HomeMy WebLinkAboutSi-Mac Construction Co; 1985-03-23; P.R. 001i
L
: 4 3
q
CITY OF CARLSBAD
San Diego County
California
CONTRACT DOCUMENTS & SPECIFICATIONS
for
CHASE FIELD RESTROOM/SNACK BAR
ADDITION AND REMODEL
o
CONTRACT NO. PR. 001
-
t <. L, b
<
TABLE OF CONTENTS
ITEM -
NOTICE INVITING BIDS ................
PROPOSAL.. ....................
BIDDER'S BOND TO ACCOMPANY PROPOSAL. ........
DESIGNATION OF SUBCONTRACTORS. ...........
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY ...
BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE
CONTRACT ......................
LABOR AND MATERIALS BOND ..............
PERFORMANCE BOND . o . e <
GENERAL PROVISIONS .................
I
t' b. k
Pag CITY OF CARLSBAD
CONTRACT NO. PR. 001
PROPOSAL
\
City Council
City of Carlsbad 1200 Elm Avenue
Carlsbad, CA 92008
The undersigned declares he/she has carefully examined the lot
the work, read the Notice Inbiting Bids, examined the Plans ai
Specifications, and hereby proposes to furnish all labor, matt equipment, transportation, and services required to do all thc complete Contract No. PR. 001 in accordance with the Plans ant Specifications of the City of Carlsbad, and the special provi' that he/she will take in full payment therefor the following
prices for each item complete, to wit:
Approximate
Item Article w/Unit Price or Quantity Unit
No. Lump Sum Written in Words & Unit Price
1. Remodel and add to existing 1 Lump Sum structure at the Chase Field site as per plans and specs.
c
t- a. i
\ Pag t
Approximate Item Article willnit Price or Quantity Unit
No. Lump Sum Written in Words & Unit Price
7
Total amount of bid in words: p o& -S&u,JkHdB OJC kJD+-p:
Total amount of bid in numbers: $‘47/7f3 . OD
Addendum (a) No(s) // has /@bee
I -
received and islare included in this proposal.
i
t. c, *
\ Page
All bids are to be computed on the basis of the given estimate1 quantities of work, as indicated in this proposal, times the u
price as submitted by the bidder. In case of a discrepancy be
words and figures, the words shall prevail. In case of an err
the extension of a unit price, the corrected extension shall b calculated and the bids will be computed as indicated above an
compared on the basis of the corrected totals.
The undersigned has checked carefully all of the above figures
understands that the City will not be responsible for any errc
omissions on the part of the undersigned in making up this bid
The undersigned agrees that in case of default in executing tt- required contract with necessary bonds and insurance policies
within twenty (20) days from the date of award of contract by Council of the City of Carlsbad, the proceeds of check or bond accompanying this bid shall become the property of the City oi Carlsbad.
Licensed in accordance with the Statutes of the State of Cali‘
providing for the registration of Contractors, License No. 4
Identification &z+&&~ ~#,./$Lz&& 15-1
The undersigned bidder hereby represents as follows:
1. That no Councilmember, officer, agent or employee of
City of Carlsbad is personally interested, directly o indirectly, in this contract, or the compensation to
paid hereunder; that no representation, oral or in wr
of the City Council, its officers, agents or employee
induced him/her to enter into this contract, exceptin
those contained in this form of contract and the pape
made a part hereof by its terms; and
2. That this bid is made without connection with any peI firm or corporation making a bid for the same work, at in all respects fair and without collusion or fraud.
Accompanying this proposal is A AID -dJp
in an amount of not less than ten percent (10%) of the total price.
(Cash, Certified Check, Bond or Cashier’s
dl
J& w3 1 4 k’d, A@
M
I* a L r id d--& ~-dJGlw 0 &‘ 3% d&
&&I\ 4
/&d- 785’7-
+3 /-pw -echi
i
L
Pag t \
The undersigned is aware of the provisions of Section 3700 of Labor Code which require every employer to be insured against
liability for workers‘ compensation or to undertake self-insur accordance with the provisions of that code, and agrees to corn such provisions before commencing the performance of the work
contract.
The undersigned is aware of the provisions of the State of Cal
Labor Code, Part 7, Chapter 1, Article 2 relative to the gener
prevailing rate of wages for each craft or type of worker need execute the contract and agrees to comply with its provisions.
191 26R 464% Phone Number Bidder’s Name - ?/- miy- &J4AUAO&
7h/& vatel
f3+A& - / +!Id./
s&r( /9/FG0 , fA 92/11 EPJJ rash
I
1P Type of Organiza (Individual, Corp Partners hip)
Bidder’’s Address
List below names of President; Secretary; Treasurer; and Mana
if a corporation; and names of all partners, if a partnership
R\&oea SIMIS
a DftE?Cc/ fi
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY
ALL PRINCIPALS MUST BE ATTACHED)
(CORPORATE SEAL)
\
\.
t
1 Pa 9
BIDDER 'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS:
That we, , as Prir and , as Surety, are t
firmly bound unto the City of Carlsbad, California, an amount
follows: 10% of the bid amount not to exceed
($ 1, lawful money of the United States for tt
payment of which sum well and truly to be made, we bind oursel 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:
in the City of Carlsbad, is accepted by the City Council of s City, and if the above bounden Principal shall duly enter int execute a contract including required bonds and insurance pol within twenty (20) days from the date of award of contract by City Council of the City of Carlsbad, being duly notified of award, then this obligation shall become null and void; other it shall be and remain in full force and effect, and the amou specified herein shall be forfeited to the said City.
In the event any Principal above named executed this bond as individual, it is agreed that the death of any such Principal not exonerate the Surety from its obligations under this bond
IN WITNESS WHEREOF, we hereunto set our hands and seals this
day of 9 19 .
Corporate Seal (If Corporation)
Principal
BY
Title (Notarial acknowledgement
execution by all PRINCIPI (Attach acknowledgement of SURETY must be attached.)
Attorney in Fact)
\
I.
b
5 Pa 9
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies hefshe has used the subbids of the following listed Contractors in making up his/her bid and thal subcontractors listed will be used for the work for which the)
subject to the approval of the City Engineer, and in accordanc
with applicable provisions of the specifications. No changes
be made in these subcontractors except upon the prior approval
the City Engineer of the City of Carlsbad. The following
information is required for each subcontractor. Additional p- can be attached, if required:
Full Complete Items of Company Address Pho
Work Name w/Zip Code w/Are
RM LM od4 t?tMddPt, 1 .m
024 - , -
-
-
-
-
-
-
-
-
_.__
-
'I ..
5 Pag
DESIGNATION OF SUBCONTRACTORS continued
The bidder is to provide the following information on the subb
of all the listed subcontractors as part of the sealed bid
submission. Additional pages can be attached if required.
Type of State Carlsbad P
Full Company Name License & No. License No.* - Contracting Business
Bic
( &
-
-
-
-
-
-
-
-
-
-
-
"Licenses are renewable annually. If no valid license indict Valid license must be obtained prior to submission of signec
<,-mnd- &A/
(Notarize or
Corporate Seal) A3p7 !/&Pd5 54, %4 5
g,JAe-o c/E*2,<
Bidder's Cornpll
IC /*Lf
Authorized Sig
TOTAL CURRENT ASSETS
I H EQUIPMENT (BOOK VALUE)
*I* CCASCO CXPLIIN SCPAIATLLI 0
FURNITURE 6 FIXTURES H
REAL ESTATE - BUSINESS 11
REAL ESTATE - ornEu
NOTES RECEIVABLE - DUI ~rr~m 1 *CA. I F
1 I
I -_ .- -_ -.-. . ..-..- - -_____- I
0T"CI *ISCIS ID',C"I.Cl
-.___
___~ ..---.- ____ - .. -
L
34,511 TOTAL CURRENT LIABILITIES I 17,4
2 hn J
13,960 YONTMLT CATMCWTS $200 Hi 2.94
245,000 j
DUE ON EQUIPMENT (rrrrr 12 u0s.l
I OUE ON REAL ESTATE
YO~T~CT PAVMC*TI s 8 q-no
OTwcR LOWS TCRY CIASILITICS
I
______.____ ___.
I
I
CAPITAL STOCK (PAID IMI OR MET WORTH __
21391 SURPLUS AN0 UNOlVlOEO PROFITS - __-- .~______ ___. - . .- - . - __
SURPLUS - PAID IN OR APPRAISAL - -__ .- .__~ - - __ . __ ?-----I-
.-
WAUC OC mat..% , -- . _-__ ___-- __ __ -
,__ Mitsubishi ___ - Bank of Calif ._-___. *A ** I
B
Cash in
BAL
NO NAME Of SECURITY SnCImL’,
Stocks.
Bonds, Etr.
-
LOCAIIOM Awl Or OCCOSIT IN W
- - -___ __ ~ -. -
Esco&ido,_-CA - _. -9,23Lk - SL-rnA
- -_
PAU YARNLT IN WHOSE NAME IT KC
AN0 r0 VALUL VALUL REClSTfREO
7 C
kcorrts
Receivable From
Completed
CortJacts
Earned
D
‘2 Estiuter. Rabbgr,
I&# Hd Yttrfiab (Not Billed) ea Uncompleted corm
Mei
Accornts
RUCUirrbk
E
Notar
Receivable
F
G
Materials
&MOUNT WHEN DUE FIVY WHOM DUE NAME S ADDRESS NCITURC OF CGNTRICT
2,300 Fe’c. 8 TJ.C.S.D. LaJclla, CP clean room cons
Feb. 28 San Diego Housing Commission 9 units housing 3,027 ’
-
5,527 TGTAL
CON1 CR I CURRENT EARNED ~CV.,MAGC CA~UCO CAeOI b YATCIIALS OESIGNATION OF CONTRACT AN0 NAME AN0 ADDRESS FROM WHOM OUE ESTIMATES ayo w,lMULLO MOT TCT miucDI
13 I 125 San Diego Housing Commission $734
5 I 575 San Diego Housing Commission $257
1,050 U.C.S.D. LaJolla, CA $44.
19 9 750
-
FOR WHAT DUE IS IT GOOD ’ NAME AND ADDRESS FR AMOUNT WHEN DUE
AYOUNT WHLN DUE FOa WHAT OUL now CCCURED NAMC AND ADDRESS cn
-
OCSCRI?TION COST micc
'I
0, CIS< 4 LT*OI e"." .~~, OC~CIIT~IOW AUO CAPACITY *sa N-C*A*S t*~. Cr.nSa~ 0,- * 1 Cheyy 3/4 ton truck 8 7,000 __---
1 2,700 1,000
ti+. , '
Equipment 1 Computer System
Tools 1,780
Port. Offices, Boat 10 , 880
Office Furn. & Misc. 3 I 500
.- y"yu,*, E rrc u Y a I A uc L -
2,500
1,700
875
7,4430
1,485
..
2.
.00& VALUC LOCATION ANO OEKRIPTIO~ oc' momniv I8 TITLE on COB? IN WUOSC NAME
9672 Galatea Ln. Esc. I CA Machin Ent. 160,000
1019 E. Washington Ave Esc Andrew Machin 85,000
1
Red
€$tat8
+.JRmEC AMOUNT TO WHOM PAYAmLE. NAME AN0 LOORE65 J I 10,000 Mitsubishi Bank of Calif., Escondido Cash-flow
Notes
hpbk .
CVIRC'.II CARNCO I1LTI8DSACC CA(.LI#.O OESICNATION OF CONTRACT AN0 NAME AN0 c.ri-Arca *no -orumcco AOO~ES~ TO WHOM Out
Euatd
Estimates and - Retrinaga Ore Sub-Cortnctus Iaciudiag ccrt
of lab# #1
Mttariats Mot Yrt lib4
K
ron *MAT* AMOVNT NAUC AN0 AOORC8S TO WHOM PAYA=LE L
Accounts
Including Cart
of Labor rd '
Materials
Not Yet Bilk(
PlPbk,
1
CICBIOW AUT*OIIICO CAPITAL -----.-
Anounr 01
nOITGAGL
0
60 l ooo
6hC U RI TY
none
ACIOUN? ow CONrnAC?
CUKIAU OATC
snancs AC own=
CORPORATIONS
ANSWE R
HERE
rAn V*LUC WClI
mulocIcI CUlTIL CAI0 In CAB-
soerr CICITAL CAI0 IU DouiruxuT cpc
IOTAL CA(O rncAsummn uc CAPITAL
A< OIIC OI 01CAIII~?*ON HAMC AN0 AODRLCE OF CAITNCIS
Richard ~imis-9672 Galatea Ln., Esc. 2
. ._ - Fl ca.,-.c 0 L."1110 Andrew Machin- 10 19 E. Washington Ave . , Esc I
PARTNERSHIPS
ANSWER
HERE
~-_~
S€PAlATS SlAlEMENrS WALL U flLLf0 OCIT4WO IlGMfO 6Y SAW YfYU(I Of TWf llRM SMOYIWO MIS IMOIVIDUAt '
4IIfTI AND LIASlllTlEl fXC1UlIVf Of MU PAllWftWnY INlIefSI
--.- -___ ._._ ___ _--._ -
2
-.. ~,
re. vou vrfr~,o I- .m. oiran &IC(* 01 ausi-s.8. I,~-.AUT
k. *. --.. .U-*.. c0~r.m. .ran *.IO A LO.. 01 .ou .. ... Iuol~~ou~~ on. e. L
,bn'- ow rmv 01 ,*e ,411 ucroa~a 01 6, I compO...,om om LI- 01 *r*
*, no
0VVKC"S L(WC -&IC 0. 8Ung.v C0rV.U. rrO O.TraLS
%
no
mANK . NAME b ADDRCSS . WM€RE CREOIT LIMES ESTAmLISWED
Mitsubishi Bank of California
rnc vou A? vmas TIYC I DQ vou WAvC voun -1s cLniom.
ICALLV AUOIICO mr c c A OR OTWCR
LICCNSCD ACCOUMIANTV
G OI8COUmIIUC .ILL8 a tivi*c (u 30 10 w 0.78 n 1a.1NC OIL11 80 DAV8 0 YES El NO
" ' vCS' a'vc oATc Or '*" Auo"
AND MANC OC aCCOUIITANT
-- .-
AnC rOU CAVING AWV 01CL8 0- NOTCS'
4 -0
- INSURANCE
Q ------j .cS
.- . . . ..
no
no
-A** ~OU 1v.n O*~AU~I<O 0- co-~--Cr*
_- II VOU ".*I .uIM,srllO .0U08 -1VO-g C4WC *L"t8 0. VOUn 8"-
SCCU~ITV BAN* ni AMOUNT _---- s 50,000 Simis residence
s -
s
NA~C .cmncsa or auosto*aav coMcA*ms .uo v. or courno
none
0gSCRa.C AI.( CONTtNCCN? C*A-*C*T*CS'
CARRIED - -- -
rlOCLITI SONOS
b C'rtLOTCCS
ON ovraccns
L4VC -
wine
wonsue- s COUP.
AND CIADICIII
0l"CR
AIOUNT/LIYIIS l8SUIMC CO-PAKT
_--- - TO WNOI PAVAmCC 788UIMG COICANV ----. OM WMOI CARIICO
-zI.I------L- I..UlKC cou'rr
ISSUImG COIPAUV z--- -- OM WUaT CAR*ICD
IS8U4UG COUP1 CWAOACTCR
I
\
Pa<
BIDDER'S STATEMENT OF FINANCIAL RESPONSI6ILITY
The undersigned submits herewith a notarized or sealed statem
hisfher financial responsibility.
Signature
(Notarize or
Corporate Seal)
-
)/8! I-Sb.lDmr. tC3*5,& Cdh
I I4-0Jd -&P
..
Pag CONTRACT - PUBLIC WORK
This agreement is made this day of -9 19 csT by and between the City of2$i$sbad, Calif?r%$ a municipal corporation (hereinafter called Vity") and sI-R5Ac
CONSTRUCTION COPPANY
a co-partnership whose
principal place of business is 8388 Vickers Street, #loa, sari Di
California, 92111
(hereinafter called llContractorll.)
City and Contractor agree as follows:
I. Description of Work. Contractor shall perform all w specified in the contract documents for:
Remodeling, additions, and improvements
for Chase Field Bathrooms/Snack Bar
(hereinafter called "project")
2. Provisions of Labor and Materials. Contractor shall all labor, materials, tools, equipment and personnel perform the work specified by the contract documents
3. Contract Documents. The contract documents consist contract; the bid documents, including the notice tc instructions to bidders and contractors proposal ; tt and specifications and all proper amendments and chi thereto in accordance with this contract or the plar specifications; and the bonds for the project; all ( are incorporated herein by this reference .
4. Payment. As full compensation for Contractors perf(
of work under this contract, City shall make paymenl
Contractor as follows:
In the amount of $47r17*-00 of which ninety pe
(90%) will be paid in two (2) monthly payments base
percent of completion. Ten percent (10%) will be p later than 35 days from the date of the filing of t
of Completion.
-.
i' .* 7
Pag Payment of undisputed contract amounts shall be conti upon Contractor furnishing City with a release of all against City arising by virtue of this contract as it relates to those amounts.
Extra compensation equal to 50 percent of the net sa! may be paid to Contractor for cost reduction changes plans or specifications made pursuant to a proposal 1 Contractor. The net savings shall be determined by (
No payment shall be made unless the change is appr0v.t
the City.
5. Independent Investigation. Contractor has made an
independent investigation of the jobsite, the soil conditions under the jobsite, and all other conditio might affect the progress of the work, and is aware those conditions. The contract price includes payme all work that may be done by Contractor in order to unanticipted underground conditions . Any informatio
may have been furnished to Contractor by City about
underground conditions or other job conditions is fo
Contractor's convenience only, and City does not war
that the conditons are as thus indicated. Contract0
satisfied will all job conditions, including undergr
conditions and has not relied on information furnish
City.
6. Contractor Responsible for Unforeseen Conditions. C shall be responsible for all loss or damage arising
the nature of the work or from the action of the ele from any unforeseen difficulties which may arise or encountered in the prosecution of the work until it5 acceptance by the City. Contractor shall also be
responsible for expenses incured in the suspension q
discontinuance of the work. However, contractor sh,
be responsible for reasonable delays in the complet the work caused by acts of God, stormy weather, ext~ or matters which the specifications expressly stipu
be borne by City.
7. Change Orders. City may, without affecting the val
this contract, order changes, modifications, deletil
extra work by issuance of written change orders. C
shall make no change in the work without the issuan
written change order, and Contractor shall not be e compensation for any extra work performed unless th
issued a written change order designating in advanc amount of additional compensation to be paid for th
If a change order deletes any work the contract pri
be reduced by a fair and reasonable amount. If the
are unable to agree on the amount of reduction the
nevertheless proceed and the amount shall be deterrr
arbitration or litigation. The only person authori
,'
\r 1
Pas order changes or extra work is the City Engineer. Hc
no change or extra work order in excess of $5,000.00
effective unless approved by the City Council.
8. Prevailing Wage. Pursuant to the Labor Code of the ! California, the City Council has ascertained the gent
vailing rates of per diem wages for each craft or tyi
worker needed to execute the contract and a schedule
ing such information is in the City Clerk's office ai corporated by reference herein. Pursuant to Labor Cc Section 1775 contractor shall pay prevailing wages. Contractor shall post copies of all applicable preva
wages on the job site.
9. Indemnity. Contractor shall indemnify, hold harmles
defend City and its officers and employees, and each from any and all liability or loss resulting from an' claim or other action brought against City, or for a losses of whatever nature, directly or indirectly ar
from the acts of Contractor or its officers, employe
agents done in the construction of this project or i
performance of this contract regardless of responsib
negligence. The expenses of defense include all cos
expenses, including attorneys fees, of litigation, arbitration or other dispute resolution method. Not
this paragraph shall require contractor to indemnify losses caused by the active negligence of City.
IO. Insurance. Contractor shall maintain insurance cove liability stated in paragraph 9 in an amount accepta
the City Council and shall cause the City to be name
additional insured on any policy of liability or pro
damage insurance concerning the subject matter or pe
of this contract taken out by Contractor.
11. Workers Compensation. Contractor shall comply with
requirements of Section 3700 of the California Labor Contractor shall also assume the defense and indemni save harmless the City and its officers and employee
all claims, loss, damage, injury and liability of e\ nature and description brought by any person employe by Contractor to perform any work under this contact regardless of responsibility for negligence.
12. Proof of Insurance. Contractor shall submit to the
certification of the policies mentioned in Paragrapt
11 or proof of workers' compensation self insurance
the start of any work pursuant to this contract.
13. Arbitration. Any controversy or claim in any amounl
$100,000 arising out of or relating to this contraci
breach thereof may, at the option of City, be settlc
arbitration in accordance with the construction indi rules of the American Arbitration Associa i n and JI upon the award rendered by the arbitratorIs7 may be
March 20, 1985
Norma T. Beversluis
On State of California
.. 1 SS.
Quntyof San Diego
the undersigned Notary Public, personally appeared
Richard Simis and Andrew Machin
D personally known to me 0 proved to me on the basis of satisfactory evidence
to be the penon(s) who executed the within instrument on behal
partnership, and acknowledged to me that the partnership execut
WITNESS my hand and official seal.
-. 72%?mJGPJd
Notiry’s Signature
1Y321 (1183) Partnership - Ca
.
b
Pag in any California court having jurisdiction thereof.
award of the arbitrator(s) shall be supported by law substantial evidence as provided by the California Cc
Civil Procedure, Section 1296.
14. Maintenance of Records. Contractor shall maintain ar available to the City, upon request, records in accoI
with Sections 1776 and 1812 of Part 7, Chapter 1, Art
of the California Labor Code. If' the Contractor does
maintain the records at Contractor's principal place
business as specified above, Contractor shall so infc
City by certified letter accompanying the return of '
contract. Contractor shall notify the City by certi
mail of any change of address of such records.
15. Labor Code Provisions: The provisions of Part 7, Ch commencing with section 1720 of the Califorrtia Labor are incorporated herein by reference.
16. Security. Pursuant to the requirements of law (Cote
Code Section 4590) appropriate securities may be sub
for any monies withheld by City to secure performanc
this contract or any obligation established by this
contract.
17. Additional Provisions. Any additional provisions of agreement are set forth in the "General Provisions" "Special Provisons" attached hereto and made a part
c && Contract or
(5
(Notarial acknowledgement of
8 execution by ALL PRINCIPALS must be attached.)
AP ~OVED AS TO FO : CITY OF CARLSBAD, CALIFORN
Assistarit' ~~;~-~~~~ City Attorney
4 J. C?.dL" ;.
* \L/ ,
k d' 'Z+
Mayor ,
~ , a.
Pag ATTEST:
Contractors Certification of Awareness of Workers Compensation
Responsibility .
"I am aware of the provisions of Section 3700 of the Labor COC
require every employer to be insured against liability for WOI
compensation or to undertake self-insurance in accordance witf
provisions of that code, and I will comply with such provisiof
commencing the performance of the work of this contract .I1
-
I> L
-\ ,
- Pag 4
PERF ORHANCE BONO BOND Na. ooiii-
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 791>, adopted _L p'ebruary 49,
has awarded to ST - MAC CONSTRUCTTON COMPANY - SUn DL~~u, CULL~O&U
hereinafter designated as the "Principal", a contract for:
CUM€ TTELD RESTROOMISNACK BAR A'DDTTTQN AND RZMODZL
in the City of Carlsbad, in strict conformity with the drawin!
specifications and other contract documents now on file in thc Office of the City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute sq contract and the terms thereof require the furnishing of a bo1
the faithful performance of said contract;
NOW, THEREFORE, WE, ST - MAC CONSTRUCTTON COMPANY
,. Principal-, hereinafter designated as the "Contractor", and CAP' -
BORD AND TNSU'RANCE COMPANY - 41b4 O~M~Q SA. Wvmh "dQ.- Cu. 92507 Surety, are held and firmly bound unt'o the City of Carlsbad,
the sum offORTY SEVEN THOUSAND ONE HUNDRED SEVENTY EIGHT AND NU/700 Dol ($47. /78.00"*""" ), said sum being equal to 100 per cent (1 of the estimated amount of the contract, to be paid to the sa
City or its certain attorney, its successors and assigns; for payment, well and truly to be made, we bind ourselves, our he executors and administrators, successors or assigns, jointly severally, firmly by these presents.
THE CONDITION OF THIS OBLICATION IS SUCH that if the above bo
Contractor, his/her or its heirs, executors, administrators ,
successors or assigns, shall in all things stand to and abfdt
and well and truly keep and perform the covenants, condition:
agreements in the said contract and any alteration thereof mi
therein provided on hisjher or their part, to be kept and pel at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shal indemnify and save harmless the City of Carlsbad, its office
agents, as therein stipulated, then this obligation shall be
null and void; otherwise it shall remain in full force and v
March 20, 1985 State of California On
County of ’an Diego Norma T. Beversluis 1 SS.
the undersigned Notary Public, personally appeared
Richard Simis and Andrew Machin
a personally known to me 0 proved to me on the basis of satisfactory evidence
to be the person(s) who executed the within instrument on behall
partnership, and acknowledged to me that the partnership executc
WITNESS my hand and official seal. b&AM4L
Ndary’s St gnature
1Y321 (1/83) Partnership - Ca
CALIFORNIA
SAN DIEGO
State of
County of
day of ,19-, g5 before me
to me known, who, being by me duly sworn, did del
McvLch
} ss.
On this 2 Okh
CI C z R.W.KASSEL m
CAPITAL BOND AND INSURANCE COMPANY he is an attorney-in-fact of
the corporation described in and which executed the within instrument; that he knows the corporate seal of!
that the seal affixed to the within instrument is such corporate seal, and that he signed the said instrument an(
seal as Attorney-in-Fact by authority of the Board of Directors of said corporation and by authority of this
$3 5 2 rn 6
X ‘ C
7 Standing Resolutions thereof. F-7
i ,J
A&d&&&kG /’ /’ /‘ - &/&-&< *?.r / 9-05-86 My commission expires \
(Notary Public) ’
CB407 (Q/81)
st ' . '>
,+
- Pag
And said Surety, for value received, hereby stlpulates and agr
that no change, extension of time, alteration or addition to t terms of the contract or to the work to be performed thereunde
the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of a change, extension of time, alterations or addition to the term the contract or to the work or to the specifications.
In the event that any Contractor above named executed this bon an individual, it is agreed that the death of any such Contrac shall not exonerate the Surety from its Obligations under this
bond.
IN WITNESS WHEREOF, this instrument has been duly executed by
19 65 .
1
8 Contractor and Surety above named on the 202h day of hhf~ch -
ST - MAC CONSTRUCTION COMPANY
# -
1 (Notarize or Corporate
Seal for Each Signer)
- 4 Surety
b
s
4
6
I
b
QC 0 0 *‘.
CAPITAL BOND AND INSURANCE COMPA
GENERAL POWER OF ATTORNEY
HOME OFFICE - RIVERSIDE
KNOW ALL MEN BY WESE PRESENTS, that CAPITAL BOND AND INSURAN(
a Corporation duly organized and existing under the laws of the State of California, anc
its principal office in the City of Riverside, California, pursuant to the By-Laws whit
adopted by the Directors of the said Company and are now in effect, which state t
“The Company President shall have power and authority to appoint Attorne
Fact, and authorize them to execute on behalf of the Company, bonds and underta
contracts of indemnity, and other writings obligatory in the nature thereof, and h
at any time in his judgment remove any such appointees and revoke the authority
to them.”
Has made, constituted and appointed and by these presents does make, c( ****R. W. KASSE and appoint, subject to provisions and limitations herein set forth
of 10405 Sun Uiego M.inaio~ Rd., #203, Sa
9 its true and lawful agent apd attorney-in-fact to make, execute, seal and deliver a
and as its act and deed, bonds and undertakings, contracts of indemnity, and other
obligatory in the nature thereof. The authority of such Attorney-in-Fact is not to ex
ANY ONE RISK
******ONE ffUNUERII TffOUSANU AND N0/100****** -- Dollars $~~~,~OO.~~*y
And the execution of such bonds or undertakings in pursuance of these presents,
as binding upon said Company as fully and amply, to all intents and purposes, as if
been duly executed and acknowledged by the regularly elected officers of the Cor
their own proper persons.
IN WITNESS WHEREOF, CAPITAL BOND AND INSURANCE CO., has caused these
to be signed by its duly authorized officer,
and its corporate seal to be hereunto affixed this 2 Okh day of Akvdz
CAPITAL BOND AND
/
BY /m
STATE OF CALIFORNIA )
COUNTY OF RIVERSIDE )
ON this u day of MatLch A D 19 85, before the subscriber, a Notary P
State of- California, in and for the County of Riverside, duly commissioned and qualified, came Tony b
President of CAPITAL BOND AND INSURANCE CO , to me personally known to be the individual
described In. and who executed the precedina instrument, and he acknowledges the execution Of tt‘
being by me duly sworn, deposed & said that he is the officer of said Company, and that the seal a
preceding instrument is the Corporate Seal of said Compzqy, & said Corporate seal & his Signatu
were duly affixed & subscribed to the said instrument by the authority & direction of said Corporati0
By-Laws of said Company, referred to in the preceding instrument are now in force.
IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal a
Riverside, the day and year first above written
............................
OFFICIAL SEI
GEORGE E. SPf
NOTARY PUBUC-CAl
mvulww coull
My Qxnmsson Expwes Octnbm 11
* NOTARY BOND FIL
&m+**Uw.******4
* * * 3
ii
,.
t'
t \' . Pag
GENERAL PROVISIONS
1. PLANS AND SPECIFICATIONS
The specifications for the work shall consist of the lates
edition of the Standard Specifications for Public Works
Construction hereinafter designated SSPWC, as issued by tt
Southern Chapters of the American Public Works Associatior
City of Carlsbad supplement to the SSPWC, the Contract documents and the General and Special Provisions attached thereto.
The Construction Plans consist of three (3) sheet(s). Thc
standard drawings utilized for this project-are the San D Area Regional Standard Drawings, hereinafter designated S
as issued by the San Diego County Department of Transport
together with the City of Carlsbad Supplemental Standard
Drawings. Copies of pertinent standard drawings are encl
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 nec to complete the project work as shown on the project plan as specified in the specifications.
3. DEFINITIONS AND INTENT
A. Parks and Recreation Director:
The word "Parks and Recreation Director" shall mean '
Parks and Recreation Director or his approved
o representative.
5. Reference to Drawings:
Where words l1 shown" , l1 i rnd ica t ed '), "det a il ed" , )I not ed ' "scheduled" or words of similar import are used, it
be understood that reference is made to the plans
accompanying these prov Isions unless stated otherwis
C. Directions:
Where words "directed", "designated", "selected" or
of similar import are used, it shall be understood t direction, designation or selection of the Parks and Recreation Director is intended unless stated otherr The word "required" and words of similar import shal understood to mean l'as required to properly complete Rork a req ired and as a ro e e Parks and ecreation tfirector unlegg sIafe8Y ot tk erwise.
>.
I* c .
\' 2
4 Pa!
0) Equals and Approvals:
Where the words "equal", "approved equal", "equivaleni
such words of similar import are used, it shall be
understood such words art? followed by the expression
the opinion of the Parks and Recreation Director" unl
otherwise stated. Where the words "approved", "appro
"acceptance", or words off similar import are used, it
be understood that the approval, acceptance, or simil import of the Parks and Recreation Director is intend
E) Perform and Provide:
The word "perform" shall be understood to mean that t Contractor, at her/his expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials are indicated, specified, or required to mean that tt Contractor, at her/his expense, shall furnish and ins
the work, complete in place and ready to use, includl
furnishing of necessary labor, materials, tools equir
and transportation.
4. CODES AND STANDARDS
Standard specifications incorporated in the requirements specifications by reference shall be those of the latest edition at the time of receiving bids. It shall be unde
that the manufacturers or producers of materials so requ
either have such specifications available for reference
fully familiar with their requirements as pertaining to
product or material .
5. CONSTRUCTION SCHEDULE
A construction schedule is to be submitted by the Contra
per Section 6-1 of the SSPWC at the time of the preconst
conference .
If the completion date shown on the Notice to Proceed le not met by the Contractor, he/she will be assessed the a
specified in Sections 6-9 of the SSPWC for each working
beyond the completion date, as liquidated damages.
*.
I' * F
1' 'c,
L Pas
Coordination with the respect.ive utility company for remo\
relocation of conflicting utilities shall be requirements commencement of work by the Contractor.
The Contractor shall begin work after being duly notified
issuance of a ItNotice to Proceed" and shall diligently prc
the work to completion within 60 consecutive calendar day:
from the date of receipt of :;aid "Notice to Proceed."
6 . NONCONFORMING WORK
The Contractor shall remove and replace any work not confc
the plans or specifications upon written order by the Citi
Engineer. Any cost caused by reason of this nonconformin
shall be borne by the Contractor.
7. GUARANTEE
All work shall be guaranteed for one year after the filin "Notice of Completion" and any faulty work or materials d during the guarantee period shall be repaired or replaced Contractor.
8. MANUFACTURER 'S INSTRUCTIONS
Where installation of work is required in accordance with product manufacturer's directions, the Contractor shall o
distribute the necessary copies of such instructions, inc two copies to the Parks and Recreation Director,
9 , INTERNAL COMBUSTION ENGINES
All internal combustion engines used in the construction
equipped with mufflers in good repair when in use on the
with special attention to City Noise Control Ordinance Nc
Carlsbad Municipal Code, Chapter 8.48.
10. CITY INSPECTORS
All work shall be under the observation of a City ConstrL
Inspector. Inspectors shall have free access to any or c
of work at any time. Contractor shall furnish Inspectors
such information as may be necessary to keep her/him full
informed regarding progress and manner of work and charac
. materials. Inspection of work shall not relieve Contract
any obligation to fulfill this contract.
1' * '? "
b
Pa9
11. PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by li
inserted in this contract shall be deemed to be inserted
and the contract shall be read and enforced as though it
included herein, and if, through mistake or otherwise, a provision is not Inserted, or is not correctly inserted,
upon application of either party the contract shall fort
physically amended to make !such insertion or correction.
12. INTENT OF CONTRACT DOCUMENTS -
The Contractor, herfhis subcontractors and materials sup shall provide and install the work as indicated, specifi implied by the contract documents. Any items of work no indicated or specified, but which are essential to the c of the work, shall be provided at the Contractor's expen fulfill the intent of said documents. In all instances
throughout the life of the contract, the City will be th
interpreter of the intent of the contract documents and
City's decision relative to said intent will be final an
binding. Failure of the Contractor to apprise herlhis subcontractors and materials suppliers of this condition contract will not relieve herlhim of the responsibility
compliance .
13. SUBSTITUTION OF MATERIALS
The Proposal of the Bidder shall be in strict conformit]
drawings and specifications and based upon the items inc
specified. The Contractor may offer a substitution for material, apparatus, equipment or process indicated or : by patent or proprietary names or by names of manufactui she/he considers equal in every respect to those indica' specified. The offer made in writing, shall include pr State Fire Marshal's approval (if required), all necess information, specifications and data. If required, the
Contractor, at herthis own expense, shall have the prop
substitute, material, apparatus, equipment or process t
to its quality and strength, its physical, chemical or
characteristics, and its durability, finish, or efficie
testing laboratory as selected by the City. If the sub offered is not deemed to be: equal to that so indicated specified, then the Contractor shall furnish,
,' y
L'
-t
4 Pag 1
erect, or' install the material, apparatus, equipment or process indicated or specified. Such substitution of
proposals shall be made prior to beginning of constructio
possible, but in no case less than ten (10) days prior to actual installation .
14. RECORD DRAWINGS
The Contractor shall provide and keep up to date a comple
"as-built'' record set of transparent sepias, which shall
corrected daily and show every change from the original
drawings and specifications and the exact "as-built"
locations, sizes and kinds of equipment, underground pipi
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 : be used only as a record set and shall be delivered to tt Parks and Recreation Director on completion of the work.
15. PERMITS
The general construction, electrical and plumbing permit:
be issued by the City of Carlsbad at no charge to the
Contractor. The Contractor is responsible for all other
required licenses and fees .
16. QUANTITIES IN THE SCHEDULE
The quantities given in the schedule, for unit price ite are for comparing bids and may vary from the actual fina quantities. Some quantities may be increased and others be decreased or entirely eliminated. No claim shall be against the City for damage occasioned thereby or for lo anticipated profits, the Contractor being entitled only compensation for the actual work done at the unit prices
The City reserves and shall have the right, when confron with unpredicted conditions, unforeseen events, or emergencies, to increase or decrease the quantities of n
be performed under a scheduled unit price item or to ent omit the performance thereof, and upon the decision of t
City to do so, the Parks and Recreation Director will di the Contractor to proceed with the said work as so modif
If an increase in the quantity of work so ordered shoul( result in a delay to the work, the Contractor will be g: equivalent extension of time.
, * " c \* 't
Fag
17. SAFETY & PROTECTION OF WORKERS AND PUBLIC
The Contractor shall take all necessary precautions for t
safety of employees on the work and shall comply with all
applicable provisions of Federal, State and Municipal saf
laws and building codes to prevent accidents or injury to
persons on, about or adjacent to the premises where the H is being performed. He/she shall erect and properly main at all times, as required by the conditions and progress
the work, all necessary safeguards for the protection of
workers and public and shall post danger signs warning ag
hazards created by such features of construction as protr nails, hoists, well holes and falling materials.
18. CODES, ORDINANCES, REGULATIONS & ABBREVIATIONS
Reference to codes, ordinances and regulations are to ed.
in effect as to date of proposals. Abbreviations are us( agencies issuing standard specifications as follows:
Agency Abbreviation
American Society for Testing
, Materials ASTM
U.S. Government Fed. Spec. National Board of Fire
American Institute of Steel
American Standards Associat lion ASA
Underwriters Laboratories, Inc. UL
Department of Commerce Standards cs American Concrete Institute AC I
Underwriters NBFU
Construction AI SC
-
e ,. *v u ’, c
4
Pag
CERTIFICATION OF COMPLIANCE
L I hereby certify thatm
in performing under the Purchase Order awarded by the City of
Carlsbad, will comply with the County of San Diego Affirmative
Action Program adopted by the Board of Supervisors, including
current amendments .
Legal mame
4. e
Date I’ / Signature (Seal)
(NOTARIZE OR CORPORATE SEAL)
Title
(Notarial acknowledgement of execution by all principals must
attached. )
March 20, 1985 On State of California
Countyof Sari Diego Norma T. Beversluis 1 SS
the undersigned Notary Public, personally appeared
Richard Simis
m personally known to me
proved to me on the basis of satisfactory evidence
to be the person(s) who executed the within instrument on behalf
partnership, and acknowledged to me that the partnership execute
WITNESS my hand and official seal. hw&&ZLJA#kL
Notary‘s Signature
1Y321 (1/83) Partnershap - Cs
e 0
I
1200 ELM AVENUE
CARLSBAD, CA 92008-1989
Office of the City CIerk
QCitp of Carls’bab
May 30, 1986
Si-Mac Construction
1421 Industrial Ave.
Escondido, CA 92026
Re: Bond Release for Restroom/concession Stand Renovation
Per instructions from our Parks a.nd Recreation Department, we
are releasing the Labor & Materials Bond for the above
project.
Labor & Materials Bond No. 001117.
Enclosed is Capital Bond Insurance Company
/I&$% fi’ 5y+- ND
Deputy City Clerk
Enc .
WRITE IT-DW’T SAY IT INTER-DEPARTMENT MEMORANDUN
AM
TO Karen Kundtz DATE 5/16 19 86 P M
Re: Contract for Chase Field Restroom/
Snack Bar SI-MAC CONSTRUCTION CO.
You may release the labor and materials bond
for the above contract.
REPLY ON THE SHEET
WlLMER SERVIC~ kNE STANDARD INTER DEPT. MEMO FORM 11 -2
r 0
1200 ELM AVENUE
CARLSBAD, CA 92008-1989
Office of the City Clerk
aitp of a:arI$bab
December 26, 1985
Si-Mac Construction
1421 Industrial Ave.
Escondido, CA 92026
Re: Bond Release for Restroom/Concession Stand Renovation
The Notice of Completion for the above contract has recorded.
Therefore, we are releasing 75% of the Performance Bond for
the project. Please consider this letter as your notification that
$35,383.50 of Capital Bond and Insurance Company Performance Bond
No. 001117 is hereby released. We are required to retain the
remaining 25% for a period of one year. At that time, if no claims
have been filed, it will be released.
The Labor 6 Materials Bond, in the amount of $47,178.00 will be
released six months from the date of recordation of the Notice
of Completion, on May 8, 1986.
5iiYKZZ* Deputy City Clerk
85-4:
- ." -- +" m
m Kecording Requested By and Retu
1200 Elm Avenue
Carlsbad, CA 92008
* " 513
I\... ? ,e7 "- ,-
.r c >
;y.c
p VEl
City Clerk aTo:
I
*,4 b -
NQTPCE OF CBHPhh-TION ,,GJ !%+ PURCHASING 1- EOUM
To ALL Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on Oct. 3, 1985 the project consistinc
of Restroom/Concession Stand Renovation on
which SI-MAC Construction was the
Contractor, and Capital Bond and Insurance Company was the surety,
was completed.
-
CITY OF CARSBAD
4pzaK&/
Purc asing Officer
WEsWIFPCATIOB4 OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the City Council of said City
on neW.5/9= accepted the above described work as completed and ordered
that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on xd h /9f.g at Carlsbad, California.
I
CITY OF CARSBAD
A. - I
y i' . , s.' m e #?" a"
./I/ . , . _,' , .( ,' ..
0 0
1200 ELM AVENUE
CARLSBAD, CA 92008-1989
Office of the City Clerk
citp of Carls’bab
November 6, 1985
Vera L. Lyle
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation is the following described document:
Notice of Completion - Purchasing
Restroom/Concession Stand Renovation
SI-MAC Construction
Our staff has determined that the recordation of this document is
of benefit to the City; therefore, it is requested that the fees
be waived.
Thank you for your assistance in this matter.
Z%.ZD+ Deputy City Clerk
Enc .
e Recording Requested By and Ret. To:
City Clerk
1200 Elm Avenue
carlsbad, CA 92008
NOTICE OF COHPLETION
PURCHASING
To ALL Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on Oct. 3, 1985 the project consisti -
of Restroom/Concession Stand Renovation 0
which SI-MAC Construction was the
Contractor, and Capital Bond and Insurance Company was the surety
was completed.
CITY OF CAFLSBAD
*Z4K&
Purc asing Officer
VERIFICATIOM OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the City Council of said Cit
on xed. 5 #&r accepted the above described work as completed and ordered
that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct
Executed on nA lo 19p.q at Carlsbad, California.
I
CITY OF CAKSBAD
A. - I
Kind of Coverage
Workers
Compensation* *
** Unless otherv.ise indicated, this policy affords full coverage under
Compensation laws of all sta'es (except states where coverage can be provi
State Funds ond Conoda) and os designoted in the policy and endorsements fc
Liability
%* Expiration Date Policy Number
kl4/26/86 I 2026 00 054446 Comprehensive
General Liability
Special Multi Peril or
Trademark (Section II only)
Products Completed Operations
Contractual - All Written Contracts
2 Included Excluded &I included c Not Covered
Owners', Landlords'
and Tenonts' Liability
Contractual Liability
Designated Controcts __
Only
Automobile Liability
All Owned Autos
0 Specified Autos Only
0 Hired ond Nonowned Autos
Umbrella Liability
Special Provisions/Locotions/Specified Autos:
Limits of Liability
Bodily Injury Property Doi
$ Each Occurrence $
$ Aggregate $
Single Limit $ 5O0,OOO Eoch Occurrent
$ 500,000 Aggrega+
$ Each Occurrence $
$
$ Each Occurrence $
$
Single Limit $ Eoch Occurrenc
$ Aggregat
$ Per Person
$ Per Accident I $
Single L mit $ Per Accident
$ Each Occurrence
$ Agpregate Products Comple
$ Retention
e CERTIFICATE OF INSURANCE 8 ausau Insurance Companies
@
This is to certify that the insurance policies (described below by a polhcy number) written on forms in use by the company h
s certificate is not a policy or a binder of insurance and does not in uny way alter, amend or extend the coverage afford1 Q ferred to herein.
Name and address of Insured
Producer No : 1975 1 Si-Mac Construction
1421 Insustrial Avenue
Escondido, Ca. 92026 Date Issued 4/30/85
Region. San, La
r
Place. San Diego
I_ _I
Special Provirions/Locations/Specified Autos:
Job:
City of Carlsbad is an additional insured but only with respect to
liability arising out of the above job described. canceled during its term by the company, the company will mail notice thirty
before the effective date of such cancelation to the party named below.
Anywhere in the United States of America, its territories or possessions or C
Chase Field Restroom- Snack Bar Addition and Remodel job.
If any policy described ab
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
ed by the policy (policies) described above is sublect to all of the terms, exclusions and conditions of such policy (policies) during the term(s) thereof
*The entry of o number in this column means that the coverage is afforded by the company designated by the same number
*Issued by 2 EMPLOYERS INSURANCE OF WAUSAU A Mutual Compan) Issued TO.
0 3 WAUSAU UNDERWRITERS INSURANCE COMPANY City of Carlsbad
Carlsbad, Ca. 92008 1 WAUSAU LLOY
5 WORLDWIDE UNDERWRITERS INSURANCE COMPANY 0 1200 Elm 7 ILLINOIS EMPLOYERS INSURANCE OF WAUSAU
Attn: Ruth Fletcher
0 Signe
7 84 (S) 155736
m=ncw3& os ISSUED AS A ua,mm OF BKFORLWTIOK ONLY I TS UPON ,HE @EKTBPbCWTE HOLDER. THIS CERflFICATE DOE! OR ALTER THE COVERAGE AFFORDED BY THE POLSClES BE
CORROON & BLACK
Escondido, CA 92025 464 S. Escondido Blvd. ~~~~~~~~~~ AFFOW
Hartford Insurance Co.
SI-MAC CONSTRUCTION CO.
1421 Industrial Ave.
Escondido, CA 92025
ICES OF IRSUWAN\IG% LISTED EPLOW HAVE BEEN ISSUED TO THE INSURE3 MRP.'ED ABOVE FOR TKE POFBCM PER!( UBREFAmT, PERM OR COXDiTiON OF ANY CO%TWCT ow 0T&",FR COWFhENF W!TW 9ESPECT TO wIE-:icw THE CEW , THE ~NsumbdcE AFFORDED BY THE PEILICIES DESC:WsBEB FERER 1s SUUECT TO ALL SHE TEWrJS, EtfCL6818MI
58UEC KD 3289 PREhlISESIOPERATIONS
PRODUCTSlCOMPLETED OPERATIONS
INDEPENDENT CONTRACTORS
ERSOMAL INJURY PERSONAL INJURY
58UEC KD 3289
ALL OWNED AUTOS (F$/$R&t$N)
NON-OWNED AUTOS
GARAGE LIABILIW
WORKERS' ~Q~~E~~A~~~~
As respects the Chase Field Restroom/Snack Bar Addition and Remodel Job
City of Carlsbad
Carlsbad, CA 92008