HomeMy WebLinkAboutMaloney Specialties Inc; 1986-08-22; 3006-7ICity Clerk w w
1200 Elm Avenue
Carlsbad, CA 92008 -
NOTICE OF COMPLETION
To All Laborers and Material Men and to Every Other Person
-Interested:
YOU WILL PLEASE TAKE NOTICE that on January 13, 1987, the
project consisting of toilet partitions at the Carlsbad Safety
and Service Center, on which Maloney Specialties was the
Contractor, was completed.
CITY OF CARLSBAD
2
PROJECT COORDINATOR
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Cle e City of Carlsbad; the City
Council of said City on 27 , 1987, accepted the
above described work as and ordered that a Notice of
Completion be filed.
I declare under penalty of perjury that the foregoing is
true and correct.
Executed on - 2r , 1987 at Carlsbad, California. / CITY OF CARLSBAD
.,
*- ." .. e A-
\- - :* z -.- -3 - ALETHA m L. RiTt$+J
~. L _- City Clerk
'. - -r -i" ... ". _. I -.
.I4 %.L.
___ -- - hd r?R FES -5 &f 8: 37 NO FEE
VERA L. LYLE LCOUHTY iiECOR&-R 1 I -
I'
~
w w
TELEPHONE: '*' . 1200 ELM AVENUE
(619) 438-5535 CARLSBAD, CALIFORNIA 92008
Office of the City Clerk
@ita of (anrlsbnil
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
Elemitorsat 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 Life 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
* w
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
Glazing at Ca’rlsbad 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 Contractor
Notice of Completion - Engineering
Pneumatic Tubes at Carlsbad Safety and Service
Center; Air Link International Contractor
w w
Vera L. Lyle
January 30, 1987
Page 3
4 County Recorder
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 Flooring 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.
y%xLY eputy City Clerk
Encs.
~~ ~ ~ ~~
City Clerk - v
1200 Elm Avenue
Carlsbad, CA 92008
*I NOTICE OF COMPLETION
To All Laborers and Material Men and to Every Other Person
Interested:
YOU WILL PLEASE TAKE NOTICE that on January 13, 1987, the
project consisting of toilet partitions at the Carlsbad Safety
and Service Center, on which Maloney Specialties was the
Contractor, was completed.
CITY OF CARLSBAD
- !
PROJECT COORDINATOR
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Cle e City of Carlsbad; the City 27 , 1987, accepted the Council of said City on
above described work as and ordered that a Notice of
Completion be filed.
I declare under penalty of perjury that the foregoing is
Executed on d c7f , 1987 at Carlsbad, California.
true and correct.
I CITY OF CARLSBAD
City Clerk
IC
EXC 0 16 15 1 5/01/87 EXCESS LIABILITY C
Inception date 5/01/8t OTHER THAN UMBPELLA
- ~
s 500 s 500 BODILY INJURY AND
PROPERTY DAMAGE
COMBINED
W Ij w , e,
i. .a
le attaching Clause need be completed only when this endorsement is issued
L9452
o preparation of the policy.),
GL 20 09 '(Ed. 01 73) (Ed. 1-73)
, G116 -1
IS0 GI16
ADDITIONAL INSURED
(owners or Contracto'rs)
I *-,
843*8$*43*8**ltO*4**$$*~*****$***~~$~$*$*$*$$*~$*~*~8***$$*$~$~~*~4$~88$*~~
s endorsement modifies such insurance as is af,forded by the provisions of
5 policy relating to the following:
.I
COMPREHENSIVE GENERAL LIABILITY INSURANCE
MANUFACTURERS' AND CONTRACTORS' LIABILITY INSURANCE
:******8l8$**QI~Q**8***~****$~$*~*$$~**$$~~*~*$~~~~$$~~$~$$~*~$*~*$~*~*$$$**
s en-dorsement, effective 8/19/86', forms part of policy kCMP013379 .-
(12:Ol A.M., standard time)
;ued to FIALONEY SPECIALTIES, INC.
GOLDEN EAGLE INS. COD .........................
Authorized Representative
It
le of Person or Organization Locat ion of Covered Operations 1'u CONSTRUCTION COMPANY 6 THE CITY ALL:OPERATIONS #5127 E, A
IF CARLSBAD PUBLIC SAFETY 6 SERVICE CENTER
!37 FARADAY AVE. #101C
IRLSBAD, CA 92008 ' j .' I
Premium Bases Rates Advance Premium
lily Injury Liability Cost- VRS $100 Of C0S.t I $ INCL
Total Ad4vance Premium B INCL
~perty Damage Liability Cost. VRS $100 of Cost 5 8-INCL -'--- ---
is agreed that:
The "Persons Insured" provision is amended to include as an insured the
-son or organization named above (hereinafter called "additional insured")
; only with respect to liability arising out of. (1) opera-tions performed for
? additional insured by the named insured at the location designated above
)era1 supervision of such operations..
,/
(2) acts or omissions of the additional insured in connection with his
None of the exclusions of the policy, except exclusions (a),(c),(f ),(g),(i)
1' and (m), apply to this insurance. 1
4 (Page 1 of 21
I.
5. w1 w
4- I
,.
II
Additional Excl us ns This insurance does not apply:
a) to bodily inju or property damage occurring after ,.
(1) al I work. on the project (other than service9 maintenance or repairs)
to be performed by or on behalf of 'the' additional insured at the site of
the covered operations has been completed or
(2) that portion of the named insured's work out of which the injury or
damag-e arises has been put to its .intended use by any person or organira-
t ion other than .another contractor or subcontractor engaged in performing
operations for asprincipal as a part of the same project;
b) t,o bodily injury or property damage arising out of any act or omission
tf the additional insured or any of his employees, ot'her than general super-
'ision of work performed for the additional insured by the named insured;
c), to property damage to1 jI
(1) property owned or occupied by or rentbed to the additional insur'ed,
(2) property used by the additional insured,
(3) property in the care, custody or control of the a'dditional insured or
as to which the additional insured is for any purpose exercising
physical control 9 or
14) work performed for the additional insured by the *named' insured.
Additional Definition When used in reference'to this insurance, ttwork"
:ludes materials, parts and equipment furnished in connection therewith.
---- I _II. - -__I ._ - &S ----Aw. .u _-
'*
5/1/86-87 ' 19 /86-.DA B ENDT #38 1 -*
1' (Page 2 of 2)
.. I
E
h
-~__ ~ -
,* <*; W w
,I' \c
A I
i ... .* MALONEY SPECIALTIES, IK.
CITY OF CARLSBAD
SAM DIlEGO COUNTY
CALIFORNIA
CONTRACT DOCUENTS
FOR
P~LIC SAFETY AND SERVICE CENTER
CONTRACT NO. 3006
BID PACKAGE NO. 71 REVISED
FOR: TOILET PARTITIONS AND ACCESSORIES
For information relative to this project contact:
KOLL CONSTRUCTION COMPANY
2237 Faraday Avewe, #IoIC
Carlsbad, CA 92008
Steve Mahoney, Project Manager
(619) 438-8866
-~ ~ ~ ~~
et W - ,\ t ,
TABLE OF CONTENTS
Item Page -
PROPOSAL 1
DESIGNATION OF SUBmNTRACTORS 2
CONTRACT 3- 6
LABOR AND MATERIALS BOND 7- 8
PERFORMANCE BOND 9 - 10
GENERAL- PROVISIONS 11 - 17
LIST OF CONTRACT DOCUMENTS 18
SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS 19 - 22
CERTIFICATE OF COMPLIANCE 23
*It
r *' w - a ..' MALONEY SPECIALTIES, INC. ,? -. ,- 7 ; ;; c .'>
i. .-
980 Buenos Avenue Suite D P.O. Box 81071 SAN DIEGO, CALIFORNIA 92138 I ..I -J 4 a; i 1986
,:,(ILL cl:?sT. - c (619) 275-0660 License No. 264671 Q- 05 05-86
PROPCSAL SUBMITTED TO PHONE DATE
Koll Construction Company 4 3 8- 8 866 5/2/86
2237 Faraday Avenue, #101C Public Safety and Service Buildin
Carlsbad, California 92008 Carlsbad, California
STREET JOB NAME
CIM. STATE AND ZIP CODE JOB LOCATION
ARCHITECT DATE OF PLANS JOB PHONE
We heleby submit specificatkons and estimates for
Toilet Partitions. $ 9,035.00
Toilet Room Accessories, including mirrors. $17,140.00
- fanet = '='l?$; -
Prices are installed, tax included and include
cost of payment/performance bond.
Bid based on Bobrick brand items per sheet A-17.
mup @npnBp hereby to furnish material and labor - complete in accordance with above specifications. for the sum --- dollars (B As Above
Net on Compldon Payment to oe made as follows:
P JkLLC&* Ail material IS guaranteed to be as specified All work to be comeleted in a worhmanlike
manner according to standard practices Any alteration or devlatlon from above speciflca
ttons involving eatra costs will be executed only upon written orders and will become an
extra charge over and above the estimate All agreements contingent upon strikes accidents
Authorired %vature WWNaloney
withdrarn by us if not accepted within or delays beyond our control Owner to carry fire. tornado a,d other necessary insurance
Our workers are fully covered by Workmen s Compensation Insurance
Note This proposal may be 3 0 d. ' ktpptnntp of propaad -The above prices specifications
You are authorized and conditions are satisfactory and are hereby accepted Signature
.. .’ W w
Page 2
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies he/she has used the subbids of the following listed
Contractors in making up his/her proposal and that the subcontractors listed
will be used for the work for which they proposal, subject to the approval of
the City Engineer, ad in accordance with applicable provisions of the
specifications.
prior apprwal of the City Engineer or the City of Carlsbad.
information is required for each subcontractor. Additional pages can be
attached, if required:
No charges may be made in these subcontractors except upon the
The following
N/A - None.
Work Company Name
ties, Inc.
W.A. Maloney, President
.' w - Page 3
CONTRACT
THIS AGREEMENT, made and entered into this a-day of l&.&& 9 19&9 by and between the City of Carlsbad, California, a municipa oration
(hereinafter called "City"), and Maloney Specialties Inc.
(hereinafter called "Contractor" .J
City ad Contractor agree as follows:
1. Description of Work. Contractor shall perfon all work specified in the
contr act document s fo r :
TOILET PARTITIONS AND ACCESORIES
(hereinafter called llprojectll)
2. Provisions of Labor and Materials. Contractor shall provide all labor,
materials, tools, equipment and personnel to perform the work specified by
the contract documents.
3. Contract Documents. The contract documents consist of this contract; the
contractors proposal; the plans ad specifications and all proper
amendments and charges made thereto in accordance with this contract or the
plans and specifications; and the bonds for the project; all of which are
incorporated herein by this reference.
&ntract, City shall make payment to Contractor in accordance with
Section 9 of the 1979 edition of "Standard Specifications for Public Work's
4. Pa ment. As full canpensation for Contractors performance of work under
Construction, herein modified. Contract mount Twentv six thousand one
ve 00/100 ........................... $26.125..Qo*
Payment of undisputed contract mounts shall be contingent upon Contractor
furnishing City with a release of all claims against City and Construction
Manager arising by virtue of this contract as it relates to those amounts.
Extra canpensation equal to 50 percent of the net savings may be paid to
Contractor for cat reduction changes in the plans or specifications made
pursuant to a proposal by Contractor.
by City.
The net savings shall be determined
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, ard is
aware of those conditions. The contract price includes payment for all
work that may be done by Contractor in order to overcane unanticipated
underground conditions. Any infomation that may have been furnished to
Contractor by City about underground conditions or other job conditions is
for Contractor's convenience only, and City does not 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.
w w
Page 4
6. Contractor Responsible for Unforeseen Conditions. Contractor shall be
responsible for all loss or damage arising out of the nature of the work or
fran the action of the elements or fran any unforeseen difficulties which
may arise or be encountered in the prosecution of the work until its
acceptance by the City.
incurred in the suspension or discontimance of the work. However,
contractor shall not be responsible for reasonable delays in the canpletion
of the work caused by acts of God, stormy weather, extra work, or matters
which the specifications expressly stipulate will be borne by City.
Contractor shall also be responsible for expenses
7. Change Orders. City may, without affecting the validity of this contract,
order changes, modifications, deletions and extra work by issuance of
written charge orders.
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 charge order designating in advance the amount of
additional canpensation to be paid for the work. If a change order deletes
any work the contract price shall be reduced by a fair and reasonable
amount. If the parties are unable to agree on the amount of reduction the
work shall nevertheless proceed and the amount shall be determined by
arbitration or litigation. The only person authorized to order changes or
extra work is the City Engineer. However, no change or extra work order in
excess of $5,000.00 shall be effective unless approved by the City
Council.
Pursuant to the Labor Code of the State of California,
Contractor shall make no change in the work without
8. Prevailing Wage.
the City Council has ascertained the general prevailing rates of per dim
wages for each craft or type of worker needed to execute the contract ad a
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 all
applicable prwailiq wages on the job site.
Indemnit . Contractor shall assume the defence of and indemnify and hold
employees, fran all claims, loss, damage, injury and liability of every
kind, nature and description, directly or indirectly arising fran or in
connection withthe performance of the Contract or work; or fran any failure or alleged failure of Contractor to copmly with any applicable law, rules or regulations including those relating to safety and health; except for
loss or damage which was caused solely by the active negligence of the
City; ad fran any and all claims, loss, damage, injury ad liability,
howsoever the nature of the work covered by the Contract, unless the loss or damage was caused solely by the active negligence of the City. The
expenses of defense include all costs and expenses, including attorneys
fees for litigation, arbitration, or other dispute resolution method.
10. Insurance. Without limiting Contractor's indemnification, it is agreed
9* + arm ess the Construction Manager and the City, ad its officers ad
that Contractor shall maintain in force at all times during the performance
of this agreement a policy or policies of insurance cuvering its operations
and insurance covering the liability stated in Paragraph 9. The policy or
policies shall canply with the special insurance instructions attached to
the bid documents and shall contain the following clauses:
.. w w
Page 5
Contractor's liability insurance policies shall contain the following
c lau ses :
A. "The City and the Construction Manager shall be added as an additional
insured as respects operations of the naned insured performed under
contract with the City."
6. "It is agreed that any insurance maintained by the City shall apply in
excess of an not contribute with, insurance pruvided by this policy."
All insurance policies required by this paragraph shall contain the
following clause:
A. "This insurance shall not be cancelled, limited or non-renewed until
after thirty days written notice has been given to the City."
Certificates of insurance evidencing the coverages required by the clauses
set forth above shall be filed with the City prior to the effective date of
this agreement.
11. Workers Compensation. Contractor shall canply with the requirements of
Section 3700 of the California Labor Code. Contractor shall also assume
the defense and indemnify and save harmless the City and Construction
Manager ad its officers ad employees fran all claims, lass, 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 Paragraphs
10 and 11 or proof of workers' canpensation 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 expiration
of at least thirty (30) days after written notice of such cancellation has
been given to the City.
13. Arbitration. Any controversy or claim in any mount up to $100,000 arisirg
out of or relating to this contract or the breach thereof may, at the
option of City, be settled by arbitration in accordance with the
construction industry rules of the American Arbitration Association and
judgment upon the award rerdered by the arbitrator(s) may be entered in any
California court having jurisdiction thereof . The award of the
arbitrator(s) shall be supported by law and substantial evidence as
provided by the California Code of Civil Procedure, Section 1296.
14. Maintenance of Records. Contractor shall maintain and make available to
the City, upon request, records in accordance with Sections 1776 and 1812
of Part 7, Chapter 1, Article 2 of the California Labor Code. If the
Contractor does not maintain the records at Contractor's principal place of
business as specified above, Contractor shall so inform the City by
certified letter accanpanying the return of this contract. Contractor
shall notify the City by certified mail. of any charge of address of such
records.
.. w - Page 7 SUR 01 4% 19
LABOR AND MATERIAL BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, by
Resolution No. ~57-1 adopted J~~ 3. 1986 , has awarded to
%%F%K$Sll, a contract for: P- Tnc- , hereinafter designated
TOILET PARTITIONS AND ACCESSORIES
in the City of Carlsbad, in strict conformity with the drawings ad
specifications and other contract documents now on file in the Office of the
City Clerk of the City of Carlsbad all of which are incorporated herein by this
ref e rence .
WHEREAS, said Principal has executed or is about to execute said contract ad
the terms thereof require the furnishing of a bond with said contract, providing
that if said Principal or any of his/her or its subcontractors shall fail to pay
for any materials, prwisions, prwerder or other supplies or teans used in,
upon for or about the perfonance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to
the extent hereinafter set forth.
NOW, THEREORE, WE, Maloney specialties Inc. 9 as Principal , hereinafter designated as the "Contractor" , and
as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of m equal to 50 percent (5086) 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 ard administrators, successors or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if person or his/her
subcontractors fail to pay for any materials, provisions, provender or other
supplies, or teas used in, upon, for, or about the performance of the work
contracted to be done, or for any other work or labor thereon of any kind, or
for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not
exceeding the sum specified in the bond, and also, in case suit is brought upon
the bond, a reasonable attorney's fee, to be fixed by the cart, as required by
the provisions of Section 4202 of the Goverrment Code of the State of
C a1 i f o r ni a.
9
and eicrhtv seven and 50/100----------- Dollars ($ 13,087.50 ) ,
~ - ~
W w
.I Page 8
This bond shall insure to the benefit of a9 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 bod, as required by the pravisions of Section 4205 of the Goverment Code of the State of California.
In the event that any Contractor above naned executed this bond as an
individual, it is agreed that the death of any such Contractor shall not
exonerate the Surety frcm its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor and
Surety above naned on the ,Q.h day of A~~~ , 192.
. -. .. -,,4,., . - .. .*
-.JU~"--"--* *- Maloney Spaeialtieo, hc, ' _=',?' % ; :?;I?. 4
San Diego, Ca. 92138 -.. * c 4-\%
4% 4 g
-I( < PO Box 81011
;*I .. ...
> L . '-*?A-
.I_ I< 5 4 k"
( Not arize or Corporate Seal for Each Signer) Contractor
W.A. Maloney, President
,- 7
-
- ~~~
*. n )/1
ACKNOWLEDGEMENT OF SURETY
S'IACE OF CALIFORNIA
COUNTY OF SAN DIEGO
ON THIS 6TH
APPEARED TERRY GAGE , KNOW8 TO ME TO BE (OR PROVED TO ME.
-. , BEFORE ME PERSONALLY DAY OF .' AUGUST , 1986
ON THE BASIS OF SATISFACTORY EVIDENCE) THE ATTORNEY-IN-FACT OF GOLDEN
I.:ACLE INSURANCE COMPANY , AND ACKNOWLEDGED TO ME THAT SHE EXECUTED THE WI'IHIN
1NSTRUMENT.
IN WITNESS WHEREOF, I HERETO SET MY HAND AND OFFICIAL SEAL ON THE DAY AND YEAR
IN THIS CERTIFICATE FIRST WRITTEN ABOVE.
.
./I
SAP4 OEGO COuNry MURIEL E. MADRYGA, NOTARY PUBLI
COUNTY OF SAN DIEGO
-
9r GBLDFN EAGLE INSURANCE CO@”~Y
EXECUTIVE OFFICES San Diego, California
BOND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS. That the Golden Eagle Insurance Company, a Corporation duly organized and existing under the
laws of the State of California, having its principal office in the City of San Diego, California does hereby nominate, constitute and appoint
of San Diego, California
its true and lawful agent and attorney-in-fact, to make, execute, seal and deliver for and on its behalf as surety, and its act and deed, any and
all bonds, contracts, agreements of indemnity and other undertakings in suretyship provided, however, that the penal sum of any one such
instrument executed hereunder shall not exceed the sum of any and all bonds and undertakin s provided the amount of no one bond or
undertaking exceeds ----- One Mill.ion And No/ loo---- ($1,000,008. bo) ......................
Terry Gage ‘
_______________---__---------------
This power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by
the Board of Directors of the Golden Eagle Insurance Company at a meeting duly called and held on April 10, 1984 which said Resolution
has not been amended or rescinded and of which the following is a true, full and complete copy.
“RESOLVED: That the President or Secretary may from time to time appoint Attorneys-in-Fact to represent and act for and on behalf of the
Company, and either the President or Secretary, the Board of Directors or Executive Committee may at any time remove such Attorneys-in-
Fact and revoke the Power of Attorney given him or her; and be it further
“RESOLVED: That the Attorneys-in-Fact may be given full power to execute for and in the name of and on behalf of the Company any and all
bonds and undertakings as the business of the Company may require, and any such bonds or undertakings executed by any such Attorney-
in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Secretary.”
IN WITNESS WHEREOF, the said Golden Eagle Insurance Company has caused these presents to be executed by its officer, with its
corporate seal affixed
this March 10, 1986
GOLDEN EAGLE INSURANCE COMPANY
ss: STAIE OF CALIFORNIA
COUNIY OF SAN DlEGO President
On this 10th day of March, 1986, before the subscriber, a Notary Public of the State of California, in and for the County of San Diego, duly
commissioned and qualified, came Michael E. James, President, of GOLDEN EAGLE INSURANCE COMPANY, to me personally known to
be the individual and officer described in and who executed the preceding instrument and he acknowledged the execution of the same, and
being by me duly sworn, deposeth and saith, that he is the said officer of the Company aforesaid, and that the seal affixed to the preceding
instrument is the Corporate Seal of the said Company, and that the said Corporate Seal and his signature as such officer were duly affixed
and subscribed to the said instrument by the authority and direction of the said Corporation.
IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed my Official Seal, at the City of San
written.
he day and year first above
---- - _--_._ -- -
Nolary Public
ss: STATE OF CALIFORNIA
COUNTY OF SAN DIEGO
I, the undersigned, Larry G. Mabee, Secretary of the Golden Eagle Insurance Company, do hereby certify that the original POWER OF
ATTORNEY, of which the foregoing is a full, true and correct copy, is ull force and effect, and has not been revoked.
6th IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the Corporate Seal of the Corporation, this -
dayof August ,19 86 .
dd LARRY G. MABEE Secretary
Any correspondence regarding this Power of Attorney, address to:
~ 7175 Navajo Road San Dieao. California 921 19-1642
w - \.
r --
1
Page 9 BUR 0% 42 13
PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, by
Resolution No. 8577 adopted ~une 7- 19A6 , has awarded to
$FiKFlprimtract for: SDe * , hereinafter designated
TOILET PARTITIONS AND ACCESSORIES
in the City of Carlsbad, in strict conformity with the drawings and
specifications and other contract documents now on file in the Office of the
City Clerk of the City of Carlsbad all of which are incorporated herein by this
reference .
WHEREAS, said Principal has executed or is about to execute said contract and
the terms thereof require the furnishing of a bod for the faithful perfonance
of said contract;
NOW , THEREFORE, WE , Maloney Specialties Inc. 9 as Principal, hereinafter designated as the "Contractor", and
as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of
Twenty six thousand one hundred seventy five & oo/ioQollars ($ 26,175.00 ) ,
said sum being equal to 100 percent (100%) of the esthated 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 bcunden Contractor,
his/her or its heirs, executors, administrators, successors or assigns, shall in
all things stad to ad abide by, and well ad truly keep and perform the
covenants, conditions, and agreements in the said contract and any alteration
thereof made as therein prwided on his/her or their part, to be kept and
performed at the the and in the manner therein specified, and in all respects
according to their true intent and meaniq, and shall indemnify and save
harmless the City of Carlsbad, its officers and agents, as therein stipulated,
then this obligation shall become null and void; otherwise it shall remain in
full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no
charge, extension of the, alteration or addition to the terns of the contract or to the work to be performed therander or the specifications accompanying the
sane shall affect its obligations on this bond, and it does hereby waive notice
of any change, extension of the, alterations or addition to the tens of the
contractor or to the work or to the specifications.
9
W w *.
Page 10
In the event that any Contractor above naned executed this bond as an individual, it is agreed that the death of any such Contractor shall not
exonerate the Surety fran its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Contragor and
Surety above naned on the &ih . - 9 19 #ttgUZac. day of
7- --- cz,
"3-b ;w-b -**
? 2 :-L& G ; .yj- 2- s
. .- . -. &&e%xey $poefatt&3a, Lm.
.-:a 3c
PO Box 81071
San Diego, Ca. 92138
(Notarize or Corporate
Seal for Each Signer)
WL@s %@&e3 XBaur&aee
i /
/
_<'
~~ ~ ~
. I -_
--- I f-'l. r""\ ..
ACKNOWLEDGEMENT OF SURETY .
STATE OF CALIFORNIA
COUNTY OF SAN DIEGO
1986 ON THIS 6TH DAY OF 9 a BEFORE ME PERSONALLY AUGUST
APPEARED TERRY GAGE , KNOWN TO ME TO BE ( OR PROVED TO ME ON THE
BASIS OF SATISFACTORY EVIDENCE)
COMPANY , AND ACKNOWLEDGED TO ME THAT SHE EXECUTED THE WITHIN INSTRUMENT.
THE ATTORNEY-IN-FACT OF GOLDEN EAGLE INSURAi
IN WITNESS WHEREOF, I HERETO SET MY HAND AND OFFICIAL SEAL ON THE DAY AND YEAR
IN THIS CERTIFICATE FIRST WRITTEN ABOVE.
/ 4M// MURIEL /I \. K2L,+&
E. MADRYGA, NOTARY PUBL Cv
c:(yJ$ra"i ilI: SAN
GOLDIY EAGLE INSURANCE coniiTm~ .,+’
EXECUTIVE OFFICES
San Diego, California
BOND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS. That the Golden Eagle Insurance Company, a Corporation duly organized and existing under the
laws of the State of California, having its principal office in the City of San Diego, California does hereby nominate, constitute and appoint
of San Diego, California
its true and lawful agent and attorney-in-fact, to make, execute, seal and deliver for and on its behalf as surety, and its act and deed, any and
all bonds, contracts, agreements of indemnity and other undertakings in suretyship provided, however, that the penal sum of any one such
instrument executed hereunder shall not exceed the sum of any and all bonds and undertakin s, provided the amount of no one bond or
undertaking exceeds ----- One Million And No/ loo---- ($1,000,00~. 00) ......................
Terry Gage
___ _________----_----------------
This power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by
the Board of Directors of the Golden Eagle Insurance Company at a meeting duly called and held on April 10, 1984 which said Resolution
has not been amended or rescinded and of which the following is a true, full and complete copy.
“RESOLVED: That the President or Secretary may from time to time appoint Attorneys-in-Fact to represent and act for and on behalf of the
Company, and either the President or Secretary, the Board of Directors or Executive Committee may at any time remove such Attorneys-in-
Fact and revoke the Power of Attorney given him or her; and be it further
“RESOLVED: That the Attorneysin-Fact may be given full power to execute for and in the name of and on behalf of the Company any and all
bonds and undertakings as the business of the Company may require, and any such bonds or undertakings’executed by any such Attorney-
in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Secretary.”
IN WITNESS WHEREOF, the said Golden Eagle Insurance Company has caused these presents to be executed by its officer, with its
corporate seal affixed
this March 10, 1986
GOLDEN EAGLE INSURANCE COMPANY
ss: STATE OF CALIFORNIA
COUNTY OF SAN DIEGO President
On this 10th day of March, 1986, before the subscriber, a Notary Public of the State of California, in and for the County of San Diego, duly
commissioned and qualified, came Michael E. James, President, of GOLDEN EAGLE INSURANCE COMPANY, to me personally known to
be the individual and officer described in and who executed the preceding instrument and he acknowledged the execution of the same, and
being by me duly sworn, deposeth and saith, that he is the said officer of the Company aforesaid, and that the seal affixed to the preceding
instrument is the Corporate Seal of the said Company, and that the said Corporate Seal and his signature as such officer were duly affixed
and subscribed to the said instrument by the authority and direction of the said Corporation.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of San Diego, the day and year first above
written.
._ I?-. * . I_ I ~ .. -.
ss: STATE OF CALIFORNIA
COUNTY OF SAN DIEGO
I, the undersigned, Larry G. Mabee, Secretary of the Golden Eagle Insurance Company, do hereby certify that the original POWER OF
ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect, and has not been revoked.
,
IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the Corporate Seal of the Corporation, this 6th
day of August , 19 86
d& LARRY G. MABEE Secretary
Any correspondence regarding this Power of Attorney, address to:
~ 7175 Navaio Road Snn nimn PAlifnmla 971 19-IM?
W w
Page 11
GENERAL PROVISIONS
I. PLANS AND SPECIFICATIONS
The specifications for the work shal1:consist of the latest edition of the
Standard Specifications for Public Works Construction hereinafter
designated SSPW, 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 SbRS, 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 ad
materials and performing all operations necessary to canplete the project
work as shown on the project plans and as specified in the specifications.
3. DEFINITIONS AND INTENT
A. Arhitect:
The word "Engineer" shall mean the architect or his approved
representative.
8. Construction Manager:
The word llConstruction Manqer" shall mean Koll Construction Company.
C. Reference to Drawings:
Where words llshownll, "indicated", "detailed", %otedI1 , "scheduled" or
words of similar import are used, it shall be understood that reference is made to the plans accanpanying these provisions unless stated
otherwise.
D. Directions:
Where words "directed", designated", I1selected" or words of similar
import are used, it shall be understood that the direction, designation or selection of the Construction Manager is intended unless stated
otherwise.
understood to mean "as required to properly canplete the work as
required and as approved by the Construction Manager" unless stated
o t herwi se .
The word "required" ad words of similar import shall be
w - Page 12
E) Equals ad Apprwals:
Where the words "equal", "appr wed 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 Arditect" unless
otherwise stated. Where the words "apprwed", "approval",
"acceptance", or words of similar import are used, it shall be
understood that the approval, acceptance, or similar import of the
Ar& itect is intended.
F) Perform and Prwide:
The word "perform" shall be understood to mean that the Contractor, at
her/his expense, shall perform all operations, labor, tools ard
equipment, and further, including the furnishing and installing of
materials that are indicated, specified, or required to mean that the
Contractor, at her/his expense, shall furnish and install the work,
canplete in place and ready to use, including furnishing of necessary
labor, materials, tools equipment and transportation.
4. CODES AND STANDARDS
Standard specifications incorporated in the requirements of the
specifications by reference shall be those of the latest edition at the
time of receiving bids. It shall be understood that the marufacturers 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 prwide Consruction Manqer with a Construction
Schedule indicating work activities and length of time required for each
activity. The Contractor shall review with the Construction Manqer
monthly the Construction Schedule to insure canpletion of the whole or any
part of the work.
The Contractor shall begin work after being duly notified by an issuance of
a llNotice to Proceed" and shall diligently prosecute the work to canpletion
in connection with the construction schedule as apprwed by the
Construction Manager.
will be assessed the sum of $ -
canpletion date as liquidated damages for the delay.
made after the specified canpletion date shall not constitute a waiver of
this paragraph or of any damages.
If the canpletion date is not met, the Contractor
Any progress payments
per day for each day beyond the
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 the
Contractor.
W - Page 13
7. GUARANTEE
All work shall be guaranteed for one year after the filing of a "Notice of
Completion" ad 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
marufacturer's directions, 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 canbustion engines used in the construction shall be quipped
with mufflers in good repair when in use on the project with special
attention to Carlsbad Municipal Code, Chapter 8.48.
10. CITY INSPECTORS
All work shall be under the observation of a City Construction Inspector.
Inspectors shall have free access to any or all parts of work at any time.
Contractor shall furnish Inspectors with such information as may be
necessary to keep her/him fully infonned regarding progress and manner of
work and character of materials.
Contractor fran any obligation to fulfil1 this contract.
PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to be inserted
in this contract shall be deemed to be inserted herein and the contract
shall be read and enforced as ttmugh it were included herein, and if,
through mistdce or otherwise, any such provision is not inserted, or is not
correctly inserted, then upon application of either party the contract
shall forthwith be physically amended to make such insertion or
c or r ect io n .
Inspection of work shall not relieve
11.
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 canpletion of the work, shall be provided at the
Contractor's expense to fulfill the intent of said documents. In all
instances throughout the life of the contract, the City will be the
interpreter of the intent of the contract documents and the City's decision
relative to said intent will be final and binding. Failure of the
Contractor to apprise her/his subcontractors and materials suppliers of
this condition of the contract will not relieve her/him of the
responsibility of canpliance.
~
w - Page 14
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 nanes or by
nanes of marufacturer which she/he considers equal in every respect to
those indicated or specified. The offer made in writing, shall include
proof of the State Fire Marshal's approval (if required), all necessary
information, specifications and data. If required, the Contractor, at
her/his own expense, shall have the proposed substitute, material,
apparatus, equipment or process tested as to its quality and strength, its
physical, chemical or other characteristics, and its durability, finish, or
efficiency, by a testing laboratory as selected by the City. If the
substitute offered is not deemed to be equal to that so indicated or
specified, then the Contractor shall furnish, erect, or install the
material, 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 (10) days prior to actual
installation. Substitution shall also include a statement of credit to be
issued .
14. RECORD DRAWINGS
The Contractor shall prwide and keep up to date a canplete 11as-built81
record set of plans, which ,shall be corrected daily and show every change
fran the original drawings and specifications and the exact 'las-builtll
locations, sizes and kinds of equipment, underground piping, valves, and
all other work not visible at surface grade.
be obtained fran the Architect at cost. This set of drawings shall be kept
on the job and shall be used only as a record set. Upon canpletion of the
work, ad prior to release of retention, the Contractor shall transpose all
"as-built" infomation 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 charges in marufacturer information.
"As-builts" for the sitework (bid package number 1) shall be prepared by
the engineer of record.
Prints for this purpose may
15. PERMITS
The general construction, electrical and plumbing permits will be issued by
the City of Carlsbad at no charge to the Contractor.
responsible for all other required licenses and fees.
The Contractor is
~
W - Page 15
16. QUANTITIES IN THE SCHEDULE
The City resemes and shall have the right, when confronted with
unpredicted conditions, unforeseen events, or emergencies, to increase or
decrease the quantities of work to be perfoned 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. 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 the.
17. SAFETY & PROTECTION OF WORKERS AND PUBLIC
The Contractor shall tdce all necessary precautions for the safety of
employees on the work and shall cunply with all applicable provisions of
Federal, State and Municipal safety laws and building codes to prevent
accidents or injury to persons on, about or adjacent to the premises where
the work is being perfoned. 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 darger signs warning against hazards created by such features of
construction as pratruding nails, hoists, well holes and falling
materials.
18. SURVEYING
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 stdcing) including elevations
as required.
Survey staking for the sitework (bid package nunber 1) shall be provided by
the City. Rough grade stdtes at 50'-0" centers minimum to or toe-of-slopes
as required, surface and underground improvements at 25'-Ot1 to 501-011
centers including critical points with offsets, and blue tops for building
and facility pads.
19. 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 Society for Testing Materials ASTM
U .S. Goverrment Fed. Spec.
National Board of Fire Underwriters . NBFU
American Institute of Steel Construction AI sc
American Standards Association ASA
Underwriters Laboratories, Inc. UL
Department of Commerce Standards cs
American Concrete Institute ACI
~ -~ ~
W w
Page 16
20. STORAGE
Space for swrage ad 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 installation.
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 ad/or tests.
22. SCAFFOLDING AND HOISTING
The price shall include all costs for the following:
a. Scaffolding and sbring 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 fran 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 REPORTS
Force reports indicating trade ad personnel per trade shall be submitted
to the Construction Manager daily. A brief description of work performed
shall be included.
2 6. ELECTRICAL POWER
Electrical power will be prwided 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. It is the
Contactor's responsibility to provide extension cords and/or wiring fran
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.
-
- w
Page 17
27. BACKFILL AND COMPACTION
Backfill and conpaction of trenches shall be in conformance with the 1979
edition of "Standard Specifications for Public Works Construction".
Backfill material shall be approved by the soils ergineer. Contractors
shall pay all costs for retestirg required as the result of density test
failures due to improper canpaction. Backfillitq of trenches and
excavations shall not be undertdten until required tests and inspections
have been canpleted, "as-built" location notes have been verified, and
authority to start the backfill has been granted by the inspector and
superintendent .
- - Page 18
LIST OF CONTRACT DOCUMENTS
I. Contract documents prepared by Ruhnau, McGavin, Ruhna/Associates, 5751
Palmer Way, Suite C, Carlsbad, CA 92008 (619) 438-5899. Plans dated
September 16, 1985.
a. Architectural Site Plans Sheets AC-1 thru AC-3
b. Ar chitectural (see item 111)
Public Safety Center Sheets A-1 thru A-36
Public Service Center Sheets A-51 thru A-60A
c. Equipment Plans Sheets EA-1 and EQ-2
e. Mechanical Plans Sheets M-1 thru M-10
f. Plumbint Plans Sheets P-1 thru P-8
g. Electrical Plans Sheets E-I thru E-20
' d. Structural Plans Sheets S-1 thru S-16 (10A thru 14A)
11. Project mama1 (specifications) for the construction of the City of
Carlsbad Public Safety and Service Center prepared by Ruhnau, McGavin,
Ruhnat/Associates dated September 16, 1985.
111. Updated/revised architectural sheets A-24 thru A-36, and A-59 revision
date 3aruary 3, 1986.
IV. Designtech letter date 3aruary 17, 1986, pages 1 thru 3, including
clarification notes (#I1 thru #lo); pages 4 thru 6 specifying cabinet
finish types and hardware attached hereto and made a part thereof.
Glass block clarification drawings AR-4 thru AR-13, and AR-7A dated
December 13, 1985, attached hereto and made a part hereof.
V.
VI. Updated/Revised electrical sheets E-1 and E-11 dated November 27, 1985
and sheets #-7, 8, 9, 10, 12, 14 and 15 dated 3aruary 28, 1986.
Updated/Revised mechanical sheets M-3, 4 ad 5 dated 3aruary 30, 1980.
Updated/Revised architectural sheets A-17, 18, 19 and 57 dated April 17,
1986.
L
VII.
VIII.
.,
I
,.
- w
Page 19
SPECIAL PROVISIONS
1. Apprwal to negotiate toilet partition and accessory work was granted by the
Carlsbad City Council on March 18,. 1986, since no bids were received as
requested within bid package No. 7.
drawings included within this package. (Sheets A-17, A-18, A-19 ad A-57,
dated 4/17/86.)
Execution of the bidders bond is 7 not required.
performance and labor and materials bonds will require canplete execution.
Bidders should review and be familiar with all requirements specified within
' this bid package No. 7 I - Revised. Any questions shall be directed to Koll
Construction Co. (CM) prior to bid.
Copies of contract documents are available for review at the office of the
construction manager, Carlsbad, CA 92008.
5. Bid to include furnishims and installation of all toilet partitions and
accessories as defined on revised drawings dated 4/17/86. "Corian"
countertops are N.I.C. for roans No. 119 ad 124. Toilet partition colors
shall be as follows:
2. We are requesting written proposals for this work based upon the revised
3. Upon award, the contract,
4.
Roan No.'s 119, 238, 009 Nevamar #S-1-25T Sargaree
Roan No.'s 124, 179 Wilsonart PD 325-6 3uniper
Roan No. 178 Wilsonart #D 48-6 Thistle
Roan No.'s 241, 006 Nevamar #S-3-3OT Grot to
6. Respective specification sections contain specific lamuage with respect to
equal products.
w w
Page 20
SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS
Contractor shall procure and maintain for the duration of the contract insurance
against claims for injuries to persons or damages to property which may arise
fran or in connection with the performance of the work hereunder by the
Contractor, his agents, representatives, employees, or subcontractors. If the
insurance is on a "claims made" basis, coverage shall be maintained for a period
of three years fran the date of canpletion of the work. The cost of such
insurance shall be included in Contractor's bid. The insurance company or
canpanies shall meet the requirements of City Council Resolution No. 8108.
A. Minimum Scope of Insurance
Coverage shall be at least as broad as:
1. Insurance Services Office form number GL 0002 (Ed. 1/73) covering
Comprehensive General Liability; and Insurance Services Office form
number GL 0404 covering Broad Form Comprehensive General Liability; and
2. Insurance Services Office form number CA 0001 (Ed. 1/78) cavering
Automobile Liability, code 1 "any auto"; and
3. Workers' Compensation as required by the Labor Code of the State of
California and Employer's Liability insurance.
8. Minimum Limits of Insurance
Contractor shall maintain limits no less than:
1. Comprehensive General Liability: $1,000,000 canbined single limit per
occurrence for bodily injury and property damage. If the policy has an
aggregate limit a separate aggregate in the amounts specified shall be
established for the risks for which the City or its agents, officers or
employees are additional insured.
2. Automobile Liability: $1,000,000 canbined single limit per accident for
3. Worker's Compensation ad Employer's Lizbility : Worker's Compensation
limits as required by the Labor Code of the State of California and
Employers' Liability limits of $1,000,000 per accident.
bodily injury and property damage.
C. Deductibles and Self-Insurance Retentions
Any deductibles or self-insured retentions must be declared to and appruved
by the City. At the option of the City, either: the insurer shaLl reduce or eliminate such deductfiles or self-insured retentions as respects the
City, its officials and employees; or the Contractor shall procure a bond
guaranteeing payment of losses and related investigation, claim
administration and defense expenses.
~ - ~ ~~
w w
Page 21
0. Other Insurance Provisions
The policies are to contain, or be edorsed to contain, the following
provisions:
1. General Liability and Automobile Lidsility Coverages:
a. The City, its officials, employees and volunteers are to be covered
as insured as respects: liability arising out of activities
performed by or on behalf of the Contractor; products and canpleted
operations of the Contractor; penises owned, leased or used by the
Contractor; or automobiles owned, leased hired or borrowed by the
Contractor. The coverage shall contain no special limitations on
the scope of protection afforded to the City, its officials,
employees or volunteers.
respects the City, its officials, employees ad volunteers. Any
insurance or self-insurance maintained by the City, its officials,
employees or volunteers shall be excess of Contractor's insurance
and shall not contribute with it.
Any failure to canply with reporting provisions of the policies
shall not affect coverage provided to the City, its officials,
employees or volunteers.
Coverage shall state that Contractor's insurance shall apply
separately to each isured against whom claim is made or suit is
brought, except with respect to the limits of the insurer's
b. The Contractor's insurance coverage shall be primary insurance as
c.
d.
liability.
2. Workers' Compensation and Employers ' Liability Coverages
The insurer shall agree to waive all rights of subrogation against the
City, its officials, employees ad volunteers for losses arising frcm
work performed by Contractor for the City.
3. All Coverages
Each insurance policy required by this clause shall be endorsed to state
that coverage shall not be suspended, voided, cancelled, reduced in
coverage or in limits except after thirty (30) days prior written notice
by certified mail, return receipt requested, has been given to the city.
E. Acceptability of Insurers
Insurance is to be placed with insurers with a Bests' rating of no less than
A:XI unless otherwise authorized by City Council Resolution No. 8108.
w w
Page 22
F. Verification of Coverage
Contractor shall furnish the City with certificates of insurance and with
original endorsements affecting coverage required by this clause. The
certificates and endorsements for each insurance policy are to be signed by
a person authorized by that insurer to bind coverage on its behalf.
certificates and endorsements are to be in forms provided by the City and
are to be received and approved by the City before work canmences.
The
G. Subcontractors
Contractors shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each
subcontractor.
the requirements stated herein.
All coverages for subcontractors shall1 be subject to all of
.. 5 w - 3.
Page 23
CERTIFICATION OF COMPLIANCE
I hereby certify that Mal-oney Specialties, Inc
in performing under the contract awarded by the City of Carlsbad, will canply
with the County of San Diego Affirmative Action Program adopted by the Board
Supervisors, including ,all current amendments.
Legal Name of Contractor
Date
(NOTARIZE OR CORPORATE SEAL)
(Notorial acknowledgement of execution by all principals must be attached).