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