HomeMy WebLinkAboutFredericks Sales Inc; 1980-05-22; 1080CITY OF CARLSBAD
SAN DIEGO COUNTY
CALIFORNIA
9o
CONTRACT DOCUMENTS & SPECIFICATIONS FOR
REMOVAL AND INSTALLATION OF
CARPET IN CITY LIBRARY
CONTRACT NO. 1080
MARCH, 19FCT""
TABLE OF CONTENTS
PAGE ITEM
1 NOTICE INVITING BIDS
3 PROPOSAL
6 BIDDER'S BOND TO ACCOMPANY PROPOSAL
7 'DESIGNATION OF SUBCONTRACTORS
9 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
10 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND
EXPERIENCE
11 CONTRACT
14 LABOR AND MATERIAL BOND
16 PERFORMANCE BOND
18 .. GENERAL PROVISIONS
22 SPECIAL PROVISIONS
Page 1
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
Sealed bids will be received at the Office of the City
Clerk, City Hall, 1200 Elm Avenue, Carlsbad, California, until
4:00 p.m. on the 23rd day of April , 1980 , at which
time they will be opened and read for performing the work as
follows:
REMOVAL AND INSTALLATION. OF
CARPET IN CITY LIBRARY
CONTRACT NO. 1080 '
Said 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. Refer-
ence is hereby 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 furnished 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 (10%) of -he amount of bid; said guaranty to be for-
feited 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 for by the bid re-
quirements .
r '
The documents included within the sealed bid's which require
completion and execution are the following:
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
Said documents shall be affixed with the appropriate nota-
rized signatures and titles of the persons signing on behalf
of the bidder. For corporations, the signatures of the presi-
.dent or vice-president and secretary or assistant secretary are
required and the corporate seal shall be affixed to all docu-
ments requiring signatures. In the case of a partnership, the
notarized signature of at least one general partner is required.
All bids arc 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, Divi-
sion 3 of the Business and Professions Code. The contractor
shall state his/her license number and classification in the pro-
posal. The estimated cost of the work is $30,000.00 for Alter-
nate II.
Page 2
j
Plans, special provisions and contract documents may be
obtained at the Engineering Department,. City Hall, Carlsbad,
'California, at no cost to licensed contractors for the first
set. Additional sets are available for a non-refundable fee
of $10_ per set
The City of Carlsbad reserves the right to reject any or
>ids and to waive any minor irregularity or informalityall bi
in such bids.
The general prevailing rate of wages for each craft or
type of workperson 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, Chap-
ter 1, Article 2, Sections 1770, 1773 and 1773.1.
Pursuant to Section 1773.2 of said Labor Code, a current
copy of applicable wage rates are on file in the Office of the
----- 01—i, nf fhA ritv 0£ Carlsbad.
i*r*--a"
rrmv Ox autJ-LJ-*-ctu-Lt' *i&-s>~ *City Clerk of the City of Carlsbad.
~ f
It shall be mandatory upon the contractor to whom the
contract is awarded to pay not less than the said specified
prevailing rates of wages to all workpersons employed by him/
her in the execution of the contract.• •
Also, the prime contractor shall be responsible to insure
compliance with provisions of Section 1777 5 of the California
Labor Code of the State of California for all occupations "with
apprenticeships as recuired on public works projects above thirty
thousand dollars ($30.000) or twenty (20) working days or for
specialty contractors not bidding for work through a general or
prime contractor involving more than two thousand dollars ($2,000)
or more than five (5; working days.
The amount of the bond to be given for the faithful perform-
ance of the contract for said work shall be one hundred percent
(100%) of the contract price therefor, and an additional bond in
the amount equal to fifty percent (50%) 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. "'•
Partial and final payments on this contract shall be in ac-
cordance with Section 9 of the 1979 edition of "Standard Specifi-
cations for Public Works Construction."
"S
&•xZ A • v \ Lf-**-*~^..-fr^TOrn^inVAnr^OT
Page 3
CITY OF CARLSBAD
CONTRACT NO. 10SO
t
PROPOSAL
City Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
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. 1080 in accordance
with the plans and specifications of the City of Carlsbad, and
the special provisions, and that he/she will take in full paymsnt
therefor the following unit prices for each item complete, to wit:
Item Article with Unit Price or
No. Lumo Sum Written in .Words ,
Approximate Unit
Quantity P7 Unit Price TOTAL
ALTERNATE I:- Remove and dis-
pose of existing carpet and ~
pad and install new carpet and
Pad at Eighteen Thousand
.DOLLARS
§ no/100 XENTS
per lump sum
ALTERNATE II: Remove, relocate -,
and replace books, bookshelves
and furniture as shown on the plans
and in accordance with the speci-
fications, plus ALTERNATE I, at
_ Twenty Two Thousand Thirty Two —
1,025 S.Y L.-S
-4JOLLARS
$ no/100 ——_—- CENTS
per lump sum
1,025 S.Y L. S.$22,032.00
Addendum (a) No(s). NOT_APPLICAELB has/have been received and
•is/are included in tTiis proposal. Please verify latest addondum(a)
prior to submission..
Page 4
All bids are to be computed on the basis o£ the given es-
timated quantities of work, as indicated in this proposal, times
the unit price as submitted by the bidder. In case of a dis-
crepancy between words and figures, the words shall prevail.
In case of an error in the extension of a unit price, the cor-
rected extension shall be calculated and the bids will be com-
puted as indicated above and compared on the basis of the cor-
rected totals.
The estimated quantities of work indicated in this proposal
are approximate only, being given solely as a basis for compari-
son 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 poli-
cies 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, Li-
cense No. 263572 , Identification SC-61 ; • ~
The undersigned bidder hereby represents as follows: (1)
That no Councilperson, 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 of-
ficers, 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 BOND T ;^
(cash, certified chcck~"ibond "
or cashier's check)
in an amount not less than ten percent (10%) 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 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.
714-566-8400
Phono l
Date
Bidder's Address
:.' Frederitkg. .Sales, Inc. rBidder' i> Name
.Authorized Signatur
Authorized Signature
• .,. . 7595 Carroll. Road s. ...... ..... .... . ... .. ..'..„'. '
San Diego, CA '.'92l2i' '',.'• ' " " ' ." ' •"•""•' :'"...... . .- • .•--•-- '• •- Sell .and. install, wall-and flo'or 'coverings.
Type of Organ"ization
-(Individual, Corporation, Co-
Partnership) •
List bslov; names of President, Secretary, Treasurer and Manager if a
corporation, and narr.es of all co-partners if a co-partnership:
" ' 'Robert A.'Wallace - Resident • . - ' •:--..._ . ...
• Robert L... Adams -r Uica Prea/SBcrstary
. (NOTARIZATION OR CORPORATE SEAL)
«aw msm^^f m
COPY
* Page 6
BIDDER'S BOND TO ACCOMPANY PROPOSAL
Bond No. 4095078t
KNOW ALL PERSONS BY THESE PRESENTS:
That we, Fredericks Sales, Inc. _ __ _ ___, as Principal,
and SAFECO INSURANCE COMPANY OF AMERICA _ , as Surety, are held
and. firmly bound unto the City of. Carlsbad, California, in the sum
PERCENT (10%) OF THE TOTAL AMOUNT BID IN cuv,^-,-... ________ .^Dollars
lawful money of the United States for the pay-
ment of whi ch sum wel 1 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:
REMOVAL AND INSTALLATION OF CARPET
IN CITY LIBRARY - CONTRACT NO. 1080
in the City of Carlsbad, is accepted by the City Council of said
City, and if the.. above-bounden 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 con-
tract by the City Council of the City of Cr-rlsbad, 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 Prin-
cipal shall not exonerate the Surety from its obligations under
this bond.
IN WITNESS WHEREOF, we hereunto set -pur hands and seals this
_ day of April 23 _ , ' 1980 .
lERICKS/fMES, INC.
Corporate Seal (if corporation),^!^ „
Principa
Francis G. _„. . ._„_. ,
Title Attorney-Irfefact (Notarial 'acknowledgement of cxe
cution by all PRINCIPALS and
ETY must, be attached.)
a
oU
O
I8
STATE OF CALIFORNIA
OrangeCOUNTY OF_
Aril 23, 1980
said State, personally appeared-
known to me to be the
known to me to be the_
^, before me, the undersigned, a Notary Public in and for
Robert A. Wallace
-President, and-
_ Secretary of the corporation that executed the within instrument,
and known to me to be the persons who executed the within
instrument on behalf of the corporation therein named, and ac-
knowledged to me that such corporation executed the within
instrument pursuant to its by-laws or a resolution of its board of
directors.
OFFICIAL SEAL
DORIS M- FOWLER
N°TnnY PUBLIC • CALIFORNIAPRINCIPAL OFFICE: IN
.. „ ORANGE COUNTY
My Commission Expires Dec. 2 1980
WITNESS my hand and official seal.
£ Signature .
Doris M. Fowler
Name (Typed or Printed)(This area for official notarial seal)
ACKNOWLEDGMENT BY SURETY
STATE OF California
County of Orange
ss
23rd
Francis G. Jarvis, Jr.
day of April , 1980 , before me personally
., known to me to be the Attorney-in-Fact of
On this
appeared
SAFECO INSURANCE COMPANY OF AMERICA, GENERAL INSURANCE COMPANY OF AMERICA or FIRST
NATIONAL INSURANCE COMPANY OF AMERICA, the corporation that executed the within instrument, and acknowl-
edged to me that such corporation executed the same.
IN WITNESS WHEREOF, I hayeJhgrjunjQ. set my hand and affixed my official seal, at my office in the aforesaid County,
i\Te 3ay ana. year^^njSiikfie^tdTiQafeTirstlbtive written.Urriwi/Au ocr\u '
LORNA L. MENENDEZ !
NOTARY PUBLIC CALIFORNIA i
Commission Expires Sept. 17, 198
PRINCIPAL OFFICE IN ^o^ry £^Wi£"in}he State of Cw< ftorm 3
"""•"" Co-ityof Orange'82 < i
PRINTED IN U.S.A.
JST
COPY
SAFECO INSURANCE CpMPANY OF AMERICA
GENERAL INSURANCE COMPANY OF AMERICA
HOME OFFICE: SAFECO PLAZA. SEATTLE, WASHINGTON 98185
POWER OF ATTORNEY
3125
No.
KNOW ALL MEN BY THESE PRESENTS:
That Safeco Insurance Company of America and General Insurance Company of America, each a Washington
corporation, does each hereby appoint
-FRANCIS G. JARVIS, JR., Newport Beach, California
its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings
and other documents of a similar character issued in the course of its business, and to bind the respective company thereby.
IN WITNESS WHEREOF, Safeco Insurance Company of America and General Insurance Company of America have each
executed and attested these presents ;
/ , ' ' /
30th Jane ,72this day nf ___U9_lLl.
W. 0. HAMMERSLA, SECRETARY CORDON H.SWSANY. PRESIDENT
CERTIFICATE
Extract from Article VI, Section 12, of the By-Laws of SAFECO Insurance Company of America
and of General Insurance Company of America:
"Article VI, Section 12, - FIDELITY AND SURETY BONDS ... the President, any Vice President, and the Secretary shall
each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on
behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the
course of its business ... On any instrument making or evidencing such appointment, the signatures may be affixed by
facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a
facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not
be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of SAFECO Insurance Company of America and
of General Insurance Company of America adopted July 28,1970:
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(i) The provisions of Article VI, Section 12 of the By-Laws, and
(ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and
(iii) Certifying that said power-of-attomey appointment is in full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, Wm. Hammersla, Vice President and Secretary of SAFECO Insurance Company of America and of General Insurance
Company of America, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of
Directors of these corporations, and of a Povver-of-Attorney issued pursuant thereto, are true and correct, and that both the
By-Laws, the Resolution and the Power-of-Attorney are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each corporation
;, '; this_23rd day of April -.19 80
S'974 Fi4 3/73
W.O.HAMMEFISLA. SECRETARY
PRINTED IN U.S.A.
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 Public Works Administrator, and in
accordance with applicable provisions of the specifications. No
changes may be made in these subcontractors except upon the prior
approval of the Public Works Administrator of the City of Carlsbad.
The following information is required for each subcontractor. Ad-
ditional page can be attached if required.
Full . -
Item(s) Company Complete Address ' Area Code §
of Work . Name with 7.in rode ; Phone No.
Moving furniture . • . •.
and-JbookLS Krlfpyhq Van & gfoyagg 849 Grand, San Marco. C^ 9206!? 717i 756 2601
Page 8
DESIGNATION OF SUBCONTRACTORS (continued)
rThe bidder is to 'provide the following information on the
subbids of all the listed subcontractors as part of the sealed
bid submission. Additional page can be attached if required.
Full
Company
Name
Type of State
Contracting
License 6 No.•
Carlsbad
Business
License No.*
Amount
of
Eckerts Van & Storage ICC No.' 107012 None $4,032.00
*Licenses are renewable annually by January 1st. If no valid li-
cense indicate "none." Valid license must be obtained prior tosubmission of signed contracts.
ORIGINAL
(NOTARIZE OR CORPORATE
SEAL)
•'Fredericks Sales, Inc.
Bidder's Company Name
. 7595' Carroll Road
^irSan Diego, CA 92121 • •Bi-dcHpr' s/Comp'Ietc Address
"Authorized Signature
FREDERICKS SALES, INC.
BALANCE SHEET
MONTH ENDING ^=C . 3i. \'J
CURREN'
Cash
Curr<
Ac<
Re
._._ -_r.—...--_-^.~.=-^-_-—-—^--=^-^. -:--.——„
[ ASSETSi
! - - - • '
int Receivables
•ounts Receivable
r " '-serve for Doubtful Accounts I
Sub-Total
Noies Receivable/Current
Secured 1
Unsecured 1
' Sub-Total
•: Tota
! Inte
| Inve
'< Land
j Cons
1 Current Receivables
-j! - - -
rcornpany Receivables{• ' . - - ' ' • 'ntories
! 2
i:ruction in Progress
;i Work-in-Progress 3
!L__J*
ji Pr
i; Supp
\\ SU
nished Inventory 3
-J! '
e'liminary Costs 3
lies and Materials
b-Total
Total Inventories
|;
r PREPAID EXPENSES
• TOTAL CURRENT ASSETS|.
INVESTMENTS
Income Property A
Reserve for Depreciation 4
. Tota
Equ:
Subs
1 Income Property 4
ty in Joint Ventures 5
idiaries & Affiliates
Long-Term Notes Receivable— -ji - -- - —
Secured 1
Unsecured 1
1 i:
Total Long-Term Notes Receivable
- ' i'i
-•- I "GENERAL LEDGER ACCOUNTS
•
10X.XX Series
110 ".00; 111. OK
119.00
D; 112/00
116.01; 116.02 ;
115.00; 11 6. ~03 •
118. XX Series
125.00; 126.0
127.00
127.10
127.20
1128. XX. Series
139. XX Series
"".;.. ~..7 ".
CURRENT YEAR
PLAN
.........
1 .
•
i _ ,_ . T, , ._!:.__:....
ACTUAL
__i..S3!.k7
:XTS4t«5
< 91 izo >
.^9.7.54.3
50 IS
|l 1 -5OI3
li II ISOSP-S
0
1
1 : .
I
155. XX; 156. XX; 157. XX
17 6. XX; 177.X
145. XX; 146.X
147. XX; 148. >
J141.01; 141.0
S141.03l
iiX Series1"..'.. :".::..
X Series
JS Series
1!
2
1,!,
I
. .-. 1
i^J
ii
i - - - -ii . - .
i
!
I ':.::.".".ii
,
1 C^-?2.-79S
! 47-zi SS'
: . . . . It £7^7S£t
.
1 - - . . - .. - ™ . . . ™ ,
1!
; ....... — „
!
)
t - - - —
M'
i - _
I CTS74-
1490S9O
! ;
1 '•
\
\ 't._._
kw&Ti ..nmnRMAi: .
t
r
J
a
if
V.
I'.
r
i
i
!
i -
I -
i| •
l •t '
1:
TOTAL INVESTMHKTS
PROPERTY, PLANT & EQUIPMENT
Land
Buildings
Reserve for Depreciation
Machinery and Eouipinent
Reserve for Depreciation
I?7AL PROPERTY, PLANT &_EQUIP--ENT_ __________
OTHER ASSETS & DEFERRED CHARGES
J165.00
j'166.00
1186.00
167.00
187.XX Series
t i.
.XX; 198.XX; 199.XX
I
TOTAL ASSETS 1G7GI If.
: -f ? F.)
FREDERICKS SALES, INC.
BALANCE SHEET
MONTH ENDING '_\)eC. 31,197°-)
CURRENT
REF
- ~ • - • " • ~ " ""- •LIABILITIES
Long-Terra Notes/Current Portion
' Notes.......
Ban
Oth
Payable:
ks 7 1
T
GENERAL LEDGER ACCOUNTS
; i i
200. XX Series
,!
200.01
er 6 202.00
S;ub-Total
Total
i Accou
Notes Payable
nts Payable
Intercompany Payables
! Accrued Liabilities
^l
[ Sal
; Pa}
]': Total...
; Funds
erest
es Tax
roll, Taxes & Benefits
Accrued Liabilities
Held in Trust
|i Accrued Income Taxesj1 i .„ .. .. ...
1 Fe'
!; Fee
eral Income Taxesi — -• ------ — - - - — - -• -
eral Deferred/Current
j California Franchise Tax
Franchise Tax Deferred/Current
Total • Accrued Income Taxes
;
1 TOTAL CURRENT LIABILITIES
1: 1.
LONG-TERM NOTES PAYABLE 8
!; OTHER LIABILITIES"i; Depo
i; Defe
Sits
rred Income
ii . Reserves
i" ^!: Due Parent Company
Intercompany Note
TOTAL OTHER LIABILITIES
DEFERRED. INCOME TAXES
Federal /Non-Cur rent
California Franchise/Kon -Cur rent
TOTAL DEFERRED INCOME TAXES
i
TOTAL
. . '
210.00
218. XX Series
220.00,
221.00 |
222.00; 223.X
229.00
230.00
231.00
232.00
233.00
240. XX Series
1250. XX Series
254. XX Series
255. XX Series
260.00
260.01
[ Series
CURRENT
PLAN
.. .......
•
:
-
1I
!
•
I
i
i • .,,
1
i
i 2 70". 00
271.00 i
J
;
i
;
1
j
i
,
YEAR
'ACTUAL
— . -
— '-
• :
:
MGI^SS
rzzj^c.9
v (
•2-1568
944-6-Z
IZ402O
< -54SO >
< iodoi >
.<_.__ioz >
< 19^19 >
4S795?
— _ :_ .. .._
i '
1
.. B^c-^
S94O
1 : ; i 41109
LIABILITIES ' ! i
~" ^CrarriOTT.-rp/S'HF.CTJrnr
Coirr-ibn Stock
Paid In Caoital
Reta
Net
TOTAL
TOTAL
im>d Earnings (prior years)
Income (current year)
301.00
'302. XX Series
;3io.oo
t;P/L
-ISZ^C^CL
20"JlD-)0
! *
I
1^29CO
153^-39
SHAREHOLDERS' EQUITY j 1 \ \4C-44-'}
LIABILITIES AND EQUITY ||
|
i
! ) •
; - . : ' -r\ (r i • •>
1 - • -;,,,,_ -. -
• - -
L ----- —
i . j
B
i ORI
EST
SlNAL-
iGlCI (S
.
j
_.
t
i
£
c
1
1
1
i
1
i
i
'-
\
i
FREDERICKS SALES, INC.
INCOME STATEMENT
MONTH EN DING'"DeC. 3i, 1
REVENUE (INCOME)
Real Estate: Land or Lots
Single Family/Residential- - t' . • -- - - - - •--
Multifamily/Apts.ir ' ----- - --
Sub-Total
ANNUAL
MONTH
'LAN
YEAR-TO-DATE
3Othe Operation Revenue
j; Rental Income^
j Commission Income _ _
|; Management^ Fees _ _-
j_!_ Contacting Fees
i Income (loss) in JointJVenture
|: Sub-Total
' Other Miscellaneous Revenue
i: • ji ' — - -- — ' -"I Interest
I Equity Income (loss) Affiliates
Capital Gain (loss) on Assets
Miscellaneous
Sub-Total
ACTUAL
MONTH YEAR-TO-DATE
-3-330
(=75530
Total.Revenue
COST Oy SALES
3'3O
RealjEstate: Land or Lots
Single Family/Residential
Multifamily/Apts.
"fPrior Year J>ales
Customer Service
Sub-Total
Retail Cost ofjGoods Sold
Total Cost of Sales
5^4474
5;z^g74-
GROSS PROFIT
SELLING EXPENSES
GENERAL & ADMINISTRATIVE EXPENSES
Rental Operation
Real;Estate Operation ! i 134-727
Sub-Total ji |i |i iOSiZQ |i | i347'6-
DEPRECIAT10N EXPENSEi'Rental Operation
Real Estate Operation
Sub-Total
OTHER INTEREST INCOME (EXPENSE)
Total Period Expenses
NET INCOME BEFORE TAXES
CALIFORNIA FRANCHISE TAX
FEDERAL INJgOME.TAXES
^i^I-I1^0!-? (IjOSS)
i
' ' Page 9
*• .*'
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a notarized or sealed
statement of his/her financial responsibility. (Please attach
a current Balance Sheet and Income Statement with the bid package.)
£_ i-f ..... .- r^ frtSignature
(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 tele-
phone numbers, which will enable the City to judge his/her
responsibility, experience and skill. Aii_attachment can be
used if notarized or sealed.
MELHORN CONSTRUCTION CO. , P.'p. BOX 81734, SAM DIEGO. CA 92138 714-296-2117
NIELSEN CONSTRUCTION CO., 3127. JEFFERSON .ST., SAN DIEGO, CA 92110 714-291-6330
THE ROLL CO., 7290 CLAIREMQNT MESA BLVD., SAN DIEGO, CA 92111 714-292-5550
CHAMPION CONSTRUCTION CO., 1969 NEWTON AVE., SAN DIEGO, CA 92113 714-233-0108
Signature
(NOTARIZE OR CORPORATE SEAL)
• . Page 11
* • •>
C 0 N T R A C T
THIS AGREEMENT, made and entered into this • day of
, 19 , by and between the City of Carlsbad,
California, hereinafter designed as "City", party of the first
part, and Fredericks Sales. Inc. hereinafter
designated as "Contractor", party of the second part.
WITNESSETH: The parties hereto do mutually agree as fol-
lows:
1. For and in consideration of the payments and agreements
hereinafter mentioned to be made and performed by City, the Con-
tractor agrees with the City to furnish all materials and labor
for:
REMOVAL AND INSTALLATION OF CARPET
IN CITY LIBRARY -. CONTRACT NO. 1080
ALTERNATE 11
and to perform and complete in a good and workpersonlike manner
all the work pertaining thereto shown on the plans and specifica-
tions therefor; to furnish at his/her own proper cost and expense
all tools, equipment, labor and materials necessary therefor (ex-
cept such materials, if any, as in the said specifications are •
stipulated to be furnished by City), and to do everything required
by this agreement and the said plans and specifications. '
2. For furnishing all said materials and labor, tools and
equipment, 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 en-
countered in the prosecution of the work until its acceptance by
the City, and for all risks of every description connected \vith
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 borned 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 said Con-
tractor to employ, and does hereby employ 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 in accordance with the conditions set forth in the
• * . Page 12
specifications; and the said parties for themselves, their heirs,
executors, administrators, successors and assigns, do hereby
agree to the full performance of the covenants herein contained.
4. The notice to bidders, instructions to bidders, con-
tractor's proposal, and the plans and specifications, and all
amendments thereof, when approved by the parities hereto, or
when required by the City in accordance ;vith the provisions of
the plans and specifications, are hereby incorporated in and made
a 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 worker needed to exe-
cute the contract and a schedule containing such information is
included in the Notice Inviting Bids and is incorporated by ref-
erence herein.
6. The Contractor shall assume the defense of and indemni-
fy 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 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.
i
7. Contractor shall cause the City to be named as an addi-
tional insured on any policy of liability or property damage
insurance concerning the subject matter or performance of this
contract taken out by Contractor.
8. The 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, then Con-
tractor shall either (1) acquire such a policy naming the City
as an additional insured prior to the start of any work pursuant
to this contract or (2) 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.
9. The Contractor shall submit to the City the policies
mentioned in Paragraphs 7 and 8 or proof of workers' compensa-
tion self-insurance prior to the start of any work pursuant to
this contract.
10. Any controversy or claim in an amount up to $100,000
arising out of or relating to this contract or the breach thereof
Page 13
shall be settled by arbitration in accordance with the con-
struction industry rules of the American Arbitration Associa-
tion and judgment upon the award rendered by the arbitrator(s)
may be entered in any California court having jurisdiction
thereof. The award of the arbitrator(s) shall be supported
by law and substantial evidence as provided by the California
Code of Civil Procedure Section 1296. '
IN WITNESS WHEREOF, the parties hereto have caused this con-
tract to be executed the day and year first above written.
Fredericks Sales, Inc.
(Notarial acknowledgement of
execution by ALL PRINCIPALS
must be attached.)
Contractor
'ROVED AS /TO FORM
(seal)
JLTitle
By A 6d&L*^r--
9,
Title
CITY OF CARLSBAD, CALIFORNIA
PROVED /ys 70
INCENT F.
S. Hentstfitfe. Assistant
a
o(J
E
Io
T
STATE OF CALIFORNIA
COUNTY OF Orange
On Mav 22. 1980 _, before me, the undersigned, a Notary Public in and for
said State, personally appeared-
known to me to be the
Robert A. Wallace
-President, and-Robert L. Adams
known to me to be the_-Secretary of the corporation that executed the within instrument,
and known to me to be the persons who executed the within
instrument on behalf of the corporation therein named, and ac-
knowledged 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.
Signature
Doris M. Fowler
Name (Typed or Printed)(This area for official notarial seal)
. Page 14
LABOR AND MATERIAL BOND
Included 1n that shown' on the
KNOW ALL PERSONS BY THESE PRESENTS : ExtcuSTln Four' (4)
WHEREAS, the City Council of the City of arlsai; State of
California, by Resolution No. -6160 adopted May 6, 1980 _
has awarded to _ Fredericks Sales, Inc. _ _,
hereinafter designated as the "Principal", a contract for:
REMOVAL AND INSTALLATION OF CARPET
IN CITY LIBRARY - CONTRACT NO. 1080
ALTERNATE II • .
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 Cleric.
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 ma -
.terials, 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 Fredericks Sales. Inc. _
as Principalf, -hereinafter designated as Contractor, and _
_ Safeco Insurance Company of America _ as Surety, are
held firmly bound unto the City of Carlsbad in the .sum of Eleven
Thousand Sixteen and no/100 ---------- - --------- ----- ---- Dollars ($11,016. 00 )
said sum being fifty percent (50%) 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/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 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
Page 15
Labor and Material Bond Ho. 4095100 cont.
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 Gov-
ernment Code of the State of California.
And the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alterations or ad-
ditions to the terms of the contract or to the.work to be per-
formed thereunder or the specifications accompanying the same
shall, in any way, 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 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 26th day of
May , 19 so .
^ ^X^^L— /;^<4'<^_
(NOTARIZE OR CORPORATE
SEAL FOR EACH SIGNER)
Contractor
SAFECO INSURffi££-€OHPANY
By>' i-rancis s. darvis, «!r./Attorney-in-Fa
Surety
E
ou
STATE OF CALIFORNIA
OrangeCOUNTY OF.
On , 1980 _, before me, the undersigned, a Notary Public in and for
said State, personally appeared-
known to me to be the
Robert A. Wallace
-President, and-
known to me to be the--Secretary of the corporation that executed the within instrument,
and known to me to be the persons who executed the within
instrument on behalf of the corporation therein named, and ac-
knowledged 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.
Signature
Doris M. Fowler
Name (Typed or Printed)
—_OFFICIAL SEAL
DORIS M. FOWLER
ORANGE COUNTY
2, 1980
(This area for official notarial seat)
ACKNOWLEDGMENT BY SURETY
STATE OF California
County of Oransc
ss
28th day of May
Francis 8. Jarvls. Jr.
, 1980 , before me personally
., known to me to be the Attorney-in-Fact of
On this
appeared
SAFECO INSURANCE COMPANY OF AMERICA, GENERAL INSURANCE COMPANY OF AMERICA or FIRST
NATIONAL INSURANCE COMPANY OF AMERICA, the corporation that executed the within instrument, and acknowl-
edged to me that such corporation executed the same.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County,
ire cray arid year m.jtiB.KT.tri'icatF.rjrsT; JbT^e written.
LORNA L. MENENDEZ
NOTAKr PUBLIC CALIFORNIA-
PRINCIPAL OFFICE INNot'ry Public irfthe StaORANGE COUNT/ Cou lty of Orangt"
.... Commission Expires Sept. 17, 1982 PRINTED IN U.S.A.
• am
'Y
• Page 16
* orornnMAMrt: TJAMH Bonc! "0. 4095100 '.PERFORMANCE BOND Premium: $47.00
Executed In Four (4)
KNOW ALL PERSONS BY THESE PRESENTS: Counterparts
WHEREAS, the City Council of the City of Carlsbad, State of
California, by Resolution No. 6160 adopted May 6, 1980 ,
has awarded to Fredericks Sales, Inc. ; »
hereinafter designated as the "Principal", a contract for:
REMOVAL AND INSTALLATION OF'CARPET
IN CITY LIBRARY - CONTRACT NO. 1080
ALTERNATE II
in the City of Carlsbad, in strict conformity with the drawings
and specifications and other contract documents now on file in
the Office of the City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute
said contract and the terms thereof require the furnishing of a.
bond for the faithful performance of said contract;
NOW, THEREFORE, WE, Fredericks Sales, Inc. ,
as Principal, hereinafter designated as the "Contractor", and
Safeco Insurance Company of'AmVvri Cg as Surety,
are held and firmly bound unto the City, of Carlsbad, in the sum
of Twenty Two Thousand Thirty Two and no/100---'- ----Dollars
($ 22,032.00 ), said sum being equal to 100 percent (100%) of
the estimate'd 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 Corftractor, his/her or its heirs, executors, adminis-
trators, successors or assigns, shall in all things stand to and
abide by, and well and truly keep and perform the covenants, con-
ditions 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 speci-
fied, and in all respects according to their true intent and
meaning, and shall indemnify and save harmless the City of Carls-
bad, 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 specifications accompanying the same shall not
affect its obligations on this bond, and it docs hereby waive
Page 17'
Perfomance Bond No. 4095100 cont,
notice of any change, extension of time, alterations or addition
to the terms of the contract or to the work or to the specifica-
tions.
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 28th day of
May , 19 80.
(NOTARIZE OR CORPORATE
SEAL FOR EACH SIGNER)
ne-eoee.vccs
2
.Contractor
SAFECO
j-rancis s. Jarvis, Ji>f Attorney-
Surety
*,f'a
STATE OF CALIFORNIA
toa
J
COUNTY OF_Orange
On-
said State, personally appeared
known to me to be the
"* * , before me, the undersigned, a Notary Public in and forRobert A. Wallace
.President, and-
known to me to be the_I
I< and known to me to be the persons who executed the within
.? instrument on behalf of the corporation therein named, and
^ knowledged to me that such corporation executed the withirj
£ instrument pursuant to its by-laws or a resolution of its board o%
a
o directors.U
g WITNESS my hand and official seal.
o01
i
-Secretary of the corporation that executed the within instrument,
£ Signature .
Doris M. Fowler
Name (Typed or Printed)
OFFICIAL SEAL
DORIS M. FOWLER
NOTARY PUBLIC - CALIFORNIA
PRINCIPAL OFFICE IN
ORANGE COUNTY
My Commission Expires Dec. 2, 1980
(This area for official notarial seal)
STATE OF California
County of Orange
ACKNOWLEDGMENT BY SURETY
ss
28th day of
Francis 6. Jarvls. Jr.
1980 , before me personally
., known to me to be the Attorney-in-Fact of
On this
appeared
SAFECO INSURANCE COMPANY OF AMERICA, GENERAL INSURANCE COMPANY OF AMERICA or FIRST
NATIONAL INSURANCE COMPANY OF AMERICA, the corporation that executed the within instrument, and acknowl-
edged to me that such corporation executed the same.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County,
\te written.Oay 3nH
LORNA L. MENENDEZ
PUBLIC CALIFORNIA-
ORANGE COUNTY COD> My Commission Expires Sept. 17, 1982 4Sraa^M>0(*7a-«^.. •—•~-'-^-.-.-^ ^ ~ -, ,
PRINCIPAL OKI-ICE IN NoCiry PublidVtheState of Ctl ta
PRINTED IN U.S.A.
i v/r
GENERAL INSURANCE COMPANY OF AMERICA
HOME OFFICE: SAFECO PLAZA. SEATTLE. WASHINGTON 98185
POWER OF ATTORNEY
3125
No..
KNOW ALL MEN BY THESE PRESENTS:
That Safeco Insurance Company of America and General Insurance Company of America, each a Washington
corporation, does each hereby appoint
-FRANCIS G. JARVIS, JR., Newport Beach, California-
its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings
and other documents of a similar character issued in the course of its business, and to bind the respective company thereby.
IN WITNESS WHEREOF, Safeco Insurance Company of America and General Insurance Company of America have each
executed and attested these presents • -, ; .
30th June ,72. th« daynf $19 ''*.
W. 0. HAMM5RMA SECRETARY
CERTIFICATE
Extract from Article VI, Section 12, of the By-Laws of SAFECO Insurance Company of America
and of General Insurance Company of America;
"Article VI, Section 12, - FIDELITY AND SURETY BONDS ... the President, any Vice President, and the Secretary shall
each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on
behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the
course of its business ... On any instrument making or evidencing such appointment, the signatures may be affixed by
facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a
facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not
be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of SAFECO Insurance Company of America and
of General Insurance Company of America adopted July 28,1970:
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(i) The provisions of Article VI, Section 12 of the By-Laws, and
(ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and
(iii) Certifying that said power-of-attorney appointment is in full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, Wm. Hammersta, Vice President and Secretary of SAFECO Insurance Company of America and of General Insurance
Company of America, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of
Directors of these corporations, and of a Power-of-Attorney issued pursuant thereto, are true and correct, and that both the
By-Laws, the Resolution and the Power-of-Attorney are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each corporation
23rd dnynf April -.19 80
R<1 3/73 PRINTED IN U.S.A.
Page 18
CITY OF CARLSBAD
CONTRACT NO. 1080
General Provisions
1. Definitions
A. Reference to Drawing: Where the words-"shown", "indi-
cated", "detailed", "noted", "scheduled", or words of
similar import are used, it shall be understood that
reference is made to the drawing accompanying these
specifications, unless stated otherwise.
B. Directions: Where the words "directed", "designated",
"selected", or words of similar import are used, it
shall be understood that the direction, designation,
selection, or similar import, of the City 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 approved by the City Engineer", unless stated otherwise
C. Equals and Approvals: Where the words "equal", "ap-
proved 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
architect", unless otherwise stated. Where the words
"approved", "approval", "acceptable", "acceptance", or
words of similar import are used, it shall be understood
that the approval, acceptance, or similar import, of the
City is intended.
D. Perform and Provide: The word "perform" shall be under-
stood to mean that the contractor, at contractor's ex-
pense, shall perform all operations, labor, tools and
equipment, and further, including the furnishing and
installing of materials that are indicated, specified,
or required, to complete such performance. The word
"provide" shall be understood to mean that the con-
tractor, at contractor's expense, shall furnish and in-
stall the work, complete in place and ready for use,
including furnishing of necessary labor, materials,
tools, equipment and transportation.
E. Language and Intent: The special provisions are written
in a modified brief style consistent with clarity. In
general, the words "the", "shall", "will" and "all" are
not used. Where such words as "perform", "install",
"erect", "test", or words of similar import are used,
it shall be understood that such words include the
meaning of the phrase, "the contractor shall". The
requirements indicated and specified apply to work of
the same kind, class and type, even though the word
"all" is not stated.
Page 19
2. Codes and Standards
A. Reference to codes, ordinances, regulations and standard
specifications refer 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 ASTM
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
B. 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 ma-
terials so required either have such specifications
available for reference or are fully familiar with their
requirements as pertaining to their product or material.
3. Manufacturer's Instructions
Where installation of work is required in accordance with
the product manufacturer's directions, the contractor shall
obtain and distribute the necessary copies of such instruc-
tions, including two copies to the City.
4. Occupancy
City reserves the right to occupy the work spaces at any
-time before completion, and such occupancy shall not con-
stitute final acceptance of any part of the work covered
by this contract.
5. City Inspectors
All work shall be under the observation of a City Construc-
tion Inspector and shall have free access to any or all
parts of work at any time. Contractor shall furnish in-
spectors with such information as may be necessary to keep
him/her fully informed regarding progress and manner of
work and character of materials. Inspection of work shall
not relieve contractor from any obligation to fulfill this
contract.
Page 20
6. 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 in-
serted 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 by physically, amended to make
such insertion or correction.
7. Intent of Contract Documents
The contractor, subcontractors and materials suppliers
shall provide and install the work as indicated, speci-
fied 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 provided at the
contractor's expense to fulfill the intent of said docu-
ments. In all instances throughout the life of the con-
tract, 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 his/her subcontractors and materials
suppliers of this condition of the contract will not re-
lieve contractor of the responsibility of compliance.
8. Substitution of Materials
The proposal of the bidder shall be in strict conformity
with the drawing 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 propietary
names or by names of manufacturer, which contractor con-
siders equal in every respect to those indicated or speci-
fied. The offer, made in writing 10 work days prior to
need tp the City Engineer, shall include proof of the
State Fire Marshal's approval (if required), all necessary
information, specifications and data. If required, the
contractor, at his/her own expense, shall have the proposed
substitute material, apparatus, equipment or process, test-
ed 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, equip-
ment or process indicated or specified.
9. Permits and Licenses
Contractor is required to obtain a City Business License.
No building permits will be required.
Page 21
10. Working Hours
Work can be accomplished during working and/or non-working
hours of the City Library and on Saturdays, Sundays and
holidays. V!hen work is done outside the normal working
hours of the Library, the contractor shall see to it that
all doors remain securely locked to members of the public.
11. Coordination
The contractor for this project will coordinate accomplish-
ment of this project A-;ith the City Construction Inspector
to insure minimum disruption of City Library functions.
12. Work Schedule
The contractor shall submit a work schedule to the City En-
gineer 10 days prior to the start of work. This schedule
shall identify the dates on when each area will be carpeted,
13. Notice to Proceed
No work will proceed until the work schedule has been ap-
proved and a "Notice to Proceed" issued.
Page 22
CITY OF CARLSBAD
CONTRACT NO. 1080
SPECIAL PROVISIONS
1. Project Description '
The project work consists of removing an existing carpet and pad and fur-
nishing and installing new carpet over pad and in the case of Alternate II,
removing, relocating and replacing books, bookshelves, .and furniture at
City of Carlsbad Library
1250 Elm Avenue
Carlsbad, CA
2. Plans and Specifications
The specifications for the work consist of the Standard Specifications of
the City of Carlsbad, the 1979 edition of Standard Specifications for Pub-
lic Works Construction (hereinafter referred to as SSPWC) as issued by the
Southern California Chapter of the American Public Works Association, and
these contract documents and specifications. In case of conflict between
the Standard Specifications and these Special Provisions, the Special Pro-
visions shall have precedence over and be used in lieu of such conflicting
portions of the Standard Specifications.
The installation and phasing plan consists of two sheets designated as
"City of Carlsbad Library Carpeting", Drawing No. 196-10. The measure-
ments as shown on these plans are to ba used for estimating purposes
only. Actual dimensions shall be verified by the contractor at the
project location.
3. Construction Schedule, Coordination and Time of Completion
A construction schedule shall be submitted by the contractor, per Section
6-1 of the SSPWC, at the time of the preconstruction conference. The
schedule shall conform to the following limits for construction start,
phasing and time of completion:
»
A. Alternate I
Each phase, consisting of the removal of existing carpet and pad,
preparation of floor surface and installation of new pad and carpet
complete, shall start and finish according to the following sched-
ule:
Phase Start Date Finish Date
I June 19 June 21 3
II . June 26 June 28 3
III July 1 July 6 b
The contractor shall coordinate all phases of the work with the
Construction Inspector and, in the case of Alternate I, with the
workers responsible for clearing and replacing the furniture, books
and bookshelves.
Page 23
B. Alternate II
Work shall commence no earlier than June 14, 1980. The phasing
shall proceed in the order shown on the plans. The time of com-
pletion shall be no later than July 9, 1980.
4. Removing and Replacing Books, Bookshelves and Furniture
A. Alternate I
The City shall have full responsibility for removal and replacement
of the books, bookshelves and furniture as shown on the plans and
according to the schedule provided in these specifications. The
contractor's responsibility in this matter shall be limited to per-
forming the carpet removal and installation operations within the
time schedule provided in these specifications.
B. Alternate II
Books, bookshelves and furniture shall be removed to the locations
and in the phases as shown on the plans. The contractor shall re-
place each book in the same location and order from which it was
removed during each removal and replacement phase. The contractor
shall make every effort possible to protect the books, bookshelves
and furniture from damage while moving. Any damage to library
books, bookshelves, furniture or other library property caused as
a result of contractor's negligence, shall be repaired or replaced
at the contractor's expense.
5. Surface Preparation
The existing carpet and padding is to be removed and floor surfaces are
to be cleaned. Any large cracks or chips in the floor surfaces shall
be repaired with an acceptable filler material prior to laying of the
padding materials at the set price of 50<£ per lineal foot of crack.
6. Pad Installation
Carpet pad shall be laid in the longest possible lengths using a minimum
of seams.' The pad must be securely adhered to the subfloors at the
perimeter of each piece, at all seams, and spotted overall with a cush-
ion cement of good quality such as Robert's #41-4001 or an approved equal.
If rubber padding is used, all seams must be closed with pad tape using
a minimum width of two inches of an adhesive tape such as Robert's #50-111
or an approved equal.
Prior to carpet installation the cushion shall lie flat to the floor,
leaving no bubbles or wrinkles on the surface of the padding.
7. Carpet Installation
A. General Installation
Carpet shall be laid out in such a manner as to create a minimum of
seams; said seams shall be located in inconspicuous places where
Page 24
possible. The carpets shall be oriented at the seam so that the
pile lay and weave are in the same direction.
B. Seam Preparation
Seam preparation shall be accomplished using the following methods
unless an equivalent method is approved -by the City Engineer.
Select the best location for a starting seam and strike a chalk line
on the floor at that point to designate the seam placement. The two
lengths of carpet shall be cut so as to allow one inch to run up the
wall (where applicable) for future trimming.
In cutting for a lengthwise seam the contractor shall utilize a
Rober't Loop Pile #10-152 or an approved equal. Both edges shall
be trimmed close to the side being used for the seam. The cutter
shall be indented far enough so that a clean and even seaming edge
is provided (usually two or three rows in from the selvedge). After
trimming, the carpet edges shall be sealed with a latex adhesive.
The adhesive shall be pressed into the base of the tufts and allowed
a few minutes to adequately dry.
Cross seams shall be accomplished by breaking open the face of the
carpet and cutting between the rows with carpet shears. The cut
end shall then be properly sealed with latex adhesive prior to seam-
ing.
C. Seaming
The contractor shall use either the hot melt tape or wet latex ad-
hesive and pin tape method of seaming to join carpet pieces.
1) Hot Melt Tape Seaming - shall be done only by a qualified journey
person carpet installer. The hot melt tape shall be Robert's
#50-330 or an approved equal. The hot melt iron shall be used
only with an appropriate heat shield.
2) Wet Latex Adhesive and Pin Tape Seaming - shall utilize a latex
seam adhesive such as Robert's #41-0502 and Robert's pin seaming
tape #50-203 or their approved equals. The pin seaming tape
shall have stainless steel pins and a strong fiberglass braid.
The adhesive shall be applied to the tape and to the back of the
carpet about 1-1/2 inches from the cut edge on each side of the
carpets to be seamed. The seams shall be allowed to dry four to
six hours before removing the stay nails.
D. Power Stretching
The carpet shall be power stretched, both lengthwise and widthwise,
with a commercial power stretcher approved by the City. Stretching
shall not be done across lengths greater than 36 feet at one time.
Page 25
E. End Strips
Metal end strips of silver coloring are to be used in areas where
flooring changes from carpeting to tile.
8. Padding Material
Padding material shall be a minimum 50 oz. pad, but no more than 60 oz.
with 50% jute and 50% hair fibers, or an approved equal, evenly felted
on both sides of a tough stabilized interliner. Both sides shall have
latex rubber surfacing that has been cured to lock the fiber blend in
place.
9. Carpet Material
Carpeting shall be a 100% acrylic pile with 100% synthetic backing of
a quality equal to Firth Gemini and meeting the following specifica-
tions:
Weave
Pitch
Hires/Inch
Wire Size
Yarn
Yarn Height
Total Weight
Flame Spread Rating
Velvet
216
8
.250
Three-ply with 100% acrylic face
41.0 oz./sq. yd. (minimum)
73.8 oz./sq. yu.
75 or less (ASTM E-84)
10. Cleanup
All debris, rubbish and dirt are to be removed from the premises and
placed in a disposal area designated by the City. Old carpets shall be
rolled and tied in neat bundles and placed in the same disposal area.
The work areas are to be left in a neat and clean condition. Any dirt
or adhesive on the new carpeting shall be removed. The cost of carpet
and pad disposal shall be included in the lump sum price paid for car-
pet removal and installation and no additional payment will be made
therefore.
11. Extra Stock
Upon completion of the carpet installation, installer shall deliver six
swatches of carpeting to the City Librarian for use in case of repairs.
Each swatch shall be at least two square yards and at least 36 inches
wide.