Loading...
HomeMy WebLinkAboutJack Lewis & Dixon Painting Company; 1982-12-17; 3900CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS & SPECIFICATIONS for EXTERIOR PAINTING HARDING COMMUNITY CENTER CONTRACT NO. TABLE OF CONTENTS ITEM PAGE NOTICE INVITING BIDS 1 PROPOSAL 3 BIDDER'S BOND TO ACCOMPANY PROPOSAL 6 DESIGNATION OF SUBCONTRACTORS 7 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 9 BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE 10 CONTRACT 11. LABOR AND MATERIALS BOND 15 PERFORMANCE BOND 17 GENERAL PROVISIONS . 19 SPECIAL PROVISIONS 24 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasing Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, until 4:00 PM on the 18 day of November , 1982 at which time they will be opened and read for performing the work as follows: EXTERIOR PAINTING HARDING COMMUNITY CENTER CONTRACT NO. 1132 The work shall be performed in strict conformity with the specifications therefor as approved by the City Council of the City of Carlsbad on file in the Engineering Department. Reference is hereby made to the specifications for full particulars and description of the work. No bid will be received unless it is made on a proposal form furnished by the Engineering Department. Each bid must be accompanied by security in a form and amount required by law. The bidders ' security of the second and third next lowest responsive bidders may be withheld until the contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten days after the contract is awarded. The documents which must be completed, properly executed, and notarized are: . 1. Proposal 2. Bidder's Bond 3. Designation of Subcontractors 4. Bidder's Statement of Financial Responsibility 5. Bidder's Statement of Technical Ability and Experience All bids will be compared on the basis of the Engineer's estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's estimate is $12,OOP . No bid shall be accepted from a contractor who has not been licensed in accordance with the provisions of State law. The contractor shall state his or her license number and classification in the proposal. One set of plans, special provisions and contract documents may be obtained at the Engineering Department, City Hall, Carlsbad, California, at no cost to licensed contractors. Additional sets are available for a nonrefundable fee of $10.00 per set. Page 2 The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the contract shall be those as determined by the Director of Industrial Relations pursuant to the Sections 1770, 1773, and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor Code, a current copy of applicable wage rates is on file in the Office of the Carlsbad City Clerk. The contractor to whom the contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the contract. The prime contractor shall be responsible to insure compliance with provisions of Section 1777.5 of the California Labor Code. The provisions of Part 7, Chapter 1 of the California Labor Code commencing with Section 1720 shall apply to the contract for work. A prebid meeting and tour of project site will not be held on --••'- -....-......- at ........ at Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause for rejection of bid. Approved by the City Council of the City of Carlsbad, California, by Resolution No. ^pL/i] , adopted on the £) pJft day of 19 •79 rf TV*—1 Aletha L. Rautenkranz, City Clerk Page 3 CITY OF CARLSBAD CONTRACT NO.• 1132 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. j1132 in accordance with the Plans and Specifications of the City of Carlsbad, and the special provisions and that he/she will take in full payment therefor the following unit process for each item complete, to wit: Article w/Unit Price or Lump Sum Written in Words Exterior Painting at dollars cents per' Lump Sum. Approximate Quantity & Unit'_ L.S. Unit Price TOTAL Total amount of bid in' words: Total amount of bid in n u mb e r s: $^'.3 00 <, 0 & ~~<f Addendum (a) No(s) '...'' .'.'.' is/are included in tins proposal. \,c> Ct $q A> G P<a /i 7~ t\U has/have been received and Page 4 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any. errors or omissions on the part of the undersigned in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds and insurance policies within twenty (20) days from the date of award of contract by City Council of the City of Carlsbad, the proceeds of check or bond accompanying this bid shall become the property of the City of Carlsbad. Licensed in accordance with the Statutes of the State of California providing for the registration of contractors, License No. 3 h> I $ 7 •? Identification C--.3 3.. ...... . ' ' " • The undersigned bidder hereby represents as follows: 1. That no Councilmember , officer, agent or employee of the City of Carlsbad is personally interested, directly or indirectly, in this contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents or employees, has induced him/her to enter into this contract, excepting only those contained in this form of contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is . fi I ft .Q&1/.D ^ ,<£?£?_../?? O/: " .-3 .Q ' (Cash, Certified Check, Bond or Cashier 's Check) in an amount of not less than ten percent (10%) of the total bid price. Page 5 The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. The undersigned is aware of the provisions of the State of California Labor Code, Part 7, Chapter 1, Article 2 relative to the general prevailing rate of wages for each craft or type of worker needed to execute the contract and agrees to comply with its provisions. Phone Number Date Authorized Signature- }Bidder1 sAcrar ess Authorized Signature . Type of Organization (Individual, Corporation, Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all partners, if a partnership: (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST BE ATTACHED) (CORPORATE SEAL) NOTARY PUBUC in and for If* Stata of California OFFICIAL SCAL REBA J. BELKNAP NOTARY PUSLIC-CALIFORNJA PRINCIPAL OFFICE IN RIVERSIDE COUNTY Commission Expires May 10,1985 u u x o u J. — /:, u Page 6 . BIDDER'S'BOND TO'ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That w e , ' ' J ACK ..LTEW rg t'& : DTXON" P ATNT1NG;_ COMPANY' ' ' ' ; " " - '_, as Principal, and ^ 'SURETY INSURANCE 'COMT 'ANY OF CALIFORNIA' ' ' \ ' > as Surety, are held and firmly bound unto the City of Carlsbad, California, in the sum of .. 10% NOT TO EXCEED ONE THOUSAND AND NO/100— - — •--- — — — — Do liars C$ I'XKK 0 0-r~~~~~~~~> awf vl" mo n e y of the United States for the payment of v?hich sum v/ell 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: EXTERIOR PAINTING - HARDING COMMUNITY CENTER - CONTRACT 1132 in the City of Carlsbad, is accepted by the City Council of said City, and if the abovebounden Principal shall duly enter into and execute a contract including required bonds and insurance policies within twenty (20) days from the date of award of contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event any Principal above named executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 16th day of NOVEMBER , 19 82 Corporate) Seal (If Corporation) JACK LEWIS & DIXOJJ PAINTING COHPAOT ,'\ ,.' ^ N ' • Principal A~T"\~.. '.v,;>v, ^ /) / i ' ' COMPANY OF CALIFORNIA O tf/VT —i> ^ 3f^~> (_ . T'i t\"eA t to may- in-f ac t / / U ' (Attach acknowledgement of Attorney in Fact) (Notarial acknowledgement of^ execution by all PRINCIPALS SURETY must be attached.) •Subscribed and sworn to before me \\ ^0' NOTARY PUBLIC in and for the State of California < sr.Ai. SUSAN LICCIARDI NOTARY PiJ'JI. 1C CALKORNIA PRINCIPAL crncr IN ^klB^ RIVEftSIDF COUNTY My Commission Expires [)i;c. 13, 10855 :;t STATE OF CALIFORNIA ) COUNTY OF ORANGE )ss. On this 16th day of November 1982 » before me the undersigned, a Notary Public in and for said County and State, personally appeared Laura Marsh personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as Attorney-in-Fact of Surety Insurance Company of California and who being by me duly sworn, did depose and say: that he/she is Attorney-in-Fact of Surety Insurance Company of California, the Corpor- ation described in and which executed the foregoing instrument; that he/she knows the seal of said Corporation; that the seal affixed to said instrument is such corporate- seal; that it was so affixed by authority granted to him/her in accordance with the By-Laws of the said Corporation and that he/she subscribed the name of Surety Insur- ance Company of California as Surety and his/her own name as Attorney-in-Fact. 5100-02 (Rev. 9-82) OFFICIAL SEAL JILL WROBEL NOTARY PUBI.IC-CAl.lFOHStiV I'KINCM'Al. OH-ICP. IN OKANCJU COUNTY My Comm. Kxpirc* Aug. 8. 1986 a (Notary Public) Surety $n£urance Company, oj California "The Dollars and Sense Surety" Box 2430 La Habra, California 80631 HOME OFFICE IN LA HABRA, CALIFORNIA CERTIFIED COPY OF POWER OF ATTORNEY No 2749 <J\.novf all men ay these presents: That Surety Insurance Company of California, a California Corporation, hav- ing its principal Office in the City of La Habra, County of .Orange, State of California, pursuant to the following By-Laws which were adopted by the Directors of the said Company on the 9th day of April, 1969 and are now in effect, to-wit: "Article IV, Section 7(b). The President shall have power and authority to appoint Attorneys-In-Fact, and authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity, and other writ- ings obligatory in the nature thereof, and he may at any time in his judgment remove any such appointees and revoke the authority given to them." Has made, constituted and appointed and by these presents does make, constitute and appoint Laura Marsh La Habra, California its true and lawful agent and attorney-in-fact, to make, execute, seal and deliver for and on its behalf as surety, and as its act and deed, all of the following classes of documents, to wit: Indemnity, Surety and Undertakings that may be desired by contract, or may begiven in any action or proceeding in any court of law or equity; policies indemnifying employers against loss or damage caused by the misconduct of their employees, official, surety and fidelity bonds. THE AUTHORITY OF THIS POWER OF ATTORNEY IS LIMITED TO One Hundred Twenty-five Thousand Dollars ($125,000.00) FOR ANY SINGLE BOND. THIS POWER OF ATTORNEY IS VALID ONLY FOR A BOND OR UNDERTAK- ING EXECUTED PRIOR TO D.9..?.?J?}b?r 31, 1982 And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in La Habra, California in their own proper persons. IN WTTNESi ity Insurance Company of California has caused these presents to be signed by its duly >orXte seal to be hereunto affixed this .?.-k§.t: day of M§X , 19....?.?.... SURFJPK INSURANCE COMPANY OF CALIFORNIA STATE SS: COUNTY <f On thiB..?.:L?aa"y~ of.^.. .^.Y. A.D. 19.....?.?...., before the subscriber, a Notary Public of the State ofCalifornia, in and for the County of Orange, duly commissioned and qualified, came John F. Merrill, President of SUKETY INSURANCE COMPANY OF CALIFORNIA, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instru-ment is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation, and that Article IV, Section 7(b) of the By-Laws of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the City of La Habra, the day and year first above written. OFFICIAI SEAL EILEEN M. HOWELL I NOTARY PUBLIC-CALIFORNIA .._.. ...._... PRINCIPA1.0FFICEINNotary Public CERTIFICATION ORANGE COUNTY My Com. Expires Feb. 28,1986 '***" I, the undersigned, certify that I am the Secretary of SURETY INSURANCE COMPANY OF CALIFORNIA and that the Power of Attorney remains in full force and effect, and has not been revoked; and furthermore that Article IV, Section 7(b) By-Lawp of said company as set forth in said Power of Attorney, are now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company this ay of (SEAL) 660-05-02 (Rev. 12/80) 19.82 Secretary Page 7 DESIGNATION OF SUBCONTRACTORS The undersigned certifies he/she has used the subbids of the following listed contractors in making up his/her bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with applicable provisions of the specifications. No changes may be made in these subcontractors except upon the prior approval of the City Engineer of the City of Carlsbad. The following information is required for each subcontractor. Additional pages can be attached, if required: Items of Work Full Company Name Complete Address w/Zip Code Phone No. w/Area Code r\- \\ Page 8 DESIGNATION OF SUBCONTRACTORS continued The bidder is to provide the following information on the subbids of all the listed subcontractors as part of the sealed bid submission. Additional pages can be attached if required. Full Company Name Type of State Contracting License & No. Carlsbad Business License No.* Amount of Bid ($ or *Licenses are renewable annually by January 1st. If no valid license indicate "NONE". Valid license must be obtained prior to submission of signed contracts. (Notarize or Corporate Seal) Subscribed and sworn »o before me thus Z&'"' '•"" .dav of in and for th« Stale of California JJ~ tc is- • DI w/u Bidder ' s Company Name Bidder s Complete Address Authorized Signature (veuve <? 3 OFFICIAL SEAL REBA J. BELKNAP NOTARY PURLIC-CALIFGRNIA PRINCIPAL OFFICE IN RIVERSIDE COUNTY My Commission Expires May 10, 1985 Page 9 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a notarized or sealed statement of his/her financial responsibility. ' : •• fiflS isti£- 5-S'If. -* / ./? v T G Rd f3 £00 iOfi. ^2^U)a r Tt4 (Notarize or Corporate Seal) r Subscribed and sworn to tafor* me thij Signature State of California OFFICIAL SEAL REBA J. BELKNAP NOTARY FUBLI PRINCIPAL OrFICF. IN RIVERSIDE COUNTY My Commission Expires May 10, 1985rc^^KrasM^iasatocaaias^^ Page 10 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE The Bidder is required to state what work of a similar character to that included in the proposed contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used if notarized or sealed. Date Contract Completed Name and address of the Employer Name and Phone No. of Person to Contact Type of Work Amount of Contract 3fr70t --3 ; a ,5i> It L 7' X /(/2j ?~f4WT p& s • Mr, Hz (Notarize or Corporate Seal) Signature Subscribed and sworn to before m« this 7"^- ^-i^i_day ol /^^-^-^t^-/- , J9. NOTARY P(JBLIC in and for th» / State of California OFFICIAL SEAt RE8A J. BELKNAP NOTARY PU8UC-CALIFORNIA FfiJNCIPAL OFFICE IN RIVERSiDH COUNTY "MTcommission Expires May 10, Page 11 CONTRACT - PUBLIC WORKS This agreement is made this _________ day of • - - - • •• - f 19____, by and between the City of Carlsbad, California, a municipal corporation (hereinafter called "City") and ^TACK i^6W( \ £Q 1»K O N whose principal place of business is Thereinafter called Contractor".) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the contract documents for: EXTERIOR. PAINTING - HARDING COMMUNITY CENTER - CONTRACT 1132 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment and personnel to perform the work specified by the contract documents.• 3. Contract Documents. The contract documents consist of this contract; the bid documents, including the notice to bidders, instructions to bidders and contractors proposal; the plans and specifications and all proper amendments and changes made thereto in accordance with this contract or the plans and specifications; and the bonds for the project; all of which are incorporated herein by this reference. 4. Payment. As full compensation for Contractors performance of work under this contract, City shall make payment to Contractor as follows: (strike inapplicable subparagraph). a. In the total amount offfi^-f cSO^ to be made in a lump sum not later than 35 days from the date of the filing of the notice of completion. b. In the total amount of ' to be made in periodic payments as shown on the payment schedule attached hereto and made a part hereof. c. On a unit price basis of ~~ per unit to be made as shown on the payment schedule attached hereto and made a part hereof. Page 12 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions under the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The contract price includes payment for all work that may be done by Contractor in order to overcome unanticipted underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warran' that the conditons are as thus indicated. Contractor is satisfied will all job conditions, including underground conditions and has not relied on information furnished by City. 6. Contractor Responsible for Unforeseen Conditions. Contractor shall be responsible for all loss or damage arising out of the nature of the work or from the action of the elements or from any unforeseen difficulties which may arise or be encountered in the prosecution of the work until its acceptance by the City. Contractor shall also be responsible for expenses incured in the suspension or discontinuance of the work. However, contractor shall not be responsible for reasonable delays in the completion of the work caused by acts of God, stormy weather, extra work, or matters which the specifications expressly stipulate will be borne by City. 7. Change Orders. City may, without affecting the validity of this contracts order changes, modifications, deletions and extra work by issuance of written change orders. Contractor shall make no change in the work without the issuance of a written change order, and Contractor shall not be entitled to compensation for any extra work performed unless the City has issued a written change order designating in advance the amount of additional compensation to be paid for the work. If a change order deletes any work the contract price shall be reduced by a fair and reasonable amount. If the parties are unable to agree on the amount of reduction the work shall nevertheless proceed and the amount shall be determined by arbitration or litigation. The only person authorized to order changes or extra work is the City Engineer. However, no change or extra work order in excess of $5,000.00 shall be effective unless signed by the City Manager nor shall any change or extra work order of more than $10,000.00 be effective unless approved by the City Council. 8. Prevailing Wage. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of worker needed to execute the contract and a schedule containing such information is in the City Clerk's office and is incorporated by reference herein. Page 13 9. Indemnity. Contractor shall assume the defense of and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from the performance of the contract or work regardless of responsibility for negligence; and from any and all claims, loss, damage, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. 10. Insurance. Contractor shall cause the City to be named as an additional insured on any policy of liability or property damage insurance concerning the subject matter or performance of this contract taken out by Contractor. 11. Workers Compensation. Contractor shall cause the City to be named as an additional insured on any workers' compensation insurance policy taken out by Contractor concerning the subject matter of this contract. If Contractor has no workers' compensation insurance policy covering the subject matter of this contract, Contractor shall either: a. Acquire such a policy naming the City as an additional insured prior to the start of any work pursuant to this contract, or b. Shall assume the defense and indemnify and save harmless the City and its officers and employees from all claims, loss, damage, injury and liability of every kind, nature and description which would otherwise be covered by such workers' compensation insurance policy regardless of responsibility for negligence. 12. Proof of Insurance. Contractor shall submit to the City certification of the policies mentioned in Paragraphs 10 and 11 or proof of workers' compensation self insurance prior to the start of any work pursuant to this contract. 13. Arbitration. Any controversy or claim in any amount up to $100,000 arising out of or relating to this contract or the breach thereof may, at the option of City, be settled by arbitration in accordance with the construction industry rules of the American Arbitration Association and judgment upon the award rendered by the arbitrator(s) may be entered in any California court having jurisdiction thereof. The award of the arbitrator(s) shall be supported by law and substantial evidence as provided by the California Code of Civil Procedure, Section 1296. Page 14 14. Maintenance of Records. Contractor shall maintain and make available to the City, upon request, records in accordance with Sections 1776 and 1812 of Part 7, Chapter 1, Article 2 of the California Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this contract. Contractor shall notify the City by certified mail of any change of address of such records. 15. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Special Provisons" attached hereto and made a part hereof. f 1C (Notarial acknowledgement of execution by ALL PRINCIPALS must be attached.) Contractor By *\\ (Seal) By Title 'ROVED AS TJ8 FORM CITY OF CARLSBAD, CALIFORNIA City Manager, for contracts less than $10,000 Mayor,, for contracts$10,000 and above ATTEST: STATE OF CALIFORNIA COUNTY OF On _Qg.c \1 said State, personally appeared _ <d to } }S8. -} _, before me, the undersigned, a Notary Public in and for oCOQ. personally known to me (or proved to me on the basis of satisfactory evidence) to be the person^) whose name(&) is/a*i subscribed to the within instrument and acknowledged to me that he/chart hey executed the same. WITNESS my hand and official seal. Signature^/° / ' /ft AL/Zxt-0'££*^ LV-^I/gj OFFICIAL SEAL CAROLINE OAKES NOTARY PUBLIC CALIFORNIA PRINCIPAL OFFICE IN SAN DIEGO COUNTY My Commission expires Oe( 25 ' (This area for official notarial seal) PFS61052 4M 8-82 CP54365 BOND NO. 530956 THS DOCUMENT EXECUTED Page 15 LABOR AND MATERIAL BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. adopted , has awarded to JACK LEWIS & DIXON PAINTING CO. hereinafter designated as the "Principal", a contract for: EXTERIOR PAINTING - HARDING COMMUNITY-CENTER - CONTRACT 1132 in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents now on file in the Office of the City Clerk of the City of Carlsbad. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his/her or its subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon for or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, JACK LEWIS &' DIXON' PAINTING"COMPANY" > as Principal, hereinafter designated as the~"Contractor , and SURETY* INSURANCE COMPANY OF CALIFORNIA 'as Surety, are held firmly bound unto the City of Carlsbad in the sum of FOUR' THOUSAND 'EIGHT ;HUNDRED AND wri/lriri— -—•--—•—-•_____ Dollars ($4,800.00-—-—) said sum being one hundred per cent(100%) of the estimated amount payable by the City of Carlsbad under the terms of the contract, for which payment well and truly to be made we bind ourseves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/her subcontractors fail to pay for any materials, provisions, provender or other supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sura 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 4202 of the Government Code of the State of California. Page 16 This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the provisions of Section 4205 of the Government Code of the State of California. In the event any Contractor above named executed this bond as an individual, it is agreed the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor and Surety above named, on the 9th day of DECEMBER , 19 82 . JACK LEWIS & MXON PAINTING COMPANY (Notarize or Corporate Seal for each Signer) Contractor SURETY ^S^RANCE COMPANY OF CALIFORNIA By:, Laura Marsh, Attornev-in-fact Surety STATE OF CALIFORNIA ) COUNTY OF ORANGE ) On this 9th day of December » 19 82 » before me the undersigned, a Notary Public in and for said County and State, personally appeared Laura Marsh , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as Attorney-in-Fact of Surety Insurance Company of California and who being by me duly sworn, did depose and say: that he/she is Attorney-in-Fact of Surety Insurance Company of California, the Corpor- ation described in and which executed the foregoing instrument; that he/she knows the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority granted to him/her in accordance with the By-Laws of the said Corporation and that he/she subscribed the name of Surety Insur- ance Company of California as Surety and his/her own name as Attorney-in-Fact. 5100-02 (Rev. 9f OH KIM SbAI CHRISTA J. GREEN NOTARY PUBLIC-CALIFORNIA" PRINCIPAL OFFICE IN ORANGE COUNTY My Comm. Expires Nov. 18, 1986 Public) STATE OF CALIFORNIA COUNTY OF On -U- }ss. said State, personally appeared Jj ft C\£ L _, before me, the undersigned, a Notary Public in and for personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(») whose name(«) is/aae subscribed to the within instrument and acknowledged to me that he/sharttwrexecuted the same. WITNESS my hand and official seal. Signature. OFFICIAL SEAL CAROLINE OAKES NOTARY PUBLIC CALIFORNIA PRINCIPAL OFFICE IN SAN DIEGO COUNTY ^ - f nnp!T>t>,b:o-' expires Oe< 25 ' ^ f»—i* •»—*•—••--«*J (This area for official notarial seal) PFS61052 4M 8-82 CP54365 Surety, JnJurance Company, of California "The Dollars and Sense Surety" Box 2430 La Habra, California 90631 HOME OFFICE IN LA HABRA, CALIFORNIA CERTIFIED COPY OF POWER OF ATTORNEY No....2749 <J\.now all men ov these presents: That Surety Insurance Company of California, a California Corporation, hav- ing its principal Office in the City of La Habra, County of Orange, State of California, pursuant to the following By-Laws which were adopted by the Directors of the said Company on the 9th day of April, 1969 and are now in effect, to-wit: "Article IV, Section 7(b). The President shall have power and authority to appoint Attorneys-In-Fact, and authorizethem to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity, and other writ-ings obligatory in the nature thereof, and he may at any time in his judgment remove any such appointees and revoke theauthority given to them." Has made, constituted and appointed and by these presents does make, constitute and appoint Laura Marsh La Habra, California its true and lawful agent and attorney-in-fact, to make, execute, seal and deliver for and on its behalf as surety, and asits act and deed, all of the following classes of documents, to wit: Indemnity, Surety and Undertakings that may be desired by contract, or may begiven in any action or proceeding in any court of law or equity; policies indemnifying employers against loss or damage caused by the misconduct of their employees, official,surety and fidelity bonds. THE AUTHORITY OF THIS POWER OF ATTORNEY IS LIMITED TO One Hundred Twenty-five Thousand Dollars ($125,000.00) FOR ANY SINGLE i THIS POWER OF ATTORNEY IS VALID ONLY FOR A BOND OR UNDERTAK- ING EXECUTED PRIOR TO ...... December 31 ,1982 ..................................................... And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companyas fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularlyelected officers of the Company at its office in La Habra, California in their own proper persons. IN WTTNES! authoi STATE ^1 INCORPORATED \ £-.•*-f\ I si. iF7"8srety Insurance Company of California has caused these presents to be signed by its duly ±e seal to be hereunto affixed this 2.lst day of May. 19...8.2... S INSURANCE COMPANY OF CALIFORNIA SS: COUNTY On this..?Jr.?5aV ol.^........^?.. ......................... A.D. 19.....?.?:..., before the subscriber, a Notary Public of the State ofCalifornia, in and for the County of Orange, duly commissioned and qualified, came John F. Merrill, President of SURETYINSURANCE COMPANY OF CALIFORNIA, to me personally known to be the individual and officer described in, andwho executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn,deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instru-ment is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixedand subscribed to the said instrument by the authority and direction of the said Corporation, and that Article IV, Section7(b) of the By-Laws of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the City of La Habra, theday and year first above written. _ OFFICIAL SEAL EILEEN M. HOWELL i NOTARY PUBLIC-CALIFORNIA PRINCIPAL OFFICE IN ORANGE COUNTYNotary Public CERTIFICATION My Com. Expires Feb. 28,1986 I, the undersigned, certify that I am the Secretary of SURETY INSURANCE COMPANY OF CALIFORNIA and thatthe Power of Attorney remains in full force and effect, and has not been revoked; and furthermore that Article IV, Section7(b) By-Laws of said company as set forth in said Power of Attorney, are now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company this..9..t.h...day of DEC-EMER... (SEAL) .., 19 82.. Secretary 56045-02 (Rev. 12/80) BOND NO. 530956 Page 17 PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. ' adopted ^^_ , has awarded to JACK LEWIS & DIXON PAINTING COMPANY , hereinafter designated as the "Principal", a contract for: EXTERIOR PAINTING - HARDING COMMUNITY CENTER - CONTRACT 1132 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, JACK LEWIS' & DIXON PAINTING COMPANY , as Principal, hereinafter designated as the "Contractor", and SURETY INSURANCE COMPANY OF CALIFORNIA as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of FOUR THOUSAND EIGHT HUNDRED AND NO/100- Dollars ($4,J300,00 — ), said sum being equal to 100 per cent (100%) of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, his/her or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his/her or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. Page 18 And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. In the event that any Contractor above named executed this bond as an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor and Surety above named on the 9th day of DECEMBER, , 19 82 '. JACK LEWIS & DIXON PAINTING COMPANY (Notarize or Corporate . Seal for Each Signer) Contractor COMPANY OF CALIFORNIA i^aura Marsh, Attorney-in-fact Surety STATE OF CALIFORNIA COUNTY OF On \T C JO. said State, personally appeared_ V }ss. -fl-} _, before me, the undersigned, a Notary Public in and for L- 9. i.»J \ ^ personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(a) whose name(B) is/a*e subscribed to the within instrument and acknowledged to me that hetoho/they executed the same. WITNESS my hand and official seal. Signature OFFICIAL SEAL CAROLINE OAKES NOTARY PUBLIC CALIFORNIA PRINCIPAL OFRCE IN SAN DIEGO COUNTY r.-irrrmssion expires Oer ?•- m » tr (This area for official notarial seal) PFS61052 4M 8-82 CP54365 STATE OF CALIFORNIA ) COUNTY OF ORANGE )SS. On this 9th day of December 19 82 , before me the undersigned, a Notary Public in and for said County and State, personally appeared Laura Marsh personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as Attorney-in-Fact of Surety Insurance Company of California and who being by me duly sworn, did depose and say: that he/she is Attorney-in-Fact of Surety Insurance Company of California, the Corpor- ation described in and which executed the foregoing instrument; that he/she knows the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority granted to him/her in accordance with the By-Laws of the said Corporation and that he/she subscribed the name of Surety Insur- ance Company of California as Surety and his/her own name as Attorney-in-Fact. 5100-02 (Rev. 9- OI-HCIAI SbAI CHRISTA J. GREEN NOTARY PUBLIC-CALIFORNIA PRINCIPAL OFF ICE IN ORANGE COUNTY My Comm. Expires Nov. 18, 1986 Surety, Jnfurance Company, oj California "The Dollars and Sense Surety" Box 2480 La Habra, California 90681 HOME OFFICE IN LA HABRA, CALIFORNIA CERTIFIED COPY OF POWER OF ATTORNEY No....2749 <J\.novf all men ov these presents! That Surety Insurance Company of California, a California Corporation, hav- ing its principal Office in the City of La Habra, County of Orange, State of California, pursuant to the following By-Laws which were adopted by the Directors of the said Company on the 9th day of April, 1969 and are now in effect, to-wit: "Article IV, Section 7(b). The President shall have power and authority to appoint Attorneys-In-Fact, and authorizethem to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity, and other writ-ings obligatory in the nature thereof, and he may at any time in his judgment remove any such appointees and revoke the authority given to them." Has made, constituted and appointed and by these presents does make, constitute and appoint Laura Marsh La Habra, California its true and lawful agent and attorney-in-fact, to make, execute, seal and deliver for and on its behalf as surety, and asits act and deed, all of the following classes of documents, to wit: Indemnity, Surety and Undertakings that may be desired by contract, or may begiven in any action or proceeding in any court of law or equity; policies indemnifyingemployers against loss or damage caused by the misconduct of their employees, official,surety and fidelity bonds. THE AUTHORITY OP THIS POWER OF ATTORNEY IS LIMITED TO One Hundred Twenty-five Thousand Dollars ($125,000.00) FOR ANY SINGLE BOND. THIS POWER OF ATTORNEY IS VALID ONLY FOR A BOND OR UNDERTAK- ING EXECUTED PRIOR TO December 31,1982 And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companyas fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularlyelected officers of the Company at its office in La Habra, California in their own proper persons. ity Insurance Company of California has caused these presents to be signed by its duly seal to be hereunto affixed this ...... .?.l.st ........... day of ............ May. ................... ( jg .82 ... ^ / INCORPORATED \ <£-.•f i \ ^* INSURANCE COMPANY OF CALIFORNIA STATE! SS: COUNTY On this.....:r.?aay^ ot.^.........^?.. ......................... A.D. 19.....?.?..., before the subscriber, a Notary Public of the State ofCalifornia, in and for the County of Orange, duly commissioned and qualified, came John F. Merrill, President of SURETYINSURANCE COMPANY OF CALIFORNIA, to me personally known to be the individual and officer described in, andwho executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn,deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instru-ment is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixedand subscribed to the said instrument by the authority and direction of the said Corporation, and that Article IV, Section7(b) of the By-Laws of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the City of La Habra, theday and year first above written. _ OFFICIAL SEAL EILEEN M. HOWELL 1 NOTARY PUBLIC-CALIFORNIA PRINCIPAL OFFICE IN ORANGE COUNTYNotary Public CERTIFICATION My Com. Expires Feb. 28,1986 I, the undersigned, certify that I am the Secretary of SURETY INSURANCE COMPANY OF CALIFORNIA and thatthe Power of Attorney remains in full force and effect, and has not been revoked; and furthermore that Article IV, Section7(b) By-Laws of said company as set forth in said Power of Attorney, are now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company this 9-tlflay of JffiCEMER...(SEAL)19..82.. Secretary 56045-02 (Rev. 12/80) Page 19 GENERAL PROVISIONS 1. PLANS AND SPECIFICATIONS The specifications for the work shall consist of the latest edition of the Standard Specifications for Public Works Construction hereinafter designated SSPWC, at, issued by the Southern Chapters of the American Public Works Association, the City of Carlsbad supplement to the SSPWC, the Contract documents and the General and Special Provisions attached thereto. The Construction Plans consist of -0- sheet(s) designated as City of Carlsbad Drawing No. ••' -'' The standard drawings utilized for this project are the San Diego Area Regional Standard Drawings, hereinafter designated SDKS, as issued by the San Diego County Department of Transportation, together with the City of Carlsbad Supplemental Standard Drawings. Copies of pertinent standard drawings are enclosed with these documents. 2. WORK TO BE DONE The work to be done shall consist of furnishing all labor, equipment and materials and performing all operations necessary to complete the project work as shown on the project plans and as specified in the specifications. 3. DEFINITIONS AND INTENT a) Engineer: The word "Engineer" shall mean the City Engineer or his approved representative. b) Reference to Drawings: Where words "shown", "indicated", "detailed", "noted", "scheduled" or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions unless stated otherwise. Page 20 c) Directions: Where words "directed", "designated", "selected" or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the City Engineer" unless stated otherwise. d) Equals and Approvals: Where the words "equal", "approved equal", "equivalent" and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer" unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. e) Perform and Provide: The word "perform" shall be understood to mean that the Contractor, at her/his expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified, or required to mean that the Contractor, at her/his expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools equipment and transportation. CODES AND STANDARDS Standard specifications incorporated in the requirements of the specifications by reference shall be those of the latest edition at the time of receiving bids. It shall be understood that the manufacturers or producers of materials so required either have such specifications available for reference or are fully familiar with their requirements as pertaining to their product or material. 5. CONSTRUCTION SCHEDULE * A construction schedule is to be submitted by the Contractor per Section 61 of the SSPWC at the time of the preconstruction conference. If the completion date shown on the Notice to Proceed letter is not met by the Contractor, he will be assessed the daily salary of the City inspector for each working day beyond the completion date, as damages. Page 21 Coordination with the respective utility company for removal or relocation of conflicting utilities shall be requirements prior to commencement of work by the Contractor. The Contractor shall begin work after being duly notified by an issuance of a "Notice to Proceed" and shall diligently prosecute the work to completion within 20 consecutive calendar days from the date of receipt of said "Notice to Proceed." NONCONFORMING WORK The Contractor shall remove and replace any work not conforming to the plans or specifications upon written order by the City Engineer. Any cost caused by reason of this nonconforming work shall be borne by the Contractor. 7. GUARANTEE All work shall be guaranteed for one year after the filing of a "Notice of Completion" and any faulty work or materials discovered during the guarantee period shall be repaired or replaced by the Contractor. 8> 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 instructions, including two copies to the City Engineer. INTERNAL COMBUSTION ENGINES All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to City Noise Control Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. 10. CITY INSPECTORS • All work shall be under the observation of a City Construction Inspector. Inspectors shall have free access to any or all parts of work at any time. Contractor shall furnish inspectors with such information as may be necessary to keep her/him 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 22 11• PROVISIONS REQUIRED BY LAW'DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this contract shall be deemed to be inserted herein and the contract shall be read and enforced as though it were included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party the contract shall forthwith be physically amended to make such insertion or correction, 12. INTENT OF CONTRACT DOCUMENTS The Contractor, her/his subcontractors and materials suppliers shall provide and install the work as indicated, specified and implied by 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 documents. In all instances throughout the life of the contract, the City will be the interpreter of the intent of the contract documents and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise her/his subcontractors and materials suppliers of this condition of the contract will not relieve her/him of the responsibility of compliance. 13. SUBSTITUTION OF MATERIALS The proposal of the bidder shall be in strict conformity with the drawings and specifications and based upon the items indicated or specified. The Contractor may offer a substitution for any material, apparatus, equipment or process indicated or specified by patent or proprietary names or by names of manufacturer which she/he considers equal in every respect to those indicated or specified. The offer made in writing, shall include proof of the State Fire Marshal's approval (if required), all necessary information, specifications and data. If required, the Contractor, at her/his own expense, shall have the proposed substitute, material, apparatus, equipment or process tested as to its quality and strength, its physical, chemical or other characteristics, and its durability, finish, or efficiency, by a testing laboratory as selected by the City. If the substitute offered is not deemed to be equal to that so indicated or specified, then the Contractor shall furnish, erect, or install the material, Page 23 apparatus, equipment or process indicated or specified. Such substitution of proposals shall be made prior to beginning of construction, if possible, but in no case less than 10 days prior to actual installation. 14. PERMITS The general construction, electrical and plumbing permits will be issued by the City of Carlsbad at no charge to the Contractor. The Contractor is responsible for all other required licenses and fees. 15. SAFETY & PROTECTION OF WORKERS AND PUBLIC The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about or adjacent to the premises where the work is being performed. He/she shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public and shall post danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes and falling materials. 16. CODES, ORDINANCES, REGULATIONS & ABBREVIATIONS Reference to codes, ordinances and regulations are to editions in effect as to date of proposals. Abbreviations are used for agencies issuing standard specifications as follows: Agency Abbreviat ion 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 Page 24 ***"*' SPECIAL PROVISIONS/SPECIFICATIONS Page 25 *W ' SPECIAL PROVISIONS SCOPE OF WORK The scope of work is to sand, wirebrush, patch, stain, or paint all exterior surfaces of the Harding Street Community Center Buildings (A), (B), (C), and (D). (See page 29.) QUALITY ASSURANCE, WORKMANSHIP 1. Definition: "Paint" and "Painting", as used herein, shall include all finishes required, such as priming, and "Painting", undercoats and finish coats of paints, enamel, stain, lacquer, sealer, and other similar finishes. 2. Delivery, Storage: Deliver only approved materials in manufacturer's original unopened containers with seals unbroken and labels intact. Store in location and manner as approved by the Owner, in a well ventilated and lighted space. 3. Colors: Use slightly different colors at priming coat and at each undercoat to permit identification. Colors shall be ground by paint manufacturer and incorporated into materials at the plant; no color mixing will be allowed at the job site unless specifically approved or directed by the City of Carlsbad. £ 4. Submittals: Submit, for approval, samples of each type of paint finish and color, and a complete material list before work is started. Also supply sample panels to respective surfaces of buildings, where so directed by the City in sufficient size for proper evaluation. Finished work shall match approved samples. 5. Protection of Work: Furnish and place, sufficient drop cloths to fully protect all parts of work including landscaping. Remove all paint drop- pings entirely, or repair injured surfaces in a manner satisfactory to the Owner. Hardware plates and other items in place prior to painting .shall be removed and replaced upon completion of each space. Equipment that is adjacent to walls prior to painting shall be disconnected to permit wall surfaces to be painted, replaced, and reconnected upon completion of the painting. Mask all windows prior to painting. 6. Fire Prevention: Take necessary precautions to prevent fire. Remove all paint or oil-saturated rags or waste from the buildings at the end of each working day. • 7. Clean Up: Upon completion of painting work, remove all paint from surfaces adjacent to those painted. Remove rubbish, paint cans, and accumulated materials resulting from work. 8. Extra Paint: At completion of work, furnish Owner with at least one gallon each of each color and type of paint used. All extra paint shall be drawn "*** . from first lot shipment and be in unopened containers. Identify containers "**"* . in an acceptable manner. Page 26 9. Workmanship: "Recommended" quality as recognized by Painting and Decora- ting Contractors Association. The Contractor is responsible for uniform colors, textures, and finishes of surfaces, irrespective of materials or number of coats specified. 10. Application: Apply paint to stucco surfaces by airless sprayer. Brush shall be used for doors, windows, and frames. 11. Sanding: Sand, enamel, or lacquer finish applied to wood or metal sur- faces between coats, to produce an even, smooth finish. 12. Climate Conditions: Do no exterior painting when temperature is or will be (until paint is dry) below 40°F. (50°F. for water-vehicle paint.) Paint shall not be applied in rainy, damp, dusty, misty, or excessively windy weather. No exterior painting shall be done before the structures have sufficiently dried out and are in acceptable condition for painting. 13. Finish Doors, Windows, and Trim: Prime or backpaint, other than pre- finished surfaces, within 24 hours after sanding and wirebrushing. Remove doors, re-stain, seal, or apply two coats paint (primer and filler or undercoat) with marine enamel (same as existing color) . 14. Coats: All painted surfaces shall receive a minimum of 1 mil (0.001 inch) total dry film thickness per coat. Allow sufficient time between coats to insure proper drying. The number of coats hereinafter specified is the minimum to be applied over the surfaces and materials designated. It is the acknowledged intent of these specifications to obtain painted finishes of uniform color and textures, free from cloudy or mottled appearance on surfaces and evident thinness of coatings on arrises; and to this end all spot-coating and undercoating shall be done to produce such results. 15. Primers: With the exception of metal primers, all shall be white in color. On two coat areas, primer shall be tinted. All stucco and block walls will receive two coats exterior flat vinyl water-base paint, same as existing color. SURFACE PREPARATION- 1. Remove dust and loose deleterious material and flaking paint from all surfaces by wirebrushing. If a surface to be painted cannot be put in proper condition by methods specified herein, notify the City in writing before applying paint and obtain instructions . • 2. Ferrous Metal to be Painted: If not galvanized or factory finished, clean to sound, bare metal. If primed, clean to sound paint. Remove grease, oil, dirt, by mineral spirits. Remove rust. 3. Galvanized Metal to be Painted: Wash with a solution of eight ounces of copper acetate or two pounds of copper sulphate in one gallon of water; or with Sinclair No. 12 Galva-Wash or an approved equivalent. Rinse surfaces treated with solution, using clear water. Clean galvanized metal the same day it is to be painted. Page 27 4. Wood to be Painted: Sand or steel wool, to sound surfaces, and brush down wood which is to be painted. Putty or spackle nail holes, minor cracks, or open joints with color of putty matching finish coat. 5. Plaster to be Painted: Fill minor cracks, holes, or other imperfections with patching plaster or spackle, and smooth off to match adjoining sur- faces. Treat excessive lime conditions with solution of three to four pounds of zinc sulphate to each gallon of water. After application, allow solution to dry, clean off resulting crystalization with stiff, dry brushes. 6. Masonry Surfaces to be Painted: Remove miscellaneous residue and foreign material. Alkali or efflorescence shall be neutralized with mild acid wash (10 percent muriatic acid to water by volume). Remove all traces of acid solution with clear water, under pressure. Permit surfaces to dry thoroughly. PRODUCTS Use only "first quality" materials. If so directed by Owner, furnish respective manufacturer's affidavit that materials are his "first quality" line. Obtain Owner's specific approval if products ether than those specified hereinafter are proposed for use. MATERIALS The following brands of paint are acceptable: 1. Frazee 2. Sherwin Williams 3. Sears If Frazee brand of paint is used, the following combination must be followed. SURFACE Stucco Trim Alt. I Buckskin (061) Barn Brown (308) Alt. II Spaniard White (211) Barn Brown (308) Alt. Ill Spaniard White (211) Burnt Clay (310) Other brands shall be submitted to the City for approval. 1. Exterior Masonry and Plaster, Painted: a. 1st Coat: respective primer b. 2nd Coat: masonry and plaster paint 2. Exterior Ferrous Metal, Painted: a. 1st Coat: metal primer b. 2nd Coat: undercoat (metal) c. 3rd Coat: metal finish coat . Page 28 3. Mechanical, Electrical Equipment: Exposed exterior piping, ducts, conduit, boxes, panels, terminal cabinets, similar related items of mechanical or electrical nature, if not factory painted. In general, paint one coat (in addition to primer) to match adjoining work, except as modified as follows: a. Asphalt Coated Piping: one coat of primer and one finish coat b. Black Steel Pipe: paint same as specified for other exterior metal work c. Insulated Piping: one coat of glue sizing and one finish coat to match adjacent surfaces d. Registerr, Convectors, Air Diffusers, similar related items: two coats of heat-resisting enamel e. High Temperature Ferrous Metal: 1. 1st Coat: ferrous metal primer 2. 2nd Coat: heat-resisting enamel 3. 3rd Coat: heat-resisting enamel 4. Doors, windows, and wood trim: a. 1st Coat: primer b. 2nd Coat: finish coat ^r\ KTA*r • •.'i^lRn.•r f . ! IV ,•,v,.,, ,^*-F^.; -"tl ,t«S'}'••'.?• 'f g ^*?g W '-."'-SI^l'T .''•Ifg*^?1'-!?' :.^-].:•L- .i. id