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