HomeMy WebLinkAboutMaloney Specialties Inc; 1985-11-15; 3006-5De e
STATE
FUN C) CERTIFICATE OF WORKERS' COMPENSATION INSURANCE
P.O. BOX 807, SAN FRANCISCO, CALIFORNIA 94101 CO M P E N SAT IO N INSURANCE
August 21, 1986 POLICY NUMBER: 735749-86
CERTIFICATE EXPIRES: 4-1-87
r
City of Carlsbad City of Carlsbad is named as additional Attn: Purchasing Dept. insured employer but only as respects 1200 Elm Ave. employees of Maloney Specialties, Inc . Carlsbad, CA 92008 whose names appear on its payroll recor
L
This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated.
This policy is not subject to cancellation by the Fund except upon@ days' advance written notice to the employer.
We will also give you$H days' advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the
policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with
respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies
described herein is subject to all the terms, exclusions and conditions of such policies.
I_ 30
30
Job: City (#5127 of & Carlsbad A) Public Safety Center -Y#$.... .--- RESIDENT 2480 Impala Dr.
Carlsbad, CA
-e
EMP LOY E R
r
Maloney Specialties, Inc.
P.O. Box 81071
San Diego, CA 92110
L
SClF 10262 (REV. 8-84)
GoNEx SPECrnTI&, io E3uenos Ave. 1,
COMPREHENSIVE Fowrt BC-889-7092
PREMISESK)PERAW
PRODUCT~P~ OPEfLATWS
INDEPENDENT COMW\CTORS
BROAD FORM PROPERTY DAMAGE
PERSONAL wm
ALLoWNrnAlrrOSpRlv PASS)
ALL w?ED Auras (g#“W)
No”EDALIT0s
W&E LLABlLIlY
EC889-7092
WORKERS’ COMPENSATION
0NA;L INSURED - mRsEMEhTT To FoL;LOw
’330 Engineer Rd.,
. City of Carlsbad, Purchasing Dept. 200 Elm Ave., Carlsbad, Ca. 92008-1989
;an Diego, California 92111 RE TO IWLSUCH NOTICE SHALL^ NOOBUQA?lON OR U
Paci f i c I nsurance Agency
P. 0. BOX 20160-x
San Diego, CA 92120
ney Special ties
CA-E ,N~KIDD,W POL'CV \lU !A1;3Eq
&$!lPF.,EHENSIVE FORi\rl
PPEMISES/OPCRATIOI\1S
PRODUCTS/COiWLETED OPERATIOUS
INDEPENDENT CONTRACTORS
WOAD FORM PWPERlY OAMAGE
?ERSORAL INJURY
ALL OWNED AUTOS (PRIV PASS )
NON-OWYED PUTOS
GAFlAGE LIABILIlY
______ -__
7330 Engineer Road
San Diego, CA 92111
,P \
*.
4 ... * -
'2 $ *L. '.> <
~i~~~~~ 1 3 k;y- ~ / -,fiu \_I . 1. j Bidder's Name \ i
CITY OF CARLSBAD
SAN DIEGO COUNTY
CALIF0 RNIA
.,.
BIDDING DOCUMENTS
FOR
PUBLIC SAFETY AND SERVICE CENTER
CONTRACT NO. 3006
BID PACKAGE NO. 5
FOR: Concrete; Masonry; Aluminum Storefronts,
Entrances, Windows and Glazing; ;+letal and
A cous t ic a 1 C e il i ng s -
For information relative to this project contact:
KOLL CONSTRUCTION COMPANY
2237 Faraday Avenue, Suite 101C
Carlsbad, CA 92008
Steve Mahoney, Project Manager
(619) 438-8866
L
e.4 4 *\
.a .$
e-.
*
1200 ELM AVENUE TE
CARLSBAD, CA 92008-1989 (61s
at tg of Carls’bab
PURCHASING D €PA RTMENT
October 11, 1985
ADDENJIWI EO. 1
Pm: BID PAmGE NO. 5
CARLSBAD PCBLIC SAFETY fLlJD SEIiVICE CE\iTER
This addendum aclcnowledqemnt ;nust be attached to proposal fom
when bid is submittes. g- LC./’- \.. __+4 -4 /’-- /ZilLq--
FI-EICI-IER, PLRCHASIPG OFFICER
CITY OF CARLSBAD
I achowledqe receipt of Adc?endurr, Yo. 1 to BiL ?ackac;e No. 5.
BIDDER’S SIGNATuE7E
-
*. L, -\
.$ RUHNAU McGAViN RUHNAUIASOCAES -..
* 5 '5' 22 "f' 1:2,
'3r >.z ji: c-: SJSG8
_I 5 -32 5z?9
October 11, 1985
ADDENDUM NO. 1
To the Contract Documents for
THE CITY OF CARLSBAD PUBLIC SAFETY
AND SERVICE CENTER (2-12-01
CONTRACT NO.: 3006
BID PACKAGE NO. - 5
FOR: Concrete; Masonry; Aluminum Storefront
Entrances, Windows and G1 azing; Metal
and Acoustical Cei 1 ings
CITY OF CARLSAD, CALIFORNIA
NOTICE TO BIDDERS:
All work affected by the following provisions shall conform to the plans and
specifications for the City of Carlsbad Public Safety and Service Center,
Bid Package No. 5, For: Concrete, Masonry; Aluminum Storefronts, Etrances,
Windows and G1 azing; irletal and Acoustical Ceilings.
Delete, or modify each of the following items wherever appearing on drawings,
and/or in any section of the specification. Acknowlesge receipt of Addendum
No. 1 in the space provided on the Contractor's Proposal. Failure to do so
may subject bidder to disqualification.
Item #1 - Revise project manual (Specifications).
a) SECTION 09510 - Acoustic Ceilings, Pg. 09510-3, Sub-paragraph 2.1.2.1(4)
"Simi 1 ar to Armstrong Minatone #715A Add the following:
or equal .I'
Revise as follows: Delete 'I 1'' Nide," Insert "9/16" Wide"
Sub-paragraph 2.2.3.3: Revise as follows: Delete
b) SECTION 09510 - Acoustic Ceilings, pg. 09510-3, Subparagraph 2.2.3.2,
ll 111 x 3/411 11. -
Item #2 - Revise Project Construction Drawings as Follows:
a) Dwg. AC-1 - At walk pads adjacent to stair No. 2 of Police
& Fire Bldg., add the following note: 4" thick
concrete walk pads 4' X 4'.
panying sketch AR-1
b) Dwg. AC-2 - Add detail paving/edge concrete - 25 as shown on accorn-
Addendum No. 1, Bid Package No. 5
Page 1
. *- \4' .< RUH NA U McGAVl N RUH NA UIA SSOCiATiS ..
Item #2 - Revise Project Construction Drawings as Follows: (Cont.)
c) Dwg. A-52
d) Dwg. A-52 - At Ceiling Plan:
e) Dwg. S-11A Add the following note: 6. vapor barrier under all concrete
7 f) DWg. S-14
9) Dwg. S-14
- At legend - description of suspended acoustic ceiling panels
Delete "2 X 4 Grid," insert "2 X 2 Grid.''
Revise grid layouts as required by item c) above.
slab on grade, see spec.
Add detail Section ST14 as shown on the accompanying Sketch Sheet SR-6.
Add detail Section 9/S.14, as shown on the accompanying Sketch Sheet No SR-7.
ITEM #3 - Revise Information to Bidders Booklet, Special Provisions/
a) Page 31, Concrete-Bid Item 5A - After Sub-heading Police Building
Specifications, as follows:
Sitework add the following: 'I- See also attachment "A' for Sitework 1 imits."
b)
c) Page 33, Masonry - Bid Item 5B - Paragraph 5, after the word 'installatio
d) Page 33, Masonry - Bid Item 5B - Paragraph 6. Delete the entire sentence
Page 33, Masonry - Bid Items 5B - Paragraph 1, add the following:
"Glass Unit Masonry work is not included in this Bid Item."
insert the following: "and layout'!
add the following new sentence: "Install and grout all hollow
metal door, louver and window frames which occur in masonry
wall construction."
Page 34, Masonry - Bid Item 5B - Paragraph 10, Add the following new
_z
e) sub paragraph: 'IC . See Attachment 'A' for Sitework Limits."
END OF ADDENDUM DL& -
David Ruhnau, AIA of Ruhnau McGavi n Ruhnau/Associ ates
BM/c a 2-1 2-01
Addendum No. 1, Bid Package 5
Page 2
Attachments: Noted Above
‘4
$
c=oNG, cue
PLANT IN e
----J
..
LP 2 1 ~A~~G-ED~/co-Nc .--------- I
I-- tEKGHTN. -- f ’
___- - - -_
- i-
- Pr-t TJfk PAVING EDGE/ 2~;; .~~ S
RUHNAU McGAVlN RUHNAUIASSOCIATES Tea. ””””””””””””””””””””
-m 5/a CHF.1
Archrfufa Pknmr
3775 Temh Sneer
714 @A 4W 619 729 ?144
12O7 Eb’n lee RlrgrSlOC c192M13669 c.rwa 0 91008 7995 ,$& 1 ‘,Q*
, Archrtocrt P~antwm
RUHNAU McGAVIN RUHNAU/ASSOClATES
3?75 rem Shm tK)?€hAm RIVUS& CA 91501-3669 CrrIseud a 9Mod-f9%
rhc
BRANDOW Ae--kZ&& J STON'ASSOCIATES s-=c
c m I u b t I a 0 I m v T Y a G a I a. 8 I a I 8 a
1.00 W. TnlRO m, u). AM- UIYOIIWIA SO017
TUVWOIIS 1UO.W ARU coo. a1* j!h CWFICATIONOF: 5ECT10
RUHNAU McGAVlN RUHNA U/ASSOClATES
1
3775 reom Shrn 12U7EkAHnU Rwwsue CA 32500-3669 Carmad CA 9200d-1995
7141664 4664 619,729-7144 - ----
~-_-- mic ,iiiL" , z.a,,r!irs ___-___- .t
RUHNAU McOlVlN RUHNAUIASSOCIATES -
3775 Ten?- Srreer 5751 Palmer Way rlermn 0
pii orsice cd 9.23'0' 3669 Carisbad, CA 92008 Cavu Fur 774/5&: 4664 6 191438 5899 Gary L lnci
October 11, 1985
ADDENDUM NO. 2
To the Contract Documents for
THE CITY OF CARLSBAD PUBLIC SAFETY
AND SERVICE CENTER (2-12-01
CONTRACT NO.: 3006
BID PACKAGE NO. - 5
FOR: Concrete; Masonry; A1 uminum Storefront Entrances, Windows and G1 azing; Metal and Acoustical Ceilings
CITY OF CARLSAD, CALIFORNIA
NOTICE TO BIDDERS:
All work affected by the following provisions shall conform to the plans and specifications for the City of Carlsbad Public Safety and Service Center, Bid Package No. 5, For: Concrete, Masonry; Aluminum Storefronts, Etrances, Windows and G1 azing; Metal and Acoustical Cei 1 ings.
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. 2 in the space provided on the Contractor's Proposal. Fai lure to do so may subject bidder to di squal if i cati on.
Item #1 - Revise Information to Bidder's Booklet, Special Provisions/Speci-
a) Page 34 - Delete Bid Item 5C - ALUMINUM ENTRANCES, STOREFRONTS, WINDOWS,
END OF ADDENDUM
fications, as follows:
AND GLAZING.
'G32. David Ruhnau, w AIA of
Ruhnau McGavin Ruhnau/Associates
BM/c a
Addendum No. 2, Bid Package No. 5
Page 1
-c
TABLE OF CONTENTS
Item Page
NOTICE INVITING BIDS 1- 5
-
6 - 10 PROPOSAL
BIDER'S BOND TO ACCOMPANY PROPOSAL 11
DESIGNATION OF SUBCONTRACTORS 12
BIDDER' S STATEMENT OF FIWNCIAL RESPONSIBILITY 13
BIDE R' S STATEMENT OF TECHNICAL ABILITY AND EWE RIENCE 14
15 - It CONTRACT
LABOR AND MATERIALS BOND 19 - 21
PERFORMANCE BOND 21 - 2,
- GENERAL PROVISIONS 23 -.2'
CERTIFICATE OF COMPLIANCE 30
SPECIAL PROVISIONS/SPECIFICATIONS 31 - 3
LIST OF CONTRACT DOCUMENTS 36
-
-%
Page 1
CITY OF CAASBAD
PUBLIC SAFETY AND SERVICE CENTER
NOTICE INVITING BIDS
The City of Carlsbad invites bids for performing the following work:
Bid Package lC5 - Concrete; Masonry; Aluminum Storefronts, Entrances,
Windows and Glazing; Metal and Acoustical Ceilings
1. Sealed bids for performing the work shall be received at the office of the
Purchasing Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, until
4:OO PM on the 16th day of October, 1985 at which time they will be opened
and read aloud.
The work shall be performed in strict conformity with the specifications therefor as approved by the City Council of the City of Carlsbad on file 1
s@cifications for full particulars and description of the wark.
The work, a portion of the total Public Safety and Service Center Project
involves complete sitework development of twenty-six (26) acres including
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 of
the Phase One construction program.
2.
the Engineering Department. Reference is hereby. made to said 6-
3.
4. Koll Construction Company will provide construction management services tc
the City of Carlsbad and shall organize, monitor, coordinate and direct al
phases of the construction at the Public Safety and Service Center.
Plans, specifications and bidding documents may be obtained at the
Purchasing Department, City Hall, Carlsbad, California, after September 3(
1985 at no cost to licensed Contractors for the first set. Additional sel are available for a non-refundable fee of $50.00 per set.
ahead to reserve your documents, (619) 438-5601.
5.
Please call
6. A pre-bid conference will be held at the City Council Chambers at 1O:OO a
on October IO, 1985 to discuss bidding requirements.
If information is required regarding the bid package, drawings and/or
specifications, the bidder SHALL NOT contact the City of Carlsbad nor the
architect. All questions and requests for information shall be directed 1 Koll Construction Company, (619) 438-8866, Steve Mahoney.
7.
8. No bid will be received mless 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 for
.%
Page 2
the exact dollar amount of 10% of the amount bid. If the exact amount is
not known at the time the bond is issued, the bidder's bond should read, follows: "10% of the bid amount not to exceed dollars ." The
nuder in the blank must exceed ten percent of the bid amount. Said
guarantee to be forfeited should the bidder to *om the contract is award
fail to furnish the required bonds and to enter into a contract with the City within the period of time provided for by the bid documents.
bidders' security of the second and third lowest responsive bidders may b
withheld until the contract has been fully executed. The cash, cashier's
check or certified checks submitted by all other unsuccessful bidders sha
be returned to them within ten (10) days after the receipt of bids, and
their bidders' bond shall be of no further effect.
The documents included within the sealed bids which require completion an. execution are the following :
1. Proposal 2. Bidder's Bond
3. Designation of Subcontractors
4. Bidder's Statement of Financial Responsibility 5.
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 signatures of the person authorized
by the corporate by-laws 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 who has not been licensed in
accordance with the provisions of Chapter 9, Division 3 of the Business a
Professions Code. The Contractor shall state his/her license number and
classification in the proposal.
The
9.
Bidder 's Statement of Techn'ical AGility and Experience
IO. The City of Carlsbad reserves the right to reject any or all bids and to
waive any mino; irregularity or informality in such bids.
Bids shall not modify or contain any recapitulation of the work to be don4
Alternate proposals will not be considered unless called for. No oral or
telegraphic changes to the bidding documents will be considered.
The amount of bond to be given for the faithful performance of the contra(
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 (505 of the contract price for said work shall be given to secure the payment t
the claims for any material or supplies furnished for the performance of
11.
12.
. .- e,
Page 3
the work contracted to be done by the Contractor for any work or labor of
any kind done thereon.
within the bid package. Sureties shall be licensed and registered in the
State of California and subject to approval by the City.
Bonds shall be prepared on the forms included
13. Insurance requirements are specified within the contract section of the b
package, Items IO, 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 Specifications
For Public Works Construction", as herein modified.
The Construction Manager will, after award of contract, establish a closu
date for the purpose of making monthly progress payment.
Each month, the Construction Manager will make an approximate measurement
of the work performed to the closure date and as a basis for making month
payments, estimate its value based on the contract breakdown furnished by
the Contractor and approved by the Construction Manager.
From each progress estimate, ten percent (10%) will be deducted and
retained by the agency, and the remainder less the amount of all previous
payments will be paid to the Contractor. After fifty percent (50%) of th
work has been completed and if progress on and quality of the work is
satisfactory as determined by the Construction Manager, the deduction to
made from the remaining progress payments and from the final payment will
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 Leins 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 constitu
said acceptance. Application for payments and dispersement of funds will
be made through the Construction Manager.
The Contractor may, at his/her option, substitute securities, as specifie
by GovernmentCode Section 16340, for the retention held on this contract
At the request and expense of the Contractor, securities equivalent to th
amount withheld may be deposited with the City or with a state or federal
chartered bank as the escrow agent who shall pay such monies to the
Contractor upon satisfactory completion of the contract.
shall be the beneficial owner of any securities substituted for monies
withheld and shall receive any interest on the monies.
The Contractor
.-t
Page 4
15. The bid documents are intended to be complementary so that any work callel for in one and not mentioned in the other, or vice versa, is to be execut
the same as if mentioned in all said documents. The intention of the
documents is to include all labor, materials, equipment, transportation a
services necessary for the proper execution of the work.
16. If any person contemplating submitting a bid for the proposed contract is
in doubt as to the true meaning of any part of the plans, specifications
other proposed contract documents, or finds discrepancies in, or omission
from the drawings or specification, a request may be submitted to the
person named on the title page of the contract documents for the
interpretation or correction thereof. Any interpretation or correction o
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 Bidder, shall be covered in the bid and
issuance of all adde?da and receipt thereof one day prior to bidding. Submission of bids without acknowledgement of addenda may be cause for
rejection of bid.
. shall be made a part Df the Contract. Bidders are advised to verify the * -
18. No person, firm or corporation shall be allowed to make or file or be
interested in mre 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 Bidde
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 relatin 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 method and means in carrying out the specified work as will not cause any
interruptions or interference with any other Contractor.
The Contractor shall comply with the provisions of California Labor Code
Part 7, Chapter 1, commencing with Section 1720.
20. -
21. The Contractor shall not pay less than the specified prevailing rates of
wages established pursuant to Section 1773.2 of the California Labor Code
A copy of the current applicable wage rates is on file in the Office of t
CarLsbad City Clerk.
.i.
Page 5
Contract may be awarded at the election of the City on one or a combinatic
of base bids, and alternate or combination of any alternates that might be offered. The City reserves the right to reject this proposal and it shall
remain open and not be withdrawn for a period of sixty (60) days from the
date prescribed for its opening.
22.
Approved by the City Council of the City of Carlsbad, California, by Resolutior
No. Sl\Q , adopted on the dd day of +.? '9%
Z, my Clefk /r %?kf Date
-
-
-i
Page 6
CITY OF CANSBAD
PUBLIC SAFETY AND SERVICE CENTER
CONTRACT NO. 3006
PROPOSAL
City Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
The undersigned declares heishe has carefully examined the location of the wor
read the Notice Inviting Bids, examined the plans and specifications, and here
proposes to furnish all labor, materials, equipment, transportation and servic
required to do all the work to complete Contract No. 3006 in accordance with
the Plans and Specifications of the City of Carlsbad; and the spe-cia
. provisions, to wit: '
The following proposal form includes work associated with the project bid
package 85, items A through D.
I. Proposals for the work shall include separate prices for each item of worl
bid: Bid #SA, or Bid #5B, etc. A proposal for work may include a bidder
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 i:
the lowest of any possible combination of bids and is lower than the tot4
bids of the lowest responsible bidders on the particular items of work
making up that combination bid. The City reserves the right to (a) award 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"
Proposals for the work in each bid package shall be complete per the plan: specifications and contract documents. Items listed in the special
provisions are for clarifcation only and shall not be considered as a
complete list of all the required work.
Quantities of materials used on the plans are for permit purposes only.
All bidding contractors are required to complete their own quantity take
offs, and submit lump sum bids for all work unless specific unit prices a1
requested within the special provisions.
-
2.
3.
4. Addendum(a1 No(s). 1 & 2 haslhave been received and islare
included in this proposal.
-I
Page 7
Bid
Item # -
CONCETE
5A- 1 Complete balance of concrete work for the lump sum amount of
$
Deductive cost from Bid Item 5A-1 to delete concrete retaining walls
per special provisions (Item 48) for the lump sum amount
($
Deductive cost from Bid Item 5A-1 to delete free standing concrete wa
per special provisions (Item 40) for the lump sum amount of
No Bid
5A-2
No Bid
5A- 3
No Bid (S
. , -- MASONRY - -
58-1 Complete masonri work for the lump sum amount of
No Bid 5-
58-2 Additive cost to bid item 58-1 to construct free standing wall in blo
per special provisions (Item 10A) for the lump sum amount No Bid
($
5B-3 Additive cost to bid item 58-1 to construct radius restraining walls
block per special provisions (Item IOB) for the lump sum amount of
A No Bid
($
ALUMINUM ENTRANCES, STOREFRONTS, WINDOWS AND GLAZING
Complete aluminum and glazing work for the lump sum amount of 5C- 1 No Bid - $
..
Page 8
Bid
Item #
5C-2 Deductive cost from Bid Item 5C-1 to change exterior glass for the lui
--
sum amount of No Bid
(5
a. Alternate glass type:
b. Alternate glass type: Deduct ($
c. Alternate glass type: Deduct ($
METAL AND ACOUSTICAL CEILINGS
50-1 Complete metal and acoustical ceilings for the lump sum amount of -
Eighty Six Thousand Two Hundred FifW and 00/100
$ 86.250.00
-
q$.,>/)!,. A k
F~ \y5
lG
/I.” d r/& \‘”
-
,c
Page 9
All bids are to be computed on a lump sum basis with separated unit price
when requested, as indicated in this proposal. In case of a discrepancy
between words and figures, the words shall prevail.
The undersigned has checked carefully all of the above figures and
understands that the City will not be responsible for any errors or
omissions on the part of the undersigned in making up this bid.
5.
6.
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 accompanying this bid shall becan
the property of the City of Carlsbad.
8. Contractors shall be licensed in accordance with the Statutes of the Stat
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 OT the City of
Carlsbad is ,xrsonally interested, directly or indirectly, in thP
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 hidher 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
That this bid is made without connection with any person, firm or
corporation making a bid for the same work, and is in all respect
fair and without collusion or fraud.
b.
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 t provisions of that code, and agrees to comply with such provisions before
commencing the performance of the work of this contract.
The undersigned is aware of the provisions of the State of California Lab
Code, Part 7, Chapter 1, Article 2 relative to the general prevailing rat of wages for each craft or type of worker needed to execute the contract and agrees to comply with its provisions.
11.
1,
Page 1(
Accompanying this proposal is Bid Bond (Cash, Certified Check, Bond or Cashier's Check)
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 born should read, as follows:
dollars."
If
"10% of the bid amount not to exceed
The number in the blank must exceed ten percent of the bid amount.
Maloney Special ties, Inc. 264671 95-2637007 Bidder's Name State License No. Employer I.D. No
PO Box 81071 W.A. Maloney Bidder's Address Name
San Di ego, Cal i for ni a 921 38 i.u kb-7
Corporation I A,WLL-
Authorized Signature \
(61 9) 275;0660 10/16/85 .. W.A. Maloney . Phone No. Date Name
Type of Organization (Individual, Authorized Signature \
Corporation, Partnership)
List below names of President; Secretary; Treasurer; and Manager, if a corporation, and names of all partners, if a partnership:
W.A. Maloney President
J . M. Mal oney Vice President
V.L. Maloney Secretary/Treasurer
(PLEASE ATTACH NOTORIAL
ACKNOWLEOEMENT OF
EXEClrTION BY ALL PRINCIPALS. )
(CORPOR$TTE WL)
I ~. > ~
*
. . .. .. . . .. ... I _: ; - .
TRlSH DOMINIQUE
the undorsisned Notar1 Public, perssnaily appeared
JWRGA2,Ff E; MCCOf38
q oeiscnaiiy known to ma
12 proved to ne on the basis of satisfactor{ evk!eflc_~
to be the ;ersan(s) who executed tneS.vithin instrument as
ATTORNEY IN FACT or on ?,eha!f at the cor3cra:ion t
named, and zckaowled~ed :o me :hat the co:scraiicn ZX~CZ:~~ it.
'rVITNEZS lzy fiane and aificial-:aa!.-
Fictar!'s Si<;.atcrs
XA::~,.,AL vc;;X* ;SSCC:A::C:l - 2:CiZ'Jeniu:a iirc. -'CIcicld
..
I
'Y
Page 1'
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS:
That we, MA1 ONFY SPFuAl TI FS - I NC - , as Principal, am
PI ANFT I-F cQMf&JY as Surety, are held and firmly bounc unto the City of Carlsbad, California, in the sum of TEN PERCENT (10%)
the United States for the payment of which sum well and truly to be made, we
bind ourselves, jointly and severally, firmly be these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH:
That if the proposal of the above-bounden principal for:
OF AMOUNT BID Dollars ($ 86,250.00 ), lawful money 01
FURNISH AND INSTALL SUSPENDED ACOUSTIC AND METAL
LINEAR CEILINGS AT CITY OF CARLSBAD SAFETY AND
SERV ICE CENTER
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 tl
date of award of contract .by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void;
otherwise, it shall be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event any Principal above named executed this bond as an individual, it
is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 16~~ day of
OCTOBER , 19 85 .
PLANET INSURANCE COMPANY MALONEY SPECIALTIES, INC.
Surety 33405 8Tt1 AVE. SO., C-3000 Principal
FEDERAL WAY, WA. 98003 BY: W.A. Maloney
BY
Title President
(Attach acknowledgement of
Attorney in Fact)
(Notarial acknowledgement of
execution by all. PRIKIPALS and
SURETY must be attached.)
(Corporate Seal if corporation)
1 *- I, PLANET INSURANCE COXP-N r
L, HEAD OFFICE. MADISON, WISCONSIN
POWER OF ATTORNEY
KNO&%CL MEN BY THESE PRESENTS, Tbt the PLANET INSURANCE COMPANY. J corporation duly organizd under the Iy,S2?.1
of Wirconsin, doel hereby mke, constitute and appoint
MARGARET E. McCOBB Of SA3 DIECO, CALIFORNIA---
its true and lawful Attorney-in-Fact, to make, execute, real and deliver for ad on its behalf, and as its act and deed
MY AND ALL BONDS AND UNDERTAKINGS OF SUR-TYSHIP------
and to bind the PLANET INSURANCE COMPANY thereby es fully and to the Lame extent as if such bonds and undenakings and other
oblipatory in the nature thereof were signed by an Executive Officer of the PLANET INSURANCE COMPANY rod sealed and ancited by one
such officen. and hereby ratifies and confirms all that its said Attorney(s)-in-Fact may do in pursuance hereof.
This Powcr of Attorney is granted under and by authority of Anicle VI1 of the By-Lam of PLANET INSURANCE COMPANY whk
effective September 21, 1981. which provisions are now in full force and effect. reading as follo*.n:
ARTICLE VI1 - EXECUTION OF BONDS AND UNDERTAKINGS
1. The Board Of Directors, the President, the Chairman of the Board. any Senior Vice President. any Vice President or Assistant Vice
or other officer designated by the Board of Directors shalt have power and authority to (a) appoint Attorneys-in-Fact and to authorize them t
on behalf of the Company, bonds and undenakings, recognizances, contracts of indemnity and other writings obligatory in the nature th4
(bl to reme any such Attorney-in-Fact at any time and revoke the power and authority given to him.
2. Attorneys-in-Fact shall have power and authority, subject to the terms and limitations of the power of attorney issued 10 them. ta e)
deliver on behalf of the Company, bands and undenakings, recognizances, contracts of indemnity and other writin@ obligatorv in the naw
The corporate seal is not necessary for the validity of any bonds and undertakings. recognizances. contrams of indemnity and other writings (
in the nature thereof.
.3. Attorneys-in-Fact shall have power and authority to execute affidavits required to be attached to bonds. recagnizances, COnvatTs Of
or other conditional or obligtory undertakinqc and they shall also have power and authority to certify the financial statement Of the Campi
copies of the &-Laws of the Company or any article or section thereof.
This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted EV the Board Of C'
PLANET INSURANCE COMPANY at a meting held on the 29th day of March, 1982. at which a quorum was present. and raid Resohtian h;
amended or repaled:
"Resolved, rhat the signatures of such direcrorr and officer, and the seat of the Company may be affixed to any such power Of atmne'
or anycrrtificace relating thereto by facsimile. and any ruch Dower of attorney or certificate bearing such facsimile rignatur?~ Or facsimii'
seal shall be valid and binding upon the Company and any such power $0 executed and certified by faaimiie signatures and fauimtle 586
shall be vaiid and binding upon the Company io the'furure with respect to any txnd or undenakinp to which it is atrached."
IN WITNESS WHEREOF, the PLANET INSURANCE COMPANY has caused these presents to be signed by its Vice Prsidenr. and 'Is C3r0or be hereto affixed. this igth day Of October l9 83
PLANET INSURANCE COMPANY
-\ r 7 -- f (CCck, LJd &J'b
Vice PTerident /' 4
T zshington LE; STATE OF
COUNTY OF -
On chis lgsh day of October , 19 83 , perronai(y apoear.d c. Briac SChXidz
TO re !mom to be the Vice.Prerident of the PLANET INSURANCE COMPANY. and acknowledpd rhat he executed 3rd atlested tf
ins7r~rt3ent and affixed !he id 01 wid cormration thcrao, and that Article VII, Section 1. 2. end 3 of the Sv-taw of sard Camoanv. and :he
saf forth therrin, are ;till in full force.
MY Commission Expires:
\
; /+5y* 4?;.:...p 3"/\ ,-L;Lm
\ 8 >T.. -!*j
Jrrly 20 ~'~86 \*::y
Noca&'ublic in and for State of Washington
Milton
'--- 4ii hL- K ', .., <-,::.
Residing at
1. Jmes E. Heath . Asrirtsnt Secretary of the PLANET INSURANCE COMPANY. do hartby ce
abve and foregoing is 8 true 8nd correct copy of (I Powr of Attorney executed by raid PLANET INSURANCE COMPANY.which is still and effect.
IN WITNESS WHEREOF, I have hereunto tdt rry hand and affixed the 1ea1 of mid Company !his 16TH dry of 0
@. ~uisrrni Secretary
Bop-7431 1/82 .y
Page 1
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies hefshe has used the subbids of the following 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
None
.e.
-
[bloL,m 1,
S ig n atu r e W.A. Valonky
Page 1
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
The undersiqned submits herewith a notarized or sealed statement of his/her
financial responsibility.
statement . Either a current audited income tax or profit/loss
Enclosed financial statement
-
-
S ig natur I 1@4-./ C( a OLL
W.A. MalJoney
(Notarize or
Corporate Seal 1
1305 MURK IN PROCESS 153,000.00
1380 PREPAID EXPENSES 74.00
i 324 PREPAIU STAT& ENC TAX 1 9257e00
1390 TOTAL CURRENT ASSETS a68*451.41
1400 PROP, PLANT a EQUIP
AT C3ST
1460 EOU!PMENT & MACHINEUV 20 9 OZQ.38
1470 DEPRECIATIOM A&U*ANCE (13*fS6008)
1480 FURNITURF 6 Fxxrwts 4*756.79
1490 OEPRECIATXON ALLOWANCE (8,756079)
I I500 AUTOS 8 TRUCKS ~6,468.42
SEE ACCOUNYANYVS COMP1LATION REPORT
JERRY SEGAWA ACCOUNTANCY CoRPOHATION
-7fB 3400 MALONEY SPECIALTIES INC
PC HQX 81071
§AN DIEGO CA 92138
STiiTEHEPdT (3F FINANCfAL
1 2050 ACCOUNTS PAVAEfLE 343,916026
2090 PUUV FEDISTATE INC TAX 23.037068
2180 CP-OPFXCERS 9r260.02
23IO Y# TAX PAVAaLE-PED 7.795. 2 I
2320 ACCRUED FICA TAXES 4 19 1 10838
2321 PR 74% DEPOSIT-PED (12.0V2.08)
2325 WH TAX PAYABLE-STATE 2 9 047.28
233Q ACCRUED SOX-SUX TAXES 2r 166.90
233 1 PR TAX DEPUSIT-STATE (1.2030511
2340 ACCRUED PUI TAXES 1r631064
2350 SALES TAX PAYABLE 5.098076
2365 ACCRUED EXPENSES 6.642001
TOTAL CURRENT LIA8 392.950.04
PO C3aX 81071
SAN DIEGO CA 92138
7000 OTHER EKPENSCS
7045 CaNTRtB-PENSIQN PLAN e61 1 r29OrQO 65
70SO CQNfJ?!B-PROFIT SHARE 92 1993!3*00 e 97
I- --
SEE ACCOUqTANf@S CUMPILATION REPORT
JERRY SQGAWA ACCOUNTANCY CORPORATION
v+rw ~vyv YkLONEY SPECIALTIE5 INC
PO UQX (31071
SAN DIEGO CA 62138
SYAYEMENT 0F CHANGES IN FINANCIAL P~SITION
\I ' 1-
P' * UNAUT? Z TED
APRIL 1, 1985 TO JULY 310 1985
I
I 1 MUNTH PERIOD YEAR i I 100 SCIURCES OF FUNDS
1105 PROM OPERA7'IONS , 110 NET INCOME 6~0223.10 65 I 120 QEPREC$kTfUN ltQb3.64 4 I ---LIIIIIII I--
, 12Q TOTAL FROM QPERATIONS 7~106.74 ?O
TGT~L SOURCE OF FUNDS 70 106.74 70
-------om-- -01 1
j 234 1NCR fPI AUTOS 8 TRUCKS 12
I
1310 CASH (26r202.51) 13
1 190
I I200 &PPLICATICD~ OF FUNDS
*--V------" --a i 260 TOTAL. APPLICATION OF FUNDS 12
------e---- --...
INCAEPSE IN WORKING ChPlYAL 70100.74 57
p=-*-m=mnaa =E11 ' ::: CHANGES IN WORKING C4PffAL. ' 306 fNcQEASE/DECRFASE IN CURR ASSETS
In 326) ACCOUNTS RECEIVABLE (lt209.61) ( SS
328 ~NVENTORY 2sr 500.00 ($4 j 34a
i 390 DECREAS€ IN CURRENT ASSETS (10912.121 ( 56
1410 ICCBU"fS PGYABLE (100675.36) (134
PREPAID STATE INC TAX -....--..--- --om
400 INCRE&3E/OECREASE IN CURRENT LIA~
421 NUTE P&YABLE (l~Q92.38) 61
ParuatL TAXES 44*91'?.58) (31
SALES TAX PAYABLE B o 098.71 (131
LICCRUeb EXe&NSe§ 1 v 198.02 41 { 443 1 ----------- (I)-.*
OLCREhSE IN CURREMT LIABILITIES (9*018*e0) ($161
I422 P~OV PED 8 STATE IMC TAX 2 *?@e 73 23 I 1:::
i 400
1490
I
---ma-----" --..a
NET INCRf!AS€ IN WPRKINC CAPITAL 70 104.74 57 I
=1*==111111 .LIIII I I I
;i ,--
SEE ACCDUNTANteS COMPILATION REPURT
JERRY STGAkR ACCOUNTANCY CORPORATION
~ -- . ---__I___-I - - - - - --- --- ----- ------ ---
.%
I%
Page 14
BIDER'S STATEMENT OF
TECHNICAL ABILITY AND EXPERIENCE
The Bidder is required to state hat 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 en&le the City to judge his/her responsibility, experience and skill. An attachment can be used if notarized o
sealed.
Date Name and Phone No.
Contract Name and address of Person Amount of
I
I
Signature Maloney Special ties, Inc. W.A. Maloney (Notarize or
Corporate Seal)
Page 15 CONTRACT
THIS AGREEMENT, made and entered into this /5-a day of ~ZQ-~Z. , by and between the City of Carlsbad, California, a municipa + corporation 19dc
(hereinafter called "City"), and MALONEY SPECIALTIES, INC. - (hereinafter called Yontractor".>
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform all work specified in the
contract documents for:
Contract No. 3006-513, - Ceilings, Public Safety and Service Center
(hereinafter called "project")
2. Provisions of Labor and Materials. Contractor shall provide all labor,
materials, tools, equipment and personnel to perform the work specified bj
the contract documents .
3. - Contract Documents. The contract documents consist of this contract; the bid documents, including the notice to bidders, instructions to bidders 'ar
contractors proposal; the plans and. specifications and all prbper
amendments and changes made thereto in accordance with this contract or th plans and specifications; and the bonds for the project; all of which are incorporated herein by this reference.
4. Payment. - As full compensation for Contractors performance of work under this contract, City shall make payment to Contractor per the terms outlinc
in the Notice Inviting Bids, Item 13. Contract amount Eiqhty Six
Thousand Tho Hundred Fifty and OO/lOO s 86,250.00
Payment of undisputed contract amounts shall be contingent upon Contract01
furnishing City with a release of all claims against City amd Constructioi
Manager arising by virtue of this contract as it relates to those amounts
Extra compensation equal to 50 percent of the net savings may be paid to
Contractor for cost reduction changes in the plans or specifications made
pursuant to a proposal by Contractor. The net savings shall be determinec
by City. No payment shall be made unless the change is approved by the
city. -
5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions under the jobsite, and
all other conditions that might affect the progress of the work, and is
aware of those conditions. The contract price includes payment for all work that may be done by Contractor in order to overcome unanticipated
underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions i
for Contractor's convenience only, and City does not warrant that the
conditions are as thus indicated. Contractor is satisfied will all job
conditions, including underground conditions and has not relied on
information furnished by City.
Page 16
6. Contractor Responsible for Unforeseen Conditions. Contractor shall be
responsible for all loss or damage arising out of the nature of the work o from 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
incurred in the suspension or discontinuance of the work. However,
contractor shall not be responsible for reasonable delays in the completio
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,
Contractor shall make no change in the work withoi
- order changes, modifications, deletions and extra work by issuance of written change orders.
the issuance of a written change order, and Contractor shall not be
entitled to compensation for any extra work performed unless the City has
issued a written change order designating in advance the amount of
additional compensation to be paid for the work. If a change order 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 the
work shall nevertheless proceed and the amount shall be determined by-
arbitration or litigation. The only person authorized to order changes 01
extra work is the City Engineer. However, no change or extra work order 1
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 general 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 a
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 eacl of them, from any and all. liability or loss resulting from any suit, claii or other action brought against the City, or for any other losses of
whatever nature, directly or indirectly arising from the acts of Contract1 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. The expenses of defense include all costs and expenses,
including attorneys fees, of litigation, arbitration or other dispute resolution method. Nothing in this paragraph shall require contractor to indemnify City for losses caused by the active negligence of City.
IO. Contractor shall provide Certificates of Insurance evidencing coverage .in
amounts not less than the following:
*
Page 17
Cover age Combined Single Limits Automobile Liability $500,000 - General Liability 500,000 Products/Completed Operations 500,000 Blanket Contractural 500,000 Contractor's Protective 500,000 Personal Injury 500,000 Excess Liability 500,000
Other
Contractor may be required to increase the limits of liability insurance i
the size and nature of the project require excess coverage.
Contractor shall cause the City and Construction Manager to be named as an additional insured on all policies concerning the subject matter or perf ormance of this contract .
11. Workers Compensation. Contractor shall comply with the requirements of Section 3700 of the California Labor Code. Contractor shall also assume
the defense and indemnify and sgve harrnless 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.
Proof -- of Insurance. Construction Manager, certification of the policies mentioned in Paragrapl 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 expiratic
of at least thirty (30) days after written notice of such cancellation ha:
been given to the City.
Arbitration.
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(s1 may be entered in a
California court having jurisdiction thereof. The award of the arbitrator(s) shall be supported by law and substantial evidence as provided by the California Code of
-
12. Contractor shall submit to the City through the
13. Any controversy or claim in any amount up to $100,000 arisir ---
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 1812 of Part 7, Chapter 1, Article 2 of the California Labor Code. If the Contractor does not maintain the records at Contractor's principal place business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this contract.
shall notify the City by certified mail of any change of address of such
records.
Contractor
CAT. NO "00737
TO 1945 CA (8-84)
(Corporation) n TlCOR TITLE INSURANCE
COUNTYOF sm DIEGO } ~.P~E~I~~SULA BmK GF sm DIEGO STATE OF CALIFORNIA
Secretary of the Corporation that executed the within instrument and acknowledged F'QACWL QFFICE 1% SAN DIE60 COUW to me that such corporation executed the within instru-
(This area for official notarial seal)
.
Page 18
15. Labor Code Provisions: The provisions of Part 7, Chapter 1 commencing wit
sectionT0 of the California Labor Code are incorporated herein by
reference.
45 vs_y. 0 appropriate securities may be substituted for any monies withheld by
City to secure performance of this contract or any obligation established
by this contract.
16. Securit . Pursuant to the requirements of law (Government Code Section
17. Additional Provisions. Any additional provisions of this agreement are se
forth in the "General Provisions" or "Special Provisons" attached hereto
and made a part hereof.
Kalmey Specialties, Inc. Contractor
(Notarial acknowledgement of 6 execution by ALL PRINCIPALS must be attached.)
Title
Lf APPRoVED /' $@fi 44 i;/ x I?M, (14 / 24
AssMtGdt" City Attdrney
ATTEST:
- City C *
Contractor's Certification of Awareness of Workers Compensation Responsibility
"1 am aware *of the provisions of Section 3700 of the Labor Code which require
every employer to be insured against liability for workers compensation or to
undertake self-insurance in accordance with the provisions of that code, and I
will comply with such provisions before commencing the performance of the work of this contract."
I
L BOND NO. P-580059
T
Page 19
LABOR AND MATERIAL BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, by
Resolution No. 8235 adopted mt-r 73 1985 , has awarded t
MALONEY SPECIALTIES, IX. , hereinafter designate
as the "Principal", a contract for:
Contract No. 3006-5D - Ceilings, Public Safety and Service Center
in the City of Carlsbad, in strict conformity with the drawings and
specifications and other contract documents now on file in the Office of the
City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providi
tha.t if said Principal or any of hislher or it-s subcontractors shall fail to p
. for any materials, provisions, provender or other supplies or teams used in, -
upon for or about the per'formance of the work agreed to be done, or for any wa or labor done thereon of any kind, the Surety on this bond will pay the same t
the extent hereinafter set forth.
NOW, THEREFORE, WE, MALONEY SPECIALTiES, INC. as Principal, hereinafter designated as the "Contractor", and
as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of FORTY THREE THOUSAND ONE HUNDRED TWENTY FIVE AND oo/i@llars ($ 43.
said sum being equal to 50 percent (50%) of the estimated amount o?%e contract, to be paid to the said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS WLIGATION IS SUCH that if person or his/her
subcontractors fail to pay for any materials, provisions, provender or other
supplies, or teams used in, upon, for, or about the performance of the work
contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such wo or labor, that the Surety or Sureties will pay for the same, in an amount not
exceeding the sum specified in the bond, and also, in case suit is brought up
the bond, a reasonable attorney's fee, to be fixed by the court, as required
the provisions of Section 4202 of the Government Code of the State of C a1 if ornia .
PLANET INSURANCE COMPANY
nn
\b
1
Page 20
This bond shall insure to the benefit of any and all persons, canpanies 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, 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 am
Surety above named on the 30TH day of OCTOBER , 19 85 .
MALONEY SPECIALTIES, INC.
P.O. BOX 81071
SAN DIEGO, CA 92138
-
-
(Notarize or Corporate l.4 /f
Seal for Each Signer) Contractor /*
I*
I PLANET INSURANCE COMPANY
33405 8TH AVENUE SOUTH, c-3000
FEDERAL WAY, WA 98003
4
-- ..-
TRISH DOMINIQUE
the undersigned Notary Public, personally appeared e
ARTHUR CHAPMAN
Q personally known to me
0 proved to me on the basis of satisfactory evidence
to be the person(@ who executed the within instrument as
ATTORNEY IN FACT Oron behalf of the corporation t
named, and acknowledged lo me that the corporation executed it.
WITNESS my hand and official seal.
.. .- - ..
.- PLdLNB=T INSURANCE COXPANT
'C
HUDCW;KE,W~.*I?~N
POWER OF A7TORNEY
KNOW ALL MEN By THESE PRESENTS, rtrt th. PLANET INSURANCE CWPANY, a mion duly a-pnlrd wdn ths I- of
of Wimin, cbrs hr*b mk8, Mkvt* rod appdnt
ARTHUR CHAPMAI~ of sm DIEGO, CALIFORNIA--- .
tu vu d krfuf AnLxMY~WF~. lo mk*, ~XI'U~, rrf md d.1iv-w roc s-3 00 In -If, rd .I lo act rd 6d
AN ANI ALL BOWS AYE lJ"iE3TAXINGS OF S..LTS~<I?---
md to bind tha PLANET INSURANCE COMPANY th.r&y x fully md to rbc - rxttnr s if rud bods and UrderTJkinp and other cb'igrtory in fha MUr* 1h.mf me u"F+d by rn Exrcutiw Offiur of th PLANET INSURANCE COMPANY and -led and ar.=ted by one
such offiars, and hr.by mifin and coofirm all thn in u;d Anom8y(c]<n-F~, my do in purrwnci hamof.
This Powr of AttOrMy b glntd uhr and by aulhority of Anick VI1 of ths 8y-M of PLANET INSURANCE COMPANY whicl offmiw Superr&r 21, 1981, Aich provkions rn tmw in full fora ~nd rffe. n+d;ng 81 follorn:
ARTICLE VI1 - EXECUTiON OF BONOS AND UNOE4TAKINCS
1. Th. Bard of Dimon. the hident. rhe Chirnun of th. 8a.d. any Senior Vie Rrridenr, any Via Prrridsni or Xninsn: Vice
or orhr officer dcripnirbd by th bard of Oirmorr rfpl! hsve pawr rod ruyhoriry to (rJ wpoint Anornq-+in-Fac, ard :o au:horirr :hem Ci
on.b.half of thc Gm-vny. bo& and undamkinp, mcqniur.crr, contracts of ihrnnity rd mher wi:iw &liprow in the Mrure the
(bl to mmw any such A:tornoy-in-Facr ti any firm and rmks :he mr ad authority $en to him.
2. Anorneyr-in-FafX Shl! hvt p%er and aGharity. Wkic :G :he Terns and :irn;tations of rhc pz-.er of szorney inud :o them. tO ex
dcli'er on behalf of the CDTGiny. bo,-dS rnd UnbertJkinp. WCiLI1nm. c3;i:racs of indanniyy and sther r#ri:inC; 32iiW:cry in Che na:Urr
The mrporai- 2al is not -.-{ for tha aildity 3f any bards and uwrrziing, mniancs, antrxr; of idemnlty rzd o:her wriiinp C
in the ncura ihracf.
3. AnsrocyGn-Fc. zha!I hvc wr and rL7horir.j :o ex~~re zfii&vi?x required := & rrrx5.ad :o 5aOr.dx. mcqniwnm. cntr3c.s If i
or other mndi:icrd! or cbli-rory underakin9 and ~iey Etratl aim ,+am -T arc ac;.ecriq :s mib the financial rat-rnen: 3: fie Csmw
copies of the 3y-La- of :he Comxny or my icicle sr ncricn :bar=!.
This ;awe: of fiorncy is signed and salad jy facirnilt urer rnd bv su:.?orr# of :>e 'ollcwinp 3p-AIL,:on dcod Sy the Scad of 01
PLANET INSL'RANCE CCJMPANY J: a Amring held on :be ZSra day st Mar:?. :Sa:. 3: ,wn,c.? 3 quorcrr: was amen:. and mid ,?escluriGn has
amnded ar repaled:
"Rwlvtd, to*. rh siva:,zrts of ruc5 direorr anl ctf?icc= 3rd :ne PC~I 31 :ne Cornpny nay 'x 3FfIxd LO any cuch gwr 3f at:orneY
or rny mrriiio:e rc!aring :hsrc:o hy faoiz:ie, and my ILK:: wr sf ar:=rnc'i cr ~ci -ing :u:>. faaimiie rfsza:urer 3r faoimiie
mal shall Sa valid 3nd 3indinC awn :&he 3rn;any 3rd my rucf. ~we: sa ~x.c.-:ad an '2" facl-iie ci;na:ums and raoir;liie Le31
SiUIl be vriid and binding upan :X ClmG3ny in 3% iurcrr nr:r2 r-c :3 my Scnd s ir4 :a .r*r.im it is CLU::&.'.
IN WITNESS "fHE3IEOF. :.he PLANET INSL'RANCE ~,WFANY ,k 3- :.%la pm~an:: :O 5e ifqnd. 5" I=r 'die ?ruc;d:n:. sr-5 ;:I czr3Cr3 7- be .herz:o atfixed, :his 2z5 by of ~j~-;~=~~y 14 :; r
PIAN ET I ~i sc: a AN c 5 t3 M F AN v
-.e -
I &&A __ . 5?!4lJ-Jb - -. - vice a-=i<e?: -.=z:-=5 3. 2c?sz-= -. sd 1 q-q i 1 I - - SATE OF i -.-- -.=-CI.-
COUNTY OF XLzg
On this
10 m knm to ba :he Vim-hsiden: cf :h PLAJUET INZLS;\ICZ CtMDdNV. and rxnorisde :rim k rxscutd ard fi:cs:cd :>e imtrummt rd r!!ix& :fw tat 31 rid Grprarion thrns. and :.u: ~c:ca 8~:;. =.)an I. 2. and 7 31 :na 3v-;- sf old ~arruny, snd :ne E
am fcch thcrtin, 13 til tn fuii fora.
w Mm'on Em'rri:
n- 6" 3f Jg :: .m-c=iiy a-ar& C:z:lis 3. sc;-g-- I----.
-i
'ic -,-=->* - - -__-__ dnc
7- ' Jdjr 29 -19 86 * e5 ?, I 2 KT- C 2 u; 1 - -- .___".I
LC Rrridinq .IC
. Asirzaor S.crvcirf 2f !ha PLANET INSURANCE CWPANY. do wmy c*c: 1. J~PS E. Eiept:?
.bow and forving h a CIW ad c~rrrc: mw of a ?c--r of Axorrmy *x.c.;:~ 3" -,d ?'>NET INS~RAK~ P+JP~,UY. -*,c? II ifill m
.nd aff sm.
IN WlTNESf WHEREOF. I ~VS krunto .rr rn 'urd rrd affixd :.% -I sf mLd t;lrrcj.ny :nts 3OTH ~- ;,='q&d .-, b,ont kr*:arv, ' ;;$; .A
1 f 11
** .A'' BOND NO. P-580059
,.6 PREMIUM: $1,725.00
THE Fl" PREWUM IS pR
THE FINAL CONTawq p~a
Page 21
PE RFO RMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, by , has awarded t Resolution No. 8235 adopted October 22, 1985
MALONEY SPECIALTIES, INC. , hereinafter designate
as the qlPrincipal", a contract for:
Contract No. 3006-5D - Ceilings, 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 performance
of said .contract;
NOW, THEFIEFORE, E, MALONEY SPECIALTIES, INC.
as Principal, hereinafter designated as the "Contractor", and
as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of
said sum being equal to 100 percent (100%) of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors
and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor,
his/her or its heirs, executors, administrators, successors or assigns, shall
all things stand to and abide by, and well and truly keep and perform the
covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his/her or their part, to be kept and
performed at the time and in the manner therein specified, and in all respects
according to their true intent and meaning, and shall indemnify and save
harmless the City o'f Carlsbad, its officers and agents, as therein stipulated,
then this obligation shall become null and void; otherwise it shall remain in
full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no
change, extension of time, alteration or addition to the terms of the contract
or to the work to be performed thereunder or the specifications accompanying t
same shall affect its obligations on this bond, and it does hereby waive notic
of any change, extension of time, alterations or addition to the terms of the
contractor or to the work or to the specifications.
a-
PLANET INSURANCE COMPANY I
E I GHTY S I X THOUSAND TWO HUNDRED F I FTY ANC 00/1 00-----Dollars ( $86,250.00 3
i
4 (*
Page 22
In the event that any Contractor above named executed this bond as an
individual, it is agreed that the death of any such Contractor shall not
exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor and
Surety above named on the ~OTH day of OCTOBFR , 19 85 .
MALONEY SPECIALTIES, INC.
P.O. BOX 81071
SAN DIEGO, CA 92138 -
(!+:starire or Corporate BY: GG.44 <J?4& a/
Seal for Each Signer) Contractor 8/
.-
* PLANET INSURANCE COMPANY .
33405 8TH AVENUE SOUTH, c-3000 FEDERAL WAY, WA 98003
, 1
i
State of Cdi-Pornie On this the 30TH day of OCTOBER 1985, befor
TRISH DOMINIQUE
the ur,depiigned Notar! Public, personally appeared
ARTHUR CHAPMAN
El personally kcown to me
iZ! proved to me on the basis of satisfactor! evidence
to be the person(q who executed the within instrument as
named, and acknowledged to me that the corpora:ion executed it.
WITNESS my hand and official seal.
ATTORNEY IN FACT or on behalf of the corporation tt
CCnPOiln7i ACKUCVII E"Chl:4: FOSU 1123052 N~~~c~~L UOTARY ASSCCIAT'CN * 23ClZ~rnt~r~ 31.d . woocla
-.
5’ .:.
L PUNIC?’ INSUF&ANCE CObdPAN’Y . M€ADffiEE.YAMW.WlJCO#(N .-
3..
POWER OF ATTORNEY
KNOW ALL MEN By THESE PRESENTS, Tht th. PLANET INSURANCE COMPANY, a owpornion duly mpnlrd undw the lun of
of WiKoorin, W hrnbv mka, wtntit~n and appoint
ARTHUR CHAPMAN Of SAN DIECO, CALTFO%IIA--- .
ita nu md lawful AtUw~yin-FKt, to nuke, axwn, -1 Md daliw fw MCI or^ la elf, md I fu .c( md dd
ANY AND ALL BONDS AND UNDERTAKINGS OF SURE?XSHIP---
wd to bind th PLANET INSURANCE COMPANY ttwraby I fully md to th. smw axtent m if such bonds and undenatinpandothei
digtory in th MUf. tbmf rme urn by an Ex-utiva Offiar of th PLANET INSURANCE COMPANY and ruled and rnated by one
such offjam. and her.bv rnifirr and confirm all tht its uid Anomr,(s)ic-Flcf my do in prnwrw hrrsof.
This Power of Attorrwy k pranttd unbr and by authority of Artick VI1 of tha By-W of PLANET 1NSURANCE COMPANY whicl offmiw S.perr&r 21, 1981. which povisions JO now in full foru and rffm, mading as fall-:
ARTICLE VII - EXEC~IO~ OF BONDS AND UNDERTAKINGS
1. Th. Board Of Dimon. thc President, the Ctuirnun of th. Board, any Senior Via Raident, any Via Prnident or Asinant Vice
or 0th offiar dCriptbd bv th Board of Diruton ch.H have power and authority to (a1 appoint Anormyr-in-Fan and to authorize them tc
on.khslf of the Compny. bod and undanikins, mcognizances. cz)ntracrs of indsrnnity and other witinqr obiiptory in the nature the
(b) to mmw any such Arrorrwy-in-Fact at any time and r-ke the power end authrity &en to him.
2. Anorneyr-in-Fact Shall hvc pc-er and authority. subject to the term and limitations of the porrcr of ntorney kued to them, to ex1
dtliwr on behalf of the Comgany. bonds and undarcakinqr. mcqpizanm. cantraccs of indemnity and other writing obliptory in the nature
The corporate zeal is not -r/ for tbe validity of any bonds and undertakings, mniunczts, mntracs of indemnity and other writin+ 01
in the nmura thrscf.
3. Anorneys-in-f.C. thli ha- mr and amharip/ to execute affidavits required to be attachad to bods. racoqnizancn. mntracts of ii
or other mndirioral or &li@irory undemkinQ and they shall also have mr and authorin, ICY mify the financial natrmsnz of the COmW
mpies of the By-I-rwr of the Cowny or any arricft or necion thereof.
This pwer of fnornty is signed and raalucf by fauirnifc undcr and by authority of the foilawing Rerolution adapted by the Board Of Di
PLANET INSURANCE COMPANY It a meeting held on the Brh day of March. 1982. at which LI quorum was Present. and raid Rerolurion has
amended or repealed:
“Resdvtd, that the Sig“atUrtr of such diractorr and officerr and the Eel of rhe Company may be affixad to any such power Of atIOrneY or any mrtificare relating thereto by facrimiie, and any such powar of atzorney or crnificate bearing such facsimile rignarures or facsimile
al shall be valid and binding uwn rbe Company and any such pawer so exeured and .;artifid by fauimila rignaruns and fauimiie sfal
shll k valid and binding upon the Cornpny in thq furure with rnpact tn any bond or undaraking to Aid it is msChsd.”
IN WITNESS WHEREOF, the PLANET INSURANCE CWPANY has cad them prosants to be signed by itf Vie Prsident. and its corporat
be hrrto affixd. this 2nd &y of Nov2&2er 1933 f
PLANET INSURANCE COMPANY
..L -. Vim Prssiden; dub
Charles 3. SC;hnd:
STATE OF
COUNTY OF King Wesh i 3g4 0 n
- .1g a3 .p.MMlly award Ck~rles 3. SC~ZE~Z Xcvez’cer On this 2nC by of
to m born to ba the Vim-frarident of tha PLANET INSURANCE COMPANY. and rtnor*ledp?d that h. ~XOCUK~ and nr+lrd :he
iMfumt rd dfixd :h ual of uid corparnioo thrrro, and that AKide Vil. *.ion 1.2, and 3 of rhe By-W of mid Ca-ny. and the RI
II( fmh ttroin, =q Riii in full fora.
Mv -Pion Expirrr: L?- Wash i 3 gt o I:
YLIt3n
m-r
July 20 .19 86
Rcriding ar
, ARisUnt %crrtarf of the PLANET INSURANCE COMPANY. do horeby cenJf1 .bow and fOr.psiflg k trw and We. mW Of 8 P-r Of AnOtMy rxwutrd by uid PUNET INSURAgi C@.+P,Y,NY.whtch is still In ~
IN WITNESS WHEREOF. I hw heunto w ny hd md affixd th sui of mid a-ny this ~- 30TH ;ofo(,T$j’
onm 11-1 -_ \
I. Jmes E. Heath
md atfen.
@$ hiaunt Sur-tary / . ilf(? AI
..
Page 23
GENERAL PROVISIONS
I. PLANS AND SPECIFICATIONS
The specifications for the work shall consist of the latest edition of the
Standard Specifications for Public Works Construction hereinafter
designated SSPWC, as issued by the Southern Chapters of the American Public
Works Association, the City of Carlsbad supplement to the SSPWC, the
Contract documents and the General and Special Provisions attached
thereto.
The Construction Plans consist of 15 sheet(s). The standard drawings
utilized for this project are the San - Diego 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. enclosed with these documents. A detailed list of the plans and
specifications are attached hereto and made a part hereof.
Copies of pertinent standard drawings are
' ' 2. WORK TO BE DONE -- -
The work to be done shall consist of furnishing all labor, equipment and materials and performing all operations necessary to complete the project work as shown on the project plans and as specified in the specifications.
3. OEFINITIONS AND INTENT
A. Architect:
The word "Engineer" shall mean the architect or his approved representative.
Construct ion Manager :
The word "Construction Manager" shall mean Koll Construction Company.
B .
C. Reference to Drawings:
Where words "shown", "indicated", "detailed", "noted", "scheduled" or
words of similar import are used, it shall be understood that referenc
is made to the plans accompanying these provisions unless stated
otherwise.
D. Directions :
Where words "directed", designated", "selected" or words of similar
import are used, it shall be understood that the direction, designatic or selection of the Construction Manager is intended unless stated otherwise.
understood to mean "as required to properly complete the work as required and as approved by the Construction Manager" unless stated
otherwise.
The word "required" and words of similar import shall be
<-
Page 24
E) Equals and Approvals:
Where the words "equal'1, "approved equal", "equivalent" and such words
of similar import are used, it shall be understood such words are
followed by the expression "in the opinion of the Architect" unless
otherwise stated. Where the words "approved", "approval",
"acceptance", or words of similar import are used, it shall be
understood that the approval, acceptance, or similar import of the
Architect is intended.
F) Perform and Provide:
The word "perform" shall be understood to mean that the Contractor, at
her/his expense, shall perform all operations, labor, tools and
equipment, and further, including the furnishing and installing of materials that are indicated, specified, or required to mean that the Contractor, at herlhis expense, shall furnish and install the work,
complete in place and ready to use, including furnishing of necessary
labor, materials, tools equipment and transportation.
4. CODES AND STANDAFDS '
Standard specifications incorporated in the requirements of the
specifications by reference shall be those of the latest edition at the
time of receiving bids. It shall be understood that the manufacturers or producers of materials so required either have such specifications available for reference or are fully familiar with their requirements as pertaining to their product or material.
5. - CONSTRUCTION SCHEDULE
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 any
part of the work.
The Contractor shall begin work after being duly notified by an issuance c
a l'Notice to Proceed" and shall diligently prosecute the work to completic
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 thr
Contractor.
..\
Page 25
7. GUARANTEE -
All work shall be guaranteed for one year after the filing of a "Notice of Completion" and any faulty work or materials discovered during the guarantee period shall be repaired or replaced by the Contractor.
8. MANUFACTURER'S INSTRUCTIONS -- -
Where installation of work is required in accordance with the product manufacturer's directions 9 the Contractor shall obtain and distribute the necessary copies of such instructions, including two copies to the
Construction Manager.
9. ___ INTERNAL COMBUSTION ENGINES
All internal combustion engines used in the construction shall be equipped with mufflers in good repair hen in use on the project with special
attention to Carlsbad Municipal Code, Chapter 8.48,
1 0.. CITY INSPECTORS ...
All work shall be ur-her the observation of a City Construction Inspector. Inspectors shall have free access to any or all parts of work at any time.
Contractor shall furnish Inspectors with such information as may be necessary to keep her/him fully informed regarding progress and manner of work and character of materials.
Contractor from any obligation to fulfill this contract.
Inspection of work shall not relieve
11. PROVISIONS FEQUIED BY LAW DEEED INSERTED
Each and every provision of law and clause required by law to be inserted
in this contract shall be deemed to be inserted herein and the contract
shall be read and enforced as though it were included herein, and if,
through mistake or otherwise, any such provision is not inserted, or is nc
correctly inserted, then upon application of either party the contract
shall forthwith be physically amended to make such insertion or
correction.
12. INTENT OF CONTRACT DOCUMENTS
The Contractor, her/his subcontractors and materials suppliers shall
provide and install the work as indicated, specified and implied by the
contract documents. Any items of work not indicated or specified, but
which are essential to the completion of the work, shall be provided at tl
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 decisic
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.
,
Page 26
13. SUBSTITUTION OF MATERIALS
The Proposal of the Bidder shall be in strict conformity with the drawings and specifications and based upon the items indicated or specified. The
Contractor may offer a substitution for any material, apparatus, equipment
or process indicated or specified by patent or proprietary names or by
names of manufacturer which she/he considers equal in every respect to
those indicated or specified. The offer made in writing, shall include
proof of the State Fire Marshal's approval (if required), all necessary information, specifications and data. If required, the Contractor, at
her/his own expense , shall have the proposed substitute, material ,
apparatus, equipment or process tested as to its quality and strength, its physical, chemical or other characteristics, and its durability, finish, 01
efficiency, by a testing laboratory as selected by the City. If the
substitute offered is not deemed to be equal to that so indicated or specified, then the Contractor shall furnish, erect, or install the material, apparatus, equipment or process indicated or specified. Such
substitution of proposals shall be made prior to beginning of construction
if possible, but in no case less than ten (IO) days prior to actual
installation. Substitution shall dS0 include a statement of &edit to. be
issued.
14. RCORD DRAWINGS
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 llas-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.
"As-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 I the City of Carlsbad at no charge to the Contractor.
responsible for all other- required licenses and fees.
The Contractor is
3
Page 27
16. - QUANTITIES IN THE SCHEDULE
The City reserves and shall have the right, when confronted with
unpredicted conditions, unforeseen events, or emergencies , to increase or
decrease the quantities of work to be performed under d 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. If an increase in
the quantity of work so ordered should result in a delay to the work, the
Contractor will be given an equivalent extension of time.
17. SAFETY & PROTECTION OF WORKERS AND PUBLIC
The Contractor shall take all necessary precautions for the safety of
employees on the work and shall comply with ali applicable provisions of Federal, State and Municipal safety laws and building codes to prevent
accidents or injury to persons on, about or adjacent to the premises where
the work is being performed. He/she shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public and shall . post danger signs warning against hazards created by such features of - construction as protruding nails, hoists, well holes and falling materials.
18. SURVEYING
c_
Column control lines, offset outside the perimeter of the building, and a
vertical control (benchmark) will be furnished by others. Contractors
shall perform their own engineering (survey staking) including elevations
as required.
Survey staking for the sitework (bid package number 1) shall be provided b
the City. Rough grade stakes at 50'-0" centers minimum to or toe-of-slope
as required, surface and underground improvements at 25'-0" to 50'-0"
centers including critical points with offsets, and blue tops for building
and facility pads.
19. CODES, ORDINANCES, FEGULATIONS €4 ABBFEVIATIONS
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 :
Abbreviation Agency -
American Society for Testing Materials AS TM U .S. Government Fed. Spec.
National Board of Fire Underwriters NBFU
American Institute of Steel Construction AISC
American Standards Association ASA
Underwriters Laboratories, Inc. UL
Department of Commerce St and ard s cs American Concrete Institute ACI
Page 28
20. STORAGE --
Space for storage and temporary buildings will be allocated by the Construction Manager as job conditions permit. Temporary offices or sheds
shall be constructed of fire resistant materials. Material and layout must
be approved by the Construction Manager prior to ihstallation.
21. TESTING AND INSPECTION -_
Testing and inspection shall be as required by the Specifications. The
Contractor shall be required to cooperate fully with the inspecting agency
during inspections at a fabricating plant and/or on the jobsite and shall provide ladders , platforms, scaffolds and/or safe accessibility to the work for such inspections and/or tests.
22. - SCAFFOLDING AND HOISTING
The price shall include all costs for the following:
a. Scaffolding and shoring required :or the CDntractor'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 connection
with the execution of the work by collecting and depositing said materials
and rubbish in locations or containers as designated by the Construction
Manager.
24. TEMPORARY FACILITIES
Temporary toilet facilities and drinking water for the use of all trades
will be provided.
25. FORCE EPORTS
Force reports indicating trade and personnel per trade shall be submitted
to the Construction Manager daily. A brief description of work performed
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. Power
will be single phase at 208 volts or 240, and 120 volts.
Contactor's responsibility to provide extension cords and/or wiring from central distribution points. Power will not be provided for high voltage
or heavy amperage type equipment such as welding machines and any special
power requirements shall be provided and paid for by the Contractor.
It is the
.,
Page 30
CERTIFICATION OF COMPLIANCE
1 hereby certify that PlalGney Sp?cialtieS, InC.
in performing under the contract awarded by the City of Carlsbad, will comply
with the County of San Diego Affirmative Action Program adopted by the Board of
Supervisors, including all current amendments.
Legal Name of Contractor
November 7, 1985
Date
Pres idcnt (NOTARIZE OR CORPORATE SEAL) Title
(Notorial acknowledgement of execution by all principals must be attached)
.I.
CAT. NO. "00737
TO 1945 CA (8-84)
(Corporation) g TlCOR TITLE INSURANCE
STATE OF CALIFORNIA
COUNTYOF SAN DIEGO } ss. PEN1dSUL.A BAIYK OF SAN DIEGO
blic in and for
I President, and Ng,c +Aq//, '( 5'5 Q e" peF-ly-io me or 3 proved to me on the basis of satisfactory evidence to be the person who executed the within instrument as the
Y Secretary of the Corporation that executed the within instrument and acknowledged
w
11 to me that such corporation executed the within instru-
I?
(This area for official notarial seal)
.- '
Page 31
- SPECIAL PROVISIONS/SPECIFICATIONS
Construction of. the project facilities has already commenced. Project completion is anticipated for the third quarter of 1986.
contractors should visit the job site to review current progress, conditions,
and include all costs associated with the anticipated completion date within
their bids.
CONCFETE - Bid Item 5A
All bidding
-- -
1. Concrete work shall include the service center building, wash and storage
facility and concrete sitework as specified.
the police and fire administration building, and mechanical equipment
enclosure -- has already - been bid and awarded.
2. Base bids for concrete work shall include complete excavations, grade
preparation, slab underlayment , forming and backfilling. Excess spoils
generated under this contract shall be relocated to on-site areas
designated by the Project Superintendent, thus returning received grades .
original elevations.
work.
Concrete Contractors shall include a $5,000.00 allowance within the base bid for possible solid rock encountered during footing/foundation
excavations. Random boulders and hard digging shall not be a part of
specified allowance, and should be included as part of the Contractor's responsibility. Methods of monitoring allowance expenditure shall be
developed by the Contractor and Construction Manager. Should rock not be
encountered, a deductive change order shall be issued for the entire allowance amount.
Concrete work associated wit
Provide all clean up associated with the- concrete
3.
4. The following is a brief list of work to be included within the base bid
Police Building Sitework
A. Complete exterior plaza area of police building (AC-1 thru AC-3).
Include all flatwork, stairs, landings, walls, planters, flagpole footings, bollards, PVC sleeves and drainage lines, weep holes and
backfill. All concrete walls shall be colored (1 lb/sack) and sand
blasted (medium). Bollards finished to match walls. Concrete flatw to be natural with specified finish.
E. Provide deductive cost from base bid for two (2) radius concrete
retaining walls which contain southwest quadrant of police assembly
wing. (AC-2, Detail 7/AC-3). Walls to be bid as masonry, too.
Walls commence approximately 35 lineal feet from southwest corner 0'
assembly wing and continue around building to the east. Deductive I
to include complete wall construction per 7 and 14/AC-3 (sandblast <
color), with exception of footing, specified backfill and drainage line.
*- * .'
Page 32
C. Sidewalks as follows: (AC-I thru AC-3)
1. Sidewalk around complete exterior of assembly wing adjacent to
building.
2. Sidewalk adjacent to stairs and adjoining retaining walls.
Sidewalk adjacent to upper loop road to point of curb return shall
be by others. --
3. Sidewalk adjacent to parking stalls adjoining plaza area.
4. Sidewalk adjacent to north building entry including walk across
street ad joining police/fire parking area.
around perimeter of enclosed stairs to electric roan. Include walk pads
D. Provide deductive cost from base bid for construction of free standing concrete wall (sandblast and color), which adjoins northwest corner of
police building and screens driveway and partial perimeter of
police/fire parking area. Deductive cost should not include footing 01 . . spoil removal requirement. ' .Reference AC-1 for location,. detail. IfA-2.
Service Center Building
A. Complete footings and slab work including depressions; recessed pits per 27, 28/S-I0A and 3, 8/S-I1A; stairs to pit area; louver sill per
27/A-58, and locker bases per 17/A-34.
B. Concrete pilasters per 4, 5, 12/S-lIA.
C. Concrete fill at mezzanine including necessary shoring/forming of pour stop as required.
Exterior concrete aprons adjoining building - six (6) inches concrete
over four (4) inches class I1 base. Provide smooth bar dowells and expansion caps per 22/S-I0A.
Footing and fill for pipe guards per 9/A-51.
D.
E.
F. Pits/trenches associated with lifts and hoists, details 29, 30/S-I0A
shall be constructed by Service Station Equipment Contractor.
Coordinate slab installation with recesses installed by others.
Vehicle Wash Building
A.
8.
Complete footing and slab work including pits and trench drains.
Precast trench drain system similar to "ACO drain" and tlPolycastff are
acceptable substitute for detail 17/S-10AY when property attached to
and supported by the slab.
,% b .’
Page 33
C. Include concrete apron - six (6) inches over four (4) inches class I1
base around entire perimeter of wash facility and fuel island.
installation of fuel island shall be by others, coordinate
installation.
Reference attached clarification drawings SR-6 and SR-7 dated 9-24-85
for recessed pits at vehicle wash.
5. Concrete bid shall also include the following requirements:
Actual
D.
A. Construction , control and weakened plane joints including expansion
material as necessary.
Special sealer and/or hardener as required. B.
C. Grouting/drypack of steel column base plates.
D. Receiving, storing and setting of sleeves, embeds and anchor bolts.
E. Provide all reinforcing steel linqs, grades and templets for masonry-
construct ion .
Provide and maintain safety protection at slab openings.
6. Footings, slab and apron for trash enclosure located north of service
-.
F.
center building including base underlayment . Reference sheet AC-1 and
detail 11/A-2.
MASONRY - Bid Item 58 - -
1. Rase bid to include masonry construction of the mechanical equipment
enclosure including retaining wall; vehicle service center building and
trash enclosure; vehicle wash facility; and interior mechanical room and
detention area walls within the police/fire administration building,
including blockouts for recessed cabinets.
Provide all shoring of openings as required. 2.
3. Provide and install all rebar, mortar, and grout as required. Reference
special details: 4, 11, 13, 15 and 16/S-IOA.
Provide and install added rebar dowells per details 4, 5 and 12/5-11,4.
Concrete pilaster and rebar cage shall be by others.
4.
5. Include installation of all miscellaneous anchor bolts and plates supplie Anchor bolts at masonry parapet shall be by others and grouting of same. supplied and installed by masons. (4lAC-3, 6lA-53).
6. Provide and install all setting and grouting of hollow metal door, louvei
and window frames.
*. *
Page 34
7.
8.
Include masonry control joint detail 6/S-I3A and 23/A-22.
Include sandblasting as specified in Section 07175 and all clean up associated with masonry work.
Masonry Contractors shall be required to coordinate their work with other
trades, especially structural steel, concrete and metal deck.
Provide alternate additive prices to base bid as follows:
A.
9.
IO.
Construct free standing wall which adjoins northwest corner of police building and screens driveway and partial perimeter of police/fire parking area, utilizing masonry. Cost to include block rebar, grout, mortar, cap, sandblasting, division stem (14/AC-3) and installation of
embed hardware for operable gates. Concrete footing shall be by
others.
5. Construct two (2) radius retaining walls which contain southwest
quadrant of police assembly wing (AC-2, detail 22/AC-3). Walls
commence approximately thirty-five (35) feet from southwest corner of
assembly wing and continue around building to the east.
include items listed in 10A above and weep holes. Footings by others,
Cost to
._ ALUMINUM ENTRANCES, STOREFRONTS, WINDOWS AND GLAZING - Bid Item 5C _-
1. Base bid to include all aluminum entrances; storefronts; operable and fix1 windows and complete glazing for the police/fire administration building
and service center buiding.
2. Provide and install all blue-green reflective glass, plate/float glass, wire glass and bullet resistant glass.
Review cabinet elevations for all counter top glass/frame units. Include glass and glazing of slotted pass thru window in roan 8165, and one way vision glass between roans 222 and 223.
south end of atrium.
Tempered as required by code.
Include curved acrylic sheet at
3. Fixed windows at main entry and storefront systems to police building per
sheet A-9. Include aluminum cladding of steel members, steel aluminum stiffners a5 required and metal drip at head per detail 27.
applicable details per sheet A-21.
Exterior operable windows including metal drip, trim, cladding and bent
plate window anchors.
Also
4. Reference miscellaneous details sheet A-22.
5. Vehicle maintenance building glass installation and aluminum framing similar to police building.
6. Glass Contractors shall include all scaffolding, glazing gaskets, caulki
Coordination with 0th and special finishes for a complete installation.
trades shall be a definite requirement.
Provide and install glass lites in doors K and L per sheet A-20. 7.
s. a %? '-
a- .
c
b
Page 35
8. Provide alternate deductive price to change exterior glass from blue-green
reflective to a reflective glass with same basic shading coefficient and
light transmission qualities. List most cost effective (if any) as main
alternate .- (a) Additional types for owner/architect review should also bc
listed.
METAL AND ACOUSTICAL CEILINGS - Bid Item 5D - --
I. Provide and install all metal and acoustical ceilings as specified for all building facilities. (Sections 9510, 9515 and related work.)
2. Coordination with other trades shall be a definite requirement.
3. Ceiling starting points have been established so that fire sprinkler heads
will be centered within tiles. Contractors shall maintain alignment as
required.
Typical wire hanger requirements and general details per sheet A-5. ceiling shall be installed with radius as shown. 4. Metal
..
e.
. 5.' Coordinate ceiling tnstallations with required access panels.
'r '
.< Y - , '-
-r -
Y
c
Page 36
LIST OF CONTRACT DQCUENTS
I. Contract documents prepared by Ruhnau , McGavin, RuhnaujAssociates, 5751
Palmer Way, Suite C, Carlsbad, CA 92008 (619) 438-5899. Plans dated
September 16, 1985.
a. Architectural Site Plans Sheets AC-I thru AC-3
b. Architectural
Public Safety Center Sheets A-I thru A-36
Public Service Center Sheets A-51 thru A-60A
c. EEipment Plans Sheets EQ-I and EQ-2
d. Structural Plans Sheets S-I thru S-16 (IOA thru 14A:
e. .- Mechanical Plans Sheets 9-1 thru M-10
f. Plumbing Plans Sheets P-I thru P-8
g. Electrical Plans Sheets E-1 thru E-20
P..
- - -
11. Project manual (specifications) for the construction of the City of
Carlsbad Public Safety and Service Center prepared by Ruhnau , McGavin ,
Ruhnau/Associates dated September 16, 1985.
- L BRANDOW AL&??wdc=,G&L 1~ JO STON ASSOCIATES s-9-
e-rnmw~~amm a~mu~tvmab~ 8wa11.81.
TLLYnOWf 4U-.*SO mu COOK ala 1.80 W. MIRD m, WS AXU- UUIORNIA BO017
CLARI FICA1 ION OF SEC-
I
City of Carlsbad
Cartsbad. California Public Safety & Service Center
revision
-job no.
21 201 -
Archtf.th Pf8nM
RUHNAU McGAVIN RUHNAU/ASSOCIATES
3775 Tcom SheU R~~s~ 0 gzsor-~bg I207 Em AH- Carwad CA 91006-1995 619.729-7144 714,684-4664
she
4 1 -
--
-
&L.idG*&A s-=c BRANDOW It J STON 'ASSOCIATES
~mmmv)~tamo m+aurtunrr: 8~91~8a..
1a.0 W. MIRO m, IS8 ANQfLLI c*rdFOmlA *0017
TULMONS 4-8.80 . . ~uwo1als
CMF!CATlON OF 5ECTfOt -~ .'.. -
-
City of Carlsbad Public Safety & Service Center . Carlsbad, California job no.
21 201
Pg Anhrtoch PknnOn
RUHNAU McGAVIN RUHNAU/ASSOCIATES -
' 3775 Tern Street !lo7 EknA*.rW
Rw-. f3 92501-%69 Camd. 0 9MOd-f-
7 14 i 684 -4664 6191729-1144
-she