Loading...
HomeMy WebLinkAboutQuality Roofing & Repairs; 1982-09-23; 1125CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS & SPECIFICATIONS for CITY RE-ROOFING CONTRACT NO. 1125 *** TABLE OF CONTENTS ITEM PAGE NOTICE INVITING BIDS 1 PROPOSAL 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL 8 DESIGNATION OF SUBCONTRACTORS 9 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 11 BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE 12 CONTRACT 13 LABOR AND MATERIALS BOND 16 PERFORMANCE BOND 18 «§*, • GENERAL PROVISIONS 20 SPECIAL PROVISIONS 26 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS BEST ORIGINAL Sealed bids will be received at the Office of the Purchasing Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, until 4:00 PM on the 7th day of September , 1982 at which time they will be opened and read for performing the work as follows: City Re-Roofing CC1125 Said work shall be performed in strict conformity with the specifi- cations therefor as approved by the City Council of the City of Carlsbad on file in the Engineering Department. Reference is hereby made to said specifications for full particulars and description of said work. No bid will be received unless it is made on a proposal form fur- nished by the Engineering Department. Each bid must be accompanied by cash, certified check or bidder's bond made payable to the City of Carlsbad for an amount equal to at least ten percent (10%) of the amount of bid; said guarantee to be forfeited should the bidder to whom the contract is awarded 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 requirements. The bidders' security of the second and third lowest responsive bidders may be withheld until the contract has been fully executed. The cash, cashier's checks or certified checks submitted by all other unsuccessful bidders shall be returned to them within ten (10) days after the contract is awarded, and their bidders' bonds shall be of no further effect. The documents included within the sealed bids which require com- pletion and execution are the following: 1. Proposal 2. Bidder's Bond 3. Designation of Subcontractors 4. Bidder's Statement of Financial Responsibility 5. Bidder's Statement of Technical Ability and Experience Said documents shall be affixed with the appropriate notarized signa- tures and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the president or vice-president and secretary are required and the corporate seal shall be affixed to all documents requiring signatures. In the case of a partnership, the notarized signature of at least one general partner is required. Page 2 All bids are to be compared on the basis of the Engineer's estimate. The estimated quantities are approximate only, being given solely as a basis for the comparison of bids. The estimated cost of the work is $ 30,000.00. 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 and Professions Code. The contractor shall state his/her license number and classification in the proposal. Plans, special provisions and contract documents may be obtained at the Engineering Department, City Hall, Carlsbad, California, at no cost to licensed contractors for the first set. Additional sets are available for a non-refundable fee of $8.00 per set.. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the contract shall be those as determined by the Director of Industrial Relations pursuant to the State of California Labor Code, Part 7, Chapter 1, Article 2, Sections 1770, 1773, and 1773.1. Pursuant to Section 1773.2 of said Labor Code, a current copy of applicable wage rates is on file in the Office of the City Clerk of the City of Carlsbad. It shall be mandatory upon the contractor to whom the contract is awarded to pay not less than the said specified prevailing rates of wages to all workers employed by him/her in the execution of the contract. Also, the prime contractor shall be responsible to insure compliance with provisions of Section 1777.5 of the California Labor Code of the State of California for all occupations with apprenticeships as re- quired on public works projects above thirty thousand dollars ($30,000) or twenty (20) working days or for specialty contractors not bidding for work through a general or prime contractor involving more than two thousand dollars ($2,000) or more than five (5) working days. The amount of bond to be given for the faithful performance of the contract for said work shall be one hundred percent (100%)~of the contract price therefor, and an additional bond in the amount equal to fifty percent (50%) of the contract price for said work shall be given to secure the payment of the claims for any material or supplies furnished for the performance of the work contracted to be done by the contractor for any work or labor of any kind done thereon. Page 3 Partial and final payments on this contract shall be in accordance with Section 9 of the 1979 edition of "Standard Specifications for Public Vforks Construction". In all cases 10% retention of the amount due will be held. Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause for rejection of bid. The Contractor may, at his/her option, substitute securities, as specified by Government Code Section 16340, for the retention held on this contract. At the request and expense of the Contractor, securities equivalent to the amount withheld may be deposited with the City or with a state or federally chartered bank as the escrow agent who shall pay such ironies to the Contractor upon satisfactory conpletion of the contract. The Contractor shall be the beneficial owner of any securities substituted for monies withheld and shall receive any interest on the monies. Approved by the City Council of the City of Carlsbad, California, by Resolution No. ^^"73 • adopted on the / 7^4 day of Aletha L. Rautenkrarf Page 4 CITC OF CARLSBAD.. y -., :>;„ •'..- . .;•>. • . :?XX 1125 FROKSSAI, -City Council" i : City o£- Carlsbad -.;;. r1200 Elra. Avenue l^jwith the Plans: and Spscificaticn^ of^tfteiCity of Carlsbad, and the special ^"provisions#>nd that-hg/shaiVill 'take-in full payraent therefor the following unit -.process for each item con$)lete,-to wits • '--! I • , ' ~ "* . ---* . '*, „ I ,' '' • '. .* * " 5 i ' • < '\"' - •• C 'T , " ;". ''Approximate Item Article-'w/Unit Price or ; < ' Quantity ;.J(Jo.__ Loirp Sum Written in jXbrds ; r ^ S Diit 1. Re-roof City Kail, corrplete ^^9 V>L.S. : •'.;_;. in,; place: at Twelve thotisai^> ^,;> ;x; - • .^^•^ three- fauTidred'jc :a£tyyoMcibll'arg=;,--:>:':;'..;; "|-"" •'•' -;^r; "•"'. - ..;. --AT.O • .'^-i.:= ••:. •. -••* - cents;-v0^-;^:-;..' LS . Unit Pri.ce 77.6?1 2 ,3 ^1 .00 81 .10 V^^-;.;;/ cxaipleteun place -at ;i - hurdred : 'dp3Jars and -no cents ,.. ^S5?%i3P%^oC0^ii:!qha^rs^f5^®S^-s-'#'^ £ 76.66- '•"^-^j-'^-'.v J^:-"** *'-" • "—-—.'L:* •._•»_' '' « '* -• «w _ "Ll"ll-.-_. iTm-.**~--"^V»"«"M<io«*•**!~~~l" ^ T T - " " •'"-" -~jr - --"""~-*-—-_ —•• ^?;W'; ;•?conrilete:^ in place:;atTwo J*lAc*1: ^' ' •'''""' ' '• ••"-"'-'. *-!•-'/'» ' » •' -1 " "*•* -• -••'^?-.^'^c. ;threei^ hundred.; -^ v^\ ->•-.->! 2,300.00 ^^J^^-^.^:-^^---^ '• .:'•:••' • ' -_' '....--.'. :' ' -;'V-^' 11B;-SS^^-.••--...">,;-v-.>if; • .^.;„•-•-•::.-? '/«i^n£^nine;;thousand, -nine hxindred and eighty dollars ORIGINAL Page 5 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit pric&, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The undersigned has checked carefully .all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. The undersigned agrees that in case of default in executing the re- quired contract with necessary bonds and insurance policies within twenty (20) days from the date of award of contract by City Council of the City of Carlsbad, the proceeds of check or bond accompanying this bid shall become the property of the City of Carlsbad. Licensed in accordance with the Statutes of the State of California providing for the registration of contractors, License No. 311902 Identification c~^ f*"" The undersigned bidder hereby represents as follows: •*$&#*' 1. That no Councilmember, officer, agent or employee of the City of Carlsbad is personally interested, directly or indirectly, in this contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents or employees, has induced him/her to enter into this contract, excepting only those contained in this form of contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is Bond (Cash, Certified Check, Bond or Cashier's Check) in an amount of not less than ten percent (10%) of the total bid price. Page 6 The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of<that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. The undersigned is aware of the provisions of the State of California Labor Code, Part 7, Chapter 1, Article 2 relative to the general pre- vailing rate of wages for each craft or type of worker needed to execute the contract and agrees to comply with its provisions. Quality Roofing & Repairs BY: 711; 286-!i6l4l • Ronald H. Beaudoin Roofing Company Phone Number ^Z? Bidder>s Name 9/7/82 Date c>^Auth6ria£d Signature" Ray Hau^hton, SaT.es Manager Authorized Signature 691li. Mission Gorge Road -Individual Bidder's Address Type of Organization San Diego, CA 92120 . (Individual, Corporation, Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all partners, if a partnership: N/A ' (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY . -- - ALL PRINCIPALS MUST BE ATTACHED) (] R I (l I N A I (CORPORATE SEAL) :NDIVIDUA County aforesaid, res tne lore-t~ ''< "1 "j f~ l~-O T^tCl^* £?/"!*•} /"* ^i C! ~~ ">" "" ^ ~~ -"1 - --. . -7-, -• - • r *-• - '^ - - . • T--• i.'._ •-..;•-"•;.* c;.;-_ r>-. . ^.. -. u 3:-^ ~w ^'•"^ Hit; jJt:j.bVi.L Lie^^ i- ^.vcr^-i j^. - o:.-— \^.j^- :; > v'^ .-'i.crvi uii^ xvi^_ :inr. "".siru'T.ent and ":K- in£ by ne first duly sworn according to lav did depose and say •;at he ac<nriwledi-ed hat i;e executed and delivered such insiruraent as his voluntary •t ard deed for the •:=•:•$ and purposes therein ^eniic^ed. OFFICIAL SEAL i UNDA K. CROUCHNOTARY PUBLIC-CALIFORNIA PRINCIPAL OFFICE IN ^^ SAN^ DIEGO COUNTY | My Commission Expires Feb.27.jB84 /Notary PuDiic ORIGINAL STATE California COUNTY OF San Diego On this INDIVIDUAL ACKNOWLEDGMENTS iss. day of September 1982 before me, a Notary Public of the State and County aforesaid, residing therein, duly commissioned and sworn, personally came Ronald H. Beaudoin , to^me known, and known to me to be the person described in and who executed the irore- going instrument and being by me first duly sworn according to law did depose and say that he acknowledged that he executed and delivered such instrument as his voluntary act and deed for the uses and purposes therein mentioned. OFFICIAL SEAL , LINDA K. CROUCH ^NOTARY PUBLIC-CALIFORNIA PRINCIPAL OFFICE IN SAN DIEGO COUNTYMy Commission Expires Feb. 27,1984 Lind-a/K^yCrouch,Notary Public «o> "1 State of.CALIFORNIA County of SAN DIEGO ss. On this R.W. KASSEL ?TH . day of.SEPTEMBER _, 19 °2 t before me personally came to me known, who, being by me duly sworn, did depose and say that § I he is an attorney-in-fact of CARLISLE INSURANCE COMPANY. LOS ANGELES. CA the corporation described in and which executed the within instrument; that he knows the corporate seal of said corporation; that the seal affixed to the within instrument is such corporate seal, and that he signed the said instrument and affixed the said seal as Attorney-in-Fact by authority of the Board of Directors of said corporation and by authority of this office under the Standing Resolutions thereof. My commission expires- VWW]177 (Notary Public) CB-407 (9/81) OFFICIAL SEAL _ "SWffiMy rnmmission Spires Feb. BOND NO. 03377-1 Page 7 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That wef RONALD H. BEAUDOIN DBA: QUALITY ROOFING & REP,A|&S Principal, ORIGIN* and CARLISLE INSURANCE COMPANY', LOS ANGELES,Surety, are held and firmly bound unto the City of Carlsbad, California, in the sum Of THREE THOUSAND AND NO/100-— ------ — - ---- --.-- — - — -- ----- Dollars ($ 3rooo op _ ) / lawful money of the United States for the pay- ment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. < THE CONDITION OF THE FOREGOING OBLIGATION IS. SUCH: That if the proposal of the above-bounden principal for: City Re roofing CC1125 in the City of Carlsbad, is accepted by the City Council of said City, and if the above-bounden Principal shall duly enter into and execute a contract including required bonds and insurance policies within twenty (20) days from the date of award of contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event any Principal above named executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day Of SEPTEMBER , 19 82 7TH Corporate Seal (If Corporation) RONALD H. BEAUDOIN DBA: QUALITY ROOFING & REPAIRS INSURANCE COMPANY RONALD H. BEAUDOIN R. 'V. KftSSEL Title ATTORNEY-IN-FACT (Attach acknowledgement of Attorney in Fact) (Notarial acknowledgement of execution by all PRINCIPALS and SURETY must be attached.) BobXassel Bonding :& Ins 20685^- POWER OF ATTORNEY No. 03377 CARLISLE INSURANCE COMPANY 3435 Wilshire Boulevard, Los Angeles, CA 90010 KNOW ALL MEN BY THESE PRESENTS: That this Power of Attorney is not valid unless attached to the bond which it authorizes executed. It specifies the LIMIT OF THE AGENT'S AUTHORITY AND THE LIABILITY OF THE COMPANY, HEREIN. THE AUTHORITY OF THE ATTORNEY-IN-FACT AND THE LIABILITY OF THE COMPANY SHALL NOT EXCEED (Never to Exceed $500,000). USE OF MORE THAN ONE POWER VOIDS THE BOND CARLISLE INSURANCE COMPANY, a corporation duly organized under the laws of the State of California, and having its principal office in the city of Los Angeles, State of California, hereby make, constitute and appoint R. w. K&SSEL - 10405 San Diego Mission Raad #203. San Diego. Ca. 92108 of the City of SANim DIES)and State of CAIZPORNIA its true and lawful Attorney-in-Fact with full power and authority hereby conferred to sign, seal and deliver in its behalf as surety, any and all kinds of bonds, and to bind CARLISLE INSURANCE COMPANY, hereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of said Company, and all the acts of said Attorney-in-Fact pursuant to the authority hereby given, are hereby ratified and confirmed. IN WITNESS WHEREOF, the said CARLISLE INSURANCE COMPANY, has caused these presents to be executed by its officers, with its corporate seal affixed this date of SEPTEMBER 7. 1982 STATE OF CALIFORNIA COUNTY OF LOS ANGELES On this date of July 15, 1982 , before me, a Notary Public of the State of California, in and for the County of Los Angeles, duly commissioned and qualified came FRANK V. McCULLOUGH, President of CARLISLE INSURANCE COMPANY, a California Corporation, to me personally known to be the individual and officer described herein, and who executed the preceding instrument and acknowledged the execution of same, and being by me duly sworn, deposed and said that he is the officer of said Company and that the seal affixed to the preceding instrument is the Corporate Seal of said Company and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the same instrument by the authority and direction of the said Company, pursuant to the following Resolution adopted January 4, 1982, by the Directors of said Company, and now in force, to wit: "Resolved that the President, Secretary or any Vice President shall have the power and authority to appoint Attorneys-in-Fact, and authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, con- tracts of indemnity and other writings obligatory in the nature thereof, and he may at any time in his judgment remove any such appointees and revoke the authority given to them." IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at the City of Los Angeles the day and year first written above. eocxa Notary Public This power not valid unless used by December 31, 1982 ooooepgocaoocH OFFICIAL SEAL | ILLEANE R. MANN 1 NOTARY KIBLC - CALIFORNIA |««HC*AL OFFICE IN | UK ANGELES COOtOY , MyCommswm Eip Not. 30.19S2 \ ORIGINAL Page 8 DESIGNATION OF SUBCONTRACTORS The undersigned certifies he/she has used the subbids of the following listed contractors in making up his/her bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval, of the City Engineer, and in accordance with applicable provisions of the specifications. No changes may be made in these subcontractors except upon thp prior approval of the City Engineer of the City of Carlsbad. The following infor- mation is required for each subcontractor. Additional pages can be attached, if required: Full Complete Items of Company Address Phone No. TOark Name w/Zip Code w/Area Code ALL REROOFIHG WORK TO BE COMPLETED BY BIDDER - NO SUB .CONTRACTOR 3'ffiCESSARY Page 9 DESIGNATION OF SUBCONTRACTORS - continued The bidder is to provide the following information on the subbids of all the listed subcontractors as part of the sealed bid submission. Additional pages can be attached if required. Full Company Name Type of State Contracting License & No. Carlsbad Business License No.* Amount of Bid ($ or %) ALL REROOFING WORK TO BE COMPLETED BY BIDDER - NO SUB CONTRACTOR NECESSARY WTO *Licenses are renewable annually by January 1st. If no valid license indicate "NONE". Valid license must be obtained prior to submission of signed contracts. Quality Roofing & Repairs BY: (Notarize or Corporate Seal) Ronald. H. Beaudoin Roofing Coinpany Bidder's Company Name 69114 Mission Gorge Road, San Diego, CA 92120 Bidder's Complete Address -,rmf{~~\* • — i f^T_. .^r-T- j'1 — - ***Authorized Signature Ray Haughton, Sales Manager un cla orc me, a C- t :y Public of the State =^ County, aforesaid, residing therein, duly coord ssioned fwom, personally came \Scv\A N^<AVAAVv\0lTS ^ , ± krowTij and known to me tc>~B\ the person cescrioed in and wno executeu the iore- t instr-jnient and being by me fir?; duly sworn, according to law did depose and say he acknowledged that he executed and delivered such instrument as his voluntary =nd deed for the uses and purpo^-rs therein :rentioned. OFFICIAL SEAL a LINOA K. CROUCH 3NOTARY PUBLIC-CALIFORNIA PRINCIPAL OFFICE IN SAN DIEGO COUNTY My Commission Expires Feb. 27. J984_ j Page 10 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a notarized or sealed statement of his/her financial responsibility.. nRIRINAI (Notarize or" Corporate Seal) Signature INDIVIDUAL ACKNC^EDGMENTS _Vvi><SQr;~ -v=Out-~ 1HV ol oerore me. a c or _h;Cour.cy aforesaid, residin tnat act t me to b dul o;,j aeec ior Ine use: ________Lne prson de.>c j.':e ir. an who executed Die iore~ ne first duly sv»rr sctC'rding tc law did depose and say he executed and delivered such instrument as his voluntaryanc puroses there ' OFFICIAL SEALLINDA K. CROUCH NOTARY PUBLIC-CALIFORNIA PRINCIPAL OFFICE IN SAN OIEGO COUNTYMy Commission Expires Feb. 27, 1984 Rotary Public ORIGINAL INDIVIDUAL STATE 0"C/(X\i QFfx*\ foggo 5' On this rne} a , personally , and knoi to S fdescribed in and who"executed the fore- OFFICIAL SEAL LINDA K. CROUCHTARY PUBLIC-CALIFORNIAPRINCIPAL OFFICE INSAN DIEGO COUNTYi! My Commission Expires Feb. 27.1984 ,Notary Public BESTORIGINAL Page 11 BIDDER'S STATEiMENT OF TECHNICAL ABILITY AND EXPERIENCE The Bidder is required to state what work of a similar character to that included in the proposed contract "he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used if notarized or sealed. Date Contract Completed Name and address of the Employer Name and Phone No. of Person to Contact Amount of Type of Vfork Contract Jan. 'tiP- present Mar. '82 July '82 Feb. «82 Southland Corporatior 7^39 University Ave. La Mesa, CA 920li1 • Pacific Bluffs -Corp. I 5j>Zo lit. Aiil'an San Diego, CA 92111 • Rohr Industries r« u. .BOX o(o Chula Vista, CA 92012 State of California .uepo. O.L ixauspori>anoi 2829 Juan St., S.D. 9213« Dick McClure 1*65-2101 y Chet Shaw 2 fy-uU3fc> Ray Brukow 5 /i>~j60| Van Daws on, Patti Loxterman , BarbaraJU Lundy 237-693U Convenience s tores -c onple t < reroofs Reroof-1?Ii condo's Ant i -rust rool" coating inetal bldg. Reroofs & repairs (under contract) IRfp*•nRfil ^32,322.00 $106, ?59. 0( $3li,58U.OO $23,190.00 ^T NALI «l IL_ Total liar.181 - Feb.'82 contract (Notarize or. Corporate Seal) Signature" tfr« CARLISLE INSURANCE COMPANY CONTRACTOR'S FINANCIAL STATEMENT THIS STATEMENT TO M PftEPAMD BY APPIICANT CHI HIS ACCOUNTANT. COPY OF C.T.A. OR P.A. tIPOtT WITH AUDIT H rtlFIttID ORIfllNAI •*&jKai^**ummB*m*^—*mBsa=s=s^=as=ss= "^ ME AND BUSINESS ADDRESS ****" Quality Roofing & Repairs BY: Ronald H. Beaudoin Roofing Corripany 691 h Mission Gorge Road, San Diego, CA 92120 STATIMENT OF ASSETS AND LI ABIL.ITIC* Am Of July 31 .. 82 lATV. OTHKMWIVB •TATttM.tNr WILL • * HtfoWHBO) ] INDIVIDUAL CO-PART-nCO-PANT* NER»Hlr* D' BASIS TAXES CO"? JTEO QCOMPLETEO CONT. 0CA1M RECEIPTS • DISBURSEMENTS FISCAL YEAR ENDS - DATE Dec . , 31 St CASH CEHTiriKO CHECKS DErOBITCD WITH BIDS .00 10,000.00 1,850.00 NOTES TO »AN«» HECWLA* «"""««»««» TO OTHE». none none .TOCKS. BONDS. ETC.5,000.00 none ACCOUNTS RECEIVABLE COMPV.KTCO COMTHACTI 7,W5.oo ^V-*-V/Ur* 1 ^ PAYABLE LAftOK AMO MATERIALS KOTTET ..I.VEO 10,000.00 (approx lADHtD CITIMATE* (UHCOMPLCTCD COHTHACT 28,666.00 NOT PAST OUE $ 10,000.00 • CTAIHID rmcIMTACII ii3ii.OO PAST OUE LABOR AND MATERIALS (NOT TET BILLED)incl. above 1OTES RECEIVABLE - DUE •» i TEAR 11,000.00 FEDERAL AND STATE INCOME 2,500.00 KtSEKVE FOR INCOME ON. OTHER (DESCRIBE) MATERIALS: ro* CONTRACT* UNDERMAT 12,5)0.00 OUE ON EQUIPMENT WITMIM 12 MONTHS 2,293.38 (IN FUL Other Motcrictls and Supplies OTHER CURRENT LIABILITIES: (DESCRIBE) Supplies 600.00 TOTAL CURRENT ASSETS EQUIPMENT IBOOK VALUE) Vehicles!/, • f LEASED t»*LAIN SEPARATtLT ^ftav%r TT.f 72,500.00 TOTAL CURRENT LIABILITIES 30,268.78 72,500.00 DUE ON EQUIPMENT (AFTIH 12 MOB.)H;none URNITURE & FIXTURES 5,ooo.oo DUE ON REAU ESTATEON REAU ESTATE ooc;20,1;88.00 ^EAL ESTATE - BUSINESS none OTHER LOHS TERM LIABILITIES *(incl. taxss fc insurance) tEAL ESTATE - OTHER/personal 130,000.00 Lease/business property (an iual)9,900.00 OTES RECEIVABLE - out A^-TER i TEAR 1978 Lincoln Cont.-Kark V 9,000.00 CAPITAL STOCK (PAID IN) OR MET WORTH _1980 Bayliner 20' Boat 1979 Motor-hone - 28' 9,000.00 SURPLUS AND UNDIVIDED PROFITS 25,000.00 SURPLUS -PAID IN OR APPRAISAL TOTAL ASSETS 361,h36.00 TOTAL LIABILITIES 60,656.?8 STATEMENT OF EARNINGS 1 -1 -8l 1 2 -31 -81 0CCINNINC OATC jotei — Controct Work Orosi Income — Other Source* Totol Income >irect Job Coits P-^SM Profit • -^^..^jl & Overheod Expentet Net Operotmg Profit *tKer Income or £npenie NeV Profit Re'ore Income To«*i t?rvt for Federol Income Ton Net Profit (Lou) CNDINC DATE 36U.733.65 36^,733.65 221.500.00 19,221^.20 ,5oo.oo 122,509.ii5 RECONCILIATION OF SURPLUS OR NET WORTH Surplus or Net Worth lo.l Finonciol Stol.mer,. 1 2-31 -8l 1 61 ,05>8 .81 Add: Net Profit (or Loss) Adiustments (Exptoin) Lett: Dividends or Withdrowols Adjustments (Eiiptoin) To.e, (federo! & Stote, 1 ,500-00 122,509.h5 ^-26 Surplus or NW this Stotement Page 12 CONTRACT THIS AGREEMENT, made and entered into this _ day of _ _ 19 , by and between the City of Carlsbad, California, hereinafter designated as "CITY", party of the first part, and (SLOf\i,(T^ £ooRMQ- _ hereinafter designated as "CONTRACTOR", party or the second part. WITNESSETH: The parties hereto do mutually agree as follows: 1 . For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by City, the Contractor agrees with the City to furnish all materials and labor for: CITY RE-ROOFING CC 1125 and to perform and complete in a good skillful manner all the work pertaining thereto shown on the plans and specifications therefor; to furnish at his/her own proper cost and expense all tools, equipment, labor and materials necessary therefor (except such materials, if any, as in the said specifications are stipulated to be furnished by City), and to do everything required by this agreement and the said plans and specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unfore- seen difficulties which may arise or be encountered in the prose- cution of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension of discon- tinuance of work, except such as in said specifications are expressly stipulated to be borne by the City; and for well and faithfully com- pleting the work and the whole thereof, in the manner shown and de- scribed in the said plans and specifications, the City will pay and the Contractor shall receive in full compensation therefor the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the specifications, named in the bidding sheet of the proposal, as the case may be. 3. The City hereby promises and agrees with said Contractor to employ, and does hereby employ said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid and in accordance with the conditions set forth in the specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. COMPENSATION P.O. BOX 807, SAN FRANCISCO, CALIFORNIA 94101 INSURANCE FUND September 23, 1982 CERTIFICATE OF WORKER'S COMPENSATION INSURANCE POLICY NUMBER: 285-82 U73 CERTIFICATE EXPIRES: 1_1_«3 City of Carlsbad, Attn: Building Inspection 1200 Elm Ave. Carlsbad, CA 92008 This is to certify that we have issued a valid Worker's 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 ten days' advance written notice to the employer. We will also give you TEN 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. Job: All Operations EMPLOYER ' PRESIDENT Quality Roofing & Repairs by R.H. Beaudoin 6914 Mission Gorge Rd. San Diego, CA 92120 SCIF FORM 262A (REV. 12-80) SET TAB STOPS AT ARROWS QCOTO Certificate of Insurance THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. NAME AND ADDRESS OF AGENCY RICHARD C. LEVI INSURANCE 645 ASH STREET SAN DIEGO, CALIFORNIA 92101 COMPANIES AFFORDING COVERAGES COMPANY LETTER A COMMERCIAL UNION INSURANCE COMPANY COMPANY LETTER B EMPLOYERS FIRE INSURANCE COMPANY (CU) NAME AND ADDRESS OF INSURED RONALD H. BEAUDOIN, DBA: QUALITY ROOFING AND REPAIRS 6914 MISSION GORGE ROAD SAN DIEGO, CALIFORNIA 92120 COMPANY LETTER COMPANY LETTER COMPANYLETTER This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate 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. COMPANY LETTER TYPE OF INSURANCE POUCY NUMBER POLICYEXPIRATION DATE Limits of Liability in Thousands (OOP) EACH OCCURRENCE AGGREGATE GENERAL LIABILITY | COMPREHENSIVE FORM I PREMISES-OPERATIONS I EXPLOSION AND COLLAPSE HAZARD I UNDERGROUND HAZARD I PRODUCTS/COMPLETED OPERATIONS HAZARD I CONTRACTUAL INSURANCE BROAD FORM PROPERTY DAMAGE I INDEPENDENT CONTRACTORS PERSONAL INJURY CAW 46 45 37 BODILY INJURY PROPERTY DAMAGE BODILY INJURY AND PROPERTY DAMAGE COMBINED 500 * 500 B AUTOMOBILE LIABILITY iaJ COMPREHENSIVE FORM OLJ OWNED t£j HIRED B£J NON-OWNED FAE 74 03 80 EXCESS LIABILITY I I UMBRELLA FORM I I OTHERTHAN UMBRELLA FORM PERSONAL INJURY 12/3/82 BODILY INJURY (EACHPERSONI BODILY INJURY (EACH ACCIDENT) PROPERTY DAMAGE BODILY INJURY AND PROPERTY DAMAGE COMBINED ORiGjiML BODILY INJURY AND PROPERTY DAMAGE COMBINED 100 WORKERS' COMPENSATION and EMPLOYERS'LIABILITY OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES OPERATIONS PER POLICY CONTRACTS - JOB: REROOFING OF CITY HALL, COUNCIL HALL & LIBRARY CERTIFICATE HOLDER IS TO BE NAMED AS ADDITIONAL INSURED AS RESPECTS SPECIFIC JOB SHOWN BUT ONLY AS RESPECTS WORK PERFORMED BY THE NAMED INSURED. Cancellation: jany .viii KX9SSCRXXXma;> -30— days written notice to the oe.cw raireri ce'.' ^ X'KXXXXOXX^XXXXXiSBQfXMKXXSQOQQODQaiXXXXS^ 3SS20JXJKX CITY OF CARLSBAD 1200 ELM AVENUE CARLSBAD, CALIFORNIA 92008 RICHARD C. LEVI INSURANCE ORIGINAL V t i Page 13 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the plans and speci- fications, are hereby incorporated in and made a part of this agreement. 5. 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 con- tract and a schedule containing such information is in the City Clerk's office and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from the performance of the contract or work regardless of responsibility for negligence; and from any and all claims, loss, damage, injury and liability, howso- ever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of respon- sibility for negligence. 7. Contractor shall cause the City to be named as an additional insured on any policy of liability or property damage insurance concerning the subject matter or performance of this contract taken out by the ' Contractor. > 8. The Contractor shall cause the City to be named as an additional insured on any workers' compensation insurance policy taken out by Contractor concerning the subject matter of this contract. If Con- tractor has no workers' compensation insurance policy covering the subject matter of this contract, then Contractor shall either: 1. Acquire such a policy naming the City as an additional insured prior to the start of any work pursuant to this contract, or 2. Shall assume the defense and indemnify and save harmless the City and its officers and employees from all claims, loss, damage, injury and liability of every kind, nature and descrip- tion which would otherwise be covered by such workers' compen- sation insurance policy regardless of responsibility for negligence. 9. The Contractor shall submit to the City the policies mentioned in Paragraphs 7 and 8 or proof of workers' compensation self insurance prior to the start of any work pursuant to this contract. 10. Any controversy or claim in an amount up to $100,000 arising out of or relating to this contract or the breach thereof may be settled by arbitration in accordance with the construction industry rules of Page 14oRiM the American Arbitration Association and judgement upon the award rendered by the arbitrator(s) may be entered in any California court having jurisdiction thereof. The award of the arbitrator(s) shall be supported by law and substantial evidence as provided by the California Code of Civil Procedure, Section 1296. 11. The prime contractor shall maintain and make available to the City of Carlsbad, 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 his/her principal place of business as specified below, he/she shall so inform the City of Carlsbad by certified letter accompanying the return of this contract. The contractor shall notify the City by certified mail of any change of address of such records. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. (Notarial acknowledgement of """execution by ALL PRINCIPALS """must be attachd.) Seal) Title By Title APPROVED AS TO Assistant Contractor's Principal Place of Business CITY OE, CARLSBAD. CALIFORNIA By_ Mayor ATTEST: STATE OF_ COUNTY OF_ OFFICIAL SEAL , LINDA K. CROUCHif- PUBLIC-CALIFORNIA PRINCIPAL OFFICE IN SAN 01HGO COUNTYJ ^j^ SAN 01HGO COUNTY Cc My Commission Expires Feb. 27,1984 > WIVWVMVMVtKifyv******^**!1* ACKNOm-EDfiMENT—6tn»t»l—Wolcettt Form Dl—«tv. M4 SS. m ^ g Prg m before me, the undersigned, a Notary Public in and for said State, personally appeared KOA} to i»e ttie person whose name and acknowledged to me that he executed the same. WITNESS my hand and official seal. , known to me, .subscribed to the within Instrument, YA- *_ Notary Public in tnd for said State. Page 15 LABOR AND MATERIAL BOND , 033UKNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of Cali- fornia, by Resolution No. "XOO'V adopted / has awarded to GJUftLlTy /gOOF/N 6r r:hereinafter designated as the "Principal", a contract fo' CITY RE-ROOFING CC 1125 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 con- tract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his/her or its subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon for or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, as Principal, hereinafter designated as the "Contractor , and as Surety, are held" y bound unto the City, of Carlsbad in the sum of~Pu->c -.jr^ TvVi\ f6n-,3Q Aj,nJ£ jfrukb^fP _ TVYIIar-c 1*^0 oT^/V \\ Vtrnjj-V -SEUBiu H-/oC> *a//jo ~ — —Dollars ($yfl.'i'/7/?- 3-3 > said sum being one hundred per cent (100%) of the estimated amount payable by the City of Carlsbad under the terms of the contract, for which payment well and truly to be made we bind ourseves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/her subcontractors fail to pay for any materials, provisions, provender or other supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an artount 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 court, as required by the provisions of Section 4202 of the Government Code of the State of California. Page 16 This bond shall inure to the benefit of any and all persons, com- panies and corporations entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the provisions of Section 4205 of the Government Code of the State of California. In the event any Contractor above named executed this bond as an individual, it is agreed the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor and Surety above named, on thejffipo dav ft- ScftL*Q-£iO (Notarize or Corporate Seal for each Signer) M Contractor Surety ( » ORIGINAL State of CALIFORNIA County of SAN DIEGO ss. On this.23RD . day of.SEPTEMBER 19.82 before me personally came D R.W. KASSEL . to me known, who, being by me duly sworn, did depose and say that . . „ . . . , CARLISLE INSURANCE COMPANYhe is an attorney-m-fact of _^_ _ — the corporation described in and which executed the within instrument; that he knows the corporate seal of said corporation; that the seal affixed to the within instrument is such corporate seal, and that he signed the said instrument and affixed the said seal as Attorney-in-Fact by authority of the Board of Directors of said corporation and by authority of this office under the Standing Resolutions thereof. My commission expir a feiiiisn l\,ROTARY PUBII*™,.,^ ' PRINCIPAL OFFICE ln,.T*" • • SAN DIEGO COUNTY_My_Cpmmission Expiras Feb. 27,1984 HA CB-407 (9/81) (Notary Public) STATF DF (L/J- ) T ^/JyPv/vV /=? j COUNTY OF <N<^64AJ) lT) S £<6 £ \ before fMci'16 undersigned, a Notary (Public in and ,^7 /9^sJ9^/3 /-/. W^L <^ to t»e the person whose name >for said Stat^ personally appeared' , known to me, —Subscribed to the within Instrument. uuu.RiwuvMnrvvuvwwwwwwwww2 and acknowledged tn me Mat he execi^d the ?f?0»fi \ &*2&& 1 iwr4 K CROUCH ! ! WITNESS my hand and official seal.! i^^^NOI.-.-.-'-'.niBUC-CALIFORNW; i ! ' Mv Comifiss' •-. U"' •* f eb. ^/,1984> r /A. <^^&~i_^ rC AHKHflWI FftRMPMT_C«a*nl Wnlrnth B*m Til •«< 1 • J Mntiru Pnhlir XI'/ J 1 / , ( — ^-/TX-j^A^ in and for said State. nDlO'M AlUnto f HAL ORIGINAL POWER OF ATTORNEY No. 03392 CARLISLE INSURANCE COMPANY 3435 Wilshire Boulevard, Los Angeles, CA 90010 KNOW ALL MEN BY THESE PRESENTS: That this Power of Attorney is not valid unless attached to the bond which it authorizes executed. It specifies the LIMIT OF THE AGENT'S AUTHORITY AND THE LIABILITY OF THE COMPANY, HEREIN. THE AUTHORITY OF THE ATTORNEY-IN-FACT AND THE LIABILITY OF THE COMPANY SHALL NOT EXCEED (Never to Exceed $500.000). USE OF MORE THAN ONE POWER VOIDS THE BOND CARLISLE INSURANCE COMPANY, a corporation duly organized under the laws of the State of California, and having its principal office in the city of Los Angeles, State of California, hereby make, constitute and appoint R. w KAS<;FI of the City of SAN PIPED and State of CALIFORNIA , its true and 1 awful Attorney-in-Fact with full power and authority hereby conferred to sign, seal and deliver in its behalf as surety, any and all kinds of bonds, and to bind CARLISLE INSURANCE COMPANY, hereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of said Company, and all the acts of said Attorney-in-Fact pursuant to the authority hereby given, are hereby ratified and confirmed. IN WITNESS WHEREOF, the said CARLISLE INSURANCE COMPANY, has caused these presents to be executed by its officers, with its corporate seal affixed this date of 23 SEPTEMBER .1.982 STATE OF CALIFORNIA COUNTY OF LOS ANGELES On this date of July 15, 1982 , before me, a Notary Public of the State of California, in and for the County of Los Angeles, duly commissioned and qualified came FRANK V. McCULLOUGH, President of CARLISLE INSURANCE COMPANY, a California Corporation, to me personally known to be the individual and officer described herein, and who executed the preceding instrument and acknowledged the execution of same, and being by me duly sworn, deposed and said that he is the officer of said Company and that the seal affixed to the preceding instrument is the Corporate Seal of said Company and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the same instrument by the authority and direction of the said Company, pursuant to the following Resolution adopted January 4, 1982, by the Directors of said Company, and now in force, to wit: "Resolved that the President, Secretary or any Vice President shall have the power and authority to appoint Attorneys-in-Fact, and authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, con- tracts of indemnity and other writings obligatory in the nature thereof, and he may at any time in his judgment remove any such appointees and revoke the authority given to them." IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at the City of Los Angeles the day and year first written above. OFFICIAL SEAL ,.r[. -._,,,-. ILLEANE R. MANN Notary Public XfcP£^Bfl?fl NOTARY PUBLIC-CALIFORNIA^ n Eh. •» -^eUU p«NC*AL OFFICE IN X VS»&?y LOS ANGELES COUNTY This power not valid unless used by December 31, 1982 ftry^^Trin^^!?lT-p-N" ---198i '**,, Page 17 PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of Cali- fornia, by Resolution No. ~{OO<\ adopted ON 5<g/V. ^ I, Y\ %?*, has awarded to QuALtTl RoOpfHCr &-' hereinafter designated as "the "Principal*1"/ a contract for: CITY RE-ROOFING CC 1125 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 con- tract and the terms thereof require the furnishing of a bond for the faithful performance of said contract: $6K)^U^ H- NOW, THEREFORE, WE, feyijfl-LErV 1?/)OPI as Principal, hereinafter designated as the "Contractor", and _ as Surety, are held, and frmly bound unto the City of Carlsbad, in the sum of l^gf^^^^fl^lr/^^^ - . Dollars 9^3 ) r said sum being equal to 100 per cent (100%) of "the estimated amount" of the contract, to be paid to the said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, his/her or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his/her or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. Page 18 And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the sat>e shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. In the event that any Contractor above named executed this bond as an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the __ Contractor and Surety above named on the QS^Qft day of pC-fllr W\ ft fe , 19 (Notarize or Corporate Seal for Each Signer) Surety cNn*^ ^ ">2- o>fl) State of.CALIFORNIA County of SAN DIEGO ss. On this.23RD . day of.SEPTEMBER _, 19.82 before me personally came R.W. KASSEL to me known, who, being by me duly sworn, did depose and say that •5 he is an attorney-in-fact of.CARLISLE INSURANCE COMPANY the corporation described in and which executed the within instrument; that he knows the corporate seal of said corporation; that the seal affixed to the within instrument is such corporate seal, and that he signed the said instrument and affixed the said seal as Attorney-in-Fact by authority of the Board of Directors of said corporation and by authority of this office under the Standing Resolutions thereof. My commission expires. CB-407 (9/81) (Notary Public) STATE ACKNOWLEDGMENT—CMtral—WelCflttt Form Z31-*iv. M4 SS. ON. before rae,r4|ie undersigned, a Notary Publ /T~/)SLJS:3-^ S3 /•}* • Public in^ajid for said Staje, personally appeared _, known to me, to be the person whose name and acknowledged to me that he executed the same. WITNESS my hand and official seal. ^subscribed to the within Instrument, <1 Notary Public in and for said State. Page 19 GENERAL PROVISIONS 1. PLANS AND SPECIFICATIONS The specifications for the work shall consist of the latest edition of the Uniform Building Code hereinafter designated UBC, as issued by the International Conference of Building Officials, the Contract documents and the General and Special Provisions attached thereto. The Construction Plans consist of no sheet(s) designated as City of Carlsbad Drawing No. (N/A). 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. Copies of pertinent standard drawings are enclosed with these documents. 2. WORK TO BE DONE The work to be done shall consist of furnishing all labor, equipment and materials and performing all operations neces- sary to complete the project work as shown on the project plans and as specified in the specifications. 3. DEFINITIONS AND INTENT a) Engineer: The word "Engineer" shall mean the City Engineer or his approved representative. b) Reference to Drawings: Where words "shown", "indicated", "detailed", "noted", "scheduled" or words of similar import are used, it shall be understood that reference is made to the plans accom- panying these provisions unless stated otherwise. c) Directions:ORIGINAL Where words "directed", "designated", "selected" or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended unless stated otherwise. The xvord "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the City Engineer" unless stated otherwise. d) Equals and Approvals: Where the words "equal", "approved equal", "equivalent" and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer" unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. e) Perform and Provide: The word "perform" shall be understood to mean that the Contractor, at her/his expense, shall perform all oper- ations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indi- cated, specified, or required to mean that the Contractor, at her/his expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools equipment and trans- portation. 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 manufacturers or producers of materials so required either have such specifications available for reference or are fully familiar with their requirements as pertaining to their product or material. 5. CONSTRUCTION SCHEDULE A construction schedule is to be submitted by the Contractor per Section 6-1 of the SSPWC at the time of the preconstruc- tion conference. If the completion date shown on the Notice to Proceed letter is not met by the Contractor, he will be assessed the dailysalary of the City inspector for each working day beyond the completion date, as damages. Page 21 Coordination with the respective utility company for removal or relocation of conflicting utilities shall be requirements prior to commencement of work by the Contractor. The Contractor shall begin work after being duly notified by an issuance of a "Notice to Proceed" and shall diligently prosecute the work to completion within 30 consecutive calendar days from the date of receipt of said "Notice to Proceed." 6 . NONCONFORMING WORK The Contractor shall remove and replace any work not conforming to the plans or specifications upon written order by the City Engineer. Any cost caused by reason of this nonconforming work shall be borne by the Contractor. 7. GUARANTEE All work shall be guaranteed for two year after the filing of a "Notice of Completion" and any faulty work or materials dis- covered during the guarantee period shall be repaired or re- placed by the Contractor. 8. MANUFACTURER'S INSTRUCTIONS Where installation of work is required in accordance with the product manufacturer's directions, the Contractor shall obtain and distribute the necessary copies of such instructions, in- cluding two copies to the City Engineer. 9. INTERNAL COMBUSTION ENGINES All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to City Noise Control Ordi- nance No. 3109, Carlsbad Municipal Code, Chapter 8.48. 10. CITY INSPECTORS All work shall be under the observation of a City Construc- tion Inspector. Inspectors shall have free access to any or all parts of work at any time. Contractor shall furnish in- spectors with such information as may be necessary to keep her/him fully informed regarding progress and manner of work and character of materials. Inspection of work shall not re- lieve Contractor from any obligation to fulfill this contract. Page 22 11. PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this contract shall be deemed to be inserted herein and the contract shall be read and enforced as though it were included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly in- serted, 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 comple- tion of the work, shall be provided at the Contractor's ex- pense to fulfill the intent of said documents. In all instances throughout the life of the contract, the City will be the interpreter of the intent of the contract documents and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise her/his subcontractors and materials suppliers of this condition of the contract will not relieve her/him of the responsibility of compliance. 13. SUBSTITUTION OF MATERIALS The proposal of the bidder shall be in strict conformity with the drawings and specifications and based upon the items indi- cated or specified. The Contractor may offer a substitution for any material, apparatus, equipment or process indicated or specified by patent or proprietary names or by names of manufacturer which she/he considers equal in every respect to those indicated or specified. The offer made in writing, shall include proof of the State Fire Marshal's approval (if required), all necessary information, specifications and data. If required, the Contractor, at her/his own expense, shall have the proposed substitute, material, apparatus, equipment or process tested as to its quality and strength, its physical, chemical or other characteristics, and its durability, finish, or efficiency, by a testing laboratory as selected by the City. If the substitute offered is not deemed to be equal to that so indicated or specified, then the Contractor shall furnish, erect, or install the material, Page 23 *****" apparatus, equipment or process indicated or specified. Such substitution of proposals shall be made prior to beginning of construction, if possible, but in no case less than 10 days prior to actual installation. 14. RECORD DRAWINGS The Contractor shall provide and keep up to date a complete "as-built" record set of transparent sepias, which shall be corrected daily and show every change from the original draw- ings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the City at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer on comple- tion of the work. 15. PERMITS The general construction, electrical and plumbing permits will be issued by the City of Carlsbad at no charge* to the Contractor. The Contractor is responsible for all other re- quired licenses and fees. 16. QUANTITIES IN THE SCHEDULE The quantities given in the schedule, for unit price items, are for comparing bids and may vary from the actual final quantities. Some quantities may be increased and others may be decreased or entirely eliminated. No claim shall be made against the City for damage occasioned thereby or for loss of anticipated profits, the Contractor being entitled only to compensation for the actual work done at the unit prices bid. The City reserves and shall have the right, when confronted with unpredicted conditions, unforeseen events, or emergen- cies, to increase or decrease the quantities of work to be performed under a scheduled unit price item or to entirely omit the performance thereof, and upon the decision of the City to do so, The City Engineer 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 exten- sion of time. ORIGINAL 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 all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about or adjacent to the premises where the work is being performed. He/she shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public and shall post danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes and falling materials. 18. SURVEYING Contractor shall employ a licensed land surveyor or registered civil engineer to perform necessary surveying for this project. Requirements of the Contractor pertaining to this item are set forth in Section 2-9.5 of the SSPWC. Contractor shall include cost of surveying service within appropriate items of proposal. No separate payment will be made. 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. Government Fed. Spec. National Board of Fire Underwriters NBFU American Institute of Steel Construction AISC American Standards Association ASA Underwriters Laboratories, Inc. UL Department of Commerce Standards CS American Concrete Institute ACI Page 25 SPECIAL PROVISIONS/SPECIFICATIONS RE-ROOFING GENERAL a. Provide labor, materials and equipment necessary for roofing work, as specified, complete. b. The roofing applicator shall be responsible for the waterproofness of the entire roofing assembly. WORK INCLUDED PER CHAPTER 32 OF 1979 U.B.C. a. Strip existing rock down to felt and remove from premises. b. All blisters and curled edges shall be cut and cemented smooth. c. Base sheet shall be spot mopped and nailed to existing roofing. d. New roofing shall be Class A and conforming to section 3203 of U.B.C. e. Parapets shall be mopped to the top. ROOF DECK PREPARATION a. Sweep decks clean of debris, and drive nails driven flush at decks. RE-ROOFING a. Apply Class A roof equal to J/M Roof Specification #600-P over decks, Waterproofing Specification #WP-1. MATERIALS a. Manufactured by J/M Company, Inc., Asbestos Product Company, or approved equals delivered in original packages, bearing manufacturer's labels. *T ORIGINAL Page 26 SUMMARY OF MATERIALS PER 100 SQ. FT. 1. Re-Roofing (Wood Decks): Planet base feltr one layer 43 Ibs. 15-pound asbestos felts, three layers 45 Ibs. Aquadara dead level asphalt 110 Ibs. Two-ply asbestos flashing, black Plastic cement, one-inch head Simples or Stronghold nails, accessories, etc. Slag surfacing, clean, dry 1/2" max. light colored Rock as approved by Owner 400 Ibs. TOTAL WEIGHT 598 Ibs. Each square foot of roof shall weigh a minimum of 5.5 Ibs. in a cut-out test. 6. ROOFING APPLICATION a. This roof shall be applied in accordance with Specifi- cation No. 600P as listed in the Johns-Manville manufacturer's manual. b. The roofing contractor shall furnish a two (2) year guarantee covering both materials and workmanship upon completion. 7. WORK BY OTHERS a. Parapet metal flashing and vent cap will be removed by others. b. Jacks, if needed will be removed and replaced by others, c. Scuppers, will be removed by others. 8. QUANTITY ESTIMATES The following estimates are given for convenience only. They are not meant to be used for payment. Re-Roofing Council Chamber - 2,500 Sq. Ft. City Hall - 13,900 Sq. Ft. Library - 16,400 Sq. Ft. Page 27 8. QUANTITY ESTIMATES The following estimates are given for convenience only. They are not meant to be used for payment. Re-Roofing Council Chamber - 2r500 Sq. Ft. City Hall - 13,900 Sq. Ft. Library - 16,400 Sq. Ft. G QC ^ffefeSai? H ORIGINAL I ry. , C/7T HALL PARKING LOT ' 'EXHIBIT "A" min^^^^^^^ k) tSpec'fication anplicabla only in the states of: Washington, Ororjon, California, Nevada, Idaho, Western Montana, Wyoming, Utah, Arizona, Alaska and Hawaii. THIS IS A EI3D PnEl'JMjp/i SPECIFICATION Preparatory Work 3ee General Application Raqimemsnts Wood Board Bscks: Shaii be clean, dry and properly graded to outlets. Sheathing boards shall be seasoned lumber with all knot holes over 1" in diameter and cracks over 3/8" wide covered with sheet metal nailed in place. Plywood Deck: Shall be clean, dry and smooth and properly graded to outlets. Panels shall be exterior grade with all holes over 1" in diameter and cracks over 3/8" wide covered with sheet metal nailed in place. Plywood panels shall extend continuously over two or more supports with ends resting on rafters and securely nailed to same. Minimum thickness shall be Vz" for bonded roofs. Poured Gypsum Deck: Shall be smooth, clean, completely "set" and free of surface moisture and frost. Rough projections and depressions shall be repaired. Proper ventilation must be maintained below deck to aid in drying out the gypsum deck from below. Sealers and oil paints shall not be applied to the underside of deck until all moisture has left. Lightweight Aggregate Ccsncrsta: Shall have a 1:6 mix or heavier and shall be properly vented from under- neath side. Wet mix concrete shall be given a minimum drying time of 5 days. Surface shall be dry, free of frost, clean, smooth and properly graded to outlets. Materials per 100 Sq. Ft. (Dry sheet may be omitted for plywood, poured gypsum andlightweight aggregate concrete decks.) A. SLOPES 1/4" TO 1/2" PER FOOT 1 layer Rosin Sized Sheathing Paper Approx. _Wts._ Ibs. 1 layer Bird CRS Glass Base Sheet & layers Bird CRS Ply Sheet Bird Low Melt Asphalt (Type I Asphalt) — 3 mopplngs between layers at 25 Ibs and 60 ib poured flood coat Roofing oravftl. 1/4"-5/8" size (slaa 300 Ibs.) 25 Ibs. 33 Ibs, 135 ibs . 400 Ibs. Total: B. SLOPES 1/2"-3" PER FOOT 1 layer Rosin Sized Sheathing Paper 1 layer Bird CRS Glass Base Sheet 3 layers Bird CRS Ply Sheet Bird High Melt Asphalt (Type III Asphalt)—3 moppings between layers at 25 Ibs. and 60 Ib. poured flood coat... Roofing gravel 1/4"-5/8" size (slag 300 Ibs.) Total: 2 82 109 598 ibs. 5 Ibs. 25 Ibs. 33 Ibs. 135 Ibs. 400Jbs. 593 Ibs. Application See General Application Requirements The substitution of adhesive for nails in attaching this roofing membrane to a nailable deck is not recommended. BASE SHEET APPLICATION Over Wood Board Decks: Lay dry sheet lapped 2" and nailed just suffi- ciently to hold in place. Over this apply one layer of Bird CRS Glass Base Sheet with 2" side and 6" end laps. Naii this base sheet every 9" on ex- posed laps and on two parallel lines 12" apart down main body of sheets, staggering nails as shown in diagram. Use V>" diameter head galvanized roofing nails driven through tin discs or large head Simplex or squarehead roofing nails of sufficient length to penetrate wood boards at least %". (continued on next P?Q3) Alternate Materials Notes 1. No. 15 Asphalt Felt may be sub- stituted for Rosin Sized Sheathing. The National Roofing Contractors Association have suggested other sub- stitutes. See their NRCA Roofing Manual. 2i Roofing Asphalt. There are four standard grades of mopping asphalt, Types I—IV. The proper grade should be selected for each job, taking into consideration the slope of the rooi, cli- matic conditions, type of assembly, and any known characteristics of the area where the roof is located. ma;-? Bsasfs'.ig*' a a ORIGINAL QUALITY ROOFING & REPAIRS 6914 Mission Gorge Rd. San Diego, CA 92120 (714) 286-4641 State Lie. #311902 Ullll) BUILDING MATERIAL PRODUCTS PACIFIC ROOFING DIVISION tj 1989 of Cmrl*b*I 1200 &j* »f)»el£le«tl<*fgi Kid i ^JlJitjl «r»* s»ft of »itiwr « (3) plj ffibrd Scm 3) Our pwnriotw iappte«» di^t«T»« th»t ve \UMI tha Bird th«» ply *p*cittc«44<*) IB Lteti of tha tiww ply ,, Ml tide In * fir fttifHwIar pe^Nit t« lit RH/'td BIRD ROOFING SHINGLES'- WIND SEAL JET, ARCHITECT MARK 25, ARCHITECT 70 BIRD VINYL PRODUCTS — SOLID VINYL SIDINGS, SOLID VINYL GUTTER SYSTEMS, SHUTTERS 10364-W