Loading...
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.