complete the work as
required and as approved by the Construction Manager" unless stated
otherwise .
I-
Pag -
E. Equals and Approvals:
Where the words "equal", "approved equal", "equivalent" and such w of similar import are used, it shall be understood such words are
followed by the expression "in the opinion of the Architect" unles
otherwise stated. Where the words "approved", "approval",
"acceptance", or words of similar import are used, it shall be
understood that the approval, acceptance, or similar import of the
Architect is intended.
F. Perform and Provide:
The word "perform" shall be understood to mean that the Contractor
her/his expense, shall perform all operations, labor, tools and
equipment, and further, including the furnishing and installing of materials that are indicated, specified, or required to mean that Contractor, at her/his expense, shall furnish and install the work
complete in place and ready to use, including furnishing of necess labor, materials, tools equipment and transportation.
4. CODES AND STANDARDS
Standard specifications incorporated in the requirements of the
specifications by reference shall be those of the latest edition at th time of receiving bids. It shall be understood that the manufacturers
producers of materials so required either have such specifications
available for reference or are fully familiar with their requirements
pertaining to their product or material.
5. CONSTRUCTION SCHEDULE
The Contractor shall provide Consruction Manager with a Construction
Schedule indicating work activities and length of time required for ea
activity. The Contractor shall review with the Construction Manager
monthly the Construction Schedule to insure completion of the whole or
part of the work.
The Contractor shall begin work after being duly notified by an issuan
a "Notice to Proceed" and shall diligently prosecute the work to canpl
in connection with the construction schedule as approved by the Construct ion Manager.
6. NONCONFORMING WORK
The Contractor shall remove and replace any work not conforming to the plans or specifications upon written order by the Construction Manager
Any cost caused by reason of this nonconforming work shall be borne by
Contractor.
Pag
-
7. w-ARANTEE
All work shall be guaranteed for one year after the filing of a "Notic!
Completion" and any faulty work or materials discovered during the
guarantee period shall be repaired or replaced by the Contractor.
8. MANUFACTURER'S INSTRUCTIONS
Where installation of work is required in accordance with the product
manufacturer's direct ions, the Contractor shall obtain and distribute
necessary copies of such instruct ions , including two copies to the
Construct ion Manager.
9. INTERNAL COMBUSTION ENGINES
All internal combustion engines used in the construction shall be qui1
with mufflers in good repair hen in use on the project with special attent ion to Carlsbad Municipal Code , Chapter 8.48.
IO. CITY INSPECTORS
All work shall be under the observation of a City Construction Inspect1
Inspectors shall have free access to any or all parts of work at any t
Contractor shall furnish Inspectors with such information as may be
necessary to keep her/him fully informed regarding progress and manner
work and character of materials. Inspection of work shall not relieve
Contractor from any obligation to fulfill this contract.
PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to be inser
in this contract shall be deemed to be inserted herein and the contrac shall be read and enforced as though it were included herein, and if, through mistake or otherwise, any such provision is not inserted, or i correctly inserted, then upon application of either party the contract
shall forthwith be physically amended to make such insertion or
correct ion.
11.
12. INTENT OF _CONTRACT DOCUMENTS
The Contractor, her/his subcontractors and materials suppliers shall
provide and install the work as indicated, specified and implied by th
contract documents. Any items of work not indicated or specified, but
which are essential to the completion of the work, shall be provided a
Contractor's expense to fulfill the intent of said documents.
instances throughout the life of the contract, the City will be the
interpreter of the intent of the contract documents and the City's dec
relative to said intent will be final and binding. Failure of the
Contractor to apprise her/his subcontractors and materials suppliers o
this condition of the contract will not relieve herlhirn of the
responsibility of compliance.
In all
Pag -
13. SUBSTITUTION OF-MATERIALS
The Proposal of the Bidder shall be in strict conformity with the draw and specifications and based upon the items indicated or specified. T
Contractor may of fer a substitution for any material, apparatus, equip or process indicated or specified by patent or proprietary names or by
names of manufacturer which she/he considers equal in every respect to
those indicated or specified. The offer made in writing, shall includ
proof of the State Fire Marshal's approval (if required), all necessar information, specifications and data. If required, the Contractor , at
her/his own expense, shall have the proposed substitute, material.,
apparatus, equipment or process tested as to its quality and strength, physical, chemical or other characteristics, and its durability, finis efficiency, by a testing laboratory as selected by the City. If the
substitute offered is not deemed to be equal to that so indicated or specified, then the Contractor shall furnish, erect, or install the material, apparatus, equipment or process indicated or specified. Suc
substitution of proposals shall be made prior to beginning of construc
if possible, but in no case less than ten (IO) days prior to actual
installation. Substitution shall also include a statement of credit t
issued .
14. RECORD- DRAWINGS
The Contractor shall provide and keep up to date a complete "as-built" record set of plans, which shall be corrected daily and show every cha
from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, a
all other work not visible at surface grade. Prints for this purpose be obtained from the Architect at cost. This set of drawings shall be on the job and shall be used only as a record set. Upon completion of work, and prior to release of retention, the Contractor shall transpos "as-built" information on to a set of reproducible sepias.. Drawings s
be drafted in a professional manner and shall locate by dimension and
elevation all concealed work, and changes in manufacturer information.
"As-builts" for the sitework (bid package number 1) shall be prepared
the engineer of record.
15. PERMITS
The general construction, electrical and plumbing permits will be issu
the City of Carlsbad at no charge to the Contractor. The Contractor i
responsible for all other required licenses and fees.
Pag c -
16. QUANTITIES IN THE SCHEDULE
The City reserves and shall have the right, when confronted with
unpredicted conditions, unforeseen events, or emergencies, to increase
decrease the quantities of work to be performed under a scheduled unit
price item or to entirely omit the performance thereof, and upon the decision of the City to do so, the Construction Manager will direct thc
Contractor to proceed with the said work as so modified. If an increa: the quantity of work so ordered should result in a delay to the work, Contractor will be given an equivalent extension of time.
SAFETY & PROTECTION OF WORKERS AND PUBLIC
The Contractor shall take all necessary precautions for the safety of
employees on the work and shall comply with all applicable provisions
Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about or adjacent to the premises wl
the work is being performed. Helshe shall erect and properly maintain
all times, as required by the conditions and progress of the work, all
necessary safeguards for the protection of workers and public and shal
post danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes and falling materials .
17.
Column control lines, offset outside the perimeter of the building, am
vertical control (benchmark) will be furnished by others. Contractors shall perform their own engineering (survey staking) including elevatic
as required.
Survey staking for the sitework (bid package number 1) shall be provid
the City. Rough grade stakes at 50t-Ot' centers minimum to or toe-of-s as required, surface and underground improvements at 25'-0" to 50t-01' centers including critical points with offsets, and blue tops for buil and facility pads.
19. CODES, ORDINANCES, REGULATIONS & ABBREVIATIONS
Reference to codes, ordinances and regulations are to editions
in effect as to date of proposals. Abbreviations are used for
agencies issuing standard specifications as follows:
Agency Abbreviation
American Society for Testing Materials AS TM U.S. Government Fed. Spec. National Board of Fire Underwriters NBFU
American Institute of Steel Construction AISC
American Standards Association ASA
Underwriters Laboratories, Inc. UL Department of Commerce Standards cs American Concrete Institute ACI
-.
Pag
- 20. STORAGE
Space for storage and temporary buildings will be allocated by the
Construction Manager as job conditions permit. Temporary offices or s
shall be constructed of fire resistant materials. Material and layout
be approved by the Construction Manager prior to installation.
21. TESTING AND INSPECTION
Testing and inspection shall be as required by the Specifications. Th
Contractor shall be required to cooperate fully with the inspecting ag during inspections at a fabricating plant and/or on the jobsite and sh provide ladders, platforms, scaffolds and/or safe accessibility to the for such inspections and/or tests.
22. SCAFFOLDING AND HOISTING
The price shall include all costs for the following:
a. Scaffolding and shoring required for the Contractor's work.
b. Hoisting required for the Contractor's work.
23. CLEAN UP
The Contractor shall keep the premises free at all times from all wast materials, packaging materials and other rubbish accumulated in connec
with the execution of the work by collecting and depositing said mater
and rubbish in locations or containers as designated by the Constructi
Manager.
24. TEMPORARY FACILITIES
Temporary toilet facilities and drinking water for the use of all trad
will be provided.
25. FORCE REPORTS
Force reports indicating trade and personnel per trade shall be submit
to the Construction Manager daily. A brief description of work perfor
shall be included.
26. ELECTRICAL POWER -
Electrical power will be provided in the building for the use of the
Contractor for special lighting and operation of small tools only. Po
will be single phase at 208 volts or 240, and 120 volts.
Contactor's responsibility to provide extension cords and/or wiring fr
central distribution points. Power will not be provided for high volt
or heavy amperage type equipment such as welding machines and any spec
power requirements shall be provided and paid for by the Contractor.
It is the
Pag -
27. BqCKFILL AND COMPACTION
Backfill and compaction of trenches shall be in conformance with the 1
edition of "Standard Specifications for Public Works Construct ion".
Backfill material shall be approved by the soils engineer. Contractor
shall pay all costs for retesting reqdred as the result of density te
failures due to improper compaction. Backfilling of trenches and
excavations shall not be undertaken until required tests and inspectio
have been completed, "as-built" location notes have been verified, and authority to start the backfill has been granted by the inspector and
superintendent.
---~~-..~ll--._II_ _ll.~l ..~.. _1_1 -
}ss. STATE OF CALIFORNIA
SAN DIEGO
On this 6TH day of JUNE , in the
before me, the undersigned, a Notary Public in and for said State, person,
, personally
(or proved to me on the basis of satisfactory evidence) to be the person who
within instrument on behalf of the Corporation therein named, and acknowledg
the Corporation executed it.
WITNESS my hand and official
JOHN F. MARSH, JR.
--
Notary Public in and for said State.
.__.
L.
Pag -
CERTIFICATION OF COMPLIANCE
^____
I hereby certify that C.S,_GOODALE CO., INC.
in performing un
with the County of San Diego Affirm
Supervisors, including all current
Legal Name ofn&>sctor-'p
JUNE 6, 1986
EZe-yuyul
(NOTARIZE OR CORPORATE SEAL)
(Notorial acknowledgement of execution by all principals must
t
c
4
b
+
I Pa(
- SPECIAL PROVISIONS
METAL LOCKERS - Bid Item 7K
1. Base bid to include furnishing and installation of metal. lockers per pl and specifications. Reference sheets A-I, A-17 ad A-51 for locations,
Designtech letter dated 3anuary 17, 1986, note %8 shall be utilized in preparation of bid along with other contract documents. Any questions and/or clarifications shall be addressed at the pre-bid conference.
2. Lockers within Service Building shall be 12"W x 18"D x 60"H single tiel
3. Finishes per Designtech letter dated 3anuary 17, 1986 in lieu of
specification section 10505, paragraph 2.4.6.
-.
4
Pas
- LIST OF CONTRACT DOCUMENTS
I. Contract documents prepared by Ruhnau, McGavin, Ruhnau/Associates, 5; Palmer Way, Suite C, Carlsbad, CA 92008 (619) 438-5899. Plans datc
September 16, 1985.
a. Architectural Site Plans Sheets AC-1 thru AC-3
b. Architgctural (see item 111) Public Safety Center Sheets A-I thru A-36
Public Service Center Sheets A-51 thru A-60A
c. EquimPlans Sheets EQ-1 and EQ-2
d, Structural Plans Sheets S-I thru 5-16 (10A thri
e. Mechanical Plans Sheets M-I thru M-10
f. Plumbin Plans Sheets P-I thru P-8 g. e--- lectrical Plans - Sheets E-I thru E-20
-
11. Project manual (specifications) for the construction of the City of
Carlsbad Public Safety and Service Center prepared by Ruhnau, McGavir
Ruhnau/Associates dated September 16, 1985,
111. IJpdated/revised architectual sheets A-24 thru A-36, and A-59 revisior
date January 3, 1986.
IV. Designtech letter date 3anuary 17, 1986, pages 1 thru 3, including
clarification notes (111 thru #IO); pages 4 thru 6 specifying cabinet
finish types and hardware attached hereto and made a part hereof.
I
r
+
i..
DESIGNTECH - January 17, 1986
David RuhnaU Ruhnau McGavjLn Ruhnau Associates 5751 Palmer Way Carlsbad, CA 92008
RE: CITY OF CARLSBAD PUBLIC SAFETY AND SERVICE CENTEX
Dear David,
Listed below are finishes, changes and/or comments regarding
certain items for the above mentioned project. Also enclosed is a complete list of cabinetry finishes.
1. Toilet Partition Colclrs
Room 1119 Nevamar #S-1-25T Sangaree Room #I24 Yilsonart #D325-6 Juniper Room #I78 Vilsonart #D48-6 Thistle Room #I79 Wilsonart #D325-6 Juniper . Room #238 Nevamar #S-1-2ST Sangaree Room #241 Kevamar #S-3-30T Grotto Room #006 Nevamar #S-3-30T Grotto Room #OOS Nevamar #S-I-25T Sangaree
2. Pedimat Color
Designtech will make the color selection as soon as Steve Mahoney at Koll Construction receives and provides us with current color samples from the manufacturer.
3. Modernfold Operable Walls
Please note these finishes on the Room Finish Schedule (sheets A-24 thru A-26) and Finish Specifications Legend
(sheet A-25).
2635 Camino del Rio South, San Diego, CA 92108 (619) 29569E
-* ..
4 . -
*
DESIGNTECH
David Ruhnau Ruhnau McGavin RuhnaU ASSOC.
Carlsbad PSSC January 17, 1986
Page 2
4. Carpet Tile for Access Floorinq
The carpet tile specification is pending on the selection
of an access flooring manufacturer. this decision has been made. tile will be used in room #Ill (even though the access flooring does not continue into this room).
Please contact us when Also note that this same carpet
5. Mirror Location
Please note the floor to ceiling mirror to be located on the West wall in rocm #127.
6. Pneumatic Tubes
The pneumatic tube in room #224 is to be located at 45" A.F.F
This is to allow for the 42" high furniture system panels tha
will be against the wall. The other pneumatic tubes that I have noted are in rooms #log, #167 (with access from #168), and #256. If there are any further changes, please notify us so that we might foresee any other furniture conflicts.
7. Stairway Handrails
Handrail finish is noted on sheet A-24, Room Finish Note #lo.
8. Gym Lockers
Specifications are as follows: Republic Steel Quiet Locker. with continuous sloping top. mounted on left side of locker. keyed. Include number plates. Custom color in rooms #125 and #004 to match Frazee paint #5504D Highland Gray. Custom color in rooms #l20 and #008 to match Frazee paint #5295D Chippendale.
Single tier 18"W x 18"D x 60"H Locks to be grooved key type,
All locks to be master
-. .-.
<.
DESIGNTECH
David Ruhnau Ruhnau McGavin Ruhnau
Carlsbad PSSC January 17, 1986 Page 3
9. Wood Base and Doors
The following rooms are to have a 4" walnut base (not oak): #258, #259, #260, #262, #264 and #265. Doors #26l, #264, #265, #266, #269, #276, #271 and #272 are to be solid core with walnut veneer, all sides and edges.
10. Interior Door and Window Frames
Paint color to be Frazee #550SD Salem.
If you have any questions, or any of the above requires further clarification, please contact our office as soon as possible.
aren S. Lowe
ENC .
cc: George Suttle I- Steve Mahoney .. . .-
..
-.
-c
-4
,
DESIGNTECH a
January 17, 1986
CABINETRY FINISHES FOR CIm OF CARLSBAD PUBLIC SAFETY AND SERVICE CENTER Page 1 of 3
* indicates a finish change P. Lam = Plastic Laminate W.V. = Wood Veneer
ROOM # DETAIL # FINISH DESCRIPTION
101 20/A-34 P. Lam. Nevamar #S-l-25T Sangaree 102 22a-e/A-34 P. Lam. Nevamar #S-1-25T Sangaree 103 * 21/A- 3 4 W.V. Oak w/ clear matte polyurethane fin 103 *21a/A-34 W.V. . Oak w/ clear matte polyurethane fin 3.03 21b/A34 W.V. Oak w/ clear matte polyurethane fin
103 *47/A-36 W.V. Oak w/ clear matte polyurethane fir: 104 19/A-34 P. Lam. Nevamar #S-l-25T Sangaree 111 24/A-34 P. Lam. Wilsonart #D325-6 Juniper 120,125,17/A-34 Carpet Bentley, Kings Road #420-125 Oxforc
004,008 120 18/A-34 - P. Lam. Nevamar #S-l-25T Sangaree
125 18/A-34 P. Lam. Wilsonart #D325-6 Juniper
133 10/A-33 P. Lam. Wilsonart #D48-6 Thistle 134 14/A-33 Prefabricated unit
135 15/A-33 P. Lam. Nevamar #S-2-51T Rose Brown 135 16/A-33 P. Lam. Nevamar #S-2-51T Rose Brown 139 12/A-33 (prefabricated unit)
139 13/A-33 P. Lam. Wilsonart #D325-6 Juniper 148 8/A-33 (see general notes #3, sheet A-36)
150 9/A-33 P. Lam. Wilsonart #D48-6 Thistle 152 7/A-33 P. Lam. Nevamar #S-3-30T Grotto 152 7a/A-33 Paint Frazee #5504D Righland Grey 153 6/A-33 (see detail)
154 3/A-33 P. Lam. Wilsonart #D48-6 Thistle 154 4/A-33 P. Lam. Wilsonart #D48-6 Thistle 155 5/A-33 P. Lam. Wilsonart #D48-6 Thistle
Flooring Pirelli Rubber Flooring #103/G805 Battleship Grey, Low Profile Stud
Flooring Pirelli Rubber Flooring #103/G805 Battleship Grey, Low Profile Stud
I* -.
e
I *,
DESIGNTECH - January 17, 1986
CABINETRY FINISHES FOR CITY OF cmsam PUBLIC SAFETY AND SERVICE CENTER Page 2 of 3
ROOM# DETAIL# FINISH DESCRIPTION
160 2/A-33 P. Lam. Wilsonart #D48-6 Thistle 16l.A I/A-33 P. Lam. Nevamar #S-3-30 Grotto 162 48/A-35 Paint Frazee #5504D Highland Grey
163 *2 3 /A-3 4 W.V. Oak w/ clear matte polyurethane fix 186 27/A-34 P. Lam. Wilsonart #D48-Q Thistle 186 28/A-34 P. Lam. Wilsonart #D48-6 Thistle 186 28a/A-36 (see general notes #3, sheet A-36) 201 41b/A-35 P. Lam. Wilsonart #D325-6 Juniper 202 41a/A-35 P. Lam. Wilsonart #D325-6 Juniper 204 40/A-35 P. Lam. Wilsonart #D325-6 Juniper
. 204 38/A-36 (see general notes. 13, sheet A-36) 205 39/A-36 (see general notes #3, sheet A-361
210 37/A-35 P. Lam. Wilsonart #D325-6 Juniper 211 46/A-36 (see general notes #3, sheet A-36)
213 35a/A-35 P. Lam. Wilsonart #D325-6 Juniper 213 35b/A-35 P. Lam. Wilsonart #D325-6 Juniper 213 36/A-36 (see general notes #3, sheet A-36)
223 34/A-35 P. Lam. Wilsonart #D48-6 Thistle
227 33/A-35 P. Lam. Wilsonart #D48-6 Thistle 2448 29/A-34 P. Lam. Wilsonart #D325-6 Juniper 256 44 /A- 3 5 P. Lam. Wilsonart #D324-6 Aspen 259 *45/A-35 W.V. Walnut w/ clear matte polyurethane
260, *42b/A-35, W.V. Bi-fold doors: Walnut w/ clear ma
262 *42a/A-35 polyurethane finish
P. Lam. Cabinetry: Wilsonart #D48-6 This! 262 *43/A-35 W.V. walnut w/ clear matte polyurethanc 265 *4 5 /A-3 5 W.V. Walnut w/ clear matte polyurethant
002 25/A-34 P. Lam. Wilsonart #D14-6 Port
012 26a-c/A-34 P. Lam. Wilsonart #0324-6 Aspen
*- ;-
8
.*
*.
DESIGNTECH - January 17, 1986
CABINETRY FINISHES FOR CITY OF CAkLSBAD PUBLIC SAFETY AND SERVICE CENTER Page 3 of 3
CABINET/DRAWER PULLS
Cabinetry with plastic laminate finish: Forms and Surfaces #HC160, White (see note 2Se, sheet A-36).
Cabinetry with wood veneer: Forms and Surfaces #€IC213 (not previously noted).
This is to certify that policies of insurance listed below have been issued to the r
TYPE OF INSURANCE POLICY NUMBER
GENERAL LIABILITY
€3 Premises-Operations
0 Explosion and Collapse Hazard
0 Underground Hazard
Ed ProductdCompleted Operations
El Contractual Insurance
!3 Broad Form Property Damage
Ea Independent Contractors El Personal Injury
f3 Broad Form Comprehensive G.L
Endorsement
AUTOMOBILE LIABILITY
&I Comprehensive Form
El Owned
€3 Hired 73 BA 005-859-0001
B Non-Owned
€3 Comprehensive Form
Hazard 73 SM 005-859-0002
EXCESS LlABlLllY
0 Umbrella Form
WORKERS COMPENSATION
EMPLOYERS LIABILITY
AND 73 WC 005-859-0003
OTHER
Additional Information:
insured named ab% and are in force at this time.
POLICY POLICY LIMITS OF LIABILITY IN
EFFECTIVE EXPIRATION EAC DATE BATE . ocm
Bodily Injury $
Property Damage $
Bodily Injury and
Combined
1- 1-86 1- 1-87 Property Damage $1,00
Personal Injury
Bodily Injury
(Each Person) $
Bodily injury
1-1-86 1-1-87 (Each Accident) $
' Property Damage $
Bodily Injury and
Property Damage $1 , oO(
Combined
Bodily Injury and
Property Damage $
Combined
Statutory
4-1-86 4-1-87 ,
Bodily lnjury $100 J
' Description of Work.. ......................
-
l
VC Atlachint Cbwc nCcd h COmPlCttd One brhm thI1 Wddorscmcrl n hwmb l&eou~nl to pcWJle .( th, WUt.)
CL 20 09 Ed. 01 131
JBILITY C 116
IS0 C116 ADDITIONAL INSURED
(Owners or Contractors)
Ihn endorsement modifies such msurance 8s is atlorded by lhc provisions of the poky telrlrng lo the lolbwkg:
COMPREHENSIVE GENERAL 11A81111T INSURANCE
MANUFACTURERS' AN0 CONTRACTORS' ltA6lLfIY INSURANCE
This endorsement effective fofms Pfl of @* b. 73 SM 005-859
6-9-86 73 BA 005-859 (#EO1 1. Y, cfrndord ti-)
bswd to C.S. GOODALE, INC.
bY San Diego, CA. 92126 fl
7745 'Arjons Drive
- NATIONWIDE INSURANCE COMPANY
-....-..-*..-..--I-. izz
G&? LEVINE Scheduk
Name of Person or Organization
(Additional insured) location of Covered Operations
CITY OF CARLSBAD AND CONSTRUCTION MANAGER 2480 IMPALA DRIVE
.- . AND KOLL CONSTRUCTION COMPANY CARLSBAD, CALIFORNIA 920(
2237 FARADAY AVENUE CARLSBAD, CALIFORNIA 92008 Premium Barer Rates Advance Premiu
8odily Injury Liability TBD fM SI00 of cost ST B D
Property Damage liability T B,D c& $100 of cost 'TBD
Total Advance Premium SAT AUDI':
It is agreed that:
1. The "Persons Insured" provision is amended to include as an insured the person of organintlon named above (hereinafter called "ad( but only with respect to liability arisinp out d (1) operations performed for the additional insured by the named insured at the location or (2) acts or omissions of the additional insured in connection with his general supervision 01 such operations
2. None of the exclusions of the pdicy. crcepl exclusions (a), (c). (1). (g). (i), (1) and (m). apply to lhu insurance
3. lldditional Exclusions This insurance dm not apply:
.
(a) lo bodily injury or property damage occurring after
(I) all work on tk project (other than service, maintenance or repairs) to be performed by or on behalf of Ihe additional ififtrrei covered openlions has been completed or
(2) that portion of the named insured's work out of which the injury o( damage arise has been put to its intended use by any PW
other than another contraclw or subcontractor engaged in performing operations for a pfincipal as a pln d the ?me OfOJLc1:
(b) to bodiiy injury or property darnale ariwng out of any act or omission of the addilional insured or aw of htr employees. other than I
of work performed tor the additional insured by the named insured;
(c) to property damare to
(1) properly owned or occupied by or rented to the additional insured.
(2) property used by the additional insured.
(3) properly in the are. custody or control of lhe addilional insured or as lo which the additional tmured (5 tor any Durpose
controt. of
(4) work performed lor the additional insured by the named insured
4. Mditionat DcFinition When used in rettrence lo this insurance. "work" cncludes materials. parts and eputpment lurnished in tonne
IT IS HEREBY AGREED THAT COVERAGE SHALL BE PRIMARY AND NON-CONTRIBU
ANY OTHER INSURANCE AVAILABLE TO THE CITY OF CARLSBAD.
*,.e*- e*-..
NTH E XTIC - -. ..-... ..... .*-
* City Clerk ID 2 631 Recording Requested By a
1200 Elm Avenue
Carlsbad, CA 92008
eturn To:
NOTICE OF COMPLETION
To All Laborers and Material Men and to Every Other Pel
Interested:
YOU WILL PLEASE TAKE NOTICE that on January 13, 1987, project consisting of lockers at the Carlsbad Safety and Serl
Center, on which Goodale Co. was the Contractor, was completec
CITY OF CARLSBAD
PROJECT COORDINATOR
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the [
Council of said City on b $7 , 1987, accepted
above described work as tomplete#l and ordered that a Notice Completion be filed.
I declare under penalty of perjury that the foregoin?
Executed on 6- dP , 1987 at Carlsbad, Californi:
true and correct.
1 CITY OF CARLSBAD
ALETHA L. RAUTENKRANZ
City Clerk
81
pm t. L'r'Lf i COUHTY MCOSOLii / -*
-
/’ I ’ w 0
e
./
’ 1200 ELM AVENUE TE
CARLSBAD, CALIFORNIA 92008 (6 1
Office of the Cify Clerk Mitt! of Mnrlsbnb
January 30, 1987
Vera L. Lyle
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation are the following described documents:
Notice of Completion - Engineering
Elewdtors at Carlsbad Safety and Service
Center; Reliable Elevators Contractor
Notice of Completion - Engineering
HVAC at Carlsbad Safety and Service Center
Kinney Air Conditioning Contractor
Notice of Completion - Engineering
Fire Sprinklers at Carlsbad Safety and
Service Center; Orving Engineering Contractor
Notice of Completion - Engineering
Electrical at Carlsbad Safety and Service Center
Catton-McCutcheon Contractor
Notice of Completion - Engineering
Service Station Equipment at Carlsbad Safety
and Service Center; Lube Life Equipment Contractor
Notice of Completion - Engineering
Vehicle Wash at Carlsbad Safety and Service
Center; N/S Corporation Contractor
Notice of Completion - Engineering
Precast Concrete at Carlsbad Safety and Service
Center; Tecon Pacific Contractor
Notice of Completion - Engineering
Miscellaneous Metal at Carlsbad Safety and
Service Center; Tulsa Steel Manufacturing Contractor
m 0
4
.Y Vera L. Lyle
County Recorder
January 30, 1987
Page 2
Notice of Completion - Engineering
Doors and Frames at Carlsbad Safety and Service
Center; Estrada Hardware Contractor
Notice of Completion - Engineering
Concrete Masonry at Carlsbad Safety and Service
Center; L.R. Hubbard Contractor
Notice of Completion - Engineering
Glass Block Ceilings at Carlsbad Safety and
Service Center; Dittman Masonry Contractor
Notice of Completion - Engineering
Toilet Partitions at CArlsbad Safety and Service
Center; Maloney Specialties Contractor
Notice of Completion - Engineering
Glazing at Carlsbad Safety and Service Center
Pacific Glass Contractor
Notice of Completion - Engineering
Aluminum Canopies at Carlsbad Safety and Service
Center; Construction Specialties Contractor
Notice of Completion - Engineering
Drywall at Carlsbad Safety and Service
Center; E.F. Brady Co. Contractor
Notice of Completion - Engineering
Roofing at Carlsbad Safety and Service Center
Hess Roofing Contractor
Notice of Completion - Engineering
Sheet Metal at Carlsbad Safety and Service
Center; California Sheet Metal Contractor
Notice of Completion - Engineering
Insulation at the Carlsbad Safety and Service
Center; Dittemore Brothers Contractor
Notice of Completion - Engineering
Ceiling Doors at Carlsbad Safety and Service
Center; Southern California Overhead Doors Contract
Notice of Completion - Engineering
Pneumatic Tubes at Carlsbad Safety and Service
Center; Air Link International Contractor
a 0
c .> Vera L. Lyle
Y County Recorder
January 30, 1987
Page 3
Notice of Completion - Engineering
Cabinets at Carlsbad Safety and Service Center
Bowser Cabinets Contractor
Notice of Completion - Engineering
Tile at Carlsbad Safety and Service Center
McCandless Tile Contractor
Notice of Completion - Engineering
Painting at Carlsbad Safety and Service Center
Simmons and Wood Contractor
Notice of Completion - Engineering
Carpets at Carlsbad Safety and Service
Center; Vincent Wentz Contractor
Notice of Completion - Engineering
Access Flooring at Carlsbad Safety and SErvice
Center; Tate Access Floors Contractor
Notice of Completion - Engineering
Folding Partitions at Carlsbd Safety and
Service Center; Advanced Wall Systems Contractor
Notice of Completion - Engineering
Window Coverings at Carlsbad Safety and Service
Center; Sheward & Sons Contractor
Notice of Completion - Engineering
Lockers at Carlsbad Safety and Service Center
Goodale Co. Contractor
Our staff has determined that the recordation of these documents i!
of benefit to the City; therefore, it is requested that the fees
be waived.
Thank you for your assistance in this matter. giiixfi eputy City Clerk
Encs.
e Recording Requested By a
120b Elm Avenue
eturn To:
City Clerk al)p I
+‘Carlsbad, CA 92008 NOTICE OF COMPLETION
To All Laborers and Material Men and to Every Other Pt Interested:
YOU WILL PLEASE TAKE NOTICE that on January 13, 1987, project consisting of lockers at the Carlsbad Safety and Sei
Center, on which Goodale Co. was the Contractor, was completc
CITY OF CARLSBAD
PROJECT COORDINATOR
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the
Council of said City on & $7 , 1987, accepted
above described work as /!omplete$ and ordered that a Notic
Completion be filed.
I declare under penalty of perjury that the foregoin
Executed on L at , 1987 at Carlsbad, Californi
true and correct.
CITY OF CARLSBAD
2.- ALETHA L. RAUTENKRANZ
City Clerk