HomeMy WebLinkAboutFirst State Builders Inc; 1983-02-17; 3103CITY OF CARLSBAD
San Diego County
California
CONTRACT DOCUMENTS & SPECIFICATIONS
for
CITY HALL LOBBY REMODELING
CONTRACT NO.
3/03
TABLE OF CONTENTS
%
ITEM ' PAGE
NOTICE INVITING BIDS * 1
PROPOSAL 3
BIDDER'S BOND TO ACCOMPANY PROPOSAL 6
DESIGNATION OF SUBCONTRACTORS 7
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 9
BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE 10
CONTRACT 11
LABOR AND MATERIALS BOND 15
PERFORMANCE BOND 17
GENERAL PROVISIONS 19
SPECIAL PROVISIONS . 24
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchasing Agent, City
Hall, 1200 Elm Avenue, Carlsbad, California, until 4:00 PM on the 2~~l
day of .uVlMUftfiy » 19 S3 at which time they will be opened and read
for performing the work as follows:
CONTRACT NO. 1127
CITY HALL LOBBY REMODELING
The work shall be performed in strict conformity with the specifications
therefor as approved by the City Council of the City of Carlsbad on file in
the Engineering Department. Reference is hereby made to the
specifications for full particulars and description of the work.
No bid will be received unless it is made on a proposal form furnished by
the Engineering Department. Each bid must be accompanied by security in a
form and amount required by law. The bidders' security of the second and
third next lowest responsive bidders may be withheld until the contract has
been fully executed. The security submitted by all other unsuccessful
bidders shall be returned to them, or deemed void, within ten days after
the contract is awarded.
The documents which must be completed, properly executed, and notarized
are:
1. Proposal
2. Bidder's Bond
3. Designation of Subcontractors
4. Bidder's Statement of Financial Responsibility
5. Bidder's Statement of Technical Ability and Experience
All bids will be compared on the basis of the Engineer's estimate. The
estimated quantities are approximate and serve solely as a basis for the
comparison of bids. The Engineer's estimate is $ &QOQ .
No bid shall be accepted from a contractor who has not been licensed in
accordance with the provisions of State law. The contractor shall state
his or her license number and classification in the proposal.
One set of plans, special provisions and contract documents may be obtained
at the Engineering Department, City Hall, Carlsbad, California, at no cost
to licensed contractors. Additional sets are available for a nonrefundable
fee of $10 per set.
Page 2
The City of Carlsbad reserves the right to reject any or all bids and to
waive any minor irregularity or informality in such bids.
The general prevailing rate of wages for each craft or type of worker
needed to execute the contract shall be those as determined by the Director
of Industrial Relations pursuant to the Sections 1770, 1773, and 1773.1 of
the California Lab ~>r Code. Pursuant to Section 1773.2 of the California
Labor Cod?., a current, copy of applicable wage rates is on file in the
Office of the Carlsbad City Clerk. The contractor to whom the contract is
awarded shall not pay less than the said specified prevailing rates of
wages to all workers employed by him or her in the execution of the
contract.
The prime contractor shall be responsible to insure compliance with
provisions of Section 1777.5 of the California Labor Code.
The provisions of Part 7, Chapter 1 of the California Labor Code commencing
with Section 1720 shall apply to the contract for work.
i
A prebid meeting and tour of project site wLHr/will not be held on
i—- at ——• at .
Bidders are advised to verify the issuance of all addenda and receipt
thereof one day prior to bidding. Submission of bids without
acknowledgment of addenda may be cause for rejection of bid.
Approved by the City Council of the City of Carlsbad, California, by
Resolution No. ""\\O~l , adopted on the _ M- T7T day of
1935 - "
_______________________
Dat'e \ ~i Aletha L. Rautenkranz, City Clerkat'e
City Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
Pa ye 3
CITY OF CARLSBAD
CONTRACT NO. 1127
PROPOSAL
iwi "esp*1 m
ORIGINAL
The undersigned declares he/she 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, equipment,
transportation and services required to do all the work to complete
Contract No. 1127 £n accordance with the Plans and Specifications of
the City of Carlsbad, and the special provisions and that he/she will take
i.n full payment therefor the following unit process for each item complete,
to wit:
Item
Ho .
1
Article v/Unit Price or
Lump Sum Written in Words
Lobby Remodeling complete
Approximate
Quantity
& Unit
L.S.
Unit
Price TOTAL
$4,576.00
in place at City Hall
Forty Five jlundred._ Seventy-Si^ol1ar5
6 No cents
per lump sum.
-Total amount of bid in words:THOUSAND FIVE HUNDRED SEVENTY-SIX AND._EP/1 nn~
Total amount: of bid in nuinhe rr. • $__4_i576._00_
Addendum (a) Uo(.s)hns/havu l>ccn received and
included i i» ihi;; proposal.
Page 4
All bids are to be computed on the basis of the given estimated quantities
of work, as indicated in this proposal, times the unit price as submitted
by the bidder. In case of a discrepancy between words and figures, the
words shall prevail. In case of an error in the extension of a unit price,
the corrected extension shall be calculated and the bids will be computed
as indicated above and compared on the basis of the corrected totals.
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 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. 416504
Identification _B-General .Building...Contractor
The undersigned bidder hereby represents as follows:
1. That no Councilmember, officer, agent or employee of the City of
Carlsbad is personally interested, directly or indirectly, in this
contract, or the compensation to be paid hereunder; that no
.representation, oral or in writing, of the City Council, its
officers, agents or employees, has induced him/her to enter into
this contract, excepting only those contained in this form of
contract and the papers made a part hereof by its terms; and
2. 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 a Bond
(Cash, Certified Check, Bond or Cashier's Check)
in an-amount of not less than ten percent (10%) of the total bid price.
Page 5
The undersigned is aware of the provisions of Section 3700 of the Labor Code
which require every employer to be insured against liability for workers'
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.
The undersigned is aware of the provisions of the State of California Labor
Code, Part 7, Chapter 1, Article 2 relative to the general prevailing rate of
wages for each craft or type of worker needed to execute the contract and agrees
to comply with its provisions.
(619) 574-6996 FIRST STATE__BUILDERS, INC.
Phone Number . Bidder's Name
January 27, 1983
Date | Authorized Signature
Authorized Signature
1551 Cand.no Del Rio South, Suite 107
San Diego, CA 92108 Corporation
Bidder's Address Type of Organization
(individual, Corporation,
Partnership)
List below names of President, Secretary, Treasurer and Manager if a
corporation, and names of all partners, if a partnership:
E.U. Bevilacqua, President •
Mark R. Bevilacqua, Vice President
i
Joseph K. Osborn, Secretary/Treasurer
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY
ALL PRINCIPALS MUST BE ATTACHED)
^ (CORPORATE SEAL)
STATE OF CALIFORNIA,
COUNTY OF San Diego
fj
"'A DEA
•••; NOT/,,.
SEAL
OAlIfOiJNIA
;H:iCF !M
CO'JMIY
My Corvnr.T:;ion Expire: Supl^.nlxr 5, 1985
ss.
ON ! . 27 JAMJARY 19£3_
before me; the undersigned, a Notary Public in and for the said State, personally appeared
JOSPEH K. OSBORN known to me to be the
xxxxxxxxMMaxM^fiaxxxx)OQQOcxx)QoooQQQooo:?r/yxy , known to me
to be the Treasurer /Sectary nf FIRST STATE BUILDERS, IJKL.
ilj the Corporation that executed the within Instrument, known to me to be the persons who
[•'] executed the within Instrument, on behalf of the Corporation herein named, and acknowledged
ia to me that such Corporation executed the within Instrument pursuant to its by-laws or a
resolution of its board of directors.
WITNESS my hand and official seal.
*CK«OWLfOGM£NT-Corp.-l>r«l. t Sec.-Wolcoltl form afr-Rev, J-6<
/ Notlry-ftrtilic in and for said State
ORIC.iiiMAL
BIDDER'S BOND TO ACCOMPANY PROPOSAL
Page 6 Bond No. 004224-19
KNOW ALL PERSONS BY THESE PRESENTS:
That we, FIRST STATE BUILDERS, INC., as Principal, and
ALLIED FIDELITY INSURANCE CO., .as Surety, are held and
firmly bound unto '•he City of Carlsbad, California., in the sum of
TEN PERCENT OF PRINCIPAL'S TOTAL BID — Dollars
~)) lawful money of the United States for the payment of
which sum well and truly to be made, we bind ourselves, jointly and
severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH:
That if the proposal of the above-bounden principal for:
CITY HALL LOBBY REMODELING
CONTRACT NO. 1127
in the City of Carlsbad, is accepted by the City Council of said City, and
if the abovebounden Principal shall duly enter into and execute a contract
including required bonds and insurance policies within twenty (20) days
from the date of award of contract by the City Council of the City of
Carlsbad, being duly notified of said award, then this obligation shall
become null and void; otherwise, it shall be and remain in full force and
effect, and the amount specified herein shall be forfeited to the said
City.
In the event any Principal above named executed this bond as an individual,
it is agreed that the death of any such Principal shall not exonerate the
Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 27th
day of January , 19 83 .
/I
INSURANCE CO.Corporate Seal (if Corporation) AJ.T.IED FID
E BUILDERS, INC. BY:
Title E- u- BeviAacqua, Pres
(Attach acknowledgement of
Attorney in Fact)
f<asself Attorney -in-Fact
(Notarial acknov.'leclfteuient of
execution by all PRINCIPALS and
SURETY must be attached.)
(Corporation)
STATE OF CALIFORNIA
COUNTY OF San Diego
It*
.a J
II
1
ss.
January 26, 1983On
State, personally appeared
known to me to be the
E. U. Bevilacqua
before me, the undersigned, a Notary Public in and for said
Prccident.
' of the corporation that executed the within Instrument,
known to me to be the persons wiio executed the wilhin
Instrument on behalf of the corporation therein named, and
acknowledged to me that such corporation executed the within
instrument pursuant to its by-laws or a resolution of it* hoard
of directors.
WITNESS my
Signal ure_.
and official seal.
Rosemarie-R, Qaboni
Name (Typed or Printed)
OFFICIAL SLAL
ROSEMARIt R OS80MNOTARY PUBLIC CALIIORNIA J,
PRINCIPAL omCEIN 'SAN WEGO COUNTY
- nffl«:*l notarial Idnl)
coc
State of.CALIFORNIA
County of SAN DIEGO SS.
On this.27TH . day of.JANUARY
R.W. KASSEL
po
., 19 , before me personally came
. to me known, who, being by me duly sworn, did depose and say that
he is an attorney-in-fact nT ALLIED FIDELITY INSURANCE CO.
the corporation described in and which executed the within instrument; that he knows the corporate seal of said corporation;
that the seal affixed to the within instrument is such corporate seal, and that he signed the said instrument and affixed the said
seal as Attorney-in-Fact by authority of the Board of Directors of said corporation and by authority of this office under the
Standing Resolutions thereof.
My commission expires.
CB-407 (9/81)
$ xt^^X OFFICIAL SEAL
¥ ^tm MARY S. KU.LGREN
NOTARY PUBLIC • CALIFORNIA
PRiNCiPAL OFFICE IfJ
SAN DIEGO COUMTV
JJ Wy Commissbn Expires January 9, IS87
^(Notarv£»\iblic)
ALLIED FIDELITY INSURANCE CO.
6320 North Rucker Road • Indianapolis. Indiana 46220
POWER OF ATTORNEY
AC N2 004224
• KNOW ALL MEN" BY THESE PRESENTS: That this Power-of-Attorney is not valid unless attached to the bond which it
authorizes executed It specifies the LIMIT OF THE AGENTS AUTHORITY AND THE LIABILITY OF THE COMPANY,
"""'"HEREIN.
E AUTHORITY OF THE ATTORNEY-IN-FACT and THE LIABILITY OF THE COMPANY
SHALL NOT EXCEED.* *FOUR HUNDRED THOUSAND DOLLARS * *
USE OF MORE THAN ONE POWER VOIDS THE BOND
ALLIED FIDELITY INSURANCE CO., an Indiana corporation, having its principal office in the City of Indianapolis, State
ndiana, does hereby make, constitute and BDooint: K. w. KAbStLof Indiana, does hereby make, constitute and appoint:
in the City of SAN DIEGO
its true and lawful attorney-in-fact, at
County of SAN DIEGO . state of CALIFORNIA
SAN DIEGO MISSION RD. # 203 . in the State of CAL I FORN IA
to make, execute, seal and deliver for and on its behalf, and as its act and deed, bonds, and undertakings in behalf of court
fiduciaries, who under the jurisdiction of a court, administer property held in trust; public official bonds; license and permit
bonds; tax, lien, and miscellaneous bonds; required by Federal, State, County, Municipal Authority, or other obligees, provided
that the liability of the company as surety on any such bond executed under this authority shall not in any event exceed the sum
shown above.
THIS POWER VOID IF ALTERED OR ERASED
This power not valid unless used before December 31, 1985
The acknowledgment and execution of any such document by the said Attorney-In-Fact shall be as binding upon the Com-
pany as if such bond had been executed and acknowledged by the regularly elected officers of this Company.
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following By-Law
adopted by the Board of Directors of Allied Fidelity Insurance Co. at a meeting duly called and held on the 5th day of September,
1969.
"Article V, Section 12, The President shall have power and authority to appoint, or delegate to other Corporate Officers, the
appointment of Attorney(sl-in-Fact. and authorize them to execute, on behalf of the Company as Surety, bonds and
undertakings, recognizances, contracts of indemnity, and other writings obligatory in the nature thereof: and he may at any
time in his judgment remove any such appointee(s) and revoke the authority given to them; and with respect to any Certified
Copy of any Power of Attorney, the signatures of any issuing or attesting officer, and the seal of the Company, may be affix-
ed to such Power of Attorney or to any certificate relating thereto, by facsimile; and such facsimile signatures and facsimile
seals shall be valid and binding on the Company, in the future, with respect to any bond, undertaking or instrument of
suretyship, to which it is attached."
IN WITNESS WHEREOF, Allied Fidelity Insurance Co. has caused its official seal to be hereunto affixed and these presents
to be signed by its duly authorized officers this 25th day of November, 1980.
ALLIED FIDELITY INSURANCE CO.
BY?
Secretary President
Z Cfl2 t
5 ir K
Hils5
KXK
W
C&gH _
-3poK</> K-IK
t/i ;>
H H> ra
DO
! O |o! m !>•73 jr-00 |—- l-nio
THIS POWER DOES NOT AUTHORIZE
THE EXECUTION OF BONDS FOR LOAN GUARANTEES
27 JANUARY 1983
SS:STATE OF INDIANA
COUNTY OF MARION
On this 25th day of November, 1980, before me a Notary Public, personally appeared H.O. CROQUART and T. L. EADS, who
being by me duly sworn, acknowledged that they signed the above Power of Attorney as President and Secretary of the said
ALLIED FIDELITY INSURANCE CO. and acknowledged said instrument to be the voluntary act and deed of said Corporation.
Notary Public. Marion County, Indiana
My Commission Expires: March 9, 1983
Notary Public
1. ONLY ONE POWER OF ATTORNEY MAY BE ATTACHED TO A BOND.
2. POWER OF ATTORNEY MUST NOT BE RETURNED TO ATTORNEY IN FACT, BUT SHOULD REMAIN A PERMA-
NENT PART OF THE OBLIGEE'S RECORDS.
3. THIS POWER DOES NOT AUTHORIZE EXECUTION OF BONDS OF NE EXEAT OR ANY GUARANTEE FOR
FAILURE TO PROVIDE PAYMENTS OF ALIMONY SUPPORT OR WAGE LAW CLAIMS. OR BONDS FOR
CRIMINAL APPEARANCE.
ORIGINAL
Page 7
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies he/she has used the subbids of the following
listed contractors in making up his/her bid and that the subcontractors
listed will be used for the work for which they bid, subject to the
approval, of the City Engineer5 and in accordance with applicable provisions
of the specifications. No changes may be made in these subcontractors
except upon the prior approval of the City Engineer of the City of
Carlsbad. The following information is required for each subcontractor.
Additional pages can be attached, if required:
Items of
Work
Full
Company
Name
Complete
Address
vj/Zip Code
Phone No.
w/Area Code
NONE
Page 8
DESIGNATION OF SUBCONTRACTORS continued
The bidder is to provide, the following information on the subbids of all
the listed subcontractors as part of the sealed bid submission. Additional
pages can be attached if required. •. ,
Type of State Carlsbad Amount
Contracting Business • of
Fu 11 Cornpany Name License & No . License No.* Bid ($ or %)
NONE
*Licenses are renewable annually by January 1st. If no valid license
indicate "NONE". Valid license must be obtained prior to submission of
signed contracts.
FIRST STATE BUILDERS, INC.
:: Bidder s Company Name
(Notarize or 1551 Camino Del Rio South, Suite 107
Corporate Seal) San Diego, CA 92108
li idde r ' s Comp le te Ad dress
~1..^\>\., ,.yv
Au 1 1 1 o r i. /, ed S i gna t u r o.
Page 9
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a notarized or sealed statement of
his/her financial responsibility.
As of October 31, 1982 First State Builders, Inc. had $199,761 in current
assets, $12,380 in current liabilities and a net worth of $200,486. We
have a Corporate line of credit with the Southwest Bank, Mira Mesa Branch.
You may check with Mr. Jim Stokes (619) 695-3030 at that bank to check
our credibility.
(Notarize or
Corporate Seal)
Page 10
BIDDER'S STATEMENT OF
TECHNICAL ABILITY AND EXPERIENCE
The Bidder is required to state what work of a similar character to that
included in the proposed contract he/she has successfully performed and give
references, with telephone numbers, which will enable the City to judge his/her
responsibility, experience and skill. An attachment can be used if notarized or
sealed.
Date
Contract
Completed
Name and address
of the Employer
Name and Phone No.
of Person
to Contact
Amount of
Type of Work Contract
01/15/83
12/31/82
:
12/31/82
01/15/83
U.S. Navy
1220 Pacific Hwy, #206
San Diego, CA 92132
Philip W. Hoffman
740 Lomas Santa Fe Dr
Suite 206
Solana Beach, CA 92075
Seaquest, Inc.
9 141 T^IQ PalmAc;
Carlsbad, CA 92008
3 R' s Construction Co
3517 Langre.hr Rd.
Baltimore, MD 21207
'
i '
P.R. Scanlan, Lt.
i U.S.N. 235-3645
Philip Hoffman
481-2210
Gary French
438-1101
Leonard T. Russo
(301) 922-4691
Renovation 1
San Diego, CA l$167,
1
i
Tenant Improve-! .;: '.'-
ment, Carlsbad |$ 100,
1
I
Tenant Improve-"-
ment. Carlsbad 1$ 27,
1
1 '
Interior Finish
San Dieqo ' $ 45,
I
1
1
1
1
1
jjwp""^ wnfe^ dp^ll
tt:^ *l <7*>6
flRiPilKUniPiniii
000
000
000
000
iT1 i
IAIlr\L
(Notarize; or
Corporate Seal)
Signature
Page 11
CONTRACT - PUBLIC WORKS
This agreement is made this / 7 day °f ji UUoVn^aji-'-^ • 19
and between the City of Carlsbad, California, a municipal corporation
(hereinafter called "City") and /^jR$T~
whose
principal place of business is
(hereinafter called "Contractor")
City and Contractor agree as follows:
1. Description of VJork. Contractor shall perform all work specified in the
contract documents for:
CITY HALL LOBBY REMODELING
CONTRACT NO. 1127
(hereinafter called "project").
2. Provisions of Labor and Materials. Contractor shall provide all labor,
materials, tools, equipment, and personnel to perform the work specified
by the contract documents.
3. Contract Documents. The contract documents consist of this contract;
the bid documents, including the notice to bidders, instructions to
bidders and contractors proposal; the plans and specifications and all
proper amendments and changes made thereto in accordance with this
contract or the plans and specifications; and the bonds for the project;
all of which are incorporated herein by this reference.
4. Payment. As full compensation for Contractors performance of work
under this contract, City shall make payment to Contractor as follows:
(strike inapplicable subparagraph).
a. In the total amount offfi^j, Q ~I o to be made in a lump sum not
later than 35 days from the date of the filing of the notice of
completion.
5. Independent Investigation. Contractor has made an independent investi-
gation of the jobsite and all other conditions that might affect the
progress of the work, and is aware of those conditions. The contract
price includes payment for all work to be done to complete the job.
Page 12
Contractor Responsible for Unforeseen Conditions
Contractor shall be responsible for all loss or damage arising out of
the nature of the work or from the action of the elements or from any
unforeseen difficulties which may arise or be encountered in the
prosecution of the work until its acceptance by the City. Contractor
shall also be responsible for expenses incurred in the suspension or
discontinuance of the work.
7. Change Orders
City may, without affecting the validity of this contract, order changes,
modifications, deletions, and extra work by issuance of written change
orders. Contractor shall make no change in the work without the issuance
of a written change order, and Contractor shall not be entitled to
compensation for any extra work performed unless the City has issued a
written change order designating in advance the amount of additional
compensation to be paid for the work. If a change order deletes 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, the work
shall nevertheless proceed, and the amount shall be determined by arbi-
tration or litigation. The only person authorized to order changed or
extra work is the City Engineer. However, no change or extra work order
in excess of $1,000 shall be effective unless signed by the City Manager
nor shall any change or extra work order of more than $5,000 be effective
unless approved by the City Council.
8. Prevailing Wage
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 worker needed to execute the contract and a schedule
containing such information is in the City Clerk's office and is
incorporated by reference herein.
ORIGINAL
Page 13
9. Indemnity. Contractor shall assume the defense of and indemnify and
hold harmless the City, and its 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 responsibility 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.
10. Insurance. Contractor shall cause the City to be named as an
additional insured on any policy of liability or property damage
insurance concerning the subject matter or performance of this
contract taken out by Contractor.
11. Workers Compensation, Contractor shall cause the City to be named as
an additional insured on any workers' compensation insurance policy
taken out by Contractor concerning the subject matter of this
contract. If Contractor has no workers' compensation insurance policy
covering the subject matter of this contract, Contractor shall
either:
a. Acquire such a policy naming the City as an additional insured
prior to the start of any work pursuant to this contract, or
b. Shall assume the defense and indemnify and save harmless the City
and its officers and employees from all claims, loss, damage,
injury and liability of every kind, nature and description which
would otherwise be covered by such workers' compensation insurance
policy regardless of responsibility for negligence.
12. Proof of Insurance. Contractor shall submit to the City certification
of the policies mentioned in Paragraphs 10 and 11 or proof of workers'
compensation self insurance prior to the start of any work pursuant to
this contract.
13. Arbitration. Any controversy or claim in any amount up to $100,000
arising 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 and judgment upon the award rendered by the arbitrator(s)
may be entered in any California court having jurisdiction thereof.
The award of the arbitrators) shall be supported by law and
substantial evidence as provided by the California Code of Civil
Procedure, Section 1296.
.,
ORIGINAL
Page 14
14. Maintenance of Records. Contractor shall maintain and make available
to the City, upon request, records in accordance with Sections 1776
and 1812 of Part 7, Chapter 1, Article 2 of the California Labor Code.
If the Contractor does not maintain the records at Contractor's
principal place of business as specified above, Contractor shall so
inform the City by certified letter accompanying the return of this
contract. Contractor shall notify the City by certified mail of any
change of add" ess of such records.
15. Additional Provisions. Any additional provisions of this agreement
are set forth in the "General Provisions" or "Special Provisons"
attached hereto and made a part hereof.
(Notarial acknowledgement of
execution by ALL PRINCIPALS
must be attached.)
FIRST STATE BUILDERS, INC. _
Contractor
(Seal)
E. U. Bevilacqua
Tit le President
By
Title
ASsls^ant «CM%£f£orn
CITY OF CARLSBAD, CALIFORNIA
\/jA-<0^-~
wity Manager,.for contracts less
than $10,000
Mayor, for contracts !?10,000 and
above
ATTEST:
City Clerk
(CORPORATION)
STATE OF CALIFORNIA
COUNTY OF San Diego
On February 9.1983 _before me, the under-
signed, a Notary Public in and for said County and State, personally appea
E. U. Bevilacqua FOR NOTARY SEAL OR STAMP
personally known to me (or proved to me on the basis of satisfactory evidence) to be
_ president,
^xxxxxxx, known to me (or proved to me on the basis of satisfactory evidence)
tHUKxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxasaaaatyEof the
corporation that executed the within instrument, known to me to be the persons who
executed the within instrument, on behalf of the corporation therein named, and
acknowledged to me that such corporation executed the within instrument pursuant
to its by-laws or a resolution of its board of directors.
WITNESS mytfand and official seal.
OFFICIAL SEAL
L ROSEMARIE R. OSBORN
NOTARY WBUWSWOWWPRINCIPAL OFFICE IN
^j^pr SAN DIEGO COUNTY
My Commission Expires Jan. 28^1985
mMiand ar
X^t->-V-tt-
\jRosemarie R. Osborn
FORM C-9 Name (Typed or Printed)
ORIGINAL Page 15
LABOR AND MATERIAL BOND Bond No.! 017719
KNOW ALL PERSONS BY THESE PRESENTS:
» *.
WHEREAS, the City Council of the City of Carlsbad, State of California, by
Resolution No. _ _ adopted _ ,
has awarded to /Z/&S7' 6>'7/f7£' &/J/t-Z)c:%J MC, hereinafter designated as
the "Principal", a contract for:
CITY HALL LOBBY REMODELING
CONTRACT NO. 1127
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 with said contract,
providing that if said Principal or any of his/her or its subcontractors
shall fail to pay for any materials, provisions, provender 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, FIRST STATE BUILDERS , INC . - San Dieqo, Ca. . as
the City of Carlsbad in the sum of FOUR THOUSAND FIVE HUNDRED SEVENTY SIX AND NO/100 -
- Dollars ($4,576.00 ) said sum being one hundred per
cent (100%) 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 ourseves , 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/her
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 A202 of the
Government Code of the State of California.
Page 16
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.
In the event any Contractor above named executed this bond as an individual,
it is agreed the death of any such Contractor shall not exonerate the Surety
from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor
and Surety above named, on the ninth day of February ,
19 83 .
FIRST
(Notarize or Corporate
Seal for each Signer)
BUILDERS, INC.
Con
ALLIE1
K=A
tract
DPI
X/1/w
or
JEJiJTYrINSURANCE CO.
MA4.M/x\-'v- -\
Surety
__
ORIGINAL
£
State of CALIFORNIA
County of SAN DIEGO
ss.
On this.91H . day of.FEBRUARY 83., 19 , before me personally came
R.W. KASSEL to me known, who, being by me duly sworn, did depose and say that
he is an attorney-in-fact of AUJED FIRDELIIY INSUMNCE CO.
the corporation described in and which executed the within instrument; that he knows the corporate seal of said corporation;
that the seal affixed to the within instrument is such corporate seal, and that he signed the said instrument and affixed the said
seal as Attorney-in-Fact by authority of the Board of Directors of said corporation and by authority of this office under the
Standing Resolutions thereof.
My commission expires.
CB-407 (9/81)
OFFICIAL SEAL
MARY S. HILLGREN
NOTARY PUBLIC • CALIFORNIA
PRINCIPAL OFFICE IN
SAN DIEGO COUNTY
My Commission Expires January 9, 1987
(CORPORATION)
STATE OF CALIFORNIA
COUNTY OF San Diego
On
SS.
_before me, the under-
signed, a Notary Public in and for said County and State, personally appeare
_ E. U. Bevilacqua
personally known to me (or proved to me on the basis of satisfactory evidence) to be
the _ president, ataxxxxxxxxxxxxxxxxxxxxxxxxxx
xxxxxxxx, known to me (or proved to me on the basis of satisfactory evidence)
corporation that executed the within instrument, known to me to be the persons who
executed the within instrument, on behalf of the corporation therein named, and
acknowledged to me that such corporation executed the within instrument pursuant
to its by-laws or a resolution of its board of directors.
WITNESS rn^fand and official seal.
A^-^t<^-^yt—>i^€-t-e_^
R. Osbbrn
FORM Ofl Name (Typed or Printed)
(Notary Putyte)
FOR NOTARY SEAL OR STAMP
OFFICIAL SEAL
ROSEMARIE R. OSBORN
NOTARY PUBUC-CAlfORNIA
PRINCIPAL OFFICE IN
_ SAN DIEGO COUNTY
My Commission Expires Jan. 28,1985
BOND NO. 017719
ORIGINAL
PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, by
Rcoolutkm Wo. adopted ,
has awarded to /vVfST" •$/"/?
hereinafter designated as the "Principal", a contract for:
CITY HALL LOBBY REMODELING
CONTRACT NO. 1127
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, FIRST STATS BUILOEPS, INC. , as
Principal, hereinafter designated asthe "Contractor",and
ALLIED FIDELITY INSURANCE CD. as
Surety, are held and firmly bound unto the City of Carlsbad, in the sum
of FOUR THOUSAND FIVE HUNDRED SEVENTY SIX AND NO/100 Dollars
($4,576.00 ' ), said sum being equal to 100 per cent (100%) 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
Contractor, his/her 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/her 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.
AlliedFidelity
Insurance Co.
8945 North Meridian Street • Indianapolis, Indiana 46260 • 1 (800) 428-5730
AC N2 017719
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That this Power-of-Attorney is not valid unless attached
to the bond which it authorizes executed. It specifies the LIMIT OF THE AGENTS AUTHORITY AND
THE LIABILITY OF THE COMPANY, HEREIN.
THE AUTHORITY OF THE ATTORNEY-IN-FACT and THE LIABILITY OF THE COMPANY
SHALL NOT EXCEED * * FOUR HUNDRED THOUSAND DOLLARS * * *
USE OF MORE THAN ONE POWER VOIDS
THE BOND
ALLIED FIDELITY INSURANCE CO., an Indiana corporation, having its principal office in the
City of Indianapolis, State of Indiana, does hereby make, constitute and appoint:
R. W. KASSEL
in the City nf SAN DIEGO __, County nf SAN DIEGO
State nf CALIFORNIA > its true anA lawful attorney-in-fact, «A0405 SAN DIEGO MISSION ROAD
in the State of CALIFORNIA—92108 f to make, execute, seal and deliver for and on its behalf, and
as its act and deed, bonds, and undertakings in behalf of court fiduciaries, who under the jurisdiction of a
court, administer property held in trust; public official bonds; license and permit bonds; tax, lien, and
miscellaneous bonds; required by Federal, State, County, Municipal Authority, or other obligees, provided
that the liability of the company as surety on any such bond executed under this authority shall not in any
event exceed the sum shown above.
THIS POWER VOID IF ALTERED OR ERASED
The acknowledgment and execution of any such document by the said Attorney-In-Fact shall be as
binding upon the Company as if such bond had been executed and acknowledged by the regularly elected
officers of this Company.
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of
the following By-Law adopted by the Board of Directors of Allied Fidelity Insurance Co. at a meeting duly
called and held on the 29th day of April, 1982:
"The President shall have power and authority to appoint Attorneys-in-Fact, and authorize them to
execute, on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity
and other surety and writings obligatory in the nature thereof; and he may at any time in his judgment
C remove any such appointees and revoke the authority given to them; and with respect to any Certified
Copy of any Power of Attorney, the signatures of any issuing or attesting officer, and the seal of the
Company, may be affixed to such Power of Attorney or to any certificate relating thereto, by facsimile;
and such facsimile signatures and facsimile seals shall be valid and binding on the Company, in the
future, with respect to any bond, undertaking or instrument of suretyship, to which it is attached."
IN WITNESS WHEREOF, Allied Fidelity Insurance Co. has caused its official seal to be hereunto
affixed and these presents to be signed by its duly authorized officers this 6th day of July, 1982.
ALLIED FIDELITY INSURANCE CO.
<^fL ^ l*CS^0 .
Secretary President
THIS POWER DOES NOT AUTHORIZE THE
EXECUTION OF BONDS FOR LOAN GUARANTEES
STATE OF INDIANA \ „„
COUNTY OF MARION J °
On this 6th day of July, 1982, before me a Notai y Public, personally appeared H. O. CROQUART and
T. L. EADS, who being by me duly sworn, acknowledged said instrument to be the voluntary act and deed of
said Corporation.
£
Notary Public, Marion County, Indiana
My Commission Expires: 10/2/84 Notary
1. ONLY ONE POWER OF ATTORNEY MAY BE ATTACHED TO A BOND.
2. POWER OF ATTORNEY MUST NOT BE RETURNED TO ATTORNEY IN FACT, BUT SHOULD
REMAIN A PERMANENT PART OF THE OBLIGEE'S RECORDS.
3. THIS POWER DOES NOT AUTHORIZE EXECUTION OF BONDS OF NE EXEAT OR ANY
GUARANTEE FOR FAILURE TO PROVIDE PAYMENTS OF ALIMONY SUPPORT OR WAGE LAW
CLAIMS, OR BONDS FOR CRIMINAL APPEARANCE.
STATE OF INDIANA \ ™
COUNTY OF MARION / ao>
I, Frances A. Wilkinson, the Assistant Secretary of Allied Fidelity Insurance Co., do hereby certify
that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Allied
Fidelity Insurance Co., which is still in full force and effect.
This Certificate may be signed and sealed by facsimile under and by the authority of the following
resolution of the Board of Directors of Allied Fidelity Insurance Co. at a meeting duly called and held on the
29th day of April, 1982:
"RESOLVED: That the use of a printed facsimile of the corporate .seal of the company and of the
signature of an Assistant Secretary on any certification of the correctness of a copy of an instrument
executed by the President pursuant to the By-Laws appointing and authorizing an Attorney-in-Fact to
sign in the name and on behalf of the company surety bonds, underwritings, undertakings or other
instruments described in said By-Laws, with like effect as if such seal and such signature had been
manually affixed and made, hereby is authorized and approved."
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said corporation, this
9TH A*y of FEBRUARY , 19_§3
a.
Assistant Secretary
Page 18
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 the same shall 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 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.
IN WITNESS WHEREOF, this instrument has been duly executed by the
Contractor and Surety above named on the 9TH day of FEBRUARY
, 19 83 .
(Notarize or Corporate
Seal for Each Signer)
FIRST , INC.
BY:
Contractor
R. W. KASSEL, MTC)RNEY-IN-FACT
Surety
*_ «£££ V-I
State of.CALIFORNIA
County of SAN DIEGO ss.
On this.9TH day of.FEBRUARY before me personally came
R.W. KASSEL to me known, who, being by me duly sworn, did depose and say that
he is an attorney-in-fact of ALLIED FIDELITY INSURANCE CO.
the corporation described in and which executed the within instrument; that he knows the corporate seal of said corporation;
that the seal affixed to the within instrument is such corporate seal, and that he signed the said instrument and affixed the said
seal as Attorney-in-Fact by authority of the Board of Directors of said corporation and by authority of this office under the
Standing Resolutions thereof.
My commission expires-
CB-407 (9/81)
OFFICIAL SEAL
MARY S. HILLGREN
NOTARY PUBLIC - CALIFORNIA
PRINCIPAL OFFICE IN
SAN DIEGO COUNTY
•My Commission Expires January 9, 1987
(CORPORATION)
STATE OF CALIFORNIA
COUNTY OF San Diego
On February 9,1983
SS.
_before me, the under-
signed, a Notary Public in and for said County and State, personally appeaE. U. Bevilacqua
7"(Notary
FOR NOTARY SEAL OR STAMP
personally known to me (or proved to me on the basis of satisfactory evidence) to be
the _ president, saacxxxxxxxxxxxxxxxxxxxxxxxxxx
XXXXXXXX , known to me (or proved to me on the basis of satisfactory evidence)
KitiexyxyyyyyxxxxxxxxxyyyyyyxyyyyxyyyySBgMtiaiy of the
corporation that executed the within instrument, known to me to be the persons who
executed the within instrument, on behalf of the corporation therein named, and
acknowledged to me that such corporation executed the within instrument pursuant
to its by-laws or a resolution of its board of directors.
WITNESS inyhand and official seal.
Rosegiarie R. Osborn
OFFICIAL SEAL
i ROSEMARIE R. OSBORN
I NOTARY PUBLIC-CALIFORNIA
PRINCIPAL OFFICE IN
^,_ SAN DIEGO COUNTY
My Commission Expires Jan. 28, 1985
FORM C-9 Name (Typed or Printed)
Page 19
GENERAL PROVISIONS
1. PLANS AND SPECIFICATIONS
The specifications for the work shall consist of the latest edition of
the Standard Specifications for Public Works Construction, hereinafter
designated SSPWC, as issued by the Southern Chapters of the American
Public 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 two sheets designated as City of
Carlsbad Drawing No. 224-3. The standard drawings utilized for this
project are the San Diego Area Regional Standard Drawings, hereinafter
designated SDRS, as issued by the San Diego County Department of Trans-
portation, together with the City of Carlsbad Supplemental Standard
Drawings.
2. WORK TO BE DONE .
The work to be done shall consist of furnishing all labor, equipment
and materials, and performing all operations necessary to complete the
project work as shown on the project plans and as specified in the
specifications.
DEFINITIONS AND INTENT
a) Engineer:
The word "Engineer" shall mean the City Engineer or his approved
representative.
b) Reference to Drawings:
Where words "shown", "indicated", "detailed", "noted", "scheduled",
or words of similar import are used, it shall be understood that
reference is made to the plans accompanying these provisions unless
stated otherwise.
Page 20
c) Directions:
Where words "directed", "designated", "selected" or words of
similar import are used, it shall be understood that the direction,
designation or selection of the Engineer is intended unless stated
otherwise. The word "required" and words of similar import shall
be understood to mean "as required to properly complete the work as
required and as approved by the City Engineer" unless stated
otherwise.
d) Equals and Approvals:
Where the words "equal", "approved equal", "equivalent" and such
words of similar import are used, it shall be understood such words
are followed by the expression "in the opinion of the Engineer"
unless otherwise stated. Where the words "approved", "approval",
"acceptance", or words of similar import are used, it shall be
understood that the approval, acceptance, or similar import of the
Engineer is intended.
e) Perform and Provide:
The word "perform" shall be understood to mean that the Contractor,
at 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
the Contractor, at her/his expense, shall furnish and install the
work, complete in place and ready to use, including furnishing of
necessary labor, materials, tools equipment and transportation.
CODES AND STANDARDS
Standard specifications incorporated in the requirements of the
specifications by reference shall be those of the latest edition at the
time of receiving bids. It shall be understood that the manufacturers
or producers of materials so required either have such specifications
available for reference or are fully familiar with their requirements
as pertaining to their product or material.
5. CONSTRUCTION SCHEDULE
A construction schedule is to be submitted by the Contractor per
Section 61 of the SSPWC at the time of the preconstruction conference.
If the completion date shown on the Notice to Proceed letter is not met
by the Contractor, he will be assessed the daily salary of the City
inspector for each working day beyond the completion date, as damages.
Page 21
The Contractor shall begin work after being duly notified by an
issuance of a "Notice to Proceed" and shall diligently prosecute
the work to completion within 15 consecutive calendar days from
the date of receipt of said "Notice to Proceed".
6. NONCONFORMING WORK
The Contractor shall remove and replace any work not conforming to
the plans or specifications upon written order by the City Engineer.
Any cost caused by reason of this nonconforming work shall be borne
by the Contractor.
7. GUARANTEE
All work shall be guaranteed for one year after the filing of a
"Notice of Completion" and any faulty work or materials discovered
during the guarantee period shall be repaired or replaced by the
Contractor.
8. DUST AND NOISE
Precaution shall be exercised at all times to control dust and noise
created as a result of any operations during the construction period.
9. PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to be
inserted in this contract shall be deemed to be inserted herein and
the contract shall be read and enforced as though it were included
herein, and if, through mistake or otherwise, any such provision is
not inserted, or is not correctly inserted, then upon application of
either party the contract shall forthwith be physically amended to
make such insertion or correction.
Page 22
10. INTENT OF CONTRACT DOCUMENTS
The Contractor, her/his subcontractors, and materials suppliers shall
provide and install the work as indicated, specified, and implied by
the contract documents. Any items of work not indicated or specified,
but which are essential to the completion of the work, shall be pro-
vided at the Contractor's expense to fulfill the intent of said documents.
In all instances throughout the life of the contract, the City will be
the interpreter of the intent of the contract documents and the City's
decision relative to said intent will be final and binding. Failure of
the Contractor to apprise her/his subcontractors and materials suppliers
of this condition of the contract will not relieve her/him of the
responsibility of compliance.
11. SUBSTITUTION OF MATERIALS
The proposal of the bidder shall be in strict conformity with the
drawings and specifications and based upon the items indicated or
specified. The Contractor may offer a substitution for any material,
apparatus, equipment, 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 include proof of the State Fire Marshal's approval
(if required), all necessary 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, its physical, chemical or other
characteristics, and its durability, finish, or 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. Such substitution of
proposals shall be made prior to beginning of construction, if possible,
but in no case less than 10 days prior to actual installation.
12. PERMITS
The general construction and electrical permits will be issued by the
City of Carlsbad at no charge to the Contractor. The Contractor is
responsible for all other required licenses and fees.
13. QUANTITIES IN THE SCHEDULE
The City reserves and shall have the right, when confronted with unpre-
dicted conditions, unforeseen events, or emergencies, to increase or
decrease the quantities of work to be performed under a scheduled unit
Page 23
price item or to entirely omit the performance thereof, and upon the
decision of the City to do so, the City Engineer will direct the
Contractor to proceed with the said work as so modified. If an increase
in the quantity of work so ordered should result in a delay to the work,
the Contractor will be given an equivalent extension of time.
14. SAFETY S 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
of Federal, State, and Municipal safety laws and building codes to
prevent accidents or injury to persons on, about, or adjacent to the
premises where the work is being performed. He/she shall erect and
properly maintain at all times, as required by the conditions and
progress of the work, all necessary safeguards for the protection of
workers and public and shall post danger signs warning against hazards
created by such features of construction as protruding nails, hoists,
and falling materials.
Page 24
SPECIAL PROVISIONS
A. SCOPE OF WORK
The contractor shall furnish all labor, material, equipment, transpor-
tation, and services; and perform all operations in connection with
shelves, drawers, finish carpentry, and millwork as shown on drawings
and specified herein, including but not limited to:
1. Furnishing and installing drawers, shelves, doors, and plastic
laminate counter tops, including finish hardware for drawers,
doors, shelves, and electrical lighting complete in place.
2. Furnishing and installing interior and exterior wood frames
and miscellaneous woodwork.
3. Hanging wood doors and installing finish hardware.
B. SPECIAL REQUIREMENTS
1. Standards: all counter tops, drawers, and millwork shall be manu-
factured in accordance with Woodwork Institute of California
(W.I.C.) Manual of Millwork in the grade or grades hereafter
specified or shown on the drawings.
2. Submittals: submit shop drawings on all items in accordance with
special conditions. All shop drawings shall bear the W.I.C.
certified compliance grade stamp indicating grade or grades of
items detailed.
3. Certified Compliance: Before delivery to the job site, the mill-
work supplier shall issue a W.I.C. certificate of compliance
indicating the millwork products he will furnish for this job and
certifying that they will fully meet all the requirements of the
grade or each unit of casework shall bear the W.I.C. certified
compliance grade stamp indicating the grade specified.
4. Each plastic laminate counter top shall bear the W.I.C. certified
compliance grade stamp indicating the grade specified.
5. Samples: submit samples of plastic laminate for City's approval
in accordance with special conditions.
C. ELECTRICAL
The contractor shall furnish and install all electrical outlets, switches,
and recessed lights required for a complete electrical system. All equip-
ment and materials shall comply with the requirements of the governing
code and the serving utility and shall be approved and identified by
Underwriters Laboratories, Inc. (UL).
Page 25
D. LENGTHS
Use one piece member throughout.
E. FINISH
Work shall be smooth, free from machine, sandpaper, and hammer marks.
F. ANCHORAGE
Anchor all millwork and cabinet work and shelving to preclude overturning.
G. SWING AND SLIDING DOORS
Cut, fit, and hang doors, and install finish hardware. Leave proper
clearance and undercuts as may be required.
H. PANELING
All exterior surfaces to be Wilsonart Laminate — D-33-6 Sierra
D-66-6 Brick
D-79-6 Hunter
All interior elevation surfaces to be D-33-6 Sierra.
I. CARPENTRY ITEMS
1. Lumber for miscellaneous (concealed) framing use: Douglas Fir
Construction Grade S4S.
J. LETTERING FOR SIGNS
1. Four inch lettering with minimum of 1/8" thickness in black color
to be glued to laminate as shown on the plans.
K. FINAL CLEAN UP
The City Hall Lobby shall be left in a neat and presentable condition.
The cost of clean up shall be considered as included in lump sum bid
Item I, and no additional payment will be made.