HomeMy WebLinkAboutLube-lift Equipment Inc; 1985-09-10; 3006-3F-1/3688 (I) City Clerk @ 0
Recording Requested By an eturn To:
1200 Elm Avenue
Carlsbad, CA 92008
NOTICE OF COMPLETION
To All Laborers and Material Men and to Every Other Persc
I n t e r es t ed :
YOU WILL PLEASE TAKE NOTICE that on January 13, 1987, tt
project consisting of service station equipment at the Carlsbi
Safety and Service Center, on which Lube Lift Equipment was tt
Contractor, was completed.
CITY OF CARLSBAD
1- PROJECT COO~~OR
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the Ci
Council of said City on w 2 , 1987, accepted t
above described work as/completedl and ordered that a Notice
Completion be filed.
I declare under penalty of perjury that the foregoing
true and correct.
Executed on - 2y, 1987 at Carlsbad, California.
CITY OF CARLSBAD
ALETHA L. RAUTENKRANZ
City Clerk
8 FEE
p VERA t-. LYLE f t_CUUHiY ... RECORDER /
1
1 e
U
1200 ELM AVENUE TELE
CARLSBAD, CALIFORNIA 92008 (619) 8
Office of the Cify Clerk
Mitt! of @nrls bnb
January 30, 1987
Vera L. Lyle
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation are the following described documents:
I
Notice of Completion - Engineering
Elevatorsat Carlsbad Safety and Service
Center; Reliable Elevators Contractor
Notice of Completion - Engineering
HVAC at Carlsbad Safety and Service Center
Kinney Air Conditioning Contractor
Notice of Completion - Engineering
Fire Sprinklers at Carlsbad Safety and
Service Center; Orving Engineering Contractor
Notice of Completion - Engineering
Electrical at Carlsbad Safety and Service Center
Catton-McCutcheon Contractor
Notice of Completion - Engineering
Service Station Equipment at Carlsbad Safety
and Service Center; Lube Liff Equipment Contractor
Notice of Completion - Engineering
Vehicle Wash at Carlsbad Safety and Service
Center; N/S Corporation Contractor
Notice of Completion - Engineering
Precast Concrete at Carlsbad Safety and Service
Center; Tecon Pacific Contractor
Notice of Completion - Engineering
Miscellaneous Metal at Carlsbad Safety and
Service Center; Tulsa Steel Manufacturing Contractor
e e
1 .? Vera L. Lyle
County Recorder
January 30, 1987
Page 2
Notice of Completion - Engineering
Doors and Frames at Carlsbad Safety and Service
Center; Estrada Hardware Contractor
Notice of Completion - Engineering
Concrete Masonry at Carlsbad Safety and Service
Center; L.R. Hubbard Contractor
Notice of Completion - Engineering
Glass Block Ceilings at Carlsbad Safety and
Service Center; Dittman Masonry Contractor
Notice of Completion - Engineering
Toilet Partitions at CArlsbad Safety and Service
Center; Maloney Specialties Contractor
Notice of Completion - Engineering
Glazing at Catrlsbad Safety and Service Center
Pacific Glass Contractor
Notice of Completion - Engineering
Aluminum Canopies at Carlsbad Safety and Service
Center; Construction Specialties Contractor
Notice of Completion - Engineering
Drywall at Carlsbad Safety and Service
Center; E.F. Brady Co. Contractor
Notice of Completion - Engineering
Roofing at Carlsbad Safety and Service Center
Hess Roofing Contractor
Notice of Completion - Engineering
Sheet Metal at Carlsbad Safety and Service
Center; California Sheet Metal Contractor
Notice of Completion - Engineering
Insulation at the Carlsbad Safety and Service
Center; Dittemore Brothers Contractor
Notice of Completion - Engineering
Ceiling Doors at Carlsbad Safety and Service
Center; Southern California Overhead Doors Contract0
Notice of Completion - Engineering
Pneumatic Tubes at Carlsbad Safety and Service
Center; Air Link International Contractor
0 0
c Vera L. Lyle
County Recorder
January 30, 1987
Page 3
Notice of Completion - Engineering
Cabinets at Carlsbad Safety and Service Center
Bowser Cabinets Contractor
Notice of Completion - Engineering
Tile at Carlsbad Safety and Service Center
McCandless Tile Contractor
Notice of Completion - Engineering
Painting at Carlsbad Safety and Service Center
Simmons and Wood Contractor
Notice of Completion - Engineering
Carpets at Carlsbad Safety and Service
Center; Vincent Wentz Contractor
Notice of Completion - Engineering
Access Floorink at Carlsbad Safety and SErvice
Center; Tate Access Floors Contractor
Notice of Completion - Engineering
Folding Partitions at Carlsbd Safety and
Service Center; Advanced Wall Systems Contractor
Notice of Completion - Engineering
Window Coverings at Carlsbad Safety and Service
Center; Sheward & Sons Contractor
Notice of Completion - Engineering
Lockers at Carlsbad Safety and Service Center
Goodale Co. Contractor
Our staff has determined that the recordation of these documents is
of benefit to the City; therefore, it is requested that the fees
be waived.
Thank you for your assistance in this matter.
FiiYKTF eputy City Clerk
Encs .
e Recording Requested By and
1200 Elm Avenue
’ Carlsbad, CA 92008
turn To:
City Clerk oi
NOTICE OF COMPLETION
To All Laborers and Material Men and to Every Other Persl
Interested:
YOU WILL PLEASE TAKE NOTICE that on January 13, 1987, tl
project consisting of service station equipment at the Carlsb,
Safety and Service Center, on which Lube Lift Equipment was tl
Contractor, was completed.
CITY OF CARLSBAD
-- PROJECT COORDINATOR
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the Cii
Council of said City on a 27 , 1987, accepted tl
above described work as/completedl and ordered that a Notice I
Completion be filed.
I declare under penalty of perjury that the foregoing
true and correct.
Executed on A-4- 2y, 1987 at Carlsbad, California.
CITY OF CARLSBAD
-2- ALETHA L. RAUTENKRANZ
City Clerk
Supple-Merrill (5 Driscoll 924 E. Green Street
Pasadena, California 91106
I 1 W~+Y?A~Y' ,-, mercial mion , ;EVER &d
CQMPANY LETTER g Fremont Indemnity
COMPANY & Lube Lift Equipment Co., I~c. LrnER kc?
CS!APANY 3 6851 Parmunt 131vd.
Img Beach, California 90805 LETCTER
COkliPARY - LETr'ER E
POLICY NUFABEF
PR03KTSICOYPLETED OPEWJiOVS
PERSQhAL INJURY
INDEPENDENT CONTWCTOPS
BROAD FORM PSOPERlT OAU96E
PERSONAL IMJUSY i I
ALL OWNED WOS
rl'OK-O1%IMED AUTOS
GARAGE L!ASILIP(
WS-85-242244
EC*~2FOEWS' b~WB3Ll;y
Carlsbad (Koll Construction Co.) is hereby name(
City of Carlsbad
Koll Construction 2237Faraday Avenue, Suite lOlC
I
Septerrber 17, 1985
TO: City Clerk
FRJM : Purchasing Officer
RE: LUBE-LIFT EQUIP^^ r INC .
CONTRACT NO. 3006-3F - SERVICE STATION EQUIPMENT - PUBLIC SAFETY C
Attached are four copies of the above referenced contract ready for
execution of signatures in the followinq order:
: / 1. City Attorney
3. City Clerk
A \ ,'I 5 a? 2. Mayor .,/ "A ; \ -
, I
After execution of signatures, retain one copy for your files along with
the original insurance certificate and return the remaining three to
Purchasing.
7
ct
" !%pple&rrill& miscall 924 E. Green Stseet Izasadena, CIA. 91106 (818) 795-9921
F-t Indetinu
3Abe Lift FQLlipe Cb.r me.
mg €kZ!ach, CA 90801
P.O,Box 22654
POLiCY IVUM
'' AMEMDEDr9
PRODUCTYCOMPLETED OPEFUTIONS
INDEPENDENT CONTRACTORS
ALL OWNED AUTOS (PRIV PEiSS )
ALL OWNED AUTOS (~~,~,Rp~~~N)
MON-OWNED AUTOS
bU-84-241I44
'on Co.1 is named as of C;trZ&ad. and ~tmc~on Manager (~oll Cbnstructx
&mag= (Koll o~nstsnu=ttian CB.1
I200 Eh Avenue Carum, CA 92008-1939
% b
1
% 1200 ELM AVENUE TI
CARLSBAD, CA 92008-1 989 (61
Cltp of QCarIfibab
PURCHASING DEPARTMENT
April 24, 1985
ADDENDUMNO. 1
PIIOJECT: PUBLIC SAFETY AND SEIiVIcE CENTER
BID PACKAGE NO. 3
This addendum, receipt acknowledged, must be attached to propsal form when bid is submitted.
%??*./xm
CITY q cAFuIsBAD
I acknowledge receipt of Addendum No. 1 to Bid Package No. 3.
~ ..'- - c .G$ k T,-+c. i.2 e 1. +
>L
p \ "
, i<- _I
___-- __ -- - . - ___ - Arch tects Planters
b' RUHUU MCGAVIN RUHNAUIASSOCIATES
I
4 7207 Elm Avenue de'wr 3 > 225Gi 3663 Carisbad, CA 92008-1995 ~JVJ 3,,nr -
6191729-7144 Gar/ - Mc(
Apri 1 26, 1985
ADDENDUM NO. 1 (Bid Package No. 3:
To the Contract Documents for
THE CITY OF CARLSBADD PUBLIC SAFE' AND StRVILt CtNTtK (2 -- 12 01)
Contract No.: 3006
Bid Package No. 3 for: Elevators, Plumbing, Fire Sprinklers, H V A Electrical, Service Station and V hicle Wash, Finish Hardware and Gat e Operator for
CITY OF CARLSBAD, CALIFORNIA
Notice to Bidders
All work affected by the following provisions shall conform to the plans and specifications for the City of Carlsad Public Safety and Service Center and Bid Package No. 3. (See Above)
Delete, or modify each of the following items wherever appearing on drawings, and/or in any section of the specification. Acknowledge receipt of Addendum No. 1 in the space provided on the Contractor's Proposal. Failure to do so may subject bidder to disqualification.
Prevailing Wage - The State Director of the Department of Industria Relations issues on a quarterly basis General Prevailing Wage deter
mination for crafts normally associated with public works con- struction. ,411 bidders are responsible for current wage determina- tions at the time of Bid. Once established, said wage rate shall t fixed for the duration of the project, regardless of periodic incrf ses and/or decreases in the quarterly rate.
Item #2 Elevators (Bid Item 3A) - Elevator floor surface shall change from ceramic tile to carpet (as required).
Item #3 Plumbing (Bid Item 38) - Equal underground tanks and detection sys- tems by Joor Manufacturing Co. are acceptable.
Plumbing (Bid Item 3B) - Flushing drain specified on 15400-20 shou' 6e labeled OT-1 (Oriental Toilet) not FD-1.
Plumbing (Bid Item 3B) - Thermostatic controller in Rm. #144 serve! tempered water for adfacent holding cells.
-
Item #1
Item #4
Item #5
-
c
%' RUHNAU McGAVlN RUHNAUIASSOCIATES ,
\ -
April 26, 1985 Addendum No. 1, Bid Pkg. 3
Page 2
Item #6 - Plumbing - (Bid Item 3B) Water heater capacity to be as noted in spec 1 f i cat i ons.
Item #7 - Plumbing - (Bid Item 38)- Sink in Rm. #186, Sht, P-4, to be SK-1.
Item #8 - Plumbing - (Bid Item 3B) - All roof drain lines shall be run full
Item #9 Plumbing - (Bid Item 3B) - All condensate drain piping to be type
size as indicated, use reducing elbows at riser to roof drains.
3
Item #10 Plumbing - (Bid Item 3B) - Wash Fountain WS-1, Bradley Corporation, "Barrier Free" Model m -536, precast, white terrazo handicap wash fount ai n.
Item #11 Plumbing - (Bid Item 3B) - Provide and install above qrade reduced pressure backflow preventers for all meterlwateevices noted on the drawings. Units shall be City approved, Line sized and located in the field as directed.
Folice/t-ire Building shall require manifolding two (each) two (2) inch meters together, and then installing pressure/backflow device. Line size as shown on plans.
Item #13 Plumbing (Bid Item 3B) - Thin wall pipe is acceptable for use for Ere Sprinkler main piping .
Item #14 - Plumbing - (Bid Item 38)- Chassis Wash, provide floor drain F.D. 3 gutter and connect to 4 inch drain line, and 2 inch vent.
Item #15 Plumbing 750 gal. capacity.
Item #16 - Plumbing - (Bid Item 3B) - In Vehicle Wash rack, extend 3/4 in colc water line to reel bank #8710 as shown on EQ-2.
Item #17 e Plumbing - (Bid Item 3B) - In Mechanical Boiler Room, extend floor sink waste line to '18 inch storm drain in street.
Item #12 Plumbing - (Bid Item 38) - Water service to the North side of thei
-(Bid Item 38) - Jndustrial "Waste Clarifier" to be
ADDENDUM - Page 2
-
Item'#18 Plumbing - (Bid Item 36-1) - Include the fo7 lowing bpec1T1cac1on: beccion 1
' , 2.47 PUMP, SUBMERSIBLE, 3 HP < Equipment Mark Numbey: $6 IO
A. Capacities and Dimensions:
I.
2. Pump: 2 stage.
3.
[+. Output capacity: 180 GPM.
5.
Motor: 3 HP, 3450 RPM.
Discharge outlet: 3 inches NPT.
Tank size: Pump and riser length sized for utilization in a fibergl
inches and a b gallon horizontal tank with an inside diameter of
depth of - inches. NOTE: These dimensions to be verified in the fi
to assure proper operation.
6. Tank opening required: 6 inches.
6. Features and Construction:
I.
2. Motor: UL listed, permanent split-phase capacitor, continuous duty mc
Pump: Equipped with dynamically balanced impellers.
with windings hermetically sealed in stainless steel.
Valves: Built into pump discharge manifold.
Accessibility: Entire pump and motor assembly removable from riser I without disconnecting or resplicing motor leads.
Testing: Tank test plug and line test plug to apply pressure for te5
located on top of discharge manifold.
3.
4.
5.
6. Pump discharge assembly: Incorporates check valve, product expar
relief valve air eliminator and syphon check valve.
C. Controls: Thermal overload protection, explosion proof ON/OFF SH
control box containing explosion-proof magnetic starter. Electrical con
shall meet applicable National Electrical Code requirements. .
0. Accessories:
detector: Red Jacket No. I 16-0 1 2, one each.
e and cover: 24 inches square by 18 inches deep, Red Jacke. I5 1-025, one each.
3. Electrical conduit fitting kit: Red Jacket No. 880-008, I each.
E. Utilities Available: 208 VAC, 3 phase.
F. Manufacturers Reference:
ADDENDUM - Page 3
tt
i I. Prime manufacturer: Specifications are based on equipment identif
herein by manufacturer’s name and model to establish accepta
standards of quality, performance, features, and construction.
a. Red Jacket Pumps, Division of Wylain, Inc.
P.O. Box 3888
Davenport, Iowa 52808
Telephone: (3 19) 39 1-8600
b. Model: P300H3-2HB with accessories.
Manufacturer listed constitutes only known source for specified item. 2.
- ADDENDUM - Page 4
~ L RUHNAlJ McGAVlN RUHNAUIASSOCIATES -
* -
April 26, 1985 Addendum No. 1, Bid Pkg. 3
Page 5
cation and located as follows: Item #19 - Fire Sprinklers (Bid Item 3C) -Sprinkler heads shall be per specifi-
A. "Consealed" Type (Chrome) - A1 1 "Alcan" areas
B. 'I Semi-Recessed"_Type (Chrome) - All office spaces, corridoi
C. "Standard Pendant I' Type (Brass) - All Mechanical, Elec- and other working spaces.
trical, storage and other equipment re1 ated rooms.
Mechanical plans shall include sheet M-10 "Automatic Controls".
(Sht. "T" of drawings to include Sheet M-10).
rmd Fire Dampers in Ductwork in rooms #258, #260, and #264
Z,,) Move VBH-51 Terminal unit from RM#260 to RM #251 and revise
3.) Add transfer ducts and register to Rm #261 and #263 as re-
4,, Move VBH-58 toward North direction to clear Structural beams
Item #20 List of Contract Documents: Page 37, Bidding Documents, Item "E"
Item #21 H V A C - Sht. M-5 (Bid Item 30)
(All wall penetrations) (See Atachment No. 2)
related ductwork as required. (See Attachment No. 2)
quired. (See Attachment No. 2)
and revise related duct work as required (See Attach. No. 2).
Item #22 H V A C - Sht. M-1 (Bid Item 3D) -
Revise radi ant heater schedule to read "Base Type 4" .(See Att-
achment No. 1) Item #23 H V A C - (Bid Item 3D) - Specification item 2.52.7 Linear Air Diffusers Section IS800 - 38 shall read as follows:
2,52.7 Linear Air Diffusers: Air Factors West #TSS-III-15-24D and #TSS-III-15-48-D. EQUIVALENT: LOK PRODUCTS
1, Design diffusers to interface with ceiling suspension system and to be placed next to a lighted module. Nominal lengths to
be 24" and 48" as indicated.
Equip diffuser with channel wiers providing a continuous slot.
Wiers shall control discharge direction and length of flow. Wiers may be used for return air, wiers to act as a return air flow damper. Wiers may be fully closed for blank-off purposes. Provide each 48'' length of diffuser with two 24" wier sections. 48" units shall be capable of throwing air in two directions.
2,
ADDENDUM-Page 5
-
x' RUHNPiU McG4VIN RUHNAUIASSKIATES
< -
April 26, 1985
Addendum No. 1, Bid Pkg. 3
Page 6
Item #23 (Continued)
3. Supply air chambers fo 26-gague steel, lined with 1/2" thick
matte thermal acoustical mineral through the air slot matte
black. Provide chambers to be accessible from below through
the air slot for field adjustments of spread of air stream. Air entry collar sized for maximum average air flow velocity
of 750 FPM.
to air bar.
Provide spring slips to positively attach chamber
Item #24 Electrical (Bid Item 3E)
Speci f icati ons
I. At section 16010, paragraph 1.13.2, delete words "excess cable
charges, connection charges, and any other requirements of the
serving power, telephone and television utilities."
2. Section 16010, delete paragraph 1.13.2, 1.13.3, 1.13.4, and
1.13.5 as they are written and substitute the following:
1.13.2 Perform all communications and coordinate with respect
utility representatives as necessary to meet all utili
requirements regarding inspecti on and approval of cust
mer provided facilities and to ensure timely installationof utility-provided facilities.
1.13.3 Determine and make payment for all utility connection,
excess cable and other simi 1 ar charges for service and
or work necessary to complete the project.
1.13.4 Contractor will be reimbursed by the owner for all cos
paid under paragraph 16400.3.0.C upon application to t
owner and the owner's receipt of proof of payment by t
contractor. Do not include these costs in the contrac
price.
operators to "an electrical operator."
3. At Section 16201, paragraph 2.11.2.1, change "two electrical
Item #25 Electrical (Bid Item 3E)
'Drawings :
1. At Sheet E-4, change lighting fixtures in Room 127 from
H/2/34 to E/2/34.
At Sheet E-13, delete Gardco and Sterner from the fixture
schedule for fixture types A/250, A1/250, A2/150 and A3/250.
ADDENDUM - Page 6
2.
-
I' RUHNA (I McGAVIN RUH NA UIASSCCIATES
c -
April 26, 1985
Addendum No. 1, Bid Pkg . 3
Page 7
Item #25 -- Electrical (Bid Item 3E) ( Continued)
3. At Sheet E-19, change feeder F-ATS2 from 4#10 & 1#10 GRD, 3/4"C to 3#6 & 1 #10 GRD, 1°C.
3P, 480V.
4,, At Sheet E-19, automatic transfer switch shall be 50A,
Item #26 Electrical (Bid Item 3E) - Utility service fees - the costs for all utility company services fees (Ref. Specificification Section 16010-1.13.5) shall be paid by the City of Carlsbad and shall not be considered as part of any submitted bid.
Item #27 Service Station Equipment (Bid Item 3F) - One (1) inch water service and backflow device to the fuel island shall be pro- v'lded from the wash facility in same trench as compressed air and included within Bid Package 3F. Coordinate P.O.C. with plumbing contractor.
are approved as alternate manufacturer (subject to compliance with project specification.)
liw #9.
Item 828 Service Station Equiment (Bid Item 3Fr- %as Boytt - dispensers
Item #29 Hardware (Bid Item 3H) - HW#3 - Door #lo3 shall be moved to
Item #30 Hardware (Bid Item 3H) - HW #6 - Mortise Lock 779L2 shall be
Item #31 HW#28 (Bid Item 3H) - Mortise Lock - 9557T sahall be changed to
Item #32 HW #45 (Bid Iten 3H) - Mortise Lock - 7709L2 shall be changed
Item #33 - HW #50 (Bid Item 3H) - Mortise Lock 799L2 shall be 7991.
Item #34 Hardware (Bid Item 3H) - Sheets A-3 and A-20, (Floor Plan &
changed to 799L.
- SfT.
to /99L.
Door Schedule) shall be modified to read as follows: Ref: (Attachment No, 3) See Chart on Following Page:
ADDENDUM - Page 7
-
I , RUHNAU McGAVlN RUHNAUIASSOCIATES
\ -
April 26, 1985
Addendum No. 1, Bid Pkg . 3
Page 8
Item #34 (Continued)
DOOR FRAME HARDWARE DOOR TYPE SIZE MAT. MAT. SET LABEL NOTE
260 A 3"X 7' SC HM 15 20 #3
261 A 3"X 7" SC HM 9 20
264 A 3OX 7" SC HM 16 20 #3
265 B PR3"7' sc HM 3 20
New Door 268B A 3OX 7' SC HM 9 20
269 A 3OX 7O SC HM 16 20 #3
270 B PR3'P sc HM 3 20 #3
272 A 3OX P SC HM 9 20
-
268A Delete
END OF ADDENDUM d+*ky 1-1. P trick Riley
R,uhnau McGavin Ruhnau/Associ ates
2-1 2-01
PR/c a
-
UNIT SYMBOL Ac- I::
LOCATI ON MTG. AREA ROOF
' MFC. TRANE
MOOEL SFHC-304H
TYPE ROOFTOP PACKAGE
Ac-2:: A
MTG. AREA ROOF MTG .
TRANE 1
SFCB-8504L SFCB-
ROOFTOP PACKAGE ROOfTC
ATTACHMENT NO2
PORTION OF 'SHEET w
<
.r __._.-
-. - -
ATTAGHMtN I NU.3
, PORTION OF SHEET A-3
<
- - L--
_.
i
TABLE OF CONTENTS
- I tern Pag
NOTICE INVITING BIDS 1-
PROPOSAL 6-
BIDDER 'S BOND TO ACCOMPANY PROPOSAL 10
DESIGNATION OF SUBCONTRACTORS 11
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 12
BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE 13
CONTRACT 14 -
LABOR AND FAATERIALS BOND 18 -
PERFORMANCE ROND 20 -
GENERAL PROVISIONS 22 -
CERTIFICATE OF COMPLIANCE 29
SPEC IA L PRO VI SI ONS / SPEC IF IC AT IONS
LIST OF CONTRACT DOCUMENTS 33
30 -
<
Page
CITY OF CARLSRAD
PUBLIC SAFETY AND SERVICE ENTER
NOTICE INVITING BIDS
The City of Carlsbad invites bids for performing the following work:
Bid Package B3F - Revised - Service Station Equipment for Vehicle Maintenance Facility, Fuel Island and Wash Facility .
1. Sealed bids for performing the work shall be received at the office of 1
Purchasing Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, untj
4:OO PM on the 1st day of August, 1995, at which time they will be oDenf
and read aloud.
2. The work shall be performed in strict conformity with the specification:
therefor as approved by the City Council of the City of Carlsbad on filf
the Engineering Department. Reference is hereby made to said
specifications for full particulars and description of the work.
3. The work, a portion of the total Public Safety and Service Center Projec
involves complete sitework development of twenty-six (26) acres includir
grading, underground utilities, and surface improvements, etc. A fully
improved Police and Fire Administration Building, Vehicle Maintenance
Facility, car wash and fuel island shall also be constructed as a part (
the Phase One construction program.
4. Koll Construction Company will provide construction management services
the City of Carlsbad and shall organize, monitor, coordinate and direct
phases of the construction at the Public Safety and Service Center.
5. Plans, specifications and bidding documents may be obtained at the
Purchasing Department, City Hall, Carlsbad, California, after 3:OO PM 01
3uly 15, 1985 to licensed Contractors for a non-refundable fee as folio\
Please call ahead to reserve your documents, (619) 438-5601.
Rid Package No Cost
Complete Set, Specifications Included $50.00
Architectural (AC-1 thru A-60A) 20.00
Equipment (EQ-1 and EQ-2) 1 .oo
Structural (S-I t!wu S-16) 10.00
Mechanical (M-I thru M-10) 5.00
Plumbing (P-1 thru P-8) 5.00
Electrical (E-I thru E-20) 10.00
Complete documents are available for review at the following locations:
Construction Plan Roans
Kall Construction Company, 7330 Engineer Road, San Diego, CA 92111
*
Page
A pre-bid conf-erence will be held at the City Council Chambers at 2:OO I
on July 23, 1985 to discuss bidding requirements.
6.
7. If information is required regarding the bid package, drawings and/or
specifications, the bidder SHALL NOT contact the City of Carlsbad nor tl
architect. All questions and requests for information shall be directec
Koll Construction Company, (619) 292-5550, Steve Mahoney.
8. No bid will be received unless it is made on the proposal form included
with these bidding documents. Each bid must be accompanied by cash,
certified check or bidder's bond made payable to the City of Carlsbad fc
the exact dollar amount of 10% of the amount bid. If the exact mount
not known at the time the bond is issued, the bidder's bond should read,
follows: "10% of the bid mount not to exceed $32500.00 dollars.'' Tt
number in the blank must exceed ten percent of the bid mount. Said
guarantee to be forfeited should the bidder to whom the contract is awai
fail to furnish the required bonds and to enter into a contract with thf
City within the period of time provided for by the bid documents. The
bidders' security of the second and third lowest responsive bidders may
withheld until the contract has been fully executed. The cash, cashier'
check or certified checks submitted by all other unsuccessful bidders st-
be returned to them within ten (10) days after the receipt of bids, and
their bidders' bond shall he of no further effect.
9. The documents included within the sealed bids which require completion ?
execution are the following:
1. Proposal
2. Bidder's Bond
3. Designation of Subcontractors
4. Ridder's Statement of Financial Responsibility
5. Bidder's Statement of Technical Ability and Experience
The entire bid package shall be executed and submitted prior to the time
for the bid opening.
Said document shall be affixed with the appropriate notarized signatures
and titles of the persons signing on behalf of the bidder, For
corporations, appropriately notarized siqnatures of the person authorize
by the corporate by-law are required and the corporate seal shall be
affixed to all documents requiring signatures. In the case of a
partnership, the properly notarized signature of at least one general
partner is required.
No bid shall be accepted from a Contractor Hho has not been licensed in
accordance with the provisions of Chapter 9, Division 3 of the Business ,
Professions Code. The Contractor shall state his/her license number and
classification in the proposal.
10. The City of Carlsbad reserves the right to reject any or all bids and to
waive any minor irregularity or informality in such bids.
c
Page
11. Bids shall not-modify or contain any recapitulation of the work to be dc
Alternate proposals will not 'x considered unless called for. No oral (
telegraphic changes to the bidding documents will be considered.
12. The amount of bond to be given for the faithful performance of the contr
for said work shall be one hundred percent (100%) of the contract price
therefor, and an additional bond in the amount equal to fifty percent (5
of the contract price for said work shall be given to secure the payment
the claims for any material or supplies furnished for the performance of
the work contracted to be done by the Contractor for any work or labor c
any kind done thereon. Bonds shall be prepared on the forms included
within the bid package. Sureties shall be licensed and registered in tt
State of California and subject to approval by the City.
13. Insurance requirements are specified within the contract section of the
package, Items 10, 11 and 12. Insurance carriers for Contractors
performing work under this contract are required to be licensed to do
business within the State of California.
14. Partial and final payments on this contract shall generally be in
accordance with Section 9 of the 1979 edition of "Standard Specificatior
For Public Works Construction", as herein modified.
The Construction Manager will, after award of contract, establish a clo:
date for the purpose of making monthly progress payment.
Each month, the Construction Manager will make an approximate measurmer
of the work performed to the closure date and as a basis for making mont
payments, estimate its value based on the contract breakdown furnished t
the Contractor and approved by the Construct ion Manager.
From each progress estimate, ten percent (10%) will be deducted and
retained by the agency, and the remainder less the amount of all previol
payments will he paid to the Contractor. After fifty percent (50%) of 1
work has been completed and if progress on and quality of the work is
satisfactory as determined by the Construction Manager, the deduction tc
made from the remaining progress payments and fran the final payment wil
be limited to $500 or ten percent (10%) of the first half of the total
contract amount, whichever is greater.
Final payment for value of work completed under this contract, unless
Notice of Liens or unpaid bills are on file with the City, shall be made
thirty-five (35) calendar days after acceptance of the completed work.
City Council approval and filing of a Notice of Completion shall constii
said acceptance. Application for payments and dispersement of funds wil
be made through the Construction Manager.
Page
The Contractor may, at his/her option, substitute securities, as specifi
by Government Code Section 16340, for the retention held on this contrac
At the request and expense of the Contractor, securities equivalent to t
amount withheld may be deposited with the City or with a state or federa
chartered bank as the escrow agent who shall pay such monies to the
Contractor upon satisfactory completion of the contract. The Contractor
shall be the beneficial owner of any securities substituted for monies
withheld and shall receive any interest on the monies.
15. The bid documents are intended to be complementary so that any work calli
for in one and not mentioned in the other, or vice versa, is to be execu
the same as if mentioned in all said documents. The intention of the
documents is to include all labor, materials, equipment, transportation services necessary for the proper execution of the work.
16. If any person contemplating submitting a bid for the proposed contract i
in doubt as to the true meaning of any part of the plans, specifications
other proposed contract documents, or finds discrepancies in, or omissi0
from the drawings or specification, a request may be submitted to the
person named on the title Dage of the contract documents for the
interpretation or correction thereof. Any interpretation or correction
the proposed documents will be made by addendum duly issued by the City,
and a copy of such addendum will be mailed or delivered to each person
receiving a set of such documents. The City will not be responsible for
any other explanation or interpretation of the proposed documents.
17. Any addenda issued by the City during time of bidding, or forming a part
the documents delivered to the Ridder, shall. be covered in the bid and
shall be made a part of the Contract. Bidders are advised to verify the
issuance of all addenda and receipt thereof one day prior to bidding.
Submission of bids witbut acknowledgement of addenda may be cause for
reject ion of bid.
18. No person, firm or corporation shall be allowed to inake or file or be
interested in more than one (1) bid for the same work, unless alternate
bids are called for. A person, firm or corporation submitting a
subproposal to a bidder, or who has quoted prices on materials to a Biddf
is not thereby disqualified from submitting a subproposal or quoting pric
to other bidders.
19. Bidders are required to inform themselves fully of the conditions relatir
to construction and labor under which the work will be or is now being
performed, and so far as possible, the Contractor must employ such methoc
and means in carrying out the specified work as will not Cause any
interruptions or interference with any other Contractor.
20. The Contractor shall comply with the provisions of California Labor Code
Part 7, Chapter 1, commencing with Section 1720.
Page
21. The Contractor shall not pay less than the specified prevailing rates of
wages established pursuant to Section 1773.2 of the California Labor Cod
A copy of the current applicable wage rates is on file in the Office of
Carlsbad City Clerk.
22. Contract may Se awarded at the election of the City on one or a combinat
of base bids, and alternate or combination of any alternates that might
offered. The City reserves the right to reject this proposal and it sha
remain open and not he withdrawn for a period of sixty (60) days from tt
date prescribed for its opening.
Approved by the City Council of the City of Carlsbad, California, by Resoluti
No. 8047 , adopted on the 4th day of June , 1985.
V
‘ .”:=-
_- 12 IC/! > f&
.E++ !I ALETk L%Ul-E&tkZ; kity Clerk
Page
CITY OF CARLSBAD
PUSLIC SAFETY AND SERVICE CENTER
CONTRACT NO. 3006
PROPOSAL
City Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
The undersiqned declares he/she has carefully examined the location of the wo
read the Notice Inviting Bids, examined the plans and specifications, and her
proposes to furnish all labor, materials, equipment, transportation and servi
required to do all the work to canplete Contract No. 3006 in accordance with
the Plans and Specifications of the City of Carlsbad, and the special
provisions, to wit:
The following proposal form includes work associated with the project bid
Dackage j13F Revised, - Service Station Equipqent for Vehicle Vaintenance
Facility, Fuel Island and Wash Facility.
1. Proposals for the work shall include separate prices for each iteq of wo
bid: Bid #3A, or Bid #30, etc. A proposal for work nay include a bidde
combination for any or all items of work, but must also include bids for
each separate item. Award on a combination bid will only be made if it
the lowest of any possible combination of bids and is lower than the tot
bids of the lowest responsible bidders on the particular items of work
making up that combination bid. The City reserves the riqht to (a) awarc
separate contracts for each bid item, or each combination of bids, or (b)
make no award at all.
Note: If not bidding on an item of work, the bidder shall state "no bid'
2. Proposa,ls for the work in each bid package shall be cmplete per the plar
specifications and contract documents. Items listed in the special
provisions are for clarifcation only and shall not he considered as a
complete list of all the required work.
-
*
3. Quantities of materials and earthwork used on the plans are for permit
purposes only. All bidding contractors are required to complete their OH
quantity take offs, and submit lump sum bids for all work unless swcific
unit prices are requested within the special provisions. 411 work
associated with sheet nine of the improvement plans (Impala Drive), shall
be broken out separately on the proposal form.
4. Addendu,m(a) No(s). \ hasfhave been received and isfare
included in this proposal.
\I
\
NOTE: Hytral liner system is not necessary using Leak-A-Lert
tank monitoring and Leak-"Rater" line monitoring system as
proposed.
,
Page 7
I3 id
Item # -
SERVICE STATION EQUIPMENT
3F-1 Comp!lete Service Station Equipment for the lump sum mount of
2keired Twenty F our Tho-d S /loo-
mctivcicost to Rid Item 3F-1 to relocate existing owner equipment ti
_I_ *T?zzzL-*
-\ 3F-2 new facility for the lump sum amount of
Five -0 DQUars $ 500.00
3F-3 OIJcost to Bid Item 3F-1 to install single piping and leak
detection in lieu of dual far the lump sum mount of
22100 DPllars
AlternativeLadZi3or deductive cost to bid Item 3F-1 to install
"Hytral" fuel liner system for the lump sum amount of
-2Lexcn~eY~~ed - and 00 Dous
e -'
-- $slssl.ao*
3 F-4
Circle one ( ADDITIVE or DEDUCTIVE 1
2 dYA QPJd@,@P
Md
,
Page 8
5. 411 bids are to be computed on a lump sum basis with separated unit prices
when requested, as indicated in this proposal. In case of a discrepancy
between words and figures, the words shall prevail.
6. The undersigned has checked carefully all of the above figures and
understads that the City will not be responsible for any errors or
omissions on the part of the undersigned in making up this bid.
7. 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 accanpanyinq this bid shall hecme
the property of the City of Carlsbad.
8. Contractors shall be licensed in accordance with the Statutes of the State
of California providing for the registration of Contractors.
9. The undersigned bidder hereby represents as follows:
a. That no Council Member, 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
b. 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.
IO. 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 th
provisions of that code, and agrees to canply with such provisions before
commencinq the performance of the work of this contract.
11. The undersigned is aware of the provisions of the State of California Laba
Code, Part 7, Chapter 1, Article 2 relative to the general prevailing rate
of waqes for each craft or type of worker needed to execute the contract
and agrees to comply with its provisions.
$>
Page 9
Accompanying this proposal is Bond
(Csh, Certified Check, Bond or Cashier's- for the exact dollar amount of ten percent (10%) of the total bid price.
the exact amount is not known at the time the bond is issued, the bidder's bot-
should read, as follows: "10% of the bid amount not to exceed $32500.00
dollars."
If
lhe number in the blank milst exceed ten percent of the bid amount.
LUBE-LIFT EOUIPMENT, INC. -- 202322 B 95-1929218 Bidder I s Name State License No. Employer I.D. Nc
- p.0. Box 22654 Bidder's Address Name Alice M. Platt, Secretary
Long Beach, CA. 90801-5654
(213) 636-1738 Phone No.
Corporation, Partnership)
List below names of President; Secretary; Treasurer; and Manqer, if a corporation, and names of all partners, if a partnership:
Ted Shank, President -
Geo. R. Hea.ps Exec. Vice President -
Alice M. Platt, Corp. Secretary
(PLEASE ATTACH NOTORIAL
ACKNOWLEDGEMENT OF -
EXECUTION BY ALL mLdy-w42'
PRINCIPALS. )
A
stJ-4R-m-m
(CORPORATE SEAL) a&'.@mmg{
* __ - __.-. - ------$"--
- r - --
$tote of Calrfornto
Countyof LO' kgeles ss
day of AuWSt in the year 19 85 before me persor
personolly known tc
(or proved to me on the basis of satisfactory evidence) to be the person whose nome IS subscrlbed to thus Instrument os
Attorney-In-Foct of- Fairmont insurance Company , and acknowledged to me that he subscrlbed the name of the soid
compony thereto os surety, and his own nome OS Attorney-in-Fact
On this __ 1st
appeared D. Donovan Gcetz
Attorney In FOCI
---t
I * 5.7::;T LAMEELL
,'Ly ,- -I
(Notary Public)' I
'mT*-A-m S-318 (10-83) t t 1 : B
7-- ___I__ _----
Bond No. SU ( .<
I Page 7
- --
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS:
That we '- Lube-Lif t Equipnt Inc . , as Principal
ity of Carlsbad, California, in the sum
e United St ates for the to be made, we bind ourselves, se presents.
, as Surety, are held
n Dollars
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH:
That if the proposal of the above-bounden principal for:
Supply various Hoist Equipnent
Contract No 3006
in the City of Carlsbad, is accepted by the City Council of said City, and if the above bounden Principal shall duly enter into and execute a contract including required bonds and insurance policies within twenty (20) days from the date of award of 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 sha not exonerate the Surety from its ob1 igations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this - 1st
day of August , 19 85
Corporate Seal (If Corporation) Lube-Lif t Eq+ment Inc . -
Pr 1 nc i pal
edgemend of execution by all PRINCIPALS a
SURETY must be attached.) Attorney in Fact)
-
I
_I - - -
.d FAIRMONT INSURANCE COMPANY
*' Burbank, California
POWER OF ATTORNEY
WOW ALL MEN BY THESE PRESENTS:
That FAIRMONT INSURANCE COMPANY, a California Corporation, does hereby make, constitute a1
appoint
D. DONOVAN GOETZ
OF BURBANK, CALIFORNI
as its true lawful Attorney(s)-in-Fact, with full power and authority, for and on behalf of the Company as surety, to execul
and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recognizances, consents (
surety or other written obligations in the nature therof, as follows:
Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nah
thereof,
and to bind FAIRMONT INSURANCE COMPANY thereby, and all of the acts of said Attomey(s)-in-Fa
pursuant to these presents, are hereby ratified and confirmed.
This appointment is made under and by authority of the following Bylaws of the Company, which Byla
are now in full force and effect:
ARTICLE IV. Section 13. ATTORNEYS-IN-FACT AND AGENTS. The chairman of the board, the president, the vice president, the chief financial officer, or the secretary of the corporation may appoint attornevs-in-fact or agents with power and authority, as defined or limited in their respective powers of attorne for and on behalf of the corporation to execute and deliver, and affix the seal of the Corporation thereto, bonds, und(e;rakings, recognizances, consents of surety or other written obligations in the nature thereof and an of said oficers may remove any such attorney-in-fact or agent and revoke the power and authority given to him or Ker.
ARTICLE IV. Section 14. AUTHORITY TO BIND. Any bond, undertaking, recognizance, consent of surety or written obligation in t e nature t ere0 s a va i an bindin u n the corporation when signed by the chairman of the board. the pre2ident. the !ice dreshi;;: th: :hietfinanciafoger. or the secretary of the corporation and duly attested and sealed. if a seal is re uired, by the secretary or assistant secretary. or shall be valid and binding upon the corporation when duly executed an% sealed, d a seal is required, by a duly authonzed attorney-in-fact or agent, pursuant to and within the limits of the authority granted by his or her power of attorney.
'
This power of attorney is signed and sealed by facsimile under and by the authority of the following Rex
tion adopted by the Board of Directors of FAIRMONT INSURANCE COMPANY at a meeting duly cal and held on the 4rd day of October, 1983:
RESOLVED that the signature of any officer authorized b the Bylaws, and the seal of the corporation, may be affixed by facsimile to any power of attorney or special power orattorney or certification of either given for the execution of any bond. undertakin , recognizance consent of surety or other written obligation in the nature thereof; such signature and seal, when 50 use$, being hereby adopted by the corporation as the on inal signature of such officer and the original seal of the corporation, to be valid and binding upon the corporation with %e same force and effect as though manually affixed.
IN WITNESS WHEREOF, FAIRMONT INSURANCE COMPANY has caused these presents to be si@
March of 1985 by its proper officer and its corporate seal to be hereunto affixed this 22nd day of
,,,&'t*fWy
4 gRMp% -* <0*Q4?$&3
3 4* .* z tf %, 4"'. ...... ** 48s "'**,, ,*,n I I 1,d'
3 $ 4 * ..e' ..**.***..**$ F., FAIRMONT INSURANCE COMPA
-e: [gP AIPk IO 'sq )w- BY
I 7 ,/ 7 LJ /L, 3bg %Zk'- 1970 fa:
Q CAt\F* + SigAum Henry F.
l'rintrd m U 5 A
*
Page 1
DESIGNATION OF SUBCONTRACTORS
The undersiqned certifies he/she has used the subbids of the followinq listed
Contractors in making up his/her bid and that the subcontractors listed will b
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
the City Engineer or the City of Carlsbad.
required for each subcontractor. Additional pages can be attached, if required :
The following information is
Work Company Name
Equipment Installation B & L Hydraulic Hoist Co.
Suwervuion Qf Per mapipe Install- - P e map i pe ..
ation.
--
-
-
-
-
5y. b& -. 92, S nature Ceorge R, rieaps; Exec. Vice P /
r'
Page 1
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a notarized or sealed statement of his/her financial responsibility. Either a current audited incane tax or profit/loss
statement .
It A c.&?eJ A*-> /
-
-- -
-
-
-
-*
(Notarize or Corporate Seal) ,d3weEBAlip swm To BEFORE w, -..:d.*av PfT w...*&.*** 85 *=
n.. &*,A.* mpuuc
L
~~~~~hnMrJlSaPMt & GlSaSO Accountancy Corporation \
INVESTMENT IN OUR0 HFG, 409 OCOO 00 -
TOTAL OTHER ASSETS 4O.OOOoOO
TOTAL ASSETS 11207s'
UNAUDITED - SEE ACCOUNTANTS COMPILATION REPORT
1
L
\ ~;~~;Z?LHw§OXZX &k GlZ?L§S Accountancy Corporation
605-058 LUBE-LIFT EQUIPMENT. INC-
6851 PARAMOUNT BLVOo
,' LONG BEACH. CA 90805
1)i .
INCOME STAT EN ENT PERIOD ENDING 3-31-85
--CURRENT PERIOD--- ---e YEAR-TO-DA
HO ENOEO 3-31-85 5 MOS ENOEO 3-3
AMOUNT PC T AMOUNT
INCOME
SALES 413.98~91- 9905 1,6229542-26-
OTHER INCOME 1.907 -27- -5 5.769009-
TOTAL INCOME 415.889. 18- 100.0 1,628,311 *35-
COST OF SALES 3129943023 75.2 193179608.88
TOTAL COST OF SALES 3 12.943 23 75.2 1 ,317,608.80
MARGIN 0'4 SALES 1029945o95- 24.8 310.702.47-
conn1 ss IONS
WESTERN 59921.99-
TOTAL COHH I S S IONS 5 9921.99-
GROSS PROFIT 102,945.95- 24-8 3 1 b v 6 24 o 46-
.SELLING EXPENSES
SALES SALARIES 159000- 00 3.6 729750 000
SALES CONXISSIONS 757.74 .2 5 v 3 18-06
WAREHOUSE EXPENSES 37.35 329-24
WAREHOUSE SALARIES 186.36- 4.s~a.67
AOVERTIS ING 886.04
2 9 420- 29 -6 129164.64
TRAVEL AYD SUBSISTENCE 29352-32 -6 8~554.35
SALES PROHDJlON 13.93 13-93
X I SCELL ANEOUS 4-77
T E L E P HON E 19859.98 *+ 9 926s-35
BAD DEBTS 2.276039 05 159622.76
FREIGHT-OUT 70 50- 952.45-
AUTO EXPENSES
TOTAL SELLING EXPENSES 249461.14 5.9 L28rSQSo36
AOHINISTRATIVE EXPENSES
OFFICE SALARIES 59 98 5- 00 1.4 319315-91
EHPLOYEE BENEFITS 2.636-39 -6 9.996.7k OFFICERS HEOiCAt EXPENSES 952.00
DEPRECIATION 3.749.00 09 181739.00
DUES E SUBSCRIPTIONS 151.50 7790 50
CONTRIBUTIONS 25.00
ENTERTAINHENT E PROMOTION 1.025oOO 02 4.06a-s~
POSTAGE 495 .OO INSURANCE 3g600-55 09 169640-75
BANK CHARGES 95000 INTEREST EXPENSE 59554.56 1.3 2 3 9709 75
LEGAL E ACCOUNTING 114OOoOO .3 5 9395 000
HI SCELLANEOUS 59.17
OFFICE suppiL r ES 280.06 .I 2.726.38
L
UNAUDITED - SEE ACCOUNTANTS COHPILATION REPORT
~;&lUtMlsCBMl & Ghi23 Accountancy Corporation ..
\
’ 605-U35 LUtlt-tilFT EPUIPHENT. INC-
6851 PARAMOUNT BLVD.
LONG BEACH. CA 90805
I *I
INCOHE STATENENT
L PERIOD ENOING 3-31-85
Y EAR-TO- 0 --C URR ENT PER I OD--- _u
5 HOS ENDED 3- MO ENDED 3-31-85
AMOUNT PC1 AMOUNT
OPERATi ONAL EXPENSES 189.67 540035-
ALARM E SECURITY 414000 -1 909095 REPAIRS C MAINTENANCE 627.96 02 lr918rl4 SHALL TOOLS 188.99 609098
TAXES & LICENSES 194.61 49463-08
PAYROLL TAXES 2.214053 05 11,962- 83
UT It IT I ES 56-66
RENT INCOME 1 p 5580 00- .G 8 p 569 00-
TOTAL ADMINI EXPENSES 26. ei4.132 6.4 125~808.30-
rNcoHE BEFORE TAXES 51.829.99- 12-5 62r270.80-
INCOME TAX EXPENSE 20,959.00 23,384.00
NET INCOME 30,870.99 38,886. BO
PROF I T PROF 1 T
UNAUOITEO - SEE ACCOUNTANTS COHPIlATlON REPORT
\-
*< .
Page 1
BIDDER'S STATEMENT OF
TECHNICAL ABILITY AND EXPERIENCE
The Bidder is required to state &at 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/he
responsibility, experience and skill. An attachment can be used if notarized 1
sealed .
Date Name and Phone No.
Contract Name and address of Person Amount o
3
(Notarize or
Corporate Seal 1
1
Paqe 1 CONTRACT
THIS AGREEMEIYT, made and entered into this day of 9 19- by and between the City of CarPsbad, California, a municipal corporation
(hereinafter called "City"), and WE-LIFT EQUIPMENT, INC.
( hereinafter cal led "Contract or" .I
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform all work specified irr the contract documents for : Contract PJO. 3006-3F-1 and Deductive Alternate No. 3006-3F-3
Service Station Equipmnt - Carlsbad Public Safety and Service Center
(hereinafter called "Droject")
2. Provisions of Labor and Materials. Contractor shall provide dl labor,
materials, tools, equipment and personnel to perform the work specified the contract documents .
3. Contract Documents. The contract documents consist of this contract; th
bid documents, including the notice to bidders , instructions to bidders contractors proposal; the plans and specifications and all proper
amendments and changes made thereto in accordance with this contract or
plans and specifications; and the bonds for the project; all of which ar
incorporated herein by this reference.
4. Payment. As full compensation for Contractors performance of work under
this contract, City shall make payment to Contractor per the terms outli
in the Notice Inviting Bids, Item 13. Contract amount Two Hundred For@
Three Thousand 'I'm Hundred Fifty Five and OO/lOO
Payment of undisputed contract amounts shall be contingent upon Contracl
furnishing City with a release of all claims against City arnd Construct Manager arising by virtue of this contract as it relates t;o those anouni
Extra compensation equal to 50 percent of the net savings may be paid tc
Contractor for cost reduction changes in the plans or specifications ma(
pursuant to a proposal by Contractor, The net savings shall be detenir
by City. No payment shall be made unless the change is approved by the
City.
$243,255.00
5. Independent Investigation. Contractor has made an independent
investigation of the jobsite, the soil conditions under the jobsite, an
all other conditions that miqht affect the progress of the rvork, and is
aware of those conditions. The contract price includes payment for all
work that may be done by Contractor in order to overccme unanticipated
underground conditions. 4ny information that may have been furnished t
Contractor by City about underground conditions or other job conditions
for Contractor's convenience only, and City does not warrant that the
conditions are as thus indicated. Contractor is satisfied will all jot
conditions, including underground conditions and has not relied on
information furnished by City.
,'
Page 15
6. Contractor Responsible for Unforeseen Conditions. Contractor shall be
responsible for all loss or damaqe arising out of the nature of the work o
fran the action of the elements or from any unforeseen difficulties hich
may arise or be encountered in the prosecution of the work until its
acceptance by the City. Contractor shall also be responsible for expenses
incurredl in the suspension or discontinuance of the work. However,
contractor shall not be responsible for reasonable delays in the canpletic
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 contract!
order changes, modifications 9 deletions and extra work by issuance of
written change orders. Contractor shall make no change in the work withot
the issuance of a written change order, and Contractor shall not be
entitled to canpensation for any extra work performed unless the City has
issued a written change order designating in advance the mount of
additional cnpensation to be paid for the work. If a change order deletc
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 th work shall nevertheless proceed and the amount shall be determined by
arbitration or litigation. The only person authorized to order chanqes o
extra work is the City Engineer. However, no change or extra work order
excess of $5,000.00 shall 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 qeneral prevailing rates of per diem
wages for each craft or type of worker needed to execute the contract and
schedule containing such information is in the City Clerk's office and is incorporated by reference herein. Pursuant to Labor Code Section 1774
contractor shall pay prevailing wages. Contractor shall post copies of i
applicable prevailing wages on the job site.
9. Indemnity. Contractor shall indemnify, hold harmless and defend the
Construction Manager and the City and its officers and employees, and ex
of them, from any and all liability or loss resulting from any suit, claj or other action brought against the City, or for any other losses of
whatever nature, directly or indirectly arising from the acts of Contract
or its officers, employees or agents done in the construction of this
project or in the performance of this contract regardless of responsibili
for negligence,
including attorneys fees, of litigation, arbitration or other dispute resolution method. Nothing in this paragraph shall require contractor tc
indemnify City for losses caused by the active negligence of City.
The expenses of defense include all costs and expenses,
10. Contractor shall provide Certificates of Insurance evidencing coverage ii
amounts not less than the following:
I'
Page It
Cover age Combined Single Limit!
Autcunobi le Li abi 1 i ty $ 500,000 General Liability 500,000
Pr od uc t s / Com ple t ed 0 pe rat io ns 500,000
El la like t Co ntr ac tur a1 5O0,OOO
Contractor' s Protective 500,000 Personal Injury 500,000
Excess Liability 500,000
0 t her
--
Contractor may be required to increase the limits of liability insurance the size and nature of the project require excess coverage.
Contractor shall cause the City and Construction Manager to be named as a
additional insured on all policies concerning the subject matter or
performance of this contract.
11. Workers Corn ensation. Contractor shall comply with the requirements of Section + 37 0 of the California Labor Code. Contractor shall also assume
the defense and indemnify and save harmless the City and Construction
Manager and its officers and employees from all claims, loss, damage,
injury and liability of every kind, nature and description brought by any
person employed or used by Contractor to perform any work under this
contact regardless of responsibility for negligence.
12. Proof of Insurance. Contractor shall submit to the City through the
Construction Manager, certification of the policies mentioned in Paragraf
10 and 11 or proof of workers' compensation self insurance prior to the
start of any work pursuant to this contract. Certificates of insurance
shall provide that the insurance will not be cancelled until the expirat
of at least thirty (30) days after written notice of such cancellation h,
been qiven to the City.
13. Arbitration. _.__ Any controversy or claim in any amount up to $100,000 aris.
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 l
California court having jurisdiction thereof. The award of the
arbitrator(s) shal-1 be supported by law and substantial evidence as
provided by the California Code of Civil Procedure, Section 1296.
14. Maintenance of Records. Contractor shall maintain and make available to
the City, upon request, records in accordance with Sections 1776 and 181
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
business as specified above, Contractor shall so inform the City by
certified letter accanpanying the return of this contract. Contractor shall notify the City by certified mail of any change of address of such
records.
kt
\
Page 1;
15. Labor Code Provisions: The provisions of Part 7, Chapter 1 cmmencing wii
section 1720 of the California Labor Code are incorporated herein by
reference.
Security.
'-1;propriate securities may be substituted for any monies withheld b:
City to secure performance of this contract or any obligation established by this contract.
16. Pursuant to the requirements of law (Coverment Code Section
17. Additional Provisions. Any additional provisions of this agreement are st
forth in the "General Provisions" or "Special Provisons" attached hereto
and made a part hereof.
Lube-Lift Equipment, Inc.
Contractor
(Notarial acknowledgement of
execution by ALL PRINCIPALS
must be attached.)
P.O. Box 22654, Long Beach, CA. 5
6851 Paramount Blvd. Long Beach,
Contractor's Principal Place of Rusines
Contractor's Certification of Awarenes
"I am 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
will comply with such provisions before canmencing the performance of the worl
of this contract .'I
Lube-Lift Equipment, Inc.
Contractor
-*
Page 1
LABOR AND MATERIAL BOND Bond No: FB 009309
KNOW 4LL PERSOFIS BY THESE PRESfBTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, by adopted August 13, 1985 , has awarded Resolution tlo. 8134 DE-LIFT EOUIPMENT, INC. , hereinafter designa
as the "Principal", a contract for:
Contract No. 3006-3F-1 and Deductive Alternate No. 3006-3F-3
Service Station Wpmt - Carlsbad Public Safety and Service Center
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, provid . ' that if said Principal or any of his/her or its subcontractors shall fall to
for any materials, provisions, provender or other supplies or teams used in,
upon for or about the Frformance of the work agreed to be done, or for any \ or labor done thereon of any kind, the Surety on this bond will pay the same
the extent hereinafter set forth.
NOW, THEREFI~RE, WE, 7 Lube-Lift Equip rent, Inc. as Principal, hereinafter designated as the "Contractor", and
_c_ Fabnt Insurance Conpany
as Surety, are held and firmly bound unto he ity of Carlsbad, in the sum 01
said sum being equal to 50 percent (5%) of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successor
and assigns; for kich 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 09LICATIOH IS SUCH that if Frson or his/her
subcontractors fail to pay for any materials, provisions, provender or other supplies, or teams used in, uoon, for, or about the performance of the work
contracted to be done,-or for any other work or labor thereon of any kind, o
for amounts due under the Unemployment Insurance Code with respect to such H or labor, that the Surety or Sureties will pay for the same, in an amount nc
exceeding the sum specified in the bond, and also, in case suit is brouqht L
the bond, a reasonable attorney's fee, to be fixed by the court, as required
the provisions of Section 4202 of the Goverrment Code of the State of
California u
_L
One hundred twenty one mousand six hundred twen ' $V'.&kn Do 1 lars ( $121,627 50 -
w
'8
-I
6-
Page 19
This bond shall insure to the benefit of any and all persons, cmpanies 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 that any Contractor above named executed this bond as an
individual, i.t 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 an 19 85 . Surety above named on the --- 9th day of *Pt&r '-
--Lift Equipment, Inc.
(Notarize or Corporate I__ Seal for Each Signer) Contractor
1
I
1 Attorney IndFact
:+ executed 4 copies
Surety -1
State of California
Countyof Las Pweles - ss
85 in the year 19 - before me pe
appeared ~ personally knoa
(Or proved t0 me On the basts of satisfactory evidence) to be the person whose nome is subscribed to this instrumen
*ttorneY-ln-Fact of- Falrmont Insurance Company , and ocknowledged to me that he.subscrfbed the name of the said
company thereto a
Septemkr -day of 9th On this
Le t! *=
Attorney In Foct
\-Ao///&- L. ,-! A,<, r, &??d ,. p4
(Notary Public)
S-318 110-83)
FAIRMONT INSURANCE COMPANY
Burbank, California
POWER OF ATTORNEY
KNOW ALL MEN BY I'tiESE PRESENTS:
That FAIRMOWr INSURANCE COMPANY, a California Corporation, does hereby make, constitute
appoint
Arthur J. Clewnt Jr.
asits true lawful Attorney(s')-in-Fact, with full power and authority, for and on behalf of the Company as surety, to exe,
and deliver and affix the seal of the Company thereto, if a seal isrequired, bonds, undertakings, recognizances, consen
surety or other written obligations in the nature therof, as follows:
Any and all bonds, underthgs, recognizances, consents of surety or other written obligations in the n'
thereof,
and to bind FAIRh4ON-T INSURANCE COMPANY thereby, and all of the acts of said Attomey(s)-in-
pursuant to these presents, are hereby ratified and confirmed.
This appointment is made under and by authority of the following Bylaws of the Company, which Bj
are now in full :force and effect:
ARTICLE IV, Section '13. ATTORNEYS-IN-FACT AND AGENTS. The chairman of the board, the president, the vice president, the chiPffinalncial officer, or the secretary of thFomon may appoint attomevs-in-fact or agents with power and authority, as defined or limited in their respective powers of attorne , for and on behalf of the corporation to execute and deliver, and affix the seal of the Corporation thereto, bonds, undiertakings. recognizances, consents of surety or other written obligations in the nature thereof and an of said oficers may remove any such attorney-in-fact or agent and revoke the power and authority given to him or ier.
ARTICLE IV, Section '14 AUTHORITY TO BIND. Any bond, undertaking, recognizance, consent of surety or written obligation in theGeXs a valTdand bindin u on the corporation when signed by the chairman of the board, the president, the vice pr2ii;: the chief financia?ok)lcer. or the secretan' of the corporation and duly attested and sealed. if a seal is re uired. by the secretary or assistant secretary, or shall be valid and binding upon the corporation when duly executed an2 sealed. if a seal IS required. by a duly authorized attorney-in-fact or agent, pursuant to and within the limits of the authority granted by his or her power of attorney.
This power of attorney is signed and sealed by facsimile under and by the authority of the following Re
tion adopted by the Bosard of Directors of FAIRMOh? INSURANCE COMPANY at a meeting duly c
and held on the 4rd day of October, 1983:
RESOLVED that the signature of any officer authorized bv the Bylaws, and the seal of the corporation, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond. uridertakiny. recognizance consent of surety or other written obligation in the nature thereof; such signature and seal, when so used, being hereby adopted by the corporation as the on inal signature of such officer and the original seal of the corporation. to be valid and binding upon the corporation with %e same force and effect as though manually affixed
IN WITNESS WHEREOF, FAIRMONT INSURANCE COMPANY has caused these presents to be si
March of 19E
i
by its proper officer and its corporate seal to be hereunto affixed this 22nd day of
,t,*4' '"'',*e,
9 sVRhF/ps
64.; 0 5
jz: APR. :LO ;PE %ay r, 2:. 1970 fe:
E\ FAIRMONT INSURANCE COMP * ($ ..**.*.,).. J.$ :.';paPQ&,p. p J
*O.+?
3 w'.,, ..*a k.2
4+++ 8 ri'. ......* 0..
%,,,, CA L \ f ,;,I"'
:gz BY /LA?dAL -a; : Signature T!cnry r. Wright, *# - r~r~~t~~~~~(
Prlntrd In U 5 A
ST>'f? (7fP<)
,
State of California
County of Los Angeles
}m
, personally known to me, was by me duly sworn, and did depose and say: 11 Henry F. Wright
heishe resides in the State of California; that helshe is the duly elected
FAIRMONT INSURANCE COMPANY, the corporation described in and which executed the above inst
ment; that helshe knows the seal of said corporation; that the seal affixed to said instrument is such c
porate seal; that it was so affixed by authority of hislher office under the Bylaws of said corporation, a
that heishe signed hisiher name thereto by like authority.
Subscribed arid sworn to me this 22nd day of 14arch , 1985
Vice President
Notary Public in and
for said County and State.
CERTIFICATION
of FAIRMOI
INSURANCE COMPANY, certify that the foregoing power of attorney and the above quoted Sections
and 14. of Article IV of the Bylaws have not been abridged or revoked and are now in full force and effe
As s i st ant Se c re tar y I, Trude A. Tsujirmto , the
Signed and Sealed at Burbank, California, this 9th day of Septer I 19 8:
ItUttlh, &5R&@% *'"-e, & \
/$$*;a 03 0 @4$. c %$
$ cy'.. /%8
% CAL\F.V*
et x- APR. 10 1%:
%, @*% ...... 8-
iz'. $970 *g$
''*e,,n ,, 11 &'
originated by: mte of Origin:
Surety Manager
93.
County of Los Angeles 1 State of California
Henry F. Wright _, personally known to me, was by me duly sworn, and did depose and say: th heishe resides in the State of California; that helshe is the duly elected Vice President
FAIRMONT INSURANCE. COMPANY, the corporation described in and which executed the above instr
ment; that he.'she knows the seal of said corporation; that the seal affixed to said instrument is such cc
porate seal; that it was so affixed by authority of hisiher office under the Bylaws of said corporation, ai
that heishe signed hisiher name thereto by like authority.
Subscribed arid sworn to me this 22nd day of :larch , 1985
NOTARY PIJULIC -CALIFORNIA
PRINCIPAL OFFICE IN
U?S ANGEIIS COUNTY
Notary Public in and
for said County and State.
C E RT I F I CAT1 0 N
of FAIRMOl
INSURANCE COMPANY, certify that the foregoing power of attorney and the above quoted Sections
and 14. of Article IV of the Bylaws have not been abridged or revoked and are now in full force and effe
/ l9 85
Assistant Secretary I, Trude A. Tsu-jhto , the
Signed and Sealed at Burbank, California, this 9th day of Septmr
&td""'k~
~$/*;$wQ4,,'** 4>!2$$%. c
"63.0'5 r* APR. IID j%$
-A* 1970 ;s: i"-:
3 %%qAiy;* *'. / t$ii v
"*rc IC(), , ,w@
originated by: Date of Oriqin:
Sureicy Manager
i
" i
Page 2
Prem. AI& : $2,189.00
PERFORMANCE BOND Bond No: FB 009309
KNOW ALL PERSONS E3Y THESE PRESENTS:
\YHEREAS, the City Council of the City of Carlsbad, State of California, by
Resolution No. 8134 adopted -13,1985,
as the "Principal", a contract for:
Contract No. 3006-3F-1 and Deductive Alternate No. 3006-3F-3
Service Station Elpiprent - Carlsbad Public Safety and Service Center
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 performanr
of said contract;
NOW, TliEREFORE, WE, Lube-Lift Equiprent, Inc.
as Principal, hereinafter designated as the "Contractor", and
as Surety, are held and firmly bound unto the&C&.l@ Carlsbad, in the sum of
said sum being equal to 100 percent (100%) of the estimated mount of the
contract, to be paid to the said City or its certain attorney, its successors
and assigns; for nhich 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
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 respect
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 nu11 and void; otherwise it shall remain ir
full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no
change, extension of time, alteration or addition to the terms of the contra
or to the work to be performed thereunder or t4e specifications accanpanying
same shall affect its obligations on this bond, and it does hereby waive not:
of any change, extension of time, alterations or addition to the terms of thf
contractor lor to the work or to the specifications.
, has awarded - USBE-LIFT EQUIE3NT, INC. , hereinafter designat
FaFnrunt Insurance Campany
Tb~o hundred forty three thousand two hundred fifty five - Dollars ($23,255.00
# - * *
Page 21
In the event that my Contractor above named executed this bond as an
individual, it is agreed that the death of any such Contractor shall not
exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor an
Surety above named on the 9th day of - September 7 19 85
Lube-Lift Equipment, Inc.
(Notarize or Corporate
Seal for Each Signer) Contractor
I
5ur e ty
executed 4 topi-es
State of Calrfornia
County of ~0s ACEIS~~S - 5s
September 35 __day of in the year 19 - before me pei
oppeared ____~ personally know
(or proved to me on the bows of satisfactory evidence) to be the person whose name IS subscribed to this instrumen
Attorney-in-Fact of- Fairmont Insurance Company , and acknowledged to me that he subscribed the name of the said
company thereto a
9th On this ____
rn Rr:xy 9. g;@mf%+-$, Jy,
Attorney In-Focl
&LL J/ r<T 75 fl/257f f22f ,/
(Notary Public) '
S-318 (10-83)
I FAIRMONT INSURANCE COMPANY
Burbank, California
POWER OF ATTORNEY
\
KNOW ALL M€N BY THESE PRESENTS
That FAIRMONT INSURANCE COMPANY, a California Corporation, does hereby make, constitute
appoint
Arthur J. Clemnt Jr.
as its true lawful Attorney(s3-in-Fact, with full power and authority, for and on behalf of the Company as surety, to exe
and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recognizances, consen
surety or other written obligations in the nature therof, as follows:
Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the n
thereof,
and to bind FAIiRMONT INSURANCE COMPANY thereby, and all of the acts of said Attorney(s)-in
pursuant to these presents, are hereby ratified and confirmed.
This appointment is made under and by authority of the following Bylaws of the Company, which B;
are now in full force and effect:
! ARTICLE IV, Section 13. ATTORNEYS-IN-FACT AND AGEhTS. The chairman of the board, the president, the vice president, the c7iie7fancia o icer, or t e secretary o t e corporation may appoint attorne s in fact or agents with power and authorky, as defined or'litited in tkeir respectiv; ,",we,, of attorne for and on beharf of the corporation to execute and deliver,' and affix the seal of the Corporation thereto, bonds, undie;rakings, recognizances, consents of surety or other written obligations in the nature thereof and an of said oficers may remove any such attorney-in-fact or agent and revoke the power and authority given to him or xer.
ARTICLE IV, Section 14 AUTHORIIY TO BISD. Any bond, undertaking, recognizance, consent of surety or written obligation in the?EEofs a va7Tm bindin u on the corporation when signed by the chairman of the board, the president, the vice pre2idt.Z the chief financia8offcer. or the secreta? of the corporation and duly attested and sealed, if a seal is re uired. by the secreta? or assistant secretary, or shall be valid and binding upon the corporation when duly executed an% sealed, if a seal is required, by a duly authorized attorney-in-fact or agent, pursuant to and within the limits of the authority granted by his or her power of attorney.
This power of attorney is signed and sealed by facsimile under and by the authority of the following RI
tion adopted by the Board of Directors of FAIRMONT INSURANCE COMPANY at a meeting duly
and held on the 4rd day of October, 1983:
RESOLVED that the :,ignature of any officer authorized b the Bylaws, and the seal of the corporation, may be affixec by facsimile to any power of attorney or special power of attorney or certification of either given for the execution 08 any bond, undertakin , recognizance consent of surety or other written obligation in the nature thereof; such signaturc and seal, when so use% being hereby adopted by the corporation as the on inal signature of such officer and the origina
affixed.
(.
\ seal of the corporafiorr, to be valid and binding upon the corporation with 3l t e same force and effect as though manual11
IN WITNESS WHElREOF, FAIRMONT INSURANCE COMPANY has caused these presents to be s
March of 19 by its proper officer and its corporate seal to be hereunto affixed this 22nd day of
<,,,+4 """-u,
FAIRMONT INSURANCE COMl #q@!!!!$;p% #$ ;*;plL+. c 3.. iio! 6 6 *::% :
= 5, %,, w':. ~......a~V' **8 4 kz +e
BY -e: jt; APR. Io (-J=
I a5 !Z'- 1970 i es
"&,, CA L \F - ,."
,/' /LJT LJL
Sigdture Flenry F. -4'rt 1, ,,,I, ,w~" <
Printrd an U 5 A
CT?A*? I7 /OK\
State of California
County of Los Angeles
}%3.
Henry F. Wright , personally known to me, was by me duly sworn, and did depose and say: tf
heishe resides in the State of California; that helshe is the duly elected Vice President
FAIRMONT INSURANCE COMPANY, the corporation described in and which executed the above insti
ment; that helshe knows the seal of said corporation; that the seal affixed to said instrument is such cc
porate seal; that it was so affixed by authority of hisiher office under the Bylaws of said corporation, ai
that heishe signed hislher name thereto by like authority.
Subscribed arid sworn to me this 22nd day of March , 1985
Notary Public in and
for said County and State.
CE RTI FIC AT1 0 N
of FAIRMOP INSURANCE COMPANY, certify that the foregoing power of attorney and the above quoted Sections 1
and 14. of Article IV of the Bylaws have not been abridged or revoked and are now in full force and effec
, 19 E
I, Trude A. Tsujkto , the Assistant Secretary
9th day of Septmr Signed and Sealed at Burbank, California, this
iiwrr,, /GRAElr'.. \+*-.* 6 %
&/*$9Q4$* 010 e 5 f
-0ct APR. 10 i%i 82: 1970 i$g
%, CALlf %' % A* / *8 %, 4%- ...... **
**-,tl,,,,*d
Originated by: Date of Origin:
Surety Manager
State of California
County of Los Angeles
}...
Henry F. Wright , personally known to me, was by me duly sworn, and did depose and say: th
he:she resides in the State of California; that helshe is the duly elected I
FAIRXIONT INSURANCE COMPANY, the corporation described in and which executed the above instrl
ment; that heishe knows the seal of said corporation; that the seal affixed to said instrument is such co
porate seal; that it was so affixed by authority of hisiher office under the Bylaws of said corporation, ar
that heishe signed hisiher name thereto by like authority.
Subscribed arid sworn to me this 22nd day of itarch , 1985
Vice President
Notary Public in and
for said County and State.
CE RT I F I CAT1 0 N
of FAIRMOh
INSURANCE COMPANY. certify that the foregoing power of attorney and the above quoted Sections 1
and 14. of Article I'V of the Bylaws have not been abridged or revoked and are now in full force and effec
Assistant Secretary I, Trude A. Tsujinu>to -I the
, 19 8 9th day of September Signed and Sealed at Burbank, California, this
rtwo**, /&A@% \$ ...- h** & \
p,-$pQJ4)2. '801 c 0 i a
755: =! APR. 101 @
*&* 1970 it$ ' % 4. /s
s,, C&\F ?.*' *%tQ (, , * ,CCL'"'
%, 4"'- ...... 0-
Ogiqinated by : Date of OricJin:
Surety Manager
Page 2
GENERAL PROVISIONS
1. PLANS AND SPECIFICATIONS -
The specifications for the work shall consist of the latest edition of th Standard Specifications for Public Works Construction hereinafter
designated SSPWC, as issued by the Southern Chapters of the American Pub1
Works Association, the City of Carlsbad supplement to the SSPYC, the
Contract documents and the General and Special Provisions attached
thereto .
The Construction Plans consist of 15 sheet(s). The standard drawings
utilized for this project are the San Diecro Area Regional Standard
Drawings, hereinafter designated SDRS, as issued by the San Diego County
Department of? Transportation, together with the City of Carlsbad
Supplemental Standard Drawings. Copies of pertinent standard drawings ar
enclosed with these documents. A detailed list of the plans and
specifications are attached hereto and made a part hereof.
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 ccmplete the project
work as shown on the project plans and as specified in the specification:
3. DEFINITIONS AND INTENT
A. Architect:
The word "Engineer" shall mean the architect or his approved
representative.
R. Construction Manager:
The word "Construction Manager" shall qean Koll Construction Company
C. Referencle to Drawings:
Where words "shown", "indicated", "detailed", "noted", "scheduled" o
words of similar import are used, it shall be understood that refere
is made to the plans accompanying these provisions unless stated
otherwise.
Diir ec t ions :
Where words fldirected", designated", "selected" or words of similar
import are used, it shall be understood that the direction, designat
or selection of the Construction Manager is intended unless stated
otherwise. The word "required" and words of similar import shall be
understood to mean "as required to properly ccmplete the work as
required and as approved by the Construction Manager" unless stated
otherwise.
D .
Page 23
E) Equals and Approvals:
Where the words "equal", "approved equal", "equivalentff and such words
of similar import are used, it shall be understood such words are
followed hly the expression "in the opinion of the Architect" unless
other wise stated . "acceptance", or words of similar import are used, it shall be
understood that the approval, acceptance, or similar import of the
Architect is intended.
Where the words "approved" , I' appr oval",
F) Perform arid Provide:
The word tfperformlf shall be understood to mean that the Contractor, at
herlhis expense, shall perform all operations, labor, tools and
equipqent, and further, including the furnishing and installing of
materials that are indicated, specified, or required to mean that the
Contractor, at herlhis expense, shall furnish and install the work,
complete .in place and ready t.o use, including furnishing of necessary
labor, materials, tools equipment and transportation.
4. CODES AND STANDARDS --
StandarQ 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
The Contractor shall provide Consruction Manager with a Construction
Schedule indicating work activities and length of time required for each
activity. The Contractor shall review with the Construction Manager
monthly the Construction Schedule to insure completion of the whole or ar
part of the work.
The Contractor shall begin work after being duly qotified by an issuance
a "Notice to Proceed" and shall diligently prosecute the work to complet.
in connection with the construction schedule as approved by the Construction Manager.
6. NONCONFORMING WORK --
The Contractor shall remove and replace any work not conforming to the
plans or specifications upon written order by the Construction Manager.
Any cost caused by reason of this nonconforming work shall be borne by t
C o nt r actor .
,,.
z
Page 2!
7. GUARANTEE -
All worl; shall be guaranteed for one year after the filing of a "Notice ol
Completion" and any faulty work or materials discovered during the
guarantee period shall he repaired or replaced by the Contractor.
8. MANUFACTURER I 5 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
Cons truet ion Manager.
9. INTERNAL COMBUSTION ENGINES
All internal combustion engines used in the construction shall be equippe
with mufflers in good repair when in use on the project with special
attention to Carlsbad Municipal Code, Chapter 8.48.
IO. 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 he
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.
11. PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to be insertec
in this contract shall be deemed to be inserted herein and the contract
shall be read1 and enforced as though it were included herein, and if,
through mistake or otherwlse, any such provision is not inserted, or is r
correctly inserted, then upon application of either party the contract
shall forthwith be physically amended to make such insertion or cor r ec t io n .
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
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 decis
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.
\
*+
1'.
Page 25
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 (nay of fer 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
herlhis own expense, shall have the proposed substitute, material,
apparatus, equipment or process tested as to its quality and strength, it:
physical, chemical or other characteristics, and its durability, finish, o
efficiency, by a testing laboratory as selected by t4e City. If the
substitute offered is not deemed to be equal to that so indicated or
specified, then the Contractor shall furnish, erect, or install the
material, apparatus, equipment or process indicated or specified. Such
substitution of proposals shall he made prior to beginning of construction
if possible, but in no case less than ten (10) days prior to actual
installation. Substitution shall also include a statement of credit to be
issued .
14. RECORD DRAWING'S -
The Contractor shall provide and keep up to date a complete "as-built"
record set of plans, which shall be corrected daily and show every change
from the original drawings and specifications and the exact "as-built"
locations, sizes and kinds of equipment, underground piping, valves, and
all other work not visible at surface grade. Prints for this purpose may
be obtained from the Architect at cost. This set of drawings shall be kept
on the job and shall be used only as a record set. Upon completion of the work, and prior to release of retention, the Contractor shall transpose a1
"as-built" information on to a set of reproducible sepias. Drawings shall
be drafted in a professional manner and shall locate by dimension and
elevation all concealed work, and changes in manufacturer information.
"4s-builts" for the sitework (bid package number 1) shall be prepared by the engineer of record.
15. PERMITS
The general construction, electrical and plumbing permits will be issued b:
the City of Carlsbad at no charge to the Contractor. The Contractor is
responsible for all other required licenses and fees.
I.
Page 26
16. QUANTITIES - IN THE SCHEDULE
The City reserves and shall have the right, vhen confronted with
unpredicted conditions, unforeseen events, or emergencies, to increase or
decrease the (quantities of work to be performed under a scheduled unit
price item or to entirely omit the performance thereof, and upon the
decision of the City to do so, the Construction Manager will direct the
Contractor to proceed with the said work as so modified.
the quantity (of work so ordered should result in a delay to the work, the
Contractor will be given an equivalent extension of time.
If an increase .
17. SAFETY dk PROTECTION OF WORMERS 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 her
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.
18. SURVEYING -
Column control lines, offset outside the perimeter of the building, and 2
vertical control (benchmark) will be furnished by others. Contractors
shall performi their own engineering (survey staking) including elevations as required.
Survey staking for the sitework (bid package number 1) shall be provided
the City. Rough grade stakes at 50'-0" centers minimum to or toe-of-slq as required, surface and underground improvements at 25 t-Ot' to 50'-0"
centers including critical points with offsets, and blue tops for buildii
and facility pads.
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 Abbreviation
American Soc.iety for Testing Materials AS TM
U . S . Government Fed. Spec.
National Board of Fire Underwriters NBFU
American Institute of Steel Construction AI SC
American Staindards Association ASA
Underwriters Laboratories, Inc. IJL
19.
afii&P~&wEoRE r€mmPf;%t iw@ard s Kt1
..
Page 2
20. STORAGE
Space for storage and temporary buildings will be allocated by the
Construction Manager as job conditions permit. Temporary offices or shed
shall be constructed of fire resistant materials. Material and layout mu
be approved hly the Construction Manager prior to installation.
21. TESTING AND INSPECTION
Testing and inspection shall be as required by the Specifications. The
Contractor shlall be required to cooperate fully with the inspecting aqenc during inspections at a fabricating plant and/or on the jobsite and shall
provide ladders , platforms, scaffolds and/or safe accessibility to the wc
for such inspections and/or tests.
22. SCAFFOLDING AND HOISTING
The price shall include all costs for the following:
a. Scaffolding and shoring required for the Contractor's work.
b. Hoisting required for the Contractor's work.
23. CLEAN UP
The Contractor shall keep the premises free at all times from all waste
materials, packaging materials and other rubbish accumulated in connectic
with the execution of the work by collecting and depositing said material
and rubbish fn locations or containers as designated by the Construction
Manager.
24. TEMPORARY FACILITIES
Temporary toJ.let facilities and drinking water for the use of all trades
will be provided.
25. FORCE REPORTS --
Force reports indicating trade and personnel per trade shall be submittec
to the Construction Manager daily. A brief description of work performec
shall be included.
26. ELECTRICAL POWER --
Electrical power will be provided in the building for the use of the
Contractor for special lighting and operation of small tools only. Powe
will be single phase at 208 volts or 240, and 120 volts. It is the
Contactor's responsibility to provide extension cords and/or wiring fran
central distribution points. Power will not be provided for high voltag
or heavy amperage type equipment such as welding machines and any specia
power requirements shall be provided and paid for by the Contractor.
I .\ .
. -.
Page 26
27. BACKFILL. AND COMPACTION
Eackfillr and compaction of trenches shall be in conformance with the 1979 edition of "Standard Specifications for Public Works Construction". Backfill1 material shall be approved by the soils engineer. Contractors shall pav all costs for retesting required as the result of density test failures due to improper compaction. Backfilling of trenches and excavations shall not he undertaken until required tests and inspections have heen canpleted, "as-huilt" location notes have been verified, and authority to start the backfill has been wanted by the inspector and
super intendent .
- *,’ 4
I.
Page 29
CERTIFICATION OF COMPLIANCE
I hereby certify that - Lube-Lift Equipment, Inc.
in performing under the contract awarded by the City of Carlsbad, vi11 comply
with the County of San Diego Affirmative Action Program adopted by the Board of Supervisors, including all current amendments.
Legal Name of Contractor
- 9Ld /45/
Date
(NOTARIZE OR CORPOFlATE SEAL)
(Notorial acknowledgement of execution by all principals must be attached).
b
*i
6-
. tc
Page 30
SPECIAL PROVISIONS/SPECIFICATIONS
Building construction shall commence approximately August, 1985. Project
completion is anticipated for the third quarter of 1986. All underground pipit-
shall be completed as soon as possible to facilitate asphalt paving operation t
year end. time frames within their bids.
Service Station Equipment - Rid Item 3F
All contractors should incorporate all costs associated with these
1. Bidding Contractors shall Burnish and install all equipment specified on
sheets EQ-1 and EQ-2 with exception of items noted otherwise (N.I.C. and
move), and the: following:
a. #I380 - Locker
b. f3840 - Washer, Vehicle, 2 Brush c. #I3920 - Water Reclamation System d. #9820 - Shower, Drench, Eye Wash
2. Contractors shall provide and install the following:
a. 1,000 gallon engine oil tank and 2,000 gallon waste oil tank includinc
all piping, reservior tanks (leak detection system), control panels a alarms.
b. Reel. banks including all necessary piping, compatible sized pumps, an
shut: off valves to isolate each bank. Include chassis grease reel
banks.
c. Window washing solution piping and dispenser canplete.
d. Compressors for maintenance building and wash/fuel facilities includi
piping. Alternates to "Quincy" model are acceptable as long as basic
specifications are met. Special patent features inherent to any
specific compressor will not be a determining factor.
e. Wal'king beam (#I5010) for hydraulic jacks (fI5510). I--(
f. All recessed pits and concrete jack bases shall be included. Referer
details 29, 30/S-10. Excavation, drilling, forms, rebar and concretc
are a part of this bid package. Coordinate future slab and rebar tic
with other Contractors. Provide and install all hydraulic jacks and
lifts.
.. H
g. Fuel island complete including piping (2"), tanks, dispensers, water
and air reel banks, complete leak detection system with alarms, and
fuel recording system. Actual fuel island shall also be included.
Refer to detail 5, sheet A-60.
t .(
'I* *'"
, ,I L
Page 3
3. Water service to fuel island reel banks shall be installed per Item 27 -
Addendum No. 1 (Bid Package No. 3) dated April 26, 1985. aackflow device
is N.I.C. Balance of water piping including industrial water to reel ban
within Maintenance Facility shall be provided by the plumbing contractor
(Creates San Iliego Plumbing). Coordinate watnr connections with equipmen
supplied and installed under this package.
4. Contractors shall secure all permits and include all associated costs
necessary to construct proposed facilities and obtain approval from all
governing agencies.
5. Corodinate installation of all tank risers and lids with Concrete
Contractor. Concrete apron around fuel island, and adjacent to Maintenan
Building shall be installed hy others.
6. Provide and install pipe identification per section 15400 of the
specifications.
7. Provide and install all electrical connections and equipment for the fuel
island per ellectrical plan sheet E-19. All work indicated on the partial
site plan shall be included with the exception of panel "EPA". Terminate
conduit and wire from motor starters, relays, etc. at panel IFPA" for fin
connection by Electrical Contractor. Remaining electrical work shown on
this sheet shall be completed with bid package 3E (Electrical). Contract
shall review electrical specifications division 16, and coordinate
ins tal lations with Electrical Contractor.
8. Include cost to move existing owner equipnent (designated on sheet EQ-I),
to new facility and install. Travel distance approximately five (5) mile
one way.
9. Special attention is directed to Addendum No. 1 (Bid Package No. 3) dated
April 26, 1985, items no. 1, 3, 18 and 28.
a. Modify Item 111 as follows - All bidders are responsible for current -- wage rate determinations at time of bid. Once established, said waqe rate is usually fixed for the duration of the project. Within variou
trade catagories, new wage determinations have been established for
work which will extend beyond the current expiration date. In specia
cases, the new rate may be rTuired payment and should be incorporate
in contracts entered into now. Any question concerning prevailing wa
rates should be directed to the Division of Labor Statistics and
Research (415) 557-0561.
b. Modify Item 1/18 as follows - Pump, submersible, size shall he 1 1/2
H.P. in lieu of 3 H.P,
tl
1. ', * i
, ,I .
Page 3,
10. The folllowing items specified within the plans and specifications shall bc
modifiecl as follows:
a. Delete coincrete pads and holddown straps for all underground tanks
L-i y 439- GLG- 2 I
unless required by governing agencies for approval. Bedding material
shal.1 be installed per manufacturer recommendations.
5. Fuel. dispensers shall consist of compatible type units with similar
accessories. Dispensers shall be dual type with swing arm and
retractable hose extenders. Locate one (1) each dual unleaded .- ' dispenser at each end of fuel island, and one (1) dual diesel unit in
the middle. alternate. Dispensers shall be equipped for connection to fuel
record ing sy s tem .
"Emco-Wheaton" vapor recovery system is an acceptable
c. Rase bid shall include dual tank and piping system, and leak detectioi
system as specified.
agencies !shall Se acceptable.
Any dual piping system approved by governing
d. Fuel management system shall be modified to accanodate reduction of
dispenser:;/hose lines.
11. Provide alternate (add or deduct) price to base bid to install fuel liner
system - "Hytral" tank hole and trenching system as approved by local
governing agencies.
Provide alternate deductive price from base bid to utilize single piping and leak detection for fuel and engine oil piping in lieu of dual.
Installation md materials shall be approved by governing agencies.
12.
L XARJ\W%
C,\q-4323-. mcb
&5c( -232 - ef5s-i
,. ,=
a* '* tF7
,I rf .i
Page 3
LIST OF CONTRACT DOCUMENTS
I. Contract documents prepared by Ruhnau, McGavin, Ruhnau/Associates, 1207 E
Avenue, Carlsbad, CA 92008 (619) 729-7144. Plans dated April 22, 1985
a. Architectural Site Plans Sheets AC-1 thru AC-3
b. Archmural
Public Safety Center Sheets A-I thru A-36
Public Service Center Sheets A-51 thru A-60A
c. Equipment Plans Sheets EO-1 and EQ-2
d. Structural Plans Sheets S-I thru S-16
e. Mechanical Plans Sheets M-I thru M-10
f. Plumbing 'Plans Sheets P-1 thru P-8
g. Electrical Plans Sheets €-I thru E-20
-
11. Project manual (specifications) for the construction of the Ci%y of
Carlsbad Public Safety and Service Center prepared by Ruhnau, YcCavin,
Ruhnau/Associates dated April 8, 1985.