HomeMy WebLinkAboutSimmons & Wood Inc; 1986-05-20; 3006-7DT t
TABLE OF CONTENTS
P - Item
NOTICE INVITING BIDS 1
PROPOSAL 5
BIDDER'S BOND TO ACCOMPANY PROPOSAL
DESIGNATION OF SUBCONTRACTORS
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE
CONTRACT 14
LABOR AND MATERIALS BOND 18
PERFORMANCE BOND 20
GENERAL PROVISIONS 22
CERTIFICATE OF COMPLIANCE
SPECIAL PROVISIONS 30
LIST OF CONTRACT DOCUMENTS
_I_
r. .I
t t
Pag f
CITY OF CAHLSBAD
PUBLIC SAFETY AND SERVICE CENTER
NOTICE INVITING BIDS
The City of Carlsbad invites bids for performing the following work:
Bid Package No. 7: Cabinets; Ceramic and Quarry Tile; Painting, Waterproofing and Vinyl Wallcovering; Floor Covering ; Access Flooring;
Marlite; Glass Block; Folding Partitions; Toilet Partitions and
Accessories ; Flag po le s ; Metal Lockers ; C au 1 king ; Secur i ty Gates /Ope rato
Chain Link Fencing and Mesh Partitions; Window Cwerings.
Purchasing Agent , City Hall, 1200 Elm Avenue, Carlsbad, California, unt
4:OO PM on the 27th day of February, 1986 at which time they will be opt and read aloud.
The work shall he performed in strict conformity with the specification:
therefor as approved by the City Council of the City of Carlsbad on filt
the- Engineering Department.
specifications for full particulars and description of the work.
The work, a portion of the total Public Safety and Service Center Projec
involves complete sitework development of twenty-six (26 ) acres includin
grading, underground utilities, and surface improvements, etc. A fully
improved Police and Fire Administration Building, Vehicle Maintenance
Facility, car wash and fuel island shall also be constructed as a part c
the Phase One construction program.
1. Sealed bids for performing the work shall be received at the office of
2.
Reference is hereby made to said
3.
4. Koll Construction Company will provide construction management services
the City of Carlsbad and shall organize, monitor, coordinate and direct
phases of the construction at the Public Safety and Service Center.
5. Plans, specifications and bidding documents may be obtained at the
Purchasing Department, City Hall, Carlsbad, California, after February 5,
1986 at a cost of $50.00 per set to licensed contractors. ahead to reserve your documents, (619) 438-5601.
A pre-bid conference will be held at the City Council Chambers at 2:OO PI
on February 19, 1986 to discuss bidding requirements.
If information is required regarding the bid package, drawings and/or
specifications, the bidder SHALL NOT contact the City of Carlsbad nor the
architect. All questions and requests for information shall be directed Koll Construction Company, (619) 438-8866, Steve Mahoney.
No bid will be received unless it is made on the proposal form included
with these bidding documents; a Bidder's Ebnd in the amount of 10% of the
Please call
6.
7.
8.
v ?
Page
bid. Said guarantee to be forfeited should the bidder to whom the cont is awarded fail to furnish the required bonds and to enter into a contr
with the City within the period of time provided for by the bid documer The bidders' security of the second and third lowest responsive bidders
be withheld until the contract has been fully executed.
cashier's check or certified checks submitted by all other unsuccessful
bidders shall be returned to them within ten (IO) days after the rseip
bids, and their bidders' bond shall be of no further effect.
The documents included within the sealed bids which require canpletion
execution are the following:
I. Proposal
2. Bidder's Bond
3. Designation of Subcontractors
4. Bidder's Statement of Financial Responsibility
5.
The entire bid package shall be executed and submitted prior to the tin
for the bid opening.
Said document shall be affixed with the appropriate notarized signaturr
and titles of the persons signing on behalf of the bidder. For
corporations, appropriately notarized signatures of the person authori2
by the corporate by-laws-are required and the corporate seal shall be
affixed to all documents requiring signatures. In the case of a partnership, the properly notarized signature of at least one general partner is required.
No bid shall be accepted from a Contractor who has not been licensed ir accordance with the provisions of Chapter 9, Division 3 of the &sines$
Professions Code. The Contractor shall state his/her license number ar
classification in the proposal.
The cash,
9.
Bidder's Statement of Technical Ability and Experience
10. The City of Carlsbad reserves the right to reject any or all bids and t
waive any minor irregularity or informality in such bids.
Bids shall not modify or contain any recapitulation of the work to be c Alternate proposals will not be considered unless called for. No oral telegraphic changes to the bidding documents will be considered.
The amount of bond to be given for the faithful performance of the cont
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 (
of the contract price for said work shall be given to secure the paymer
the claims for any material or supplies furnished for the performance c
the work contracted to be done by the Contractor for any work or labor
any kind done thereon.
within the bid package. State of California and subject to approval by the City.
11.
12.
Bonds shall be prepared on the forms included Sureties shall be licensed and registered in t
1 1
Pag
13. Insurance requirements are specified within the contract section of th
package, Items 10, 11 and 12. Insurance carriers for Contractors
performing work under this contract are required to be licensed to do
business within the State of California.
14. Partial and final payments on this contract shall generally be in
accordance with Section 9 of the 1979 edition of "Standard Specificatil
For Public Works Construction", as herein modified.
The Construction Manager will, after award of contract, estzblish a cl
date for the purpose of making monthly progress payment.
Each month, the Construction Manager will make an approximate measurem
of the work performed to the closure date and as a basis for making mo
payments, estimate its value based on the contract breakdown furnished
the Contractor and approved by the Construction Manager.
From each progress estimate, ten percent (10%) will be deducted and
retained by the agency, and the remainder less the amount of all previ payments will be paid to the Contractor. After fifty percent (50%) of work has been canpleted and if progress OR and quality of the work is
satisfactory as determined by the Construction Manager, the deduction made from the remaining progress payments and from the final payment w
be limited to $500 or ten percent (10%) of the first half of the total contract amount, whichever is greater.
Final payment for value of work completed under this contract, unless
Notice of Leins or. unpaid bills are on file with the City, shall be ma
thirty-five (35) calendar days after acceptance of the completed work.
City Council approval and filing of a Notice of Completion shall const said acceptance. Application for payments and dispersement of funds w be made through the Construction Manager.
The Contractor may, at hisfher option, substitute securities, as speci by Government Code Section 16340, for the retention held on this contr
At the request and expense of the Contractor, securities equivalent to
amount withheld may be deposited with the City or with a state or fede
chartered bank as the escrow agent who shall pay such monies to the
Contractor upon satisfactory completion of the contract. The Contract
shall be the beneficial owner of any securities substituted for monies
withheld and shall receive any interest on the monies.
15. The bid documents are intended to be complementary so that any work ca for in one and not mentioned in the other, or vice versa, is to be exe
the same as if mentioned in all said documents. The intention of the
documents is to include all labor, materials, equipment, transportatio
services necessary for the proper execution of the work.
16. If any person contemplating submitting a bid for the proposed contract
in doubt as to the true meaning of any part of the plans, specificatio other proposed contract documents, or finds discrepancies in, or miss
1 1
Pag
from the drawings or specification, a request may be submitted to the person named on the title page of the contract documents for the
interpretation or correction thereof. Any interpretation or correctio the proposed documents will be made by addendum duly issued by the Cit
and a copy of such addendum will be mailed or delivered to each person receiving a set of such documents. The City will not be responsible f
any other explanation or interpretation sf the proposed documents.
Any addenda issued by the City during time of bidding, or forming a pa the documents delivered to the Bidder, shall be covered in the bid and shall be made a part of the Contract. Bidders are advised to verify t issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids withijut acknowledgement of addenda may be cause for
rejection of bid.
17.
18. No person, firm or corporation shall be allowed to make or file or be
interested in more than one (1) bid for the Same work, unless alternat bids are called for. A person, firm or corporation submitting a
subproposal to a bidder, or Hho has quoted prices on materials to a Bi is not thereby disqualified from submitting a subproposal or quoting p to other bidders.
19. Bidders are required to inform themselves fully of the corditions rela
to construction and labor under Hhich the work will be or is now being performed, and so far as possible, the Contractor must employ such met
and means in carrying out the specified work as will not cause any interruptions or interference with any other Contractor.
The Contractor shall comply with the provisions of California Labor Co
Part 7, Chapter 1, commencing with Section 1720.
20.
21. The Contractor shall not pay less than the specified prevailing rates wages established pursuant to Section 1773.2 of the California Labor C
A copy of the current applicable wage rates is on file in the Office c
Carlsbad City Clerk.
Contract may be awarded at the election of the City on one or a combin
of base bids, and alternate or combination of any alternates that migh
offered. The City reserves the right to reject this proposal and it s
remain open and not be withdrawn for a period of sixty (60) days from date prescribed for its opening.
22.
Approved by the City Council of the City of Carlsbad, California, by ResolL
No. , adopted on the day of ? 19,.
I ALETH4 L. RAUTENKRANZ, City Clerk -I-- Date
\ 1
Page
CITY OF CAHLSBAD
PUBLIC SAFETY AND SERVICE CENTER
CONTRACT NO. 3006
PROPOSAL
City Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
The undersigned declares he/she has carefully examined the location of the w read the Notice Inviting Bids, examined the plans and specifications, and he
proposes to furnish all labor, materials, equipment, transportation and serv required to do all the work to complete Contract No. 3006 in accordance with
the Plans and Specifications of the City of Carlsbad, and the special.
provisions, to wit:
The following proposal form includes work associated with the sitework bid package f7 items 7A through 7M.
1. Proposals for the work shall include separate prices for each item of wl bid: 8id F7A, or Bid W78, etc. A proposal for work may include a biddl
combination for any or all items of work, but must also include bids fo
each separate item. Award on a combination bid will only be made if it
the lowest of any possible combination of bids and is lower than the to
bids of the lowest responsible bidders on the particular items of work
making up that canbination bid. The City reserves the right to (a) awa
separate contracts for each bid item, or each canbination of bids, or (
make no award at all.
Note: If not bidding on an item of work, the bidder shall state “no bil
Proposals for the work in each bid package shall be cmplete per the pl’
specifications and contract documents. Items listed in the special
provisions are for clarifcation only and shall not be considered as a
complete list of all the required work.
-- -
2.
3. Quantities of materials and earthwork used on the plans are for permit purposes only. All bidding contractors are required to complete their quantity take offs, and submit lump sum bids for all work unless specif
unit prices are requested within the special provisions. All work
associated with sheet nine of the improvement plans (Impala Drive), sha.
be broken out separately on the proposal form.
4. Addendumta) No(s). +#I hasjhave been received and is/ar
included in this proposal.
L 1
Page
Bid
Item B
CABINETS
7A Complete cabinet work for the lump sum amount of
A- -- . .__ -- - -
CERAMIC AND QUARRY TILE -
I
78 Complete ceramic and quarry tile work for the lump sum amount of
__.- -- - $- -I_
GLASS BLOCK
7c Complete glass block work for the lump sum amount of
$ -
7-
PAINTING, WATERPROOFING AND WALLCOVERING
7D Complete painting, waterproofing and wallcovering for the lump sum
amount of - One Hundred and Twenty-one Thousand and Six Hundred and -- Twentdieht - and No/100 Dollars . $121.628.00
--I__ - ----
FLOOR COVERING AND MARLITE PANELS
7E Complete floor covering and marlite panel work for the lump sum amo~ - ._ of
I -- S L
- I - ---
ACCESS FLOORING
7F Complete access flooring for the lump sum mount of
I_
II - - -.--T-- --
FOLDING/OPERABLE WALLS
7G Complete folding/operable walls for the lump sum amount of
- *T
7G-I Alternate additive price to provide electically operated walls withir
meeting area for the lump sum amount sf --
- $ --- -
U?r%fik?l6bN r
/Y 3.
1 r
Page
0id
Item t
FLAGPOLES
-- - 7H Complete flagpole work for the lump sum amount of
- -
A c .-$ -- -
---e-
TOILET PARTITIONS AND ACCESSORIES
71 Complete toilet partition and accessory work for the lump sum amour
of -
- $ --- -I---
SECURITY GATES/OPERATORS, CHAIN LINK FENCING AND MESH PARTITIONS
73 Complete gate, fencing and partition work for the lump sum amount ( - $
METAL LOCKERS ,
7K Complete metal loGker work for the lump sum mount of - - $ - --
CAULKING/SEALANTS
- 7L Complete sealant work for the lump sum amount of
- ---- -- - -- - - a -s-
WINDOW COVERINGS
c_
7M Complete window covering work for the lump sum amount of
.T------ ---- -
1-
COMBINATION BID
7N Combination Bid No's. -- for the lump sum amouniGf - -
- $
_I
NOTE: Bidder's must also bid combination bid item numbers separat
L
Pag
5. All bids are to be computed on a lump sum basis with separated unit pr
when requested, as indicated in this proposal. In case of a discrepan
between words and figures, the words shall prevail.
The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or
omissions on the part of the undersigned in making up this bid.
The undersigned agrees that in case of default in executing the requir 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 be the property of the City of Carlsbad.
6.
7.
8. Contractors shall be licensed in accordance with the Statutes of the S
of California providing for the registration of Contractors.
The undersigned bidder hereby represents as follows: 9.
a. That no Council Member, officer, agent or employee of the City
Carlsbad is personally interested, directly or indirectly, in 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 in
this contract, excepting only those contained in this form of
contract and the papers made a part hereof by its terms; and
That this bid is made without connection with any person, firm corporation making a bid for the same work, and is in all resp
fair and without collusion or fraud.
b.
10. The undersigned is aware of the provisions of Section 3700 of the Lab0
Code which require every employer to be insured against liability for
workers' compensation or to undertake self-insurance in accordance wit provisions of that code, and agrees to comply with such provisions bef
commencing the performance of the work of this contract.
The undersigned is aware of the provisions of the State of California
Code, Part 7, Chapter 1, Article 2 relative to the general prevailing
of wages for each craft or type of worker needed to execute the contra
and agrees to comply with its provisions.
11.
1 I
State of California
County of San Diego
On February 27th, 1986, before me, a Notary Public in and for said County and State, residing therein, duly commisssioned and sworn,
personally appeared RONALD SIMMONS kncwz to me.:to be VICE-
PRESIDENT of SIMMONS AND WOODS, INC. the corporation described in
and that executed the within and foregoing instrument, and known to me
to be the person who executed the said instrument in behalf of the said
corporation, and he duly acknowledged to me that such corporation
executed the same.
I!? WITNESS WHEREOF, I have hereunto set my hand and affixed my afficial
seal
-
his certificate ab /Ji-qAA WE K GALLOWAY
NOTARY PUB IC
M;r Corn. Exps. FEb.13, 1988
--- -..._ ~. ---.... ..
California 1 ss: -z State 01 ,> ,
San Diego County of
February 27, 1986 , before me, a Notary Pubk in and for said County and : On
therein, duly commissioned and sworn, personally appeared Ronald W. Rasmussen
Merchants Bonding Company ~utual
' known to me to be Attorney-in-Fact of
the Corporation described in and that executed the within and foregoing instrument, and known to me to be the person
the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed
d,
fficiai seal, the day and year stated in this certific IN WITNESS WBEREOF, I
N~;APV PUCLIC CALIFCRN~A
PRINCIFCL OFFICE IN
SAX DIEGO COUNn
LC0 L NOLTC ."tUT>*O, Li."O. LO% .hG
. 1
Page
Accompanying this proposal is BOND
(Cash, Certified Check, bd or Cashier’s Chec equa1 to ten percent (10%) Of the total bid price.
T ANT) WOOD. INC . 2729 1OC33
State License No. 2;::;2 ’I5. D . Bidder’s Name
8737 Wintergardens Blvd. Bidder’s Address Ronald Simmons
Lakeside, Ca. 92040 yy Aut /+&// hs rired gn atur e
(619) 561-1318
Phone No. Date I Name
Corporation
I Type of Organization (Individual, Corporation, Partnership) Aut horired SignatUr e
List be1ow nameS of President; Secretary; Treasurer; ad M~~~~~, if a
corporation, and names of dl partners, if a partnership:
Stanley Wood - President
Ronald Simmons - Vice-president - - ~~
Deanna Wood - Secretary
(PI-EASE ATTACH NOTORIAL
ACKNOWLEDGEMENT OF
CVl-I\IITTn.. -.. _.
State of California
County of San Diego
on February ~7th~ 1986, before me, a Notary Public in and for said
County and State, residing therein, duly COWisssioned and sworn,
personally appeared RONALD SIMMONS know3 to me to be VICE-
I
PmSlDENT of SI~~~ONS AND WOODS, INC. the corporation described in
and that executed the within and foregoing instrument, and known to me
to be the person who executed the said instrunent in behalf’ of the said
corporation, and he duly acknowledged to me that such corporation
executed the same. yLq WITNESS \HEREOF, I have hereunto set my hand and affixed my afficial
sea this certificate above. 7 / , 4;Y”L L .&-e4
PRINCJPAL OFHCE It4 v‘ NOTARY PUBLIC
$.#,?I DIEGO COUNTY My Comq. Exps. FEb.13, 1988
~9s bmnss~m EXD Feb 13 1988 ,. .-<....-*
I
COWM 1' CHANTS
*B" -MuTuABL-
DES MOINES, IOWA
Y
Know All Men By 'Ihc% Rewnts. that the MERCHANTS BONDING COMPANY (Mutual). a ctiprdtitin duly organized
lam of the State of Iowa. and having its principii1 otfice in the City of Des Moines. Cwnty of Polk. Star ot Iowa. hath ma&. and appiintd. and docs by these prxnts nuhe, constitute and appmt
Ronald W. Rasmussen
&If Palm Desert and State of California its true and lawtul Attomcy-in-Fact.
and authinty hereby contcmd in it3 nam. place and $[cad. to sip. execute. acknouledpc and dclivcr in its brhalt a\ wcty:
Any and all bonds and undertakings in its normal course of business
provided no one bond or undertaking shall exceed the sum of
Five hundred thousand and no/100 DOLLARS ($500,000.00)
ad to bind the MER'HANTS B0Xl)lNG COhfP4N)' fhlutual~ rhcrcby 21 hilly and tt) rhc wm cxicnt i~\ il wch hind or uiidc
signed hy Ihc dul! wthtiwtd titticen of thr MERCHANTS I(0NDINC; COLIPANY (Mutual). and all thc actr 01 >aid Attorn
IO the authority herein given. rn hcrcby ratilicd and uontirnird.
Thk Powcr-of-Attorney 13 iiilulc and c~ccutcd pursum to and hy authcint) of the tollowing By-Law a&pted by thr Hciwd ot the MERCHANTS H0NI)ING COMPANY ~hlutual~.
AKFlCLE 2. SECTION 5.4. --"The chairman 11t the Board or President or any Kcc Predcnt or .kcrel.in \hall habe
authority hi dppliint .4tt~i~ic!~-iii-~act. and tti authorize them tti execute on khall ot the Ccimpan). md attach lhc
Company thcrciti. hind> and undcflalinp. rccognizancc\. contrdcts of indemnity and other writtnp ~hly+~t~ir! iii
thcreof. ''
In Witnrk% Whcwrit. MERCHANTS BONDING COhlt'XV~' fhlutual) has cauxd rhcx prexnth to be sigiird h) it5 \kc PTC
it3 c'iirpurate ea1 to be hereto nfixcd. this 12th day of January /\.I).. 1'
AllcN: MERCHANTS BONDING COMPAI 0
,/,/
y
@&fi By u&--l/, 4 I&%
Lit< Prradmf
STATE OF IOWA
COUNTY OF WLK \\.
On this 12th day of January . 1983 . ktorc I_
to me penonally known. who king by nw duly sworn did siy that they arc \'ice President5 respectively of the hlERC'HANTS
COMPANY LMutuaI~. the cqwration described in the toregoing instrument. and that the Seal affixed to the sad instn Cqwrdrc Seal of the Mid Corpirmon and that the said instrument was signed and sealed In behalf of wid Corporalion by
its Board of Duecton.
Rodney Bliss 111 and William W. Warner
.lpBfi~oWhereof. I have hereunto 5ct my hand and affixed my Ofkial Seal. at the City of Des Molnes. loua the day 2
*.hi L onw* =* t:
: 3; \OWA i
5 >4.1C),bL 0.
/& :/,, 0 +* /..... OI **
%* *o *. ..*.,.. **** G7 ;
'. 0
,\u n uhh IWL fl c>mm,,,,#,w t.,,
*A. *. F :
0. :J:
-0 **-
-.
8 . . ** STATE OF IOWA **..** COL'NTY OF POLK \L.
'**.
1. Rodney Bliss 111, Vice President
of the MERCHANTS HONblNG COMPANY (Mutual). do hereby rcnify that the ahove and foregcltnS I*
ctimct ccyy 01 thc I'oWER OF rn0KNEY. exccuied by raid LIERCHANTS BONDING COMPANY Ihlut:! dl in time and effect.
In Wttnehs Whrmif. I haw hereunto set my hand and aifrxcd the seal uf the Company. at Degx' 1x2 4. -
19. 85 f
this 2 7 t h rlU) ot February
his piwx ot ariomcy expins upon revocation
e
Page
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS:
That we, Simmons and Woods, Inc. , as Principal, (
Merchants Bonding Cqpany Mutual as Surety, are held and firmly bot unto the City of Carlsbad, California, in the sum of TEN PERCENT (10%)- of .th
AMOUNT BID Dollars ($ 10% 1, lawful money
the United States for the payment of which sum well and truly to be made, we
bind ourselves, jointly and severally, firmly be these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH:
That if the proposal of the above-bounden principal for:
PUBLIC SAFETY AND SERVICECENTER
in the City of Carlsbad, is accepted by the City Council of said City, and ii
the above-bounden Principal shall duly enter into and execute a contract
including required bonds and insurance policies within twenty (20) days from
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, ad the mount
specified herein shall be forfeited to the said City.
In the event any Principal above named executed this bond as an individual, j
is agreed that the death of any such Principal shall not exonerate the Suret)
from its obligations under this bod.
IN WITNESS WHEREOF, we hereunto set our hands and seals this day ( 27th
February , 19 86 .
-A
Mercants Bonding Company Mutual SIFDTONS AND WOOD INC. -- Surety Principal
- ;rr - --
/- By
T i t-e Attorney-in-fact
(Attach acknowledgement of
+ct,&>(/k, - A /;<< Y--%MLd-L/
Title ,%- / 44,, 7 E--- 0,
Attorney in Fact)
(Notarial acknowledgement of execution by all PRINCIPALS and SURETY must be attached.)
(Corporate Seal if corporation)
Page
DESIGNATION OF- SUBCONTRACTORS
The undersigned certifies he/she has used the subbids of the following listec
Contractors in making up his/her bid and that the subcontractors listed will
used for the work for *ich they bid, subject to the approval of the City
Engineer, and in accordance with applicable provisions of the specifications,
No changes may be made in these subcontractors except upon the prior approval
the City Engineer or the City of Carlsbad. required for each subcontractor. Additional pages can be attached, if
required :
The following information is
Work Company, Name
Wallcovering Brannon Wallcovering
A -
Marathon Engineering Corp
Malony Specialties
Padded Vinyl . -
-- Sound Soak panels ---
A A -
-
-- I- -
-a -
- I
---_^-
A
- -- - a
I_ ----
-
* --
-
1 / @AL ig n a tur e
Pag t
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a notarized or sealed statement of his/her
financial responsibility. Either a current audited incane tax or profit/lo:
statement .
See enclosed statement --
I-
-
---
_I-
-
-- YY-
-e-
A -- -- --
A
__I
-- -
-
- I -__Y
_u_ Y ---I_
-- I- --
17 7- L a- ,,
/ ---- x= Signature
(Notarize or Corporate Seal.)
*
Page
BIDDER'S STATEMENT OF
TECHNICAL ABILITY AND EXPERIENCE
The Bidder is required to state hat work of a similar character to that
included in the proposed contract he/she has successfully performed and give
references, with telephone numbers, which will enable the City to judge his/t
responsibility, experience and skill. An attachment can be used if notarizec
sealed.
Date Name and Phone No. Contract Name and address of Person Amount
Completed of the Employer to Contact Type of Work Contrac
I I 1 I I----*- - -I- 1----t--i--------T----------'-T----------- I I I
l'~------!r--T I I I I
I I )_-- I I
)____I_____
I--+---
I I I I 1- 1-I I I
I
I -I
-II-
I_
IT- I I I I
I I I I
I I I
b ._- .-
(Notarize or
Corporate Seal 1
c a
Simmons S, Wood, fnc:
Financial Statements
November 30, 1985
.) f
i?dST'EZS G. S,?HNSON, C. P. A. * S
5131 Fletcher Parkway, Suite 119
La Xesa, Cali-Fornia 92QLtl
January 07, it
..
* Simnons Is Kood. !nc.
it749 Lakeside Avenue Lakeside, California 92040
3rrit?2ni2,1:
:ne acccmpanying fialac-ce sheet of Simmons & Wood. inc. as of
&c;v~inber 30, 1985, and the related statement 04 income and stateme,
o.$ cha~sej in cash balanczs for the five months then ended have bel
coi~piird by US.
A campilatioa is liaited tc; presenting in the dorm of financial
sta-;eser.ts iniormatica tk,zt is the representation of manageme6t.
A2 have not audited or reviewed the accoixpanying financial
s';atem?,?ts and, accardinsly, do iiot express an opinion or any
other iorn of assi;rz.nce 06 their,.
Management :?as eiec:ed tc cmit substantially all, of the disclosure
reqcired by ge-,='-ally 1, L I actepteci accounting principles. If tihe ornit
cisc~osures were ii:cLuci~d in t?.e -:inancia1 statements, they might
ini:ueiic.s the user's zs,~~lr;sicns ~ocjiii the compariy's fina3cial ijcsition, resuits i;f c;er,.ci~ns, and changes in financial positjo;
-
,,
..
Atcordinsly, t-,2sz 54- bG.z,t,'za-L; -.A"?-- srz cox c~sig~ied to be used by thosi
ah^/ 272- not iA-:Lriyj;d ;30;- 1 szch matters.
,'tiiisieis G ~O~?.SLS
Ceri i+ieci P;; '01 i c A 2 CG u R t a r, .i: s Lj ,$ sf :I ?
:<?a{ &&>& ;. ,/, 4 s-'c". / ,, ?4.< ..fl
- .._ b. ,- A" d *,D#",,* jb , .;4i
Assets
C0rrcr.t Assets
?e'c'iy Cab:? $1,217.06
Cas? 1.7 Sank- iiestllar 100,392.19
156.63 Cask, - SZViLS5
Eoney Barxet Funds 1,835.92
Iinperiai Trust Fund 3.136.35
Accts. Rec. - Trade 't90,005.94
Loaria To Employees 7.481.81
?repaid Insurance 12,179.65
Prepaid fed Tax 1, 278.00
Prepaid Cal. Franch Tax 1.906.CO -----------
Total Current Assets
Property And Equipment
Land 29,?41.90 3L; i L d i n g s 73,210.56
Cznstruztian Eqcripnent 37,250.11
PI L : ~ao t i v e Eq u i pne n t 99,529.21 Furi,iture And Fixttires 6,956.82
M a c i: 1 R e r Y A n d Eq iJ i prne n t 5,777.20 -----------
T'ct~l Property And Equipment 252,665.88
Less: Accumulated Depr. (123,952.15
rtet Property And Equipment
-----------
3iher I4sse:s
Note 2zceivabie 114,130.00
Deposits 1,266.24 -----------
Total 3ther ~sszts
TG~s,I. Asset;
See Accountants' Compilation Report
Masters S Johnson. CPA's
_.-I. - *. ... , ..,bdd
Liabilities And Equity
Zu7rc;tt i;aSllities Clirrenz Porticn Lf' Debt $10,782.46
25,689.6C Accscrnts Payable Accrued Workers Comp 19 , 268.74
Nages j'ayaS1t2 1,649.39
Zetirernent Plan Payable 76 , 647.8t
State Pi? Tax Payable 3,993. Od
Voluntary Bed. (480. OC
Fed2ra: P2 Tax Payable (18.2:
FUTA Payable 144.36
-----------
Total Current Liabilities
Long-Term Debt N/P San Diego Trust 62,158.6:
Contract Pay S.D. Trust 2,714.0:
Note Payable SDTS 215 5,471.7:
Note Payable SDTS 389 9,910.2'
Note Payable-SnT&S-Trans i 0,088.8'
( 10.782.4( i2ss Current Portion
Net Long-Term f3ebt
----------
Total Liabilities
Equity Common Stock 6,500.0
Net Income 266.509.6
Retained Earnings 373,455.2
----------
Totai Equity
Tot31 Liabilities Acd Equity
See Accountants' Compilation Report
Hastets S Johnson. CPA's
,. ,,_.- ... . ' * . 6. J 111 c _-
'-La- ..-,2 2i.2 "lza:,-,; End~< ,\c'avember 30. 1985
Curreilt Period x Year to 3a
SaLes CoiiCract Sales 132,426.27 100.3 1 , i31,84
Refunds & Adjustnents ( $3 5 0 (I 7 3 1 (.3) ($4.91
Total Sales $132, Om 54 100.0 $1,126.93
- - ----e --__e - --------
Cost of Sales
160.95
7,032 u 't't 5.3 50,06
Materials
Wallcovering
tabor 20,586,,49 21.6 313.64
Payroli Tax Expense 2,444 "70 1.9 24,14
Union Benefits 330.48 . -3 20.95
Gforkers Comp Ins. 2.145.4Lt 1.6 32.53
Retirement Plan 2,000 a 71 2.2 32.19
1.028.10 .8 22,38 Subcontract Equipment Rental 1,476.95 1.1 13.09
Other Job Costs 4,135.24 3.1 39.78 Officers Salaries 1.704.00 1.3 19.28
Total Cost of Goods Sold $68,168.93 51.6 $785.52
Gross Profit $63.906.61 48.4 $391 ,'to
16.396.38 12.4
------------ --------
------------ --------
Operating Expenses Total Operatins Expenses $29,703.01 18.7 $135.54 ------------ --------
Operating Income (Loss) $39.202.80 29.7 $255,8t ------------ --------
Other Income And (Expense) Interest Earned 13.46 .o 10,05
Rental Income 0.00 ,o 5E
10.64
Net Income Before Tax $39.216.26 29.7 $266,5C
-- - - - - - - - -- *. --------
Total Other Income & Expense 13.46 ,o ------------ --------
---------I-- --------
Nee Ificome or (tsca) $39,216.26 29.7 $266,5C _------- -------- _----- ^------ __----------
See Accountants' Compilation Report Masters CS Johnson. CPA's
", -, I ,.-,>-. I -- _- -- - -. , _. I( - ,-A~l~ ,.l,..r.i L,,,2,, - JL:;~~, 23, ;9,5
Ye Current Period
Cash - Beginning Balance $107,836.50
Czs1-1 Was Provided By: .
OpZratiOnS- Net income (Loss) 39,216.26
Ad# (Dedr~ctl- !terns Not Affecting
Cash Balances: Depreciation 1,864.08 -- ------------
Total From Operations 91.080.39 -- ------------
G'cher Sources (Uses) of Cash: Imperial Trust Fund 0.00 Accts. Rec. - Trade (16,843.49) (
Construction Equipment 0.00
Automotive Equipment 0.00
loans To Employees (59.64) Prepaid Insurance 1,739.95
Accounts Payable (30,322.78)
Accrued Morkers Comp (4,954.68)
Wages Payable I (300.57)
Federal PR Tax Payable (18.22)
State PR Tax Payable 3.402.08
FUTk Payable 60.00
Voluntary Ded. (480.00 1
N/P San 3iego Trust (61.96)
Contract Pay S.D. Trust (259.68)
Note Payable SDTS 215 (153.05)
Note Payabie SDTS 389 (277.20 1
Note Payable-SDTGS-Trans (180.16) -.
Zetirement-Plan Payable 2.888.71
Union Beneiits 0.00
------------
(45,315.64) -. ------------
Net Increase (Decrease) (4,235.50)
Cash - Ending i3alance $103,601.20
- ------------
- ------------ - ------------
See Accountants' Compilation Report Masters 6, Johnson, CPA's
. 1.
-I - .a .. - - * - .\ . i,.8db. VJ, . . Y .
Current Period % Year to Ci
0pzr;;tirrs Exp2nszs
Cierizai Salaries $1,170.00 .? $7 ' 7( 3;iic;rs Salaries 9,336.00 7.1 41 ,9:
Estimztors Salaries 2.81 4.24 2.1 15.55
Payroll Tax Expense 280.89 ,2 7.2e
Advertising 0.00 .o I ,9L
Automobile Expense 2,553.09 1.9 12.3C
Auto E, Truck Plaint. 738.87 .6 2,9;
Bank Service Charge 0.00 .o
Business Promotion 213.48 . .2 , 2.61 .o d Cor, tr i bu t ions
Depreciation 1,864.08 1.4 9.2 Dues and Subscriptions 117.00 .I 6
Insurance 2,220.25 1.7 7.5
insurance - Wkrs. Cornp. 29.88 .o 1
Insurance Officer Life 236.50 .2 1,2
insurance Health 591.63 .o 3,s
Interest 989.03 .7 5,7
Meciical Expense iieimb. 101.77 .l 1.7
Odfice Expense 751 .%1 .6 3'0 Pi- ofes s i onal Fees 429.00 .3 3.5
Rent 515.00 .4 2.4
Renral of Equipment 0.00 .o 1.9 Repair and Maintenance 0.00 .o 8
Taxes and Licenses (338.48) (.3) 2
Teiephone S, Utilities 70.83 .1 2.0
Unclassified Expenses 66.54 .o
0.00
------------ -------
Total Operating Expenses $24,705.81 18.7 $135,5 ------- ------- _-_____----- --_---------
See Accountants' Compilation Report
Kssiers & Johnson, CPA's
4!!% ;
L
Page 1 CONTRACT
THIS AGREEMENT, made and entered into this&& day of ,-22!L,, '9a by and between the City of Carlsbad, California7 municipal co
(hereinafter called "City"), and
(hereinafter called "Contractorf1.)
City and Contractor agree as follows:
oration
Simmons & Wood, Inc.
1. Description of Work. Contractor shall perform all work specified in the
contract documents for:
PAINTING, WATERPROOFING & WALLCOVERING
(hereinafter called rrprojectl')
2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment and personnel to perform the work specified
the contract documents.
3. Contract Documents. The contract documents consist of this contract; t bid documents, including the not ice to bidders, instructions to bidders contractors proposal; the plans and specifications and all proper amendments and changes made thereto in accordance with this contract or plans and specifications; and the bonds for the project; all of Hhich a incorporated herein by this reference.
4. Payment. As full canpensation for Contractors performance of work unde this contract, City shall make payment to Contractor per the terms out1
Leux€ in the Notice Inviting Bids, Item 13. Contract amount
one thousand six hundred twenty eiqht OO/lOO dollars
Payment of undisputed contract mounts shall be contingent upon Contrac
furnishing City with a release of all claims against City amd Construc
Manager arising by virtue of this contract as it relates to those moui
Extra canpensation equal to 50 percent of the net savings may be paid
Contractor for cost reduction changes in the plans or specifications m pursuant to a proposal by Contractor. The net savings shall be determ by City. No payment shall be made unless the change is approved by th
ec0o
city.
5. Independent Investigation. Contractor has made an independent
investigation of the jobsite, the soil conditions under the jobsite, c all other conditions that might affect the progress of the work, and . aware of those conditions. The contract price includes payment for a1
work that may be done by Contractor in order to overcane unanticipata underground conditions. Any information that may have been furnished Contractor by City about underground conditions or other job conditio for Contractor's convenience only, and City does not warrant that the
conditions are as thus indicated. Contractor is satisfied will all j conditions, including underground conditions and has not relied on information furnished by City.
5, -.
A
Page 1
6. Contractor Responsible for Unforeseen Conditions. Contractor shall be
responsible for all loss or damage arising out of the nature of the work from the action of the elements or from any unforeseen difficulties hict
may arise or be encountered in the prosecution of the work until its
acceptance by the City. Contractor shall also be responsible for expense
incurred in the suspension or discontinuance of the work. However,
contractor shall not be responsible for reasonable delays in the canplet
of the work caused by acts of God, stormy weather, extra work, or matter:
which the specifications expressly stipulate will be borne by City.
7. Change Orders. City may, without affecting the validity of this contrac'
order changes, modifications, deletions and extra work by issuance of written change orders. Contractor shall make no change in the work with
the issuance of a written change order, and Contractor shall not be
entitled to canpensation for any extra work performed unless the City ha
issued a written change order designating in advance the mount of
additiond canpensation to be paid for the work. If a change order dele
any work the contract price shall be reduced by a fair and reasonable amount. If the parties are unable to agree on the mount of reduction 1
work shall nevertheless proceed and the mount shall be determined by
arbitration or litigation. The only person authorized to order changes
extra work is the City Engineer. However, no change or extra work orde
excess of $5,000.00 shall be effective unless approved by the City
Council.
$. Prevailinq Wage. Pursuant to the Labor Code of the State of California
the City Council has ascertained the general prevailing rates of per di wages for each craft or type of worker needed to execute the contract a schedule containing such information is in the City Clerk's office and incorporated by reference herein. Pursuant to Labor Code Section 1774 contractor shall pay prevailing wages.
applicable prevailing wages on the job site.
Contractor shall post copies of
9. Indemnity. Contractor shall indemnify, hold harmless and defend the
Construction Manager and the City and its officers and employees, and f
of them, from any and all liability or loss resulting from any suit, c
or other action brought against the City, or for any other losses of
whatever nature, directly or indirectly arising fran the acts of Contr
or its officers, employees or agents done in the construction of this
project or in the performance of this contract regardless of responsib for negligence. The expenses of defense include all costs and expense
including attorneys fees, of litigation, arbitration or other dispute
resolution method. Nothing in this paragraph shall require contractor
indemnify City for losses caused by the active negligence of City.
Contractor shall provide Certificates of Insurance evidencing coverage
amounts not less than the following:
10.
<*
>
Pabe I
Comb.ined Single Limit $ale Liability s 500,000
General Liability 500,000 Product s / Corn p le t ed 0 pe rat io ns 500,000 E lanke t Con t r ac tur a1 500,000 Contractor's Protective 500,000
Personal Injury 500,000 Excess Liability 500,000
Other -
Contractor may be required to increase the limits of liability insurance
the size and nature of the project require excess coverage.
Contractor shall cause the City and Construction Manager to be naned as
additional insured on all policies concerning the subject matter or performance of this contract.
11. Workers Compensation. Contractor shall canply with the requirements of
Section 3700 of the California Labor Code, Contractor shall also assum
the defense and indemnify and save harmless the City and Construction Manager and its officers and employees from all claims, loss, damage,
injury and liability of every kind, nature and description brought by a person employed or used by Contractor to perform any work under this
contact regardless of responsibility for negligence.
12. Proof of Insurqnce. Contractor shall submit to the City through the
Construction Manager, certification of the policies mentioned in Paragr 10 and 11 or proof of workers' compensation self insurance prior to thc start of any work pursuant to this contract. Certificates of insuranct shall provide that the insurance will not be cancelled until the expiri
of at least thirty (30) days after written notice of such cancellation
been given to the City.
Arbitration. Any controversy or claim in any mount up to $100,000 ar
out of or relating to this contract or the breach thereof may, at the
option of City, be settled by arbitration in accordance with the
construction industry rules of the American Arbitration Association an
judgment upon the award rendered by the arbitrator(s.1 may be entered i California court having jurisdiction thereof.
arbitrator(s) shall be supported by law and substantial evidence as provided by the California Code of
Maintenance of - Records. Contractor shall maintain and make available
the City, upon request, records in accordance with Sections 1776 and ' of Part 7, Chapter 1, Article 2 of the California Labor Code. If the
Contractor does not maintain the records at Contractor's principal pl
business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this contract. Contract0
shall notify the City by certified mail of any change of address of s
records.
13.
The award of the
Civil Procedure, Section 1296.
14.
<*
Page 1
The provisions of Part 7, Chapter 1 canmencing wi 15. Labor Code Provisions:
section 1720 of the California Labor Code are incorporated herein by r ef e r e nce .
Securit . 16* 'dpropriate securities may be substituted for any monies withheld k
City to secure performance of this contract or any obligation estalished
by this contract.
Additional Provisions. Any additional provisions of this agreement are 5 forth in the "General Provisionsn or "Special Provisons" attached hereto
and made a part hereof.
Pursuant to the requirements of law (Goverment Code Section
17.
- SIMMONS AND WOpD, INC. - Contra, or i (SEAL
(Not arid acknowledgement of
must be attached.) --
B&J$L dm execution by ALL PRINCIPALS
VICE-PRESIDENT
Title
/ -,
8y -c?/d- z f, LL &.&J,!
yl LA k n
e Tit e
1 F- -
8737 WINTERGARDENS aD., LAKBIDE, CA. 92C
Contractor's Principal Place of &sin(
Contractor's Certification of Awareness of Workers Compensation Responsibili
"I am aware of the provisions of Section 3700 of the Labor Code which requii every employer to be insured against liability for workers canpensation or i undertake self-insurance in accordance with the provisions of that code, am will canply with such provisions before commencing th performance of the wc
of this contract.'' &&d/* L
ont r ac t or
1,
jSS STATE OF CALIFORNIA
COUNTY OF
I,%rch 31 2.966 ON .________________ ...._._____________ t ._.. ....._____________________ ....-----.------, 19 ---,
undersigned, a Notary Public in and for said County and State, persoi
_______ %-B&.!! ____ ?L?! i.rr!on? ____ ?-E? ... Sl?f?r.Ctj..L ?...!!9-?5 ._...
- - - - - -. . . . - - - - - - - - - - - __ - - - - - -. . . - - - - - - - - - - __ - - - -. . -. . . - - - - - - - - - - - - - - - - - - - -. . . -. - - - - - - - - - - - - - - -. . .- -- -- - -
PRINCIPAI OFFICE IN
SAN DIEGO COUNTY proved to me on the basis of satisfactory evidence to be the perso*.
______ RK.~ .......- subscribed to this instrument, and acknowledge
.... rhey _____ executed it. g4L.w Notary's Signature _______ _____................~.~~~~~~~~~~~~.~....-.----------.-...
GENERAL ACKNOWLEDGMENT
Form No 16 Rev 7 82
<
Bond No. CA 106192
P
PERFORMANCE BONO
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, b
Resolution No. 8440 adopted March 18, 1986 , has awa
Simmons & Wood, Inc. , hereinafter des ~ipa~t', a contract for: -
PAINTING, WATERPROOFING & WALLCOVERING
in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents now on file in the Office of
City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said contract the terms thereof require the furnishing of a bond for the faithful perfo
of said contract;
NOW, THEREFORE, WE, D WOOD, INC. as Principal, herein~e~~! as the "Contractor", and
as Suretywld andwCity of Carlsbad, in the su
said sum being equal to 100 percent (100%) of the estimated anount of the
contract, to be paid to the said City or its certain attorney, its succes and assigns; for vrhich payment, well and truly to be made, we bind oursel our heirs, executors and administrators, successors or assigns, jointly a
severally, firmly by these presents.
THE CONDITION CF THIS OBLIGATION IS SUCH that if the above bounden Contra
his/her or its heirs, executors, administraurs, successors or assigns, s 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 altera
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 res according to their true intent and meaning, and shall indemnify and save
harmless the City of Carlsbad, its officers and agents, as therein stipul
then this obligation shall becane null and void; otherwise it shall remai
full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no
change, extension of time, alteration or addition to the terns of the con or to the work to be performed thereunder or the specifications accompany same shall affect its obligations on this bond, and it does hereby waive
of any change, extension of time, alterations or addition to the terms of contractor or to the work or to the specifications.
TS Rfl -
One hundred twenty one thousand six hundred twenty eiph~ollars ($121,628
*e," t ss
State 01 r8$.% 10t"v*;;z
County of
On
therein, duly commissioned and sworn, personally appeared
, before me, a Notary Public in and for said County and Sta
1 8 7 '22 8 2 c? ,_
known to me to be Attorney-in-Fact of
the corporation described In and that executed rn to me to be the person wl
the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed tht
IN WITNESS WERE my official seal, the day and year stated in
' NO'ARr PUBLIC CALlFORNjA " PBiNCI?AL OFFICE IN
LEO E WOLTE ,WINTONO b Lll"O LOS l*CCLES
I- . *. .
This bond shall insure to the benefit of any and all persons, canpanies corporations entitled to file claims under Section 1192.1 of the Code of procedure 30 as t~ give d right of action to them or their assigns in an
brought upon this bond, as required by the provisions of Section 4205 of Covcrrment Code of the State of California.
In the event that any Contractor above named executed thLs 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 Contra
Surety doove named on the 31st day of March ? 19A
SIMMONS AND WOOD, INC. - (Notarize or Corporate
Seal for Each Signer) Contractor
MERCHANTS BONDING COMPANY K
Ronald W. Rasmussen
Attorney-in-fKt Surety _.
I
-n
Page
LABOR AND MATERIAL BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, by
Resolution No. 8440
as the "Principal", a contract for:
adopted - March 18, 1986 , has awarde Simmons & Wood Inc. , hereinaf ter desigr ----
7
PAINTING, WATERPROOFING & WALLCOVERING
in the City of Carlsbad, in strict confonnity with the drawings and
specifications and other contract documents now on file in the Office of thc
City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said contract a
the terms thereof require the furnishing of a bond with said contract, prov
that if said Principal or any of his/her or its subcontractors shall fail t 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 or labor done thereon of any kind, the Surety on this bond will pay the sarr
the extent hereinafter set forth.
NOW, THEREFORE, WE, - SIMMONS AND WOOD, INC.
as Principal, hereinafter designated as the "Contractor", and
as Surety, are held and firm-the City of Carlsbad, in the sum
Si@y thousand eiqht hundred fourteen OO/lOO----------- - -Dollars ($ 60,814.00
said sum Geing equal to 50 percent (50%) of tFestimated amounFGf the
contract, to be paid to the said City or its certain attorney, its success
and assigns; for dich payment, well and truly to be made, we bind ourselvc
our heirs, executors and administrators, successors or assigns, jointly am
severally, firmly by these presents.
THE CONDITION OF THIS 08LIGATION IS SUCH that if person or his/her
subcontractors fail to pay for any materials, provisions, provender or 0th
supplies, or teams used in, upon, for, or about the performance of the wor
contracted to be done, or for any other work or labor thereon of any kind, for amounts due under the Unemployment Insurance Code with respect to such or labor, that the Surety or Sureties will pay for the same, in an amount
exceeding the sum specified in the borxl, did ,jlso, in case suit is brought
the bond, a reasonable attorney's fee, to be fixed by the court, as reqdr
the provisions of Section 4202 of the Governanent Code of the State of
California.
MERCHANTS BONQDG ~1 -__a
-1 ... -
i’
This bod shall insure to the benefit of any and dl persons, canpanies
corporatuns entitled to Pile claims under Section 1192.1 of the Code of
procedure 50 as to give a right of action to them or their assigns in m
brought upon this bond, as required by the provisions of Section 4205 of
Government Code of the State of California.
In the went 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 Prom its obligations under this bond.
IN WITESS WHEREOF, this instrument has been duly executed by the Contra Surety above nand on the 31st day of March s 19A
(Notarize or Corporate SIMMONS AND WOOD, INC. &II Sed for Each Stgner) Co nt r acto r
MERCHANTS BONDING COPfPANy Q
-7-44 /f
Ronald W. Rasmuasen
At torney- i n- f-ac t * Surety
State of t ss
+ I before me, a Notary Public in and for said County and : om, personally appeared
known to me to be Attorney-in-Fact of
the corporation described in and that elrecut
the sa1d instrument in beha1f of the said ~~POratiOn, and he duly acknowledged to me that such corporation exemted t
IN WITNESS affixed mY OfflCial seal, the day and year stated in this certifia
NOTAl?r FU9LIC CALIF
PRINCIPAL OFFICE
\r “4.x
LLO E NOLIE .”,*,,“D
'
J MERCHANTS BONDING COMPANY
-MUTUAL-
DES MOINES, IOWA
POWER OF AaTORNEY
Know All Men By Thew kna. that the MERCHANTS BONDING COMPANY tMutuali. a corporatit)ii duly ~)igaiiilcd laws of the Stailc of Iowa. and having it3 pnncipal onice in thr City iiI' Dca Mtiincs. County ol Polk. St~te til 1iiu.c. helh IiiidC. anJ apphtd. ancl docs by thev pwnts nril:. conitttute and appoint
'
Ronald W. Rasmussen
Ill Palm Desert and state ot Cal if or nia it\ true aiid IJUIIII Atiiimrv-iii-l.dLi. Y
ad authtirity hcrcb) ctmlcmd in ita niillu. place and alead. to ugn. cxccittc. iickntiulcdgr and tlcli\cr in II\ klialt .I> rurety
Any and all bonds and undertakings in its normal course of business
provided no one bond or undertaking shall exceed the sum of
Five hundred thousand and 110/100 DOLLARS ($500,000.00)
and kt bind thr MEK('H.ZNTS bONI)IN(i ('OMI'ANI' thluiu,d) tlit.iL,h\ .I\ tulh .II~ 111 the \.inic C~ITIII a\ 11 w0 hind OI IIIILILY
signed hy the duly authrwd $itlir.cn iil thr hlliK('H:\NTS liOKl>l%(I C'ObiIJAKY ihlutuali. .cnJ ,111 tli~. ~LI\ 411 uid Atitinlc
IO the authonty herein pori. ivu hcrch? ratiticd and contirnird
'This Power-of-Attomcv I\ iiiadr ;ind ciccutd purwut 111 did ty authorit! 111 the 1~iI1tiv.111~ 13) LIH dti~~i~~tl II\ tlic HII.IILI I'
tit thr. MEKCHANTS tH)NI)IN(i COMPANY t5lurudll
AKr1Cl.E 2. SMTION 5.4 --"The Chainivn lit the HomI 6ir l'rcdctit 111 ;III\ \ice I'rLwknt OI \CL ici.ii\ \li.iIl ti.i\c
authint) 141 ~i~p~ilit htt~lrli~!*-iii-f-a~t. and 141 duthrvc rhciii 1t1 c\c'cu~e ti11 khdl til ihc- l'tiiiipdii>. .~nd .iit.~~Ii lliz \
Cwtipiny thcrctaI. hmdr viiJ undcnalinp. rcr.i)gni/aiw\. conrrdcr\ tit tnJrninitv JIIJ othci HI itinp $ QIIII~.II~II\ III
thcwilf."
In Winch\ Whcrwl. MERCHANTS H0NL)ING CX)blt%\%j' ihiutu.di ha\ LYIUWLI ihrw prcwni\ to k \lgiiud h! 11, \~LL. I'rc,
AltCW Ml:.K('HANlS H0hI)lSci I'Ohlt'!\h
ttr crHporatc sal 10 hr. hereto atiixcd. thir 12th ddy *)I January ,\I). I'd
,.'?
/ ,/ @&2?s h &&i4 4 -Liz /c/rt* l
Y \i# (. I'r,,vllm1
STATE OF IOWA
COUNTY OF POLK **
On this 12th dJ) <I! January . 1~83 . bcltirc nit Rodney Bliss 111 and William W. Warner IO ml: prwnally known. whn king hy nie dulj \worn did wy thar they arc Lie President\ reqxcttbcly (11 the hll:K('HAN I!,
COMPANY IMutual,. the corporation Jcscrtkd in the foregoing instrument. and that the Scal dtlixcd ti) the \.ill1 imtiuii
corporate Gal of the sald Corpimtion and thdt the $did tnblruinenl was higned and waled 111 khall tit \ad (~~iqniratlon h! .
11s Bid of Directors.
~lg*W!~,Wkrtd. I have hereunto XI my hand and atiixed my Ottici,il Seal. at the City til Iks httunrs. lt)sa IIIC d~> a11
.&I c DRi~tk **. *t 6 *.......% *** *'I. : A+ ..' '. -. -0 0 cn :
** *o *.... **.. .. ++ .
****. .* ***
Lk<.:.f
19. flp&La /
'*,",,,,>,,,,*, I ,;,or : * i @A i
e. :": .' (I : 0. 0.
** '' 'I 'L *** STATE OF 1ONA
COUNTY OF POLK
1. Rodney Bliss 111, Vice President
of thr MERCHANTS H()Nl)lN(; ('OMPANY IMutualI. &I hcrhv cenit\. that the iIh)W .tIld Iiir+(W 1'
,.l)~~~t eopy tl) (hc I'()WEW of: Am()HNF.Y, txccurrd h) \did hlffRCtlANTS H()NI)IN(i <'Ohft%\\N\' I>It~i':li
, -9 still in totie and etti.ct.
In Wrru.33 Wkreoi. I have hereunto et my hand and dftixcd the seal $11 ihr C'imipany. at Des M 'S , IA ' , -I
- .. . . .mi-. upon ravomian~
It r
Page
GENERAL PROVISIONS
1. PLANS AND SPECIFICATIONS
The specifications for the work shall consist of the latest edition of Standard Specifications for Public Works Construction hereinafter
designated SSPWC, as issued by the Southern Chapters of the American Pul Works Association, the City of Carlsbad supplement to the SSPWC, the Contract documents and the General and Special Provisions attached thereto.
The Construction Plans 'consist of 15 sheet(s).
utilized for this project are the San Diego Area Regional Standard
Drawings, hereinafter designated SDRS, as issued by the San Diego Count)
Department of Transportation, together with the City of Carlsbad
Supplemental Standard Drawings. Copies of pertinent stardard drawings a
enclosed with these documents. A detailed list of the plans and
specifications are attached hereto and made a part hereof.
The standard drawings
2. WORK TO BE DONE -
The work to be done shall consist of furnishing all labor, equipment and materials and performing all operations necessary to complete the projec
work as shown on the project plans and as specified in the specification
3. DEFINITIONS AND INTENT
A. Architect:
The word 7tEngineer" shall mean the architect or his approved
represent at ive .
8. Construction Manager:
The word "Construction Manager" shall mean Koll Construction Company,
C. Reference to Drawings:
Where words "shown", "indicated", "detailed", "noted", "scheduled" or words of similar import are used, it shall be understood that referen
is made to the plans accanpanying these provisions unless stated
otherwise.
0. Directions:
Where words "directed", designated!', "selected" or words of similar import are used, it shall be understood that the direction, designatic or selection of the Construction Manager is intended unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly canplete the work as
required and as approved by the Construction Manager" unless stated otherwise.
1
Pagt
E. Equals and Approvals:
Were the words llequalll, "approved equal", "equivalent" and such w(
of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Architectt1 unles:
otherwise stated. "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the
Architect is intended,
Where the words "approved", "approvalt1,
F. Perform and Provide:
The word llperform" shall be understood to mean that the Contractor her/his expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of
materials that are indicated, specified, or required to mean that 1
Contractor, at her/his expense, shall furnish and install the work complete in place and ready to use, including furnishing of necess( labor, materials, tools equipment and transportation ,
4. CODES AND STANDARDS
i
Standard specifications incorporated in the requirements of the
specifications by reference shall be those of the latest edition at thc time of receiving bids. It shall be understood that the manufacturers producers of materials so required either have such specifications
available for reference or are fully familiar with their requirements q
pertaining to their product or material.
5. CONSTRUCTION SCHEDULE
The Contractor shall provide Consruction Manager with a Construction
Schedule indicating work activities and length of time required for ea activity. The Contractor shall review with the Construction Manager monthly the Construction Schedule to insure completion of the whole or part of the work.
The Contractor shall begin work after being duly notified by an issuanc a "Notice to Proceed" and shall diligently prosecute the work to complc
in connection with the construction schedule as approved by the
Construction Manager.
6. WNCONFORMING WORK
The Contractor shall remove and replace any work not conforming to the plans or specifications upon written order by the Construction Manager
Any cost caused by reason of this nonconforming work shall be borne by Contractor.
5
Page
7. GUARANTEE
All work shall be guaranteed for one year after the filing of a "Notice
Completion'' and any faulty work or materials discovered during the
guarantee period shall be repaired or replaced by the Contractor.
8. MANUFACTURER'S INSTRUCTIONS
Where installation of work is required in accordance with the product
manufacturer's directions, the Contractor shall obtain and distribute tt
necessary copies of such instructions, including two copies to the
Construction Manager. .
9. INTERNAL COMBUSTXON ENGINES
All internal combustion engines used in the construction shall be eqdpp with mufflers in good repair hen in use on the project with special attention to Carlsbad Municipal Code, Chapter 8.48.
IO. CITY INSPECTORS
All work shall be under the observation of' a City Construction Inspector Inspectors shall have free access to any or all parts of work at any tim Contractor shall furnish Inspectors with such information as may be
necessary to keep her/him fully informed regarding progress and manner 0'
work and character of materials. Contractor from any obligation to fulfill this contract. Inspection of work shall not relieve
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 r
correctly inserted, then upon application sf either party the contract
shall forthwith be physically amended to make such insertion or
correction.
12. INTENT OF CONTRACT DOCUMENTS
The Contractor, her/his subcontractors and materials suppliers shall
provide and install the work as indicated, specified and implied by the
contract documents. Any items of work not indicated or specified, but
which are essential to the completion of the work, shall be provided at t Contractor's expense to fulfill the intent of said documents.
instances throughout the life of the contract, the City will be the
interpreter of the intent of the contract documents and the City's decisic relative to said intent will be final and binding. Failure of the Contractor to apprise her/his subcontractors and materials suppliers of
this condition of the contract will not relieve her/him of the r es pons ib il i ty of com pli ance .
In all
1
Pag
13. SUBSTITUTION OF MATERIALS
The Proposal of the Bidder shall be in strict conformity with the draw
and specifications and based upon the items indicated or specified. T Contractor may of'fer a substitution for any material, apparatus, equip
or process indicated or specified by patent or proprietary names or by
names of manufacturer Hhich she/he considers equal in every respect to
those indicated or specified. The offer made in writing, shall includ
proof of the State Fire Marshal's approval (if required), all necessar 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, physical, chemical or other characteristics, and its durability, finis
efficiency, by a testing laboratory as selected by the City. If the substitute offered is not deemed to be equal to that so indicated or
specified, then the Contractor shall furnish, erect, or install the
material, apparatus, equipment or process indicated or specified. Suc
substitution of proposals shall be made prior to beginning of construc
if possible, but in no case less than ten (IO) days prior to actual
installation. Substitution shall also include a statement of credit t
issued .
14. RECORD DRAWINGS
The Contractor shall prwide and keep up to date a complete "as-built" record set of plans, which shall be corrected daily and show every cha
from the original drawings and specifications and the exact "as-built"
locations, sizes and kinds of equipment, underground piping, valves, a
all other work not visible at surface grade. Prints for this purpose
be obtained from the Architect at cost. This set of drawings shall be
on the job and shall be used only as a record set. Upon canpletion of
work, and prior to release of retention, the Contractor shall transpos
"as-built" information on to a set of reproducible sepias. Drawings s
be drafted in a professional manner and shall locate by dimension and
elevation all concealed work, and changes in manufacturer information.
"As-builts" for the sitework (bid package number 1) shall be prepared
the engineer of record.
15. PERMITS
The general construction, electrical and plumbing permits will be issu the City of Carlsbad at no charge to the Contractor. The Contractor i
responsible for all other required licenses and fees.
I
Page
16. QUANTITIES IN THE SCHEDULE
The City reserves and shall have the right, when confronted with unpredicted conditions, unforeseen events, or emergencies, to increase
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 Construction Manager will direct the
Contractor to proceed with the said work as so modified. If an increas
the quantity of work so ordered should result in a delay to the work, t
Contractor will be given an equivalent extension of time.
17. SAFETY & PROTECTION OF WORKERS AND PUBLIC
The Contractor shall take all necessary precautions for the safety of
employees on the work and shall comply with all applicable provisions o
Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about or adjacent to the premises wh
the work is being performed. He/she shall erect and properly maintain
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
Column control lines, offset outside the perimeter of the building, and
vertical control (benchmark) will be furnished by others. Contractors
shall perform their own engineering (survey staking) including elevatio
as required.
Survey staking for the sitework (bid package number 1) shall be provide
the City. Rough grade stakes at 50'-0" centers minimum to or toe-of-sl
as required, surface and underground improvements at 25'-0" to 50'-0''
centers including critical points with offsets, and blue tops for build
and facility pads.
19. CODES, ORDINANCES, REGULATIONS & ABBREVIATIONS
Reference to codes, ordinances and regulations are to editions
in effect as to date of proposals. Abbreviations are used for
agencies issuing standard specifications as follows :
Agency Abbreviation
American Society for Testing Materials AS TM
U.S. Government Fed. Spec. National Board of Fire Underwriters NBFU
American Institute of Steel Construction AISC
American Standards Association ASA
Underwriters Laboratories, Inc. UL
Department of Commerce Standards cs
American Concrete Institute ACI
Page
20. STORAGE
Space for storage and temporary buildings will be allocated by the
Construction Manager as job conditions permit.
shall be constructed of fire resistant materials.
be approved by the Construction Manager prior to installation.
Temporary offices or shc Material and layout I
21. TESTING AND INSPECTION
Testing and inspection shall be as required by the Specifications. The Contractor shall be required to cooperate fully with the inspecting ager
during inspections at a& fabricating plant and/or on the jobsite and shal provide ladders, platfo'rms, scaffolds and/or safe accessibility to the Y for such inspections and/or tests.
22. SCAFF0,LDING AND HOISTING
The price shall include all costs for the following:
a. Scaffolding and shoring required for the Contractor's work.
b. Hoisting required for the Contractor's work.
23. CLEAN UP
The Contractor shall keep the premises free at all times from all waste materials, packaging materials and other rubbish accumulated in connectit
with the execution of the work by collecting and depositing said materia and rubbish in locations or containers as designated by the Construct ion
Manager.
24. TEMPORARY FACILITIES
Temporary toilet facilities and drinking water for the use of all trades
will be provided.
25. FORCE REPORTS
Force reports indicating trade and personnel per trade shall be submitted
to the Construction Manager daily. A brieff description of work performed shall be included.
26. ELECTRICAL POWER
Electrical power will be provided in the building for the use of the
Contractor for special lighting and operation of small tools only. Power
will be single phase at 208 volts or 240, and 120 volts. It is the
Contactor's responsibility to provide extension cords and/or wiring from
central distribution points. Power will not be provided for high voltaqe or heavy amperage type equipment such as welding machines and any special
power requirements shall be provided and paid for by the Contractor.
Pagt
27. BACKFILL AND COMPACTION
Backfill and compaction of trenches shall be in conformance with the 1:
edition of "Standard Specifications for Public Works Construction".
Backfill material' shall be approved by the soils engineer. Contractor: shall pay all costs for retesting required as the result of density te:
failures due to improper compaction. Backfilling of trenches ad
excavations shall not be undertaken until required tests and inspectior
have been completed, "as-built" location notes have been verified, and
authority to start the backfill has been granted by the inspector and
superintendent .
Page 29
CERTIFICATION OF COMPLIANCE
I hereby certify that
in performing under the contract awarded by the City of Carlsbad, will comply
with the County of San Diego Affirmative Action Program adopted by the Board of
Supervisors, including all current amendments.
Lega.1 Name of Contractor
- Date Signature (Seal)
(NOTARIZE OR CORPORATE SEAL) Title
(Notorial acknowledgement of execution by all principals must be attached).
Pagc
SPECIAL PROVISIONS
CABINETS - Bid Item 7A
1. Base bid to include furnishing and installation of the complete cabinet
package for the Police/Fire Administration and Service Center buildings
Special reference is directed towards sheets A-30 thru A-36, including
specific specifications. Cabinet finishes are outlined within a letter
prepared by Designtech dated 3anuary 17, 1986, attached hereto and made
part hereof.
Coordination of all contract documents shall be required in an effort tc
determine potential conflicts prior to bid, Cabinet/drawer pulls outlii within Designtech's letter shall superceed designations within specific,
sections 7411 and 6412.
Cabinet contract shall include all finishes and complete hardware packac
inclusive of locks and keys. Finishing shall include all polyurethane
painted finishes as specified, and all work shall be back painted prior
installation.
The intent of the cabinet bid package is to include all specialty items
which interrelate with cabinet work for a complete package. Items list!
below are for clarification only and shall not be construed as a caple
list of all required work, Questions and clarifications shall be addre.
at the pre-bid conference.
Sheet A-33
a. tlAlp" lighting lens - 1B/A-33.
b.
c. Brushed stainless steel - 6/A-33.
d. Stainless steel trays and steel frame for butcher block top - 7a/A-
Wood handrails and base details G, H/A-36 are N.I.C.
2.
3.
Felt lining of cabinet work - 5/A-33.
paint as specif €ed .
7/A-33 top shall be fabricated and cut to accmodate twin laundry s
which have been added to plumbing contract. Extend top and drawer approximately 3 feet now that free standing janitor sinks have been eliminated.
e.
f. All steel supports for cabinet work as required.
g. 10/A-33 to be modified so that 1/4" glass extends to counter top an
pass thru slot will be within glass. "Diebold" unit to be deleted.
Glass and frame by others.
12/A-33 provide small boxes in lieu of N.I.C. note on plans.
width to 2' 4". h. Revis
Page
i.
Sheet A-34
a, 16/A-34 glass doors.
b. Complete detail - 17/A-34 is N.I.C.
c. 18/A-34 rubber on bench.
d.
13, 14/A-33 screen mesh and frame, and gun locker are N.I.C.
20,20a/A-34 "Diebold" units similar to #I 17-29 including plastic lam filler panels, counters and 1/4" protective steel inserts.
21b/A-34 4" diameter polished chrome tube support for oak top. e,
Sheet A-35
a. Include shop painting of mail boxes - 48/A-35.
4. General work to be completed by others: plumbing and electrical fixtures
appliances, concrete and gypsum board work,, fabric wrapped panels, projection screens, bullet traps and bi-fold closet doors.
CERAMIC AND QUARRY TILE - Bid Item 78
1. Base bid to include furnishing and installation of all ceramic and quarry
tile for the Police/Fire Administration and Service Center buildings. Review sheets A-24 thru A-29, and A-59 for specific types and majority of locations. Coordination of all contract documents shall be required, and questions and/or clarifications shall be addressed at a pre-bid conferencl
Review sheet AC-2 for required exterior applications.
extension of interior paver tiles with mortar bed. 2. Entry area to be
3. All floors to be mortar set unless noted otherwise. All walls to be thin
set except shower and drying areas (reference 17, 25/A-17). Provide
waterproof membrane in floors of showers, including gutters , and drying
areas. Extend up perimeter walls approximately six (6) inches.
4. Review sheet A-7 for pavers required at sally port deck area. Coordinate
installation with deck drains and guardrail. Provide mortar setting bed.
Sheet metal backing and waterproofing shall be by others.
5. Review and include accent tile patterns.
6. Cleavage membrane shall be required as separation of mortar bed from
subf loor.
Pag t
GLASS BLOCK - Bid Item 7C
1. Base bid to include furnishing and installation of glass block for the
PoliceIFire Administration building. Attached clarification drawings AI thru AR-13, and AR;7A dated December 13, 1985 shall be utilized for bas
bid, and shall replace details and dimensions within plans dated Septml
16, 1985 except where noted. Coordination of all contract documents sh,
be required, and questions and/or clarifications shall be addressed at I
pre-bid conference.
2. Bid shall be inclusive of expansion strips, cushioning, reinforcing, mo and complete caulking of all joints with backer rod as required.
3. Steel frames and "U" bars shall be installed by others.
PAINTING, WATERPROOFING AND WALLCOVERING - Bid Item 70
1. Base bid to include furnishing and installation of all painting,
waterproofing and wallcovering for all building facilities. Review she
A-24 thru A-36, and A-59 for specific types and mojority of locations. Coordination of all contract documents shall be required, and questions
and/or clarifications shall be addressed at a pre-bid conference.
2. Waterproofing shall be required for all masonry facilities/walls, inclu
Pre-cast complete exterior applications and backside of parapet walls.
on Police building shall be waterproofed by others.
3. Review drawings and specifications to determine specific areas of work
require prefinishing per section 05030.
others. This work shall be completed b
4. Cabinet contractors are required to finish their own work as specified
within Bid Package 7A.
Wallcovering work shall also include furnishing and installation of the
following :
a. Padded vinyl in roan 11143 per note 114, sheet A-24. Padded area sho also include ceiling, and shall be listed and approved by the State
Board of Corrections and Fire Marshall.
5.
b. Corner guards per note 112, sheet A-30.
c. Fabric wrapped panels per details 21/A-34 and 35a/A-35. Fiberboard panels should be provided for a complete installation.
d. Graphics.
‘m
6. Painting contractor shall be required to caulk voids between various
materials to be painted, i.e.; hollow metal frames and drywall; wood
trim/cabinets and drywall; etc.
Painting work shail be completed per plans and specifications. Items 1
below are for clarification and shall not be construed as a complete li
all the work.
a. Painted stripes per detail 7/AC-2.
b. All sheet metal and steel not specified to be prefinished.
c, Hollow metal doors, frames and transom panels both exterior and
7.
interior, glass block frames ad security doors. from Designtech dated 3anuary 17, 1986, attached hereto.
Paint exposed metal deck ceilings in lieu of gyp-board in detention
area. Application should include primer coat on galvanized metal. a! required.
Guardrail at perimeter of atrium area within Police/Fire facility tc vertical steel tubes at 6-inch centers, continuous steel tube toe bc
and round hardwood cap. Pr by others.
Paint light well at atrium skylights.
See note 1/10 in 1f
d.
e.
Paint steel, transparent finish on cap.
f.
g. Stairs and railings - see note 1\10.
h. Wood doors, base, handrails, caps, etc.
i. Portions of reception counter not finished with plastic laminate.
j. Galvanized steel railings and stairs within Service Center building
shall be primed and painted.
k. Sectional and rolling doors, trash gates and guard posts.
1. Ladders, access hatches and roof accessories.
m. All exposed piping and duct work within Service Center building.
n. All block walls within service area, equipment and parts roans shall painted to underside of roof structure in lieu of 9’ requirement on
finish schedule. Paint steel beams and columns supporting same. Me roof deck shall remain unfinished.
8, Clean up and protection of other work shall be a definite requirement of
this bid package.
Pagl
9. Provide a minimum of one gallon of each color utilized within the performance of the work to the owner as extra stock.
each wall covering material shall also be required. A suitable qwnti
FLOOR COVERING AND MARLITE PANELS - Bid Item 7E
1. Base bid to include furnishing and installation of all floor covering a1 marlite panels for the Police/Fire Administration and Service Center
buildings. Review sheets A-24 thru A-29, and A-59 for specific types ar majority of locations- Coordination of a11 contract documents shall be
required, and questions and/or clarifications shall be addressed at a pi
bid conference .
The following items listed within the legend on sheet A-27 shall be reqr for this bid package: carpet, rubber flooring, vinyl composition tile, seamless sheet vinyl, 'Pirelli' stair tread and nosing system, and carpc tile. Include all rubber base as noted on finish schedules. Carpet til
within room dl11 shall be installed as a part of this bid package. See 84 in letter prepared by Designtech dated 3anuary 17, 1986 attached herc
Coordinate with access floor contractor.
Marlite panels located within roans #I12 and tll3.
See note f9 sheet A-24 for carpet requirements at locker bases within PC and Service Center facilities.
Bidding contractors should visit jobsite prior to bid to review present
conditions. All subfloor preparation shall be included within this bid package .
2.
3.
4.
5.
6. It should not be assumed that floorcoverings will be installed after cat
ins tal la t ions.
7, 'Pedimats' shown at entries on sheet A-27 have been reduced in size to C
and 6'x7' respectively. Carpeting should be extended to enclose these
areas.
ACCESS FLOORING - Bid Item 7F
1. Base bid to include complete furnishing and installation of an access fl system within roans 8109 and 115 of the Police/Fire facility per plans i specifications Actual flooring material shall be factory applied.
All bidding contractors shall review the complete set of contract documc
and shall be responsible to coordinate the flooring installation with a1
other trades for a complete installation. Potential conf licts/problems
to be addressed at the pre-bid conference,
Installation of rubber and woad base shall be by others. Insure
compatibility and finished installation prior to bid.
2.
3.
Page
See note #4 in letter prepared by Designtech da
4. Carpet tile for roan %I11 shall be purchased under this bid package for
installation by others. 3anuary 17, 1986, attached hereto. Coordinate with other flooring
contractor.
FOLDING PARTITIONS - Bid Item 7G
1. Base bid to include furnishing and installation of folding partitions ar
operable walls in roans f161, 183, 184 and 185 per plans and
specifications .
2. Structural supports for operating walls shall be per detail 6/S-5 and ar
currently on the jobsite. All bidding contractors are required to visit
jobsite and ascertain that support requirements are acceptable. Holes h
been pre-punched within the steel flange for track installation. Additi
support/installation requirements shall be the responsibility of this
contractor. All Potential conflicts/probRems are to be addressed at thc
pre-bid conference.
Provide alternate additive price for electrically operated partitions tc
installed within the meeting area only. Cost to include
installation/support of motor units. Electrical provisions to be provi( by others.
3.
4. Specific finishes are listed on sheet A-2$. Partition located within r(
8161 shall be designated as OW3.
FLAGPOLES - Bid Item 7H
1. Base bid to include furnishing and installating of two (2) flagpoles wil
the plaza area of the Police/Fire Administration building per plans and
specifications. Reference sheet AC-2 and detail 27/A-7.
2. Concrete pole foundations/bases shall be installed by others. Pole
foundation tube with base plate, self-centering wedges and ground spike shall be furnished to the jobsite for installation/setting by others.
Contractor is responsible to coordinate installation of bases by others
assure compatibility with flagpole erect ion.
TOILET PARTITIONS AND ACCESSORIES - Bid Item 71
1. Base bid to include furnishing and installation of toilet partitions an
accessories per plans , specifications and as clarified herein. Referent
Designtech letter dated January 17, 1986, note %I for partition finishe
Coordination of all contract documents shall be required, and questions
and/or clarifications shall he addressed at a pre-bid conference.
Toilet partitions and accessories shall be as defined on sheet A-17, wi
exception of the following: item #4 'Corian' countertops, item #I8 dri fountains, item #21 console unit, and item 826 fire extinguisher cabine
N.I.C. An addedum shall be issued prior to bid which shall clarify
additional accessory requirements .
2.
Pagc
SECURITY GATESIOPERATORS, CHAIN LINK FENCING AND MESH PARTITIONS - Bid Item
1. Base bid to include furnishing and installation of items listed above pc
plans and specifications. Review sheets AC-I, A-I, A-2, A-3, A-20, A-2 33, A-51, and A-58 for locations of required work. Coordination of all
contract documents shall be required, and questions and/or clarificatiol
shall be addressed at a pre-bid conference.
2. Sheet AC-1: six foot chain link fencing canmences at northwest corner a Police and Fire parking area, continues along parking - across driveway
and heads east to enclose police vehilce parking at rear of building - a
terminates at southeast corner of Police building. Security gates speci in section 05990, paragraph 2.2.11 are located at entrance to Police/Fir
building and mechanical enclosure. Gates operate between masonry wall II as 1/A-2.
parking area.
Rolling security gates shall be fabricated of prefinished galvanized
material per specification section 05030, and per details 19, 25, 26, 27
2. Bid should also include gate operators per specification section 087
Operator installations must be coordinated with electricians access cont system (see E-2). Concrete rail bed shall be installed by others. Furn
steel wheel guide and coordinate installation.
Provide and install chain link gates at doors #I33 and #I34 within sally
port - evidence vehicle enclosure.
Also provide chain link gates across drive area at northeast
3.
4.
5. Provide and install wire mesh door and partition in custodian roan #239
with in Po 1 ice/ F ir e bui 1 ding .
6. Provide and install screen mesh and frame within detention area. Refere
sheet A-23 and detail 13/A-33. Screen shall continue to floor behind cabinet.
7. Provide and install mesh partition and door at tool storage area of Servi
Center Building. Reference sheets A-51, A-58.
METAL LOCKERS - Bid Item 7K
1. Base bid to include furnishing and installation of metal lockers per plar
and specifications. Reference sheets A-I, A-17 and A-51 for locations. Designtech letter dated January 17, 1986, note 118 shall be utilized in preparation of bid along with other contract documents.
and/or clarifications shall be addressed at the pre-bid conference.
Any questions
CAULKING - Bid Item 7L
1. Rase bid to include furnishing and installation of caulking/sealants for
canplete installation per plans and specifications. Items listed below a for clarification and shall not be construed as a canplete list of all th
work.
Pagt
It is recommended that all contractors visit the jobsite prior to bid tc
ascertain full extent of caulking requirements.
a. Sealants as r&uired in exterior plaza area noted on sheet AC-2, inclusive of field expansion joints and perimeter of ceramic tile ai as required. ( 13/AC-3 )
2.
b. All masonry wall joints (14/AC-3): mechanical equipment enclosure,
vehicle wash facility and Service Center building. Also include ma:
walls which contain slopes around Police/Fire assembly area, and frc standing wall which encloses PolicelFire parking area and adjoins northwest corner of Police/Fire building.
c. Exterior hollow metal door/panel frames for each building facility
including inside face as required. Hollow metal frames within deter
f ac i 1 i ty .
Duct and pipe penetrations thru masonry mechanical equipment enclosi
within Police/Fire building. Provide backing material as required.
Exterior deck of sally port inclusive of perimeter of paver tiles,
guardrail/handrail penetrations, etc.
sealant as required in restroan/stmwer areas.
Sealant at glass block frames. AR-13 dates December 13, 1985 for extent.
shall be by masons.
d.
e.
f.
g. Review clarification drawings AR-4 1
Caulking of block joints
h. Sealant at plaster areas as required.
i. Concrete apron expansion joints at Service Center Building, fuel is1
and within wash facility (ref. A-60).
WINDOW COVERINGS - Bid Item 7M
1. Base bid to include furnishing and installation of window coverings per plans, specifications and as follows :
a.
b. Interior windows of Police/Fire facility as follows: west elevatior roans 8109 and #110, north elevation of roan 11110, and east elevatic
of roans /I213 and 11216.
All exterior windows of Police/Fire facility.
c. Service Center building as follows: south elevation exterior wind01 and #/2, interior windows of roan 8013 separating adjacent offices.
'Pagc
LIST OF CONTRACT DOCUMENTS
I. Contract documents prepared by Ruhnau, McGavin, Ruhnau/Associates, 57
Palmer Way, Suite C, Carlsbad, CA 92008 (619) 438-5899. Plans date
September 16, 1985.
a. Architectural Site Plans Sheets AC-1 thru AC-3
b. Architectural (see item 111)
Public Safety Center Sheets A-I thru A-36
Public Service Center Sheets A-51 thru A-60A
c. Equipment Plans Sheets EQ-I and EQ-2
d. Structural Plans ,. Sheets S-I thru S-16 (10A thru
e. Mechanical Plans Sheets M-1 thru M-10
f. Plumbing Plans Sheets P-1 thru P-8
g. Electrical Plans Sheets E-1 thru E-20
11. Project manual (specifications) for the construction of the City of
Carlsbad Public Safety and Service Center prepared by Ruhnau, McGavin
Ruhnau/Associates dated September 16, 1985.
111. Updated/revised architectual sheets A-24 thru A-36, and A-59 revision
date 3anuary 3, 1986.
IV. Designtech letter date 3anuary 17, 1986, pages 1 thru 3, including
clarification notes (#l thru #lo); pages 4 thru 6 specifying cabinet
finish types and hardware attached hereto and made a part hereof.
Glass block clarification drawings AR-4 thru AR-13, and AR-7A dated
December 13, 1985, attached hereto and made a part hereof.
V.
*r'
DESIGNTECH 9
January 17, 1986
David Ruhnau Ruhnau McGavin Ruhnau Associates 5751 Palmer Way carlsbad, CA 92008
RE: CITY OF CARLSBAD PUBLIC SAFETY AND SERVICE CENTER
Dear David,
Listed below are finishes, changes arid/or comments regarding certain items for the above mentioned project. Also enclosed is a complete list of cabinetry finishes.
1. Toilet Partition Colors
Room #ll9 Nevamar #S- 1- 2 5's Sangaree Room #124 Wilsonart #D3 25 -6 Juniper Room #178 Wilsonart #D48-6 Thistle Room #179 Wilsonart #D325-6 Juniper . Room #238 Nevamar #S-1-25T Sangaree Room #241 tWmnar #S-3-30T Grotto Room #006 Nevamar #S-3-30T Grotto Room #OOS Nevamar #S-l-25T Sangaree
2. Pedimat Color
Designtech will make the color selection as soon as Steve Mahoney at Koll Construction receives and provides us with current color samples from the manufacturer.
3. Modernfold Operable Walls
Please note these finishes on the Room Finish Schedule (sheets A-24 thru A-26) and Finish Specifications Legend (sheet A-25).
2635 Camino del Rio South, San Diego, CA 92108 (619) 295698
,
DESIGNTECH
David Ruhnau Ruhnau McGavin Ruhnau Assoc.
carlsbad PSSC January 17, 1986 Page 2
4. Carpet Tile for Access Flooring
The carpet tile specification is pending on the selection of an access flooring manufacturer. Please contact us when
this decision has been made. Also note that this same carpet tile will be used in room #111 (even though the access flooring does not continue into this room).
5. Mirror Location
Please note the floor to ceiling mirror to be located on the West wall in room #127.
6. Pneumatic Tubes
The pneumatic tube in room #224 is ts be located at 45" A.F.F. This is to allow for the 42" high furniture system panels that will be against the wall. The other pneumatic tubes that I have noted are in rooms #log, #167 (with access from #168), and #256. If there are any further changes, please notify us so that we might foresee any other furniture conflicts.
7. Stairway Handrails
Handrail finish is noted on sheet A-24, Room Finish Note #lo.
8. Gym Lockers
Specifications are as follows: Republic Steel Quiet Locker. with continuous sloping top. mounted on left side of locker. keyed. Include number plates. Custom color in rooms #125 and #004 to match Frazee paint #5504D Highland Gray. Custom color in rooms #120 and #008 to match Frazee paint
#5295D Chippendale.
Single tier 18"W x 18"D x 60"H Locks to be grooved key type, All locks to be master
b
0
DESIGNTECH
David Ruhnau Ruhnau McGavin Ruhnau Carlsbad PSSC January 17, 1986 Page 3
9. Wood Base and Doors
The following rooms are to have a 4" walnut base (not oak): #258, #259, #260, #262, #264 and #265. Doors #261, #264, #265, #266, #269, #270, #271 and #272 are to be solid core with walnut veneer, all sides and edges.
10. Interior Door and Window Frames
Paint color to be Frazee #5505D Salem.
If you have any questions, or any of the above requires further clarification, please contact our office as soon as possible. kb
aren S. Lowe
ENC .
cc: George Suttle!. Steve Mahoney p-
2
-.
DESIGNTECH I
January 17, 1986
CABINETRY FINISHES FOR CITY OF CARLSBAD PUBLIC SAFETY AND SERVICE CENTER Page 1 of 3
* indicates a finish change P. Lam = Plastic Laminate W.V. = Wood Veneer
ROOM # DETAIL # FINISH DESCRIPTION
101 2 0 /A-3 4 P. Lam. Nevamar #S-%-25T Sangaree 102 22a-e/A-34 PI Lam. Nevamar #S-%-25T Sangaree
103 "2uA-3 4 W.V. Oak w/ clear matte polyurethane fini! 103 *21a/A-34 W.V. Oak w/ clear matte polyurethane fini! 103 21b/A34 - W.V. Oak w/ clear matte polyurethane fini! 103 * 47 /A- 3 6 W.V. . Oak w/ clear matte polyurethane fini! 104 19/A-34 P. Lam. Nevamar #S-1-25T Sangaree 111 24/A-34 P. Lam. Wilsonart #D325-6 Juniper
120,125,17/A-34 Carpet Bentley, Rings Road #420-125 Oxford 004,008
120 18/A-34 P. Lam. Nevamar #S-1-25T Sangaree
125 18/A-34 P. Lam. Wilsonart #D325-6 Juniper
133 lO/A-33 P. Lam. Wilsonart #D48-6 Thistle
134 14/A-33 Prefabricated unit 135 15/A-33 P. Lam. Nevamar #S-2-5lT Rose Brown 135 16/A-33 P. Lam. Nevamar #S-2-51T Rose Brown
139 12/A-33 (prefabricated unit) 139 13/A-33 P. Lam. Wilsonart #D325-6 Juniper
148 8/A-33 (see general notes #3, sheet A-36) 150 9/A-33 P. Lam. Wilsonart #D48-6 Thistle 152 7/A-33 P. Lam. Nevamar #S-3-30T Grotto
152 7a/A-33 Paint Frazee #5504D Highland Grey 153 6/A-33 (see detail]) 154 3/A-33 P. Lam. Wilsonart #D48-6 Thistle 154 4/A-33 P. Lam. Wilsonart #D48-6 Thistle 155 5/A-33 P. Lam. Wilsonart #D48-6 Thistle
Flooring Pirelli Rubber Flooring #103/G805
Battleship Grey, Low Profile Stud
Flooring Pirelli Rubber Flooring #103/G805 Battleship Grey, Low Profile Stud
4. a
DESIGNTECH r.
January 17, 1986
CABINETRY FINISHES FOR CITY OF CARLSBAD PUBLIC SAFETY AND SERVICE CENTER Page 2 of 3
ROOM# DETAIL# FINISH DESCRIPTION
160 2/A-33 P. Lam. Wilsonart #D48-6 Thistle
161A 1/A-33 P. Lam. Nevamar #S-3-30 Grotto 162 48/A-35 Paint Frazee #5504D Highland Grey 163 *23 /A- 3 4 W.V. Oak w/ clear matte polyurethane fin
186 27/A-34 P. Lam. Wilsonart #D48-6 Thistle 186 2 8 /A-3 4 P. Lam. Wilsonart #D48-6 Thistle 286 28a/A-36 (see general notes #3, sheet A-36) 201 41b/A-35 P. Lam. Wilsonart 1D325-6 Juniper
202 41a/A-35 P. Lam. Wilsonart #D325-6 Juniper 204 40/A-35 P. Lam. Wilsonart #D325-6 Juniper 204 38/A-36 (see general notes #3, sheet A-36)
205 39/A-36 (see general notes #3, sheet A-36) 210 37/A-35 P. Lam. Wilsonart #D325-6 Juniper 211 46/A-36 (see general notes #3, sheet A-36)
213 35a/A-35 P. Lam. Wilsonart #D325-6 Juniper 213 35b/A-35 P. Lam. Wilsonart #D325-6 Juniper 213 36/A-36 (see general notes #3, sheet A-36)
223 34/A-35 P. Lam. Wilsonart #D48-6 Thistle 227 33/A-35 P. Lam. Wilsonart #D48-6 Thistle 2448 29/A-34 P. Lam. Wilsonart #D325-6 Juniper 256 44/A-35 P. Lam. Wilsonart #D324-6 Aspen 259 *45/A-3 5 W.V. Walnut w/ clear matte polyurethane 260, *42b/A-35, W.V. Bi-fold doors: Walnut w/ clear ma* 262 * 4 2a/ A- 3 5 polyurethane finish
P. Lam. Cabinetry: Wilsonart #D48-6 Thist 262 * 43 /A-3 5 W.V. Walnut w/ clear matte polyurethane 265 *45/A-35 W.V. Walnut w/ clear matte polyurethane
002 25/A-34 P. Lam. Wilsonart #Dl4-6 Port 012 26a-c/A-34 P. Lam. Wilsonart #D324-6 Aspen
#
4
DESIGNTECH
January 17, 1986
CABINETRY FINISHES FOR CITY OF CAkLSBAD PUBLIC SAFETY AND SERVICE CENTER Page 3 of 3
CABINET/DRAWER PULLS
Cabinetry with plastic laminate finish: #HC160, White (see note 25e, sheet A-36).
Cabinetry with wood veneer: (not previously noted).
Forms and Surfaces
Forms and Surfaces #X213
I
a ow0 T pcz;. E u,Ew = ,bzj*o t .am- 5 orno 2 ZCDz
23 -Kg p, -"D
2ay
z &BE
3 0"
: . .
v) 2 cD
3L C
7 E a i 0
bcD i; *T -4
gj; sr: B 05
Uf 3. a L ?
9 9 0
z?;
frt
g2
BP, $egg
am$
'9 ;g Do
9 B1
4J . &
g
a3
,'1 $$
- 5)s e ;; g n -
Earn ,:;=:
$.<C
Arcntlecn Planners
RUHNAU McGAVlN RUHNAU/ASSOClATES
377s r8ntn Slmd Rlvorsldq CA 925Of-3440
8 IS f Pdrnor Wax Sdlo C CadabaQ OI 92008.1005 . . . . . . . . . . . . . .
rhoat no.
AR5
AIChrldCll P$nnerS
RUHNAU MCGAVlN RUHNAU/ASSOCfATES
3778 renin SIM Rlwnlde U 91501.J669 7 I 4/884~4004
d?E 1 Palmer WIV. SulleC Cml#b#d C4 92006~1995
orw418 5900
rhert no.
AR6 *
revision City of\Carls bad'
ob no. Public Safety--& Service Center
8Cd8 !4'- I' -0 Y
dab
Irchtrccll Planners
RUHNAU McGAVlN RUHNAU/ASSOCIATES
618 f Pahot WII. Sulh C Cldab.4 U 92001.199s 3776 ronrh Slmd
Tl4/884 4884 81o/aa $800 Rhmldq U 921014669
8h.d no.
AR7
City of Cartsbad
Carlsbad, California Public Safety & Service Center
ravirlon acde
V+’S I‘d
2.12.d 12/IS/aS Job no. data
Arch~lcCtS Phbnerr
RUHNAU MCGAVIN RUHNAU/ASSOClATES
am rm smr 615 I Pdmw Ww, Surt. C
Rlnnkfq u 015Of.J660 CIntbrd C102@3*’0e@
.t, .*I ,.., afg,,?. *.)a
ahart no.
AR7-A
City of Carlsbad Public Safety & Service Center Carlsbad. California
rrvlrlon 8C.I.
y41' - 1'*'
]ob no. dab
Z*l2.0/ 12/13/85
Arcn~recrr Planners
RUHNAU McGAVlN RUHNAU/ASSOCIATES
JVS rem Smer aiwwae CA PZSOPJ~~O 8Tbl Parmet Ww SufteC Cmiebea U 02006-1096
11418~4 4664 8lO/438 5800
8h.d no.
AR8
.- ,-
-.
<--.. ---
3 z: s
SW 1
, d -10' 5-3 YM %*
:-I'
f
5 P a
F3G = 105'M.O.
-.
revision City of Carlsbad
ob no. Public Safety & Service Center
8C.10
$&nep_d data
-.
- h - -
- p-- revision Scale City of Carlsbad 3"4'-0'
T 2.12.01 12/13/%5 ob no. data Public Safety & Service Center Carlsbad. California
RUHNAU McGAVIN RUHNAU/ASSOCIATES
shoot no. Atcnmcts Planners
AR-13 377s ram sttw RI~WSIL~~ CA 02501 34ao ,ta am, 1111
8 71 I Parmar War Suit* C Canrbrd C.4 02008 foO' a iwrla 4noo
'*.;
'\
\\
., Recording Requested By an
1200 Elm Avenue
Carlsbad, CA 92008
turn To:
Q U 626 City Clerk e
NOTICE OF COMPLETION
To All Laborers and Material Men and to Every Other Per
Interested:
YOU WILL PLEASE TAKE NOTICE that on January 13, 1987,
project consisting of painting at the Carlshad Safety and Serv
Center, on which Simmons and Wood was the Contractor,
complet ed.
CITY OF CARLSBAD
- PROJECT COORDINATOR
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the C Council of said City on L 27 , 1987, accepted
above described work as ompletdd and ordered that a Notice
Completion be filed.
I declare under penalty of perjury that the foregoing
true and correct.
Executed on af , 1987 at Carlsbad, California
CITY OF CARLSBAD
City Clerk
87 065712
_.II .
FER
yo -5 ji"r\ 8. 38 \9%7 1 LU LvE-A COUH 1 y RLCOfiOtR L:iyLtij
f* I > i
-2 ., .
' , ,'
, ;.., - ' ,.' -2. ,/' ; 5.
e ab b
8
*P
1200 ELM AVENUE TE
CARLSBAD, CALIFORNIA 92008 (6.
Office of the City Clerk
Mitn af Mark bnb
January 30, 1987
Vera L. Lyle
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation are the following described documents:
I
Notice of Completion - Engineering
Elevatorsat Carlsbad Safety and Service
Center; Reliable Elevators Contractor
Notice of Completion - Engineering
HVAC at Carlsbad Safety and Service Center
Kinney Air Conditioning Contractor
Notice of Completion - Engineering
Fire Sprinklers at Carlsbad Safety and
Service Center; Orving Engineering Contractor
Notice of Completion - Engineering
Electrical at Carlsbad Safety and Service Center
Catton-McCutcheon Contractor
Notice of Completion - Engineering
Service Station Equipment at Carlsbad Safety
and Service Center; Lube Life Equipment Contractor
Notice of Completion - Engineering
Vehicle Wash at Carlsbad Safety and Service
Center; N/S Corporation Contractor
Notice of Completion - Engineering
Precast Concrete at Carlsbad Safety and Service
Center; Tecon Pacific Contractor
Notice of Completion - Engineering
Miscellaneous Metal at Carlsbad Safety and
Service Center; Tulsa Steel Manufacturing Contractor
I e 0
* "' Vera L. Lyle
County Recorder
January 30, 1987
Page 2
Notice of Completion - Engineering
Doors and Frames at Carlsbad Safety and Service
Center; Estrada Hardware Contractor
Notice of Completion - Engineering
Concrete Masonry at Carlsbad Safety and Service
Center; L.R. Hubbard Contractor
Notice of Completion - Engineering
Glass Block Ceilings at Carlsbad Safety and
Service Center; Dittman Masonry Contractor
Notice of Completion - Engineering
Toilet Partitions at CArlsbad Safety and Service
Center; Maloney Specialties Contractor
Notice of Completion - Engineering
Glazing at Caxlsbad Safety and Service Center
Pacific Glass Contractor
Notice of Completion - Engineering
Aluminum Canopies at Carlsbad Safety and Service
Center; Construction Specialties Contractor
Notice of Completion - Engineering
Drywall at Carlsbad Safety and Service
Center; E.F. Brady Co. Contractor
Notice of Completion - Engineering
Roofing at Carlsbad Safety and Service Center
Hess Roofing Contractor
Notice of Completion - Engineering
Sheet Metal at Carlsbad Safety and Service
Center; California Sheet Metal Contractor
Notice of Completion - Engineering
Insulation at the Carlsbad Safety and Service
Center; Dittemore Brothers Contractor
Notice of Completion - Engineering
Ceiling Doors at Carlsbad Safety and Service
Center; Southern California Overhead Doors Contractoz
Notice of Completion - Engineering
Pneumatic Tubes at Carlsbad Safety and Service
Center; Air Link International Contractor
t 0 I 0
Vera L. Lyle
County Recorder
January 30, 1987
Page 3
Notice of Completion - Engineering
Cabinets at Carlsbad Safety and Service Center
Bowser Cabinets Contractor
Notice of Completion - Engineering
Tile at Carlsbad Safety and Service Center
McCandless Tile Contractor
Notice of Completion - Engineering
Painting at Carlsbad Safety and Service Center
Simmons and Wood Contractor
Notice of Completion - Engineering
Carpets at Carlsbad Safety and Service
Center; Vincent Wentz Contractor
Notice of Completion - Engineering
Access Floorink at Carlsbad Safety and SErvice
Center; Tate Access Floors Contractor
Notice of Completion - Engineering
Folding Partitions at Carlsbd Safety and
Service Center; Advanced Wall Systems Contractor
Notice of Completion - Engineering
Window Coverings at Carlsbad Safety and Service
Center; Sheward & Sons Contractor
Notice of Completion - Engineering
Lockers at Carlsbad Safety and Service Center
Goodale Co. Contractor
Our staff has determined that the recordation of these documents i
of benefit to the City; therefore, it is requested that the fees
be waived.
Thank you for your assistance in this matter. g%x& eputy City Clerk
Encs .
* fiecording Requested By a Return To:
Carlsbad, CA 92008
: City Clerk
+ 1200 Elm Avenue
NOTICE OF COMPLETION
To All Laborers and Material Men and to Every Other I
Interested:
YOU WILL PLEASE TAKE NOTICE that on January 13, 1987
project consisting of painting at the Carlshad Safety and SF
Center, on which Simmons and Wood was the Contract01
completed.
CITY OF CARLSBAD
PROJECT COORDINATOR
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the
Council of said City on h d7 , 1987, accept€
above described work as ornpletdd and ordered that a Noti
Completion be filed.
I declare under penalty of perjury that the foregoi
true and correct.
Executed on +)r , 1987 at Carlsbad, Californ
CITY OF CARLSBAD
-LAG&d!- ALETHA L. RAUTENKRANZ
City Clerk
TE IS ISSUED AS A MATTER OF $~~~~~A~~~~ ONLY A
RICHARD A. MILES CO., INC. EXTEND ow ALTER THE COVERAGE AFFORDED BY THE POhlrClEI BE!
408 NUTMEG/P.O. BOX 33148
SAN DIEGO, CA 92103-0383
SIMMONS & WOOD, INC.
8737 WINTERGARDEN BLVD.
LAKESIDE, CA 92040
59 GL 647896 COMPREHENSIVE FORM
PREMISESIOPERATIONS
PRODUCTSKOMPLETED OPERATIONS
INDEPENDENT CONTRACTORS
BROAD FORM PROPERW DAMAGE
PERSONAL INJURY PERSONAL INJUR'
59 FJ 524539 ALL OWNED AUTOS (PRIV PASS )
ALL OWNED AUTOS ($iy$R&$N)
NON-OWNED AUTOS
GARAGE LIABILITY
59 XS 366242
- -
__
-
ALL OPEMTIONS OF NAMED INSURED PER POLICY CONTRACTS.
PURCHASING DEPT.
1200 ELM AVE.
CARLSBAD, CA 92008-1989
TI418 CETBFICATE IS ;88U3 AS A MATTER OF IKFORMATION OXLY AM!
SAFEWAY INSURANCE
P.O. Box 15998
San Diego, CA 92115
SIMMONS & WOOD, INC.
8737 Winter Gardens Boulevard
Lakeside, CA 92040
PREM!SES/OPERATlONS
GLA5013723M
PROOUCTSICOMPLETED OPERATIONS
INDEPENDENT CONTRACTORS
BROAD FORM PROPERlY DAMAGE
PERSONAL INJURY PERSONAL INJURY
GLA5013723M OWNED AUTOS (PRIV PASS )
ALL OWNED AUTOS (F$FR&gN)
NON-OWNED AUTOS
GARAGE LIABILITY
ALL OPERATIONS OF THE INSURED
CITY OF CARLSBAD
PURCHASING DEPT.
1200 ELM AVE.
CARLSBAD, CA. 92008-1989
e m
This endorsement modifies such insurance as is afforded by the provi-
sions of the policy relating to the following:
COMPREHENSIVE GENERAL LIABILITY INSURANCE
MANUFACTURERS' AND CONTRACTORS' LIABILITY INSURANCE
ADDITIONAL INSURED
(Owners or Lessees)
It is agreed that:
I. The "Persons Insured" provision is amended to inciude as an insured the person or organization named below but only with rt to liability arising out of operations performed for such insured by or on behalf of the named insured.
2. The applicable limit of the company's liability for the insurance afforded under the Contractual Liabiiity lnsuronce Coverag1 forming a part of this policy shall be reduced by any amount paid as damages under this endorsement in behalf of the per. organization named below.
Name of Person or Organization (Additional Insured)
CITY OF CARLSBAD
PURCHASING DEPT.
1200 ELK AVE.
CARLSBAD, CA. 92008-1989
Nothing contained herein shall be held to waive, alter, change or extend any of the conditions, limits, provisior
(The information below is required only when this endorsement is issued subsequent to preparation of 1
This endorsement shall not be binding upon the company unless signed by a duly authorized representatiw
agreements, statements or declarations of the policy other than as stated in this endorsement.
policy or is required by law.)
the company.
to which this endorsement is attached.
This endorsement becomes effective ... .3 !.??.!.8 6.. ................. at the hour specified in the pol
(INSERT DATE)
Attached to and forming a part of Policy No. GLC!5.0?.3??.3?!. ...... issued to.. . ~~.~!"!.\o.Ns.. g.. b!( ........................... I. ................................................................ "?'*Pa I?W> 2
Countersigned by ....... ................... a& Presidc
Authori d Repres ntative
GL20100173
* e w
e. J L”n--d
3
@* 13 0 . U’ -E rj., 73 -.E-
rn
4