Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Doric Painting Company; 1977-07-21; 1038
CITY OF CARLSBAD SAN DIEGO COUNTY California CONTRACT DOCUMENTS & SPECIFICATIONS FOR * PAINTING CITY LIBRARY Contract No. 1033 April, 1977' TABLE OF CONTENTS 1 NOTICE INVITING SEALED PROPOSALS 3 PROPOSAL 6 BID BOND 7 -DESIGNATION OF SUBCONTRACTORS 8 STATEMENT OF FINANCES 9 AGREEMENT AND CONTRACT 11 BOND FOR LABOR AND MATERIALS 13 BOND FOR FAITHFUL PERFORMANCE 15 SPECIAL PROVISIONS ORDINAL Page 1 if- ; i\i A I CITY OF CARLSBAD' CALIFORNIA lUily/lL NOTICE INVITING BIDS SEALED BIDS will be received at the Office of the City Clerk, City Hall, 1200 Elm Avenue, Carlsbad, California, until 3:00 p.m. on the 7th day of June , 197J7, at which time they will be open- ed and read, for performing the work as follows: Paint the interior and exterior of the City Library. » Contract No. 1038 . Said work shall be performed in strict conformity with the specifi- cations therefor as approved by the City Council of the City of •Carlsbad on file in .the Engineering Department. Reference is here- by made to said specifications for full particulars and description of said work. No bid will be received unless it is made on a proposal form fur- nished by the Engineering Department. Each bid must be accompanied by cash, certified check or bidder's bond made payable to the City of Carlsbad for an amount equal to at least ten percent of the amount bid. Such guaranty to be forfeited should the bidder to whom the contract is.awarded fail to furnish the required bonds and to enter into a contract with the City within the period of time provided by the bid requirements. The documents included within the sealed bids which require comple- tion and execution are the following: 1. Proposal - Page 3. 2. Designation of Subcontractors - Page 7. 3. Bidder's Bond - Page 6. 4. Contractor's Financial Status - Page 5. Said documents shall be affixed with the appropriate notaried signa- tures and titles of the.persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice-President and Secretary or Assistant Secretary are required and the corporate seal shall be affixed to all documents requiring signatures. In the case of a partnership, the signature of at least one general partner is required. . . . ' All bids are to be compared on the basis of the Engineer's estimate. The estimated quantities are approximate only, being given solely as a basis for the comparison of bids. No bid will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division 3 of the Business and Professions Code. The contractor shall state-his license number and classification in the proposal. The estimated cost of the work is $ 9,000.00. ' . plans, Special Provisions and Contract Documents may be obtained at the Engineering Department, City Hall, Carlsbad, California, at no cost to licensed contractors. A nqnrefundable charge of -p- will be required for each set of plans, special provisions and con- tract documents for other than licensed contractors. It is requested • chat the plans and special provisions be returned within two weeks after the bid opening. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. A project tour will.be conducted by the City of Carlsbad Engineering Department at 10:00 a.m. on any day requested . The general prevailing rate of wages' for each craft or type of work- man needed to execute the contract shall be those as determined by the Director of Industrial Relations pursuant to the State of California Labor Code, Part 7, Chapter 1, Article 2, Sections 1770, 1773 and 1773.1. Pursuant to Section 1733.2 of said Labor Code, a current copy of applicable wage rates are on file in the Office of the City Clerk of the City of Carlsbad. . It shall be mandatory upon the Contractor to whom the contract is awarded to"pay not less than the paid specified prevailing rates of , wages to all workmen employed by him in the execution of the contract. • 4iKBAlso, the prime contractor shall be. responsible to insure compliance 7ith provisions of Section 1777.5 of the Labor Code of the State of California for all occupations with apprenticeships as required on public works projects above thirty thousand dollars ($30,000) or twenty working days. ' The amount of the bond to be given for tlie faithful-performance of the contract for the said work, shall be one hundred percent of the contract price 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 payment of the claims for any material or supplies furnished for the performance of the work contracted to be done by 'the contractor for any work or labor of any kind done thereon. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 5ft/a7 -adopted on /y/ 7 &*U£ ^^S •'MARGARET E. ADAMS( City Clerk/ / ORIGINAL Page 3 - CITY OF CARLSBAD PAINTING CITY LIBRARY CONTRACT NO. 1038 PROPOSAL To the City Council City of Carlsbad 1200 Elm Avenue Carlsbad, California Gentlemen: 92008 bii\sAL The undersigned declares that he has carefully examined the location of the work/ read the Notice Inviting Bids, examined the plans and specifications, and hereby proposes to furnish all labor, materials, egvt^ment, transportation and services required to do all the work to complete Contract No. 1038 in accordance with the plans, the specifications of the City of Carlsbad, and the special provisions, and that he will take in full payment therefor the following unit prices for each item complete, to wit: Item Approximate • Article with unit price or Unit No. Quantity & Unit . lump sum written in words Price TOTAL 1.Lump Sum Paint interior and exterior of Library JDollars and Cents TOTAL (Figures)7QO' TOTAL (in words) W ,11 bids are to be computed on the basis of the -given estimated [uantities of work, -as indicated in this proposal, times the unit >rice as submitted by the bidder. In case of a discrepancy between rards and figures, the words- shall prevail. In case of an error .in :he £*"' tension of a unit price, the corrected extension shall be - jalcuTated and the bids will be computed as indicated above and compared on the basis of the corrected totals. Phe estimated quantities of work indicated in this proposal are approximate only, being given solely as a basis for comparison of bids. . "... 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 required contract with necessary bonds and insurance policies within twenty (20) days from the date of award of contract by. the City Council of the City of Carlsbad, the proceeds of check or bond accompanying this bid shall become the property of the City of Carlsbad. Licensed in accordance with the Statutes of the State of California providing for the registration of contractors, License No, Identification The undersigned bidder hereby represents as follows: (a) That no Councilman, officer, agent or employee of -the City of Carlsbad is perjf"Nially interested, directly or indirectly, in this contract, or the^Sbmpensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents or employees, has induced him to enter into this Contract, excepting only those contained \n this form of Contract and the papers made a part hereof by its terms, and' (b) That this bid is made without connection with any person, firm or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud, Accompanying this proposal is. _ *~?QQ. 00 _ ' ' •••••••• — ••• (cash,__cer-tif ied check, cashier ' s check 'in an amount not less than 10 per cent of the total bid price. The undersigned is -aware of the provisions of Section 3700 of the Labor Code which require every employer to be. insured against • liability for workmen's compensation or to undertake self '-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. ORDINAL..-' Page 5 Phone Number - Bidder ' s Name (SEAL) . c ^ J Date . Authorized Signature Authorized Signature /fo//ks Bidder's Address Type of. Organization (individual, Corporation, Co partnership)* List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co-partners if a co-partnership: • Page 7 DESIGNATION OF SUBCONTRACTOR nder signed certifies that' he has used the subbids of the folT5wing listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications No change may be made in these subcontractors except upon the prior approval of the City Council of the City of Carlsbad. ITEM OP WORK SUBCONTRACTOR . ADDRESS 3. 4. 5. 6. Bidder's Name Authorized Signature Type of Organization (Individual, Co-Partnership- or Corporation) , „ .Address ' / Page 8 * ' • • BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY TECHNICAL ABILITY AND EXPERIENCE ^'"":" (TheWsidder is required to state what work of a similar character to •hat included in the proposed contract he has successfully performed ind give reference which will enable the City Council to judge his responsibility/ experience, skill and business standing.) rhe undersigned submits herewith a statement of his financial respon sibility. • rhe undersigned submits below a-statement of the work of similar character to that included in the proposed contract which he has successfully performed. Signed • n, , > Bond No: 6SM 167 930 0 %$ 133 AMERICAN MOTORISTS INSURANCE COMPANY BID BOND KNOW ALL MEN BY THESE PRESENTS: That We, . DORIC PAINTING as Principal, and the AMERICAN MOTORISTS INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Illinois, and authorized to do business in the State of CALIFORNIA as Surety, are held and firmly bound unto the CITY OF CARLSBAD as Obligee, in the sum of ONE THOUSAND AND NO/100 ($1,000) DOLLARS, lawful money of the United State of America, to the payment of which sum well and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and severally by these presents THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for: vm\\\^%^s^\m -p OF PA I IPHDMIA ) 9M%STATE OF CALIFORNIA ' COUNTY OF LOS ANGELES } ON MAY 2 4 1977 19.before me a Notary Public in and for said State, personally appearedEdward c--«c K KK »** known to me to be the person whose name is subscribed to the within Instrument as the Attorney-in-Fact of AMERICAN MOTORISTS INSURANCE COMPANY, and acknowledged to me that he subscribed the name of said Company thereto as Surety, and his own name as Attorney-in-Fact. • " --,,•' \- - — ------- - ------ ---__- . — . -_^-. ___ IL _ ^ff~ f ) Notary Public JjSj **,. AMERICAN MOTORISTS INSURANCE COMPANY BY: Edward Simms DORIC PAINTING Attorney-in-Fact AMERICAN MOTORISTS INSURANCE COMPANY* • •. Home Office: Long Grove, IL 60049 insurancecomranies! POWER OF ATTORNEY Know All Men By These Presents: \J £ I That the American Motorists Insurance Company, a corporation organized and existing under the laws of the StPte of Illinois, and having its principal office in Long Grove, Illinois, does hereby appoint ******** /. F. Barker, Jacqueline Rhodes and Edward Simns of Los Angeles, California its true and lawful agent(s) and attorney(s)-in-fact, to make, execute, seal, and deliver during the period begin- ning with the date of issuance of this power and ending December 31, 1978, unless sooner revoked for and on its behalf as surety, and as its act and deed: Any and all bonds and undertakings provided the amount of no one bond or undertaking exceeds THREE HUNDRED THOUSAND DOL- LARS ( $300,000.00) ***#**********#*******#*-)Hfr*#*##***#*^ EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. This appointment may be revoked at any time by the American.Motorists Insurance Company. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said American Motorists Insurance Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Long Grove, Illinois. THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31, 1978. This Power of Attorney is executed by authority of a resolution adopted by the Board of Directors of said American Motorists Insurance Company on May 15, 1939 at Chicago, Illinois, a true and accurate copy of Vs*W»ch is hereinafter set forth and is hereby certified to by the undersigned Secretary or Assistant Secretary as fa^-g in full force and effect: "VOTED, That the President or any Vice President or Secretary or any Assistant Secretary shall have power and authority to ap- point agents and attorneys in tact, and to authorize them to execute on behalf of the company, and attach the seal of the company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such officer of the company may appoint agents tor acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the Board of Directors of the company at a meeting duly called and held on the 22nd day of May, 1963: "VOTED, That the signature of the President, any Vice President, Secretary or Assistant Secretary, and the Seal of the Com- pany, and the certification by any Secretary or Assistant Secretary, may be affixed by facsimile on any power of attorney executed pursuant to resolution adopted by the Board of Directors on May 16, 1962, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding uponthe Company." In Testimony Whereof, the American Motorists Insurance Company has caused this instrument to be signed and its corporate seal to be affixed by its authorized officers, this 12th day of November t iq 76 Attested and Certified: AMERICAN MOTORISTS INSURANCE COMPANY By .ft- C. C. Swan, Secretary H. L. Kennicott, Jr., Vice President STATE OF ILLINOIS \ „ COUNTY OF COOK) I, jean Petzold, a Notary Public, do hereby certify that H. L. Kennicott, jr. and C. G. Swan personally known to me to be the same persons whose names are respectively as Vice President and Secretary of the American Motorists Insurance Company, a Corporation of the State of Illinois, subscribed to the foregoing instrument, a '-eared before me this day in person and severally acknowledged that they being thereunto duly authorized sV»-ed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary act for the uses and purposes therein set forth Lk My commission expires: April 29, 1980 jean mzold. Notary Public CERTIFICATION !, Sven L. Johanson, Secretary of the American Motorists Insurance Company, do hereby certify that the attached Power of Attorney dated November 12f 1Q76 On behalf nf A. F. Barker f Jacqueline Rhodes and Edward Simms of Los Angeles, CA (EACH)* is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and,effect on the date of this certificate; and I do further certify that the said H. L. Kennicott, jr. and C. G. Swan who executed the Power of Attorney as Vice President and Secretary respectively were on the date of the execution of the attached Power of Attorney the duly elected Vice President and Secretary of the American Motorists Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subgcnbed my name and affixed the corporate seal of the American Motorists Insurance Company on this day of , 19 Sven L. lohanson. Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind the Company except in the manner and lo the extent herein slated. FM 836 7-76 1M PRINTED IN; I" i A Povser c>( -Vlofnev—Term Page 9 * - CONTRACT """ ~ . ^/ >£-THIS AGREEMENT, made and entered into this ^V ^ day of \J^*^t , 19 ")"?, by and between the City of Carlsbad, California, hereinafter designated as the City, party of the first part, and 'ZZ>^syg/d x^xv>—U//7 <^/*9s>^^r , hereinafter designated as the Contractor, party of the second part. WITNESSETH: that the parties hereto do mutually agree as follows: o, 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Con- tractor agrees with the City to furnish all materials and labor for: Painting City Library, Contract No. 1038 • and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the plans and specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor and materials necessary therefor, (except such materials, if any, as in the said specifications are stipulated to be furnished by the City) , and to do everything required by this agreement a-id the said plans and specifications. 2. For furnishing all said materials and labor, tools and equip- ment, and doing all the work contemplated and embraced in this agreement, also for all-loss and damage arising out of the nature'of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecution of the work until its acceptance by the City, and for all risks of every description connected with the work; also,-for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in' said specifications are expressly stipulated to be borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said plans and specifications, the City will pay and the Contractor shall receive in full compensation therefor the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the specifications, named in the bidding sheet of the proposal, as the case may be. • 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid and hereby conditions set forth in the specifications; and the said parties for themselves, their heirs, executors, administrators, successors and .assigns, do hereby agree to the full performance. o.f the covenants herein contained. . t , 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the plans and specifications, and all amendments thereof Page 10 when approved by the parties hereto, or when required by the City in accordance with the provisions of the plans and specifications, are hereby incorporated in and made part of.this agreement. 5. Pursuant to the Labor Code of 'the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the City Engineer, and their officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. Contractor , ...(seal) by Title by_ Title CITY O^CARLSBAD, CALIFORNIA by.Mayor <$ Am>r6veda^Jto form: /ft\ ATTEST: 11 / ^i /} / CTEy Attorney (Notarial acknoxvledgement of execution by all PRINCIPALS must be attached . ) T ORIGINAL STATE OF CALIFORNIA, COUNTY OF LOS ANGELES ss. July 18 llZZ.OFFICIAL SEAL *""K BOURQUE Ibefore me, the undersigned,^ Notary Public in and for said State, personally appearedNOTARY'PUBLIC-CALIFORN.A * Theodore N. Bolas PRINCIPAL OFFICE IN 4 LOS ANGELF.S COUNTY J 't^commission Expires May 17,1981 1 , , known to me to be theTie"'person . whose name and acknowledged to me that he executed the same. WITNESS my hand and official seal. -Subscribed to the within Instrument, ACKNOWLEDGMENT—General—Wolcotts Form 232—Rev. 3-64 Notary Publip^flf and for said State. :.!'•[:• ?r\ 73:i 1.70 "^" . page 11 EXECUTED: FO"R . - ' LABOR AND MATERIAL BOND ,. , ^CBKNOW ALL MEN BY THESE PRESENTS', THAT I || ' ,% &*•••; 3 ' • unr.j« S00^;-.^ WHEREAS, the City Council of the City of Carlsbad, State of S.OC Oi "-: ro-T3 CO .'t^alifornia, by Res. No. $//ty adopted — '-.'--a t_* Jr?jJ r—J r- S F has awarded to o hereinafter designated as the "Principal", a contract for: Painting City Library, Contract No. 1038 in the City of Carlsbad, in strict conformity with the. drawings and specifications and other contract documents on file in the Office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors shall fail to pay for any materials, provisions, pro- vender or other supplies or teams used in,- upon, for or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, WE DQ^IC PArTITiT as Principal, hereinafter designated as Contractor and Av!ErjC.-:-;.:;OTO?.I3TS i:;SURAiiCE CO'!P/VSY as Surety, are held firmly bound unto the City of Carlsbad, in the sum ofSIX T!0'JSV.D SEVL.. IIU^DRZD :. 'IVI'l-'Dollars * ($ -»; ^• - - .), said sum being 50 per cent of the estimated amount payable by the City of Carlsbad under the terms of the contract, 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 OBLIGATION IS SUCH, that if the person or his subcontractors fail to pay for any materials, provisions, provender or other 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, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the court, as required by the provisions of Section 4204 of the Government Code of the State.of California. This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under,Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the provisions of Section 4205 of the Government Code of the State of California. And the said Surety, for value received, hereby stipulates and agreer that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the .specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the .terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS V7HEREOF, this instrument has been.duly executed by the Principal arid Surety above named, on the J--^ day of ^:L< , 19 77 . Contractor ,,U I DY: Ecv^r. Girr.s, A.ti (Seal) (Seal) (Seal) (Seal) (Seal) (Seal) Surety STATE OF CALIFORNIA ' COUNTY OF LOS ANGELES ) OFFICIAL SEAL K. EOURQUE NOTAP.Y PUCL.'O- CALIFORNIA ss. JUL 1 8 1977ON me a Notary Public in .19.. before ipl State, personally appeared My Commissio CS IN LOS A;:G:. L;S COUNTY ion txpifas Ev'.ay 17, 1381 known to me to be the person whose name is subscribed to the within Instrument as the Attorney-in-Fact of AMERICAN MOTORISTS INSURANCE COMPANY, and acknowledged to me that he subscribed the name of said Company thereto as Surety, and his own name as Attorney-in-Fact. 2 / /Public '3^-p.7^-/0. •;...- . - -Page 13 • PERFORMANCE BOND f—. r^ -^_ (,,.. ,,.,2168 . ; - '. / -> \\ U l ' i » t ' jj A I ft in I jv.sl• *—" v 1 X. / i L_ WHEREAS, the City Council of the City of Carlsbad, State of California, by Res. No. S//J adopted w^c/^g 2-/v/?77 has awarded to •.-.•--• - .* > ^ hereinafter designated as the "Principal", a contract for: Painting City Library, Contract No. 1038, 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 thereof require the furnishing of a bond for the Faithful Performance of said contract; NOW, THEREFORE, WE, the "Contractor", and as Principal, hereinafter designated as as Surety, are held and .firmly bound unto the City of Carlsbad, in the sum of ;;I : ': " s^ •" --v- : "U'^-;-0 '• -p '•',' Dollars ($ '-•>'' •— ) , said sum being equal to 100 per cent of the estimated amount of the 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 OBLIGATION IS SUCH, that if the above-bounden Principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and 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 or their part, to be kept and performed at the time and in the manner therein specified, and in all respects 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 become 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 specifi- Page 14 cation-s accompanying the same-shall in any wise affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition'to the terms of the contract or to the work or to the specifications. . • In the event that any Principal above named executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the Fth day of July, , 19 77 . *i Contractor •"ERi:" • ••OTCRISTS INSURANCE COMPANY v • Q-(y£Q CR /fr rf OITVWW (Seal) (Seal) (Seal) (Seal) (Seal) (Seal) Surety STATE OF CALIFORNIA COUNTY OF LOS ANGELES ss. •••«»••^^ w ^ ^ •* ~ OFFICIAL SEAL K. BOURQUE * *l\, UW v • "C . NOTARY PUDLIC-CALIFORNIA * 3'-a i _,, r-r^'i 1-11s \ PS ArJG^'-^-^ CUUi*' 'Commission Expires May ", 1«J JUL 81977 ON 19 before me a Notary Public in and for said State, personally appeared^ coward Strops known to me to be the person whose name is subscribed to the within Instrument as the Attorney-in-Fact of AMERICAN MOTORISTS INSURANCE COMPANY, and acknowledged to me that he subscribed the name of said Company thereto as Surety, and his own name as Attorney-in-Fact. pJtuc \\\\\W///j0*2^^ Page 15 CITY OF CARLSBAD CITY LIBRARY PAINTING Contract No. 1038 SPECIAL PROVISIONS I. General Conditions A. Scope of Work The work involved in this contract includes the furnishing of all labor, material and equipment to satisfactorily prepare and paint the interior and exterior of the Carlsbad City Library as indicated on the painting schedule incorporated into these Specifications. B. Location Work under this contract is located at the Carlsbad City Library, 1250 Elm Avenue, Carlsbad, California 92008. C. Drawings and Specifications Drawings which form a part of the contract consist of Exhibit "A". Specifications which form a part of the contract docu- ments consist of the General Conditions and Special Provisions incorporated herein. D. Painting Equipment Airless type paint spraying equipment may be used on the exterior of the building. Spraying equipment shall not be used on the interior of the building. E. Protection of Furnishings, Books, and Floor Coverings The contractor shall take all necessary precautions to protect furnishings, books, floor covering, and plantings from damage due to the work of this contract. Furnishings and bookcases, with the exception of the interior of area 1.8 and all walls of mezzanine, shall be removed and replaced by contractor to refurbish and paint walls behind bookcases. All shelving and reshelving of books to be by City personnel. Page 16 Work Schedule Contractor may perform work Monday through Friday between the hours of 5 A.M. and 5 P.M. Closure of certain areas of the Library may be approved if the length of closure does not exceed one business day. G. Allowed Construction Time The work shall be completed within sixty (60) calendar days. II. Special Provisions A. Materials 1) Paint to be used on this project shall be Frazee Brand or equal as delineated for each type of surface. Type Interior Vinyl Interior Semi-Gloss Enamel Interior Enamel Interior Wood Stain Exterior Vinyl Red Lead Primer Exterior Enamel Wood Primer (Metal) Exterior Porch & Deck Enamel Exterior Wood Stain 2) Substitutions Specifications Frazee Majes-cic Frazee Velglo Frazee Fra Gloss Olympic Transparent Interior Stain Frazee Duratec Frazee M-100 Rustop Frazee DeRusto Frazee Duratec Wood Undercote Frazee Classic Olympic Transpartent Exterior Stain Materials of other manufacture than those specified may be substituted only after submittal to Engineer for approval. 3) Thinner s Vehicles, pigments, and other incidental materials intended to be combined with, or used with, factory- mixed products shall be of the type and kinds recommended by the paint manufacturer for the intended purpose. Page 17 '*""**"" 4} Delivery of materials to the job site shall be in unopened containers bearing manufacturer's name and product designations. B. Scaffolding, Dropcloths, and Protection of Work 1) Furnish, maintain, and remove all scaffolding planks and ladders required for this work and dropcloths required for the protection of floors, furnishings, books, window, etc. Painted and finished surfaces shall be protected from defacement until dry. C. Surface Preparation 1) Surfaces to be painted shall be properly prepared to receive the paint. Paint shall not be applied until the surface has been inspected and approved. 2) All loose plaster damaged by water shall be removed and the cause of the leak repaired. The putty coat of plaster shall be replaced so as to restore the surface to its original condition and primed prior to painting. 3) Holes, cracks, and other imperfections in surfaces ** to be painted shall be suitably primed and patched with a compound recommended by the manufacturer of the paint to be applied to these surfaces, and all . areas to be painted shall be brought to true, even, smooth surfaces. 4) Surfaces shall be clean and free of dirt, dust, and other substances which might interfere with the functioning of the painting system. All surfaces to be painted shall be in proper condition to accept and assure the proper adhesion and functioning of the paint. 5) Metal surfaces shall be clean and free of rust and loose paint prior to painting. Rusted areas shall be ground or sandblasted to bare metal and primed .prior to painting. 6) Wood surfaces shall be scraped, sandpapered and primed prior to applying paint. Page 18 D. Workmanship and Application 1) All painting shall be done by skilled and experienced mechanics, working under the supervision of a capable foreman. All workmanship shall be of the highest quality and to the complete satisfaction of the Engineer. All materials shall be applied in accordance with the manufacturer's directions, and materials shall be thinned only for proper workability and in compliance with the manufacturer's specifications. Paint shall be sprayed, rolled, or brushed on without runs or sagging and free from drops, ridges, laps and brush marks. Surfaces shall be thoroughly dry and sanded before applying final coat. 2) Putty, caulking, or spackle shall be applied before the application of prime coat or first coat of paint. 3) Completed painted surfaces shall be free of blistering, running, peeling, scaling, streaks, stains, and colors shall remain free from fading. Page 19 No.Room INTERIOR PAINT SCHEDULE No. Of Appli- Type of Surface cations Type of Paint 1. 2. 3. 4. 5. 6. 7. 8. 9. Adult Reading Room Young Adults Reading Room Childrens Reading Room Mezzanine Storage Lobby Public Restroom (Men) Public Restroom (Women) Librarian's Office Plaster Walls Plaster Walls Plaster Walls Plaster Walls N/A Plaster Walls Wood Trim Plaster Walls Plaster Walls Plaster Walls 1 1 1 1 1 2 1 1 1 Interior Vinyl Interior Vinyl /./>••£"' -tf Semi-Gloss,. Enamel r, Interior Vinyl N/A. Interior Vinyl Interior Stain Enamel Enamel Interior Vinyl 10,*, Asst. Librarian's Office llT Work Area 12. Shipping & Receiving 13; Employee Lounge 14. Employee Restroom (Men) 15. Employee Restroom (Women) 16. Employee Kitchen 17. Conference Room 18. Reference Room N/A Plaster Walls Plaster Walls Plaster Walls Plaster Walls Plaster Walls Plaster Walls Plaster and Masonry Walls Plaster Walls N/A 1 Semi-Gloss(Enamel f l 1 Semi-Gloss Enamel 1 Semi-Gloss Enamel 1 Enamel 1 Enamel 1 Enamel 1 Semi-Gloss Enamel 1 Interior'Vinyl NOTE: Exposed concrete columns shall be painted with the same type of paint required on adjacent walls. Colors shall be the same as existing colors. EXTERIOR PAINT SCHEDULE Page 20 Location Type of Surface Number of Applications Type of Paint Walls Columns Fascia Exterior Doors Solar Screen Solar Screen Retaining Wall Masonry Blocks Wood Trim Stucco Exposed Concrete Galvanized Metal Wood Tierra Tile Structural Columns Concrete Natural Rough Sawn Wood 1 1 1 1 1 1 1 1 Exterior Vinyl Exterior Vinyl Red Lead Primer Exterior enamel Exterior oil base primer Exterior porch & deck enamel None Red Lead Primer Exterior enamel Sandblast None Stain Colors shall be the same as existing colors Except stucco on East, South, and West walls of atrium which shall be the same color as the galvanized metal fascia. CARLSBAD PUBLIC LIBRARY COURTYARD PLANTER ADULT READING ROOM © CHILDRENS READING ROOM © [SETOND_FI_pqR~_ME_ZZAN INE ^ 5w> STORAGE RETAINING WALL [6 LOBBY YOUNG ADULT READING ROOM COURTYARD © CONFERENCE ROOM EMPLOYEE LOUNGE SHIPPINGa RECEIVING WORK AREAfir ^LIBRARIAN -ASST. LIBRARIAN \EXHIBIT "A"