Loading...
HomeMy WebLinkAboutSouthcoast Heating & Air Conditioning; 1989-01-03; U/M 19//--- i * CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS AND SPECIAL PROVISIONS for REPLACEMENT OF LIBRARY WATER COOLING TOWER 0 CONTRACT NO. U/M - 19 * 1( TABLE OF CONTENTS ITEM 0 NOTICE INVITING BIDS ..................... PROPOSAL ........................... BIDDER'S BOND TO ACCOMPANY PROPOSAL .............. DESIGNATION OF SUBCONTRACTORS ................. BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY ........ BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE . . . . CONTRACT - PUBLIC WORKS $5,000 OR MORE ............ CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKERS' COMPENSATION RESPONSIBILITY ........... CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986 ........ CONTRACTOR'S CERTIFICATION OF COMPLIANCE OF AFFIRMATIVE AC' PROGRAM............................ LABOR AND MATERIALS BOND 0 ................... PERFORMANCEBOND . ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION . . SPECIAL PROVISIONS/SPECIFICATIONS . . 0 CITY OF CARLBBAD, CALIFORNIA 0 NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasing Offic City Hall, 1200 Elm Avenue, Carlsbad, California, until 4:OO PM on 7th day of November, 1988, at which time they will be opened and 1 for performing the work for Replacement of Library Water coo: Tower, CONTRACT NO.U/M -19. The work shall be performed in strict conformity with specifications therefore as approved by the City Council of the ( of Carlsbad on file with the City Clerk. Reference is hereby madc specifications for full particulars and description of the work. The City of Carlsbad encourages the participation of minority women-owned businesses. No bid will be received unless it is made on a proposal form furni: by the Purchasing Department. Each bid must be accompanied security in a form and amount required by law. The bidders' secui of the second and third next lowest responsive bidders may be withl until the contract has been fully executed. The security submii by all other unsuccessful bidders shall be returned to them, or dec void, within ten (10) days after the contract is awarded. Pursi to the provisions of law (California Public Contract Code, Seci 4590), appropriate securities may be substituted for any obligai required by this notice or for any monies withheld by the Cit] ensure performance under this contract. The documents whichmust be completed, properly executed and notar are: 1, Proposal 2. Bidder's Bond 3. Designation of Subcontractors 4. Bidder's Statement of Financial Responsibility 5. Bidder's Statement of Technical Ability and Experience All bids will be compared on the basis of the Engineer's Estiml The estimated quantities are approximate and serve solely as a bl for the comparison of bids. 1 is anticipated to take place during late December, 1988, and el January, 1989, and take approximately five (5) workdays to complc No bid shall be accepted from a Contractor who has not been lice] in accordance with the provisions of State law. The Contractor SI state his or her license number and classification in the propos One set of contract documents and special provisions may be obta at the Purchasing Department, City Hall, 1200 Elm Avenue, Carls: The Engineer's Estimate is $8,000, 0 o California, at no cost to licensed contractors, additional sets be obtained for a non-refundable fee of $5.00 per set. The City of Carlsbad reserves the right to reject any or all bids to waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of wo needed to execute the contract shall be those as determined by Director of Industrial Relations pursuant to Sections 1770, 1773 1773.1 of the California Labor Code. Pursuant to Section 1773. the California Labor Code, a current copy of applicable wage rate on file in the Office of the Carlsbad City Clerk. The Contractc whom the contract is awarded shall not pay less than the specified prevailing rates of wages to all workers employed by hi her in the execution of the contract. The Prime Contractor shall be responsible to insure compliance provisions of Section 1777.5 of the California Labor Code and Sec 4100 et seq. of the California Public Contract Code, "Sublettinq Subcontracting Fair Practices Act". The provisions of Part 7, Chapter 1, of the California Labor commencing with Section 1720 shall apply to the Contract for wo A pre-bid meeting and a tour of the project site will be he1 November 1, 1988, at 9:00 AM at the Main City Library, 1250 Avenue, Carlsbad. Check in at the circulation counter and ask Geoff Armour. Bidders are advised to verify the issuance of all addenda and rec thereof one day prior to bidding. Submission of bids wit acknowledgement of addenda issued may be cause for rejection of Bonds to secure faithful performance of the work and paymen laborers and materials suppliers each in an amount equal to hundred percent (100%) and fifty percent (50%), respectively, ol Contract price will be required for work on this project. The Contractor shall be required to maintain insurance as spec: in the Contract. Any additional cost of said insurance shal included in the bid price. Approved by the City Council of the City of Carlsbad, Californj Resolution No. 88-373 , adopted on the 25th day October I 1988__* %+$/ Date 0 CITY OF CARLSBAD 0 CONTRACT NO. U/H -19 PROPOSAL City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 The Undersigned declares he/she has carefully examined the loca of the work, read the Notice Inviting Bids, examined the Plans Specifications, and hereby proposes to furnish all labor, materi equipment, transportation and services required to do all the wor complete Contract No. U/M -19 in accordance with the specificat of the City of Carlsbad, and the Special Provisions and that he will take in full payment therefor the following unit prices for item complete, to wit: Item Item Description with Unit Price 1 Removal and hauling away of old co$$hng tower and debris at Approximate Quantity Unit No. or Lump Sum Price Written in Words f Unit Price TO 8 - dollars and V cents. Ls 2 Installation of replacement cooling tower and accessories and testing for proper operations at dollars and cents. LS 776 Total amount of bid in words: xipht 'pl?ousand Six Sundrcd Fort: Dollars and 30 cents. Total amount of bid in numbers: $ 8640.00 Addendum (a) No (s) . c_ has/have been rece and is/are included in this proposal. / e All bids are to be computed on the basis of the given estimi quantities of work, as indicated in this proposal, times the 1 price as submitted by the bidder. In case of a discrepancy bet1 words and figures, the words shall prevail. In case of an err01 the extension of a unit price, the corrected extension shall calculated and the bids will be computed as indicated above compared on the basis of the corrected totals. The Undersigned has checked carefully all of the above figures understands that the City will not be responsible for any errorb omissions on the part of the Undersigned in making up this bid. The Undersigned agrees that in case of default in executing required contract with necessary bonds and insurance policies wii twenty (20) days from the date of Award of Contract by City Coui of the City of Carlsbad, the proceeds of check or bond accompan: this bid shall become the property of the City of Carlsbad. Licensed in accordance with the Statutes of the State of Califo: providin for the registration of Contractors, License Identification The Undersigned bidder hereby represents as follows: 0 45525ji 1. That no Council Member, officer, agent or employee of the ( of Carlsbad is personally interested, directly or indirecl in this Contract, or the compensation to be paid hereunc that no representation, oral or in writing, of the ( Council, its officers, agents or employees has induced him, to enter into this Contract, excepting only those conta. in this form of Contract and the papers made a part hereo its terms; and 2. That this bid is made without connection with any per: firm, or corporation making a bid for the same work, anc in all respects fair and without collusion or fraud. Accompanying this proposal is :ashier's She& (Cash, Certified Check, Bond or Cashic Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of Section 3700 of California Labor Code which require every employer to be ins1 against liability for worker's compensation or to undertake s( insurance in accordance with the provisions of that Code, and agi to comply with such provisions before commencing the performancc the work of this Contract. 0 I W J , personally known to me or n proved to me on the basis of satisfactory evidence to be z the person, whose name subscribed to the within instrument and acknowledged that he exe- WITNESS 0' Signature &xed the same. /' j -4%-.G L,SK P.?3stbLrY- ?fy C9mm Cxz1rc.s Msy 7 1 (This area for official notarial seal) \ BIDDER’S BOND TO ACCOMPANY PROPOSAL a KNOW ALL PERSONS BY THESE PRESENTS: That we, Southcoasb ?eatin? & iir Sonditioning as Principal, and as Surety, are held and firmly bound unto the City of Carlsl California, in an amount as follows: (must be at least ten per( (10%) of the bid amount) Cig’.lt -Tiidred Siyty L’o3-r for which payment will and truly made, we bind ourselves, our he executors and administrators, successors or assigns, jointly severally, firmly by these payments. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the propc of the above-bounden principal for Replacement of Library W, Cooling Tower, Contract No. U/M - 19, in the City of Carlsbad, accepted by the City Council of said City, and if the above boui Principal shall duly enter into and execute a Contract incluc required bonds and insurance policies within twenty (20) days from date of Award of Contract by the City Council of the City of Carlsl being duly notified of said award, then this obligation shall bec null and void: otherwise, it shall be and remain in full force effect, and the amount specified herein shall be forfeited to the I city. In the event any Principal above named executed this bond as individual, it is agreed that the death of any such Principal SI not exonerate the Surety from its obligations under this bond. IN WITNES,S WHEREOF, we hereun5o set our hands and seal this 7Th 0 , 198 2 . of ‘sve?liler 9 Corporate Seal (If Corporation) Surety BY Title (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRXNCIPALS SURETY MUST BE ATTACFRD.) (ATTACH ACKNOWLEDGEMENT OF ATTORNEY A* IN FACT) (CORPORATE 8 * W , personally known to me or a proved to me on the basis of satisfactory evidence to be h . the person- whose name subscribed to the within instrument and acknowledged that he exe- cuted the same. J < 5. r hotark! P~Y i Ca lfom $,AN 3,EGO COUNTY (This area for official notarial seal) DESIGNATION OF SUB-CONTRACTORS 0 The Undersigned certifies he/she has used the sub-bids of following listed contractors in making up his/her bid and that sub-contractors listed will be used for the work for which they subject to the approval of the Utilities & Maintenance Director, in accordance with applicable provisions of the specifications Section 4100 et seq. of the California Public Contract Cod "Subletting and Sub-contracting Fair Practices Actn. No changes be made in these sub-contractors except upon the prior approval of Utilities & Maintenance Director of the City of Carlsbad. contractors are listed, the Contractor agrees that he or she is f qualified to perform that portion of the work himself or herself that Contractor shall perform that portion himself or herself. following information is required for each sub-contractor. Additi pages can be attached, if required: Items of Complete Address Phone Work Full ComDanv Name with Zir, Code wtArea ( If no yc.7, 0 * DESIGNATION OF SUB-CONTRACTORS (continued) a The bidder is to provide the following information on the sub-bid all the listed sub-contractors as part of the sealed bid submiss Additional pages can be attached, if required. Type of State Carlsbad Contracting Business Amount 01 Full Comnanv Name License & No. License No.* Bid (S or -10 0 *Licenses are renewable annually. If no valid license, indic "NONE". Valid license must be obtained prior to submissior signed contracts. Southcoast Tieating & iiir Con: Bidder's Company Name 4747 Oceansi.de Blvd. p Oceansi Bidder's Complete Address (CORPORATE SEAL) (NQTARIAL ACXNOWLBDGEMENT OF ESECU3TION MUS!& BE ATTACHED) Q&kqC$2:fi sswa ViCKl CICDRIQU ~~t~ y Public Califc sow DIEGO COUN 0 . x BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY m The Undersigned submits herewith a notarized or sealed statement his/her most current year's financial responsibility or financ statement. Lee encloset. s-I;c?te17c- bo 0 (CORPORATE (YEAL) (NOTARIAL ACXNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED) Notary I2 ICIC c 0 SAN D €28 C3 / 7 SOUTHCC~GT HEFITINB R #IR CuNDITfQNrNu, INC. rNcuMe STRTEMENT CUNGOCIDRTED STRTEMENT . PERruD ENDrm: SEPTEMBER 38, 19es CURRENT % YEFIR-TO-DDFITE 0 r ~co~tz smxs-sERvrcEs RENDERED 44,354.75 15. 1 438,465.75 SCIL€S-C30VERNMENT . d8 .d 3,377. 19 S#~ES-CONSTRUCTfON JQBS 248,733.19 84.9 1, 146,518.49 ----------- ----------- TOTFIL rNcuME E939 687.94 586. 6 1, 588,353. 43 CUST OF SFlLES PURCHFISES-MGTERIFILS Eel, 3e4. E!E 66.7 799,898. 17 PURCHCISES-UUTSIDE SERVICE . 8@ 08 577.46 i=REI(JHT 38.94 .a 148. 79 EaurPMEw RENTRL 9t'l. 87 .3 6,9eP. 16 DrfiEcT ~~suR-sEwrcf E!@, 199.4e 6. 9 131, E1 7.9e DrREcT Lmu~-cuNSTf?ucTrm e6, 485.36 9. 7 149,677.64 ------I---- ----------- TOTCIL CUST OF SRLES ES@, 869. 71 €35.6 1, 866,434.38 mass PROFIT 4e17,216. e3 14.4 499,919. 13 ----------- ----------- EXPENSES se, 343.4e 11.6 X959 1 39. d6 GCILFIRY EXP. -CIDMSN. SGLRRY EXP. -CLERIC#L E?, 639. BJ 09 16,311.7~3 FICCOUNTIfN(3 L% LEBFIL EXPENSE 5i20.75 .E 5,4e2. e5 ~DVERTSSSNB & PRuwuTruw 73.75 .e 4, c"e3.59 BUSINESS LrcENsEs EXP. 314.88 .1 e, 234. 12 PFIYROLL TFIX EXPENSE 6,576.56 i2.e 44, e6e. 37 BCINK SERVICE CHFIRBES EXP. .88 .e 176. 56 DEmEcraTraN EXPENSE 3,171.33 1.1 e@, 541 . 97 DUES B SuixscRrPTIuNs EXP. .88 .a 463. b6 owrcE EaurPMENT . CEd .8 1, E6S. 98 &aurPMmw REPFIIRS EXP. 476.31 .e 1, 154.@6 HERLTH rNsuwwcE EXPENSE e, 493.39 .9 91,747" 54 owrcE suiwirEs EXP. 969. e1 .3 9,149. 84 SHOP suPPLrEEi EXP. 186. 27 .1 3,539. a1 WTSIDE ccleof? EXP. . d8 08 3,781.14 TOOL EXPENSE 337.71 .I 4,945.19 TRUCK EXPENSE ((3646 R OIL) 3,19e.99 1. 1 18,988.98 PUSTC)BE EXPO 1E7.60 .e 1,183.91 DowTruNs & CONTRIBUTIONS 75. cb8 "6 115.6B ENTERTFI rfw€NT EXPENSE 3e3.3e .1 e, 891. e1 auTsrDE sERvrcwREN-rms 476. e1 .e 5,513.37 uNrt-wt?M EXPENSE 3e5.1Q) .I 3,8E9.49 EQurmaw LeclsrNa 334.09 91 x, 799. E0 TRFIVEL EXPENSE . 88 .a 44e.98 SEMIMR &XP&NSE 4sG9. 8d .I 1,749. 0G9 @ TRUCK EXPENSE (mzMrt?s) 1,415.83 "5 14,176. 3d RENT EXPENSE 2,957.4i2 1. CE E@, 333. Be TRUCK rNsuwwcE EXP. 1,288. (68 .4 12, e64.96 QENERCN, LICIEICITY INSURl4NCE . ee .e 14, ees. dB WRKMRN COMP. rNsuReNctz . 88 .8 e6, IE=783.88 rNnzREsT EXPENSE 3(6E. 56 .1 f , 669.49 TELEPHUNE d uriLrw EXP. 1 , ace. e6 .4 14, E4e.65 i " - , SOUTHCO~ST uEmrNe & CIIR CaNDxTroNrNe, rNc. rNcaME STRTEMENT CONSULIDCITED STaTEMENT PERIOD ENDING3 SEPTEMBER 3@, 1988 YEQR- TO-DRTE mamwriw EXP. . @a .d 1,617. 73 SffW EQUIPMENT 3949 s5 .l 3e4.55 MCIINT~CE dc RawrR-StioP .@a .a 385.47 MfiINrtwcE ct mwexR-uwrcE . 00 .a e3e. 44 CURRENT 3c ----------- ----------- TUTCK. EXPENSES tie, 6499 4E El 4 4ee,7ee. 79 UPEMTINU INCOME (LOSS) (ea, 433.19) 7. cn 17, 1 38.34 awEu EXPENSES ----------- ----------- CURP. rNcam TRXES .60 .8 100. cd0 CHVSECUR€D PRUWRTY TCIXES .@a .a 45.73 TUTRC UTffER EXPENSES 9 0(6 .a 145.73 NET INCOME <CUSS) <E6,432. 19) 7.d 16,984.61 ----------- ----------- .m.---------- ----------- arspw=uara#=nn I==I~*E~PP= 0 0 j BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE 0 The Bidder is required to state what work of a similar charactei that included in the proposed Contract the bidder has successfi performed and give references, with telephone numbers, which 1 enable the City to judge the bidder's responsibility, experience skill. An attachment can be used, if notarized or sealed, 0 (CORPORATE SEAL) (NOTARIAL ACKNOWLEDGEMENT MUST BE ATTACHED) 0 0 CONTRACT - PUBLIC WORKS S5,OOO OR MORE This agreement is made this -%&- day of - 1981, by and between the City of Carlsbad, C f ornip a munic corporation, (hereafter called '@City1') , and thcoast Heating Air Conditioning , whose princ place of business is 4747 Oceanside Blvd,, Oceanside, CA 92056 (hereinafter called Vontractor'l) . City and Contractor agree as follows: *** ** ** ** **** .. 1.Descri~tion of Work. Contractor shall perform all work speci in the Contract documents for Replacement of Library Water Coo Tower, Contract No. U/M - 19 (hereinafter called "project"). Contractor shall provide labor, materials, tools, equipment and personnel to perform work specified by the Contract documents. Contract; the Bid Documents, including the Notice to Bidd Instructions to Bidders, Contractor's Proposals, the -Spe Provisions/Specifications, General Provisions and all pr amendments and changes made thereto in accordance with Contract or the Plans and Specifications, and the bonds for project; all of which are incorporated herein by this refere< The Contractor, her/his sub-contractors, and materials suppl shall provide and install the work as indicated, specified implied by the Contract documents. Any items of work indicated or specified, but which are essential to the comple of the work, shall be provided at the Contractor's expensc fulfill the intent of said documents. In all instances throug the life of the Contract, the City will be the interpreter of intent of the Contract documents, and the City's decision rela to said intent will be final and binding. Failure of Contractor to apprise her/his subcontractors will not re1 her/him of the responsibility of compliance. ~ 4. Pavment. As full compensation for Contractor's performanci work under this Contract, City shall make payment to Contractor per Section 9-3.2 of the current edition of Standard SDecifications for Public Works Construction. closure date for each monthly invoice will be the 30th of month. Invoices from the Contractor shall be submitted according ti the required City format to the City's assigned Inspector nl 2.Provisions of Labor and Materials. 3.Contract Documents. The Contract documents consist of 0 e later than the 5th day of each month. Payments will be delayec if invoices are received after the 5th of each month. Thc final retention amount shall not be released until thc expiration of thirty-five (35) days following the recording 01 the Notice of Completion pursuant to California Civil Code, Section 3184. 5. IndeDendent Investisation. Contractor has made an indepen investigation of the job site, and all other conditions that m affect the progress of the work, and is aware of those conditi The Contract price includes payment for all work that may be by Contractor, whether anticipated or not, in order to over conditions. Any information that may have been furnishec Contractor by City about job conditions is for Contract convenience only, and City does not warrant that the condit are as thus indicated. Contractor is satisfied with all conditions and has not relied on information furnished by Ci 6.Contractor ResDonsible for Unforeseen Conditions. Contra shall be responsible for all loss or damage arising out of nature of the work or from the action of the elements or from unforeseen difficulties which may arise or be encountered in prosecution of the work until its acceptance by the C Contractor shall also be responsible for expenses incurred in suspension or discontinuance of the work. However, Contra shall not be responsible for reasonable delays in the comple of the work caused by acts of God, stormy weather, extra wor matters which the specifications expressly stipulate will be b by City. 7. Chancre Orders. City may, without affecting the validity of Contract, order changes, modifications, deletions and extra by issuance of written change orders. Contractors shall mak change in the work without the issuance of a written change o and Contractor shall not be entitled to compensation for any e work performed unless the City has issued a written change o designating in advance the amount of additional compensation t paid for the work. If a change order deletes any work, contract price shall be reduced by the unit price, lump sum p or, if the amount cannot be determined from the Contract, fair and reasonable amount. If the parties are unable to agre that amount of reduction, the work shall nevertheless proceed the amount shall be determined by litigation. The written ch order must be executed by the City Manager if it is for $5,00 or less or approved by the City Council and executed by the M if the amount of the change order exceeds $5,000.00. No cha in work will be accomplished without an approved change orde 8.Immiaration Reform and Control Act. the requirements of the llImmigration Reform and Control Ac 1986" (8USC Sections 1101-1525) e 0 Contractor shall comply 0 Waae. Pursuant to the California Labor Code, * 9. Prevailinu *. Director of the Department of Industrial Relations has determi the general prevailing rate of per diem wages in accordance k the California Labor Code, Section 1773 and a copy of a sched of said general prevailing wage rates is on file in the Office the Carlsbad City Clerk, and is incorporated by reference here Pursuant to the California Labor Code, Section 1775, Contrac shall pay prevailing wages. Contractor shall post copies of applicable prevailing wages on the job site. 10. Indemnity. Contractor shall assume the defense of, pay expenses of defense, and indemnify and hold harmless the City, its officers and employees, from all claims, loss, damage, inj and liability of every kind, nature and description, directly indirectly arising from or in connection with the performance the Contract or work: or from any failure or alleged failure Contractor to comply with any applicable law, rules or regulatj including those relating to safety and health: except for loss damage which was caused solely by the active negligence of City: and from any and all claims, loss, damage, injury liability, howsoever the same may be caused, resulting direct11 indirectly from the nature of the work covered by the Contra unless the loss or damage was caused solely by the act negligence of the City. The expenses of defense include all cc and expenses, including attorney's fees for litigatj arbitration, or other dispute resolution method. 11.Insurance. Without limiting Contractor's indemnification, it agreed that Contractor shall maintain in force at all times dux the performance of this agreement a policy or policies liability insurance of at least $500,000 combined single lj covering its operations, including coverage for contract liability and insurance covering the liability set-forth herc Contractor's liability insurance policies shall contain following clauses: A. nThe City is added as an additional insured as resp6 operations of the named insured performed under contract o the City.8* n1t is agreed that any insurance maintained by the City SI apply in excess of and not contribute with, insurance prod by this policy." All insurance policies required by this paragraph shall con1 the following clauses: A. "This insurance shall not be cancelled, limited or non-rens until after thirty days written notice has been given to e B. e city a 18 B. "The insurer waives any rights of subrogation it has or have, against the City or any of its officers or employe Certificates of insurance evidencing the coverages required by clauses set forth above shall be filed with the City prior to effective date of this agreement. 12.Workers' ComDensation. Contractor shall comply with requirements of Section 3700 of the California Labor C Contractor shall also assume the defense and indemnify and harmless the City and its officers and employees from all cla loss, damage, injury and liability of every kind, nature description brought by any person employed or used by Contra to perform any work under this Contract regardless responsibility for negligence. certification of the policies mentioned in Paragraphs 11 and 1 proof of workers' compensation self-insurance prior to the s of any work pursuant to this Contract. 14.Claims and Lawsuits. Contractor shall comply with the Govern Tort Claims Act (California Government Code, Section 900 et s prior to filing any lawsuit for breach of this Contract or claim or cause of action for money or damages. e- 13. Proof of Insurance. Contractor shall submit to the 15. Maintenance of Records. Contractor shall maintain and 0 available at no cost to the City, upon request, records accordance with Sections 1776 and 1812 of Part 7, Chaptei Article 2, of the California Labor Code. If the Contractor not maintain the records at Contractor's principal place business as specified above, Contractor shall so inform the by certified letter accompanying the return of this Contr Contractor shall notify the City by certified mail of any ch of address of such records. 16.Labor Code Provisions. The provisions of Part 7, Chaptei commencing with Section 1720 of the California Labor Code incorporated herein by reference. 17.Securitv. Securities in the form of cash, cashier's check certified check may be substituted for any monies withheld by City to secure performance of this Contract for any obliga established by this Contract. Any other security that is mutu agreed to by the Contractor and the City may be substituted moneys withheld to ensure performance under this Contract. 18.Provisions Reuuired by Law Deemed Inserted. Each and e provision of law and clause required by law to be inserted in Contract shall be deemed to be inserted herein and incl herein, and if, through mistake or otherwise, any such provi 01 is not inserted, or is not correctly inserted, then 1; application of either party the Contract shall forthwith physically amended to make such insertion or correction. Any controversy or claim in an amount up to $50, arising out of or relating to this contract or the breach there may at the option of the City, be settled by arbitration accord to the construction industry rules of the American Arbitrat Association and judgment upon the award rendered by arbitration may be entered in any California Court haw jurisdiction thereof. The award of the arbitrator shall supported by law and substantial evidence as provided by Section 1296. 8 19.Arbitratioq. 1 20.Additional Provisions. Any additional provisions of t w agreement are set forth in the "General Provisionst1 or llSpec Provisions1' attached hereto and made a part hereof. (CORPORATE SEAL) Contractor (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED) 0 BY Title APPRO D AS TO FORM: ATTEST: LDL /+de City Attorney 0 I 4 W , personally known to me or a proved to me on the basis of satisfactory evidence to be 2 the person, whose name subscribed to the within instrument and acknowledged that he exe- cuted the same. i c (This area for official notarial seal) X -I 4 w , personally known to me or n proved to me on the basis of satisfactory evidence to be I- the person- whose name he subscribed to the within instrument and acknowledged that exe- cuted the same. i I e (This area for official notarial seal) 5UlYU NU - IIU. / I '2 OR AND HA-LS BONQ I. KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State California, by Resolution No. 88-402 , adopted November 22 1988, has awarded to Southcoast Heatinq & Air Conditioning hereinafter designated as the "Principal", a Contract for Replace of Library Water Cooling Tower, Contract No. U/M - 19, in the Cit Carlsbad, in. strict conformity with the specifications, and a Contract documents now on file in the Office of the City Clerk of City of Carlsbad and all of which are incorporated herein by reference. WHEREAS, said Principal ha& executed or is about to execute Contract and the terms thereof require the furnishing of a bond said Contract, providing that if said Principal or any of his/hs its sub-contractors shall fail to pay for any materials, provisi provender or other supplies or teams used in, upon, for, or about performance of the work agreed to be done, or for any work or 1 done thereon of any kind, the Surety on this bond will pay the to the extent hereinafter set forth. NOW, THEREFORE, WE, Southcoa d i Con$ik$o%k&zi hereinafter designated as the nm the City of Carlsbad in the sum of Four Tho(LSgnd three hun dred twPntv * * * * * * * * * * Dollars ($4.320.00 ), said sum b fifty"percent (50%) of the estimated amount payable by the Cit Carlsbad under the terms of the Contract, for which payment well truly to be made we bind ourselves, our heirs, executors administrators, successors, or assigns, jointly and severally, fi by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his sub-contractors fail to pay for any materials, provisions, prove or other supplies, or teams used in, upon, for or about performance of the work contracted to be done, or for any other or labor thereon of any kind, or for amounts due under Unemployment Insurance Code with respect to such work or labor, the Surety or Sureties will pay for the same, in an amount no exceed the sum specified in the bond, and, also, in case sui brought upon the bond, a reasonable attorney's fee, to be fixed bq court, as required by the provisions of Section 3248 of the Califq This bond shall insure to benefit of any and all persons, compa and corporations entitled to file'claims under Title 15 of Part Division 3 of the California Civil Code (commencing with Sec 3082) . \ AMWEST SURETY INSURANCE Commas Surety, are held firmly bound e QdQ. e 0 0 c &- In the event any Contractor above named executed this bond E individual, it is agreed the death of any such Contractor shal: exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed bl Contractor and Surety above named, on the 6TH da! DECEMBER , 1988 . (CORPORATE BEAL) SOUTHCOAST HEATING & AIR CON Contractor 1 &.---,' j- --- . __ ___c---- /JONATHAN MONSOR ATTY IN FACT // - i 0 Surety I, AMWEST SURETY INSURANCE COMPl .I (NOTARIAL ACIENowbBWgMENT OP EXgCUTIOI BY ALII PRINCIPALS AND SU ' MUST BB ATTACHED) STATE OF CALIFORNIA, COUNTY OF sAN DIEGO COUNTY SS DECEMBER 6, 1988 , before me a Notary Public, within and fc On County and State, personally appeared JONATHAN MONSOR to me (or proved to me on the basis of satifactory evidence) to be the person whose name is subscribed to the within as the Attorney in Fact of and for the AMWEST SURETY INSURANCE COMPANY, and acknowledged to subscribed the name ofthe AMWEST SURETY INSURANCE COMPANY thereto as Surety, and his own namy in Fact. 1 / / Ld-J.? // 14 - /,x d 6 J5 51 <Xf/&,,-, C-2-H -3 ,PC a U AMWEST SURETY INSURANCE CO. P.O. Box 4500 KNOW ALL MEN BY THESE PRESENTS, its true and lawful Attorney(s)-in-Fact dellver and affix the seal of the comp tions in the nature thereof, as follow and to bind AMWEST SUR Article 111, Section 7 the board of directors junction with the ined or limited in the in e signature of any authorized officer an ey or certification thereof authorizing the ex etyship obligations of the company: and such s though manually affixed. IN WITNESS WHEREOF, AMWEST SURETY INSURANCE COMPANY has caused these presents to be signed by its p 81 Y INSURANCE COMPANY day of June 19- 9th ficer, and its corporate seal to be hereunto affixed this kar$n G. Cohen-F STATE OF CALIFORNIA, COUNTY OF LOS ANGELES - ss 88 E. J. McKenna On this 9th dayof June A 0.. 19 , personally came before me .and Karen G- Cohen to me known to be the individuals and officers of AMWEST SURETY INSURANC PANY, CALIFORNIA who executed the above instrument, and they each acknowledged the execution of the same, and beir duly sworn, did severally depose and say: that they are the said officers of the corporation aforesaid, and that the Seal affix1 above instrument is the seal of the corporation. and that said corporate seal and their signatures as such officers were dull thority of the board of directors of said corporation. I- (SEAL) 44 Patricia Klame Not; STATE OF CALIFORNIA, COUNTY OF LOS ANGELES - ss CERTIFICATE I, the undersigned. secretary of the AMWEST SURETY INSURANCE COMPANY, a California corpora HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked, anc more, that the provisions of the By-Laws of the company and the Resolutions of the board of directors set forth in the 1 Attorney, are now in force. Signed and sealed at SAN DIEGO COUNTY this Ty); of DEPFMRT , ' y , { GI.?'/ /- t&LC/U Ka en G. Cohen ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION e This Escrow Agreement is made and entered into by and between the c of Carlsbad whose address is 1200 Elm Avenue, Carlsbad, Califor 92008, hereinafter called llCityll and whose address is hereinafter called llContractorll and whose address is hereinafter called "Escrow Agent1'. For the consideration hereinafter set forth, the Owner, Contractor Escrow Agent agree as follows: 1. Pursuant to Section 4590 of Chapter 13 of Division 5 of Title : the Government Code of the State of California, Contractor has option to deposit securities with Escrow Agent as a substitute retention earnings required to be withheld by City pursuant to Contract entered into between the City and Contractor Replacement of Library Water Cooling Tower, Contract No. U/M - in the amount of $ dated (hereinafter referred to as the llContractll. A cop] said Contract is attached as Exhibit *@At1. When Contrac deposits the securities as a substitute for Contract earnings, Escrow Agent shall notify the City within ten days of the depot The market value of the securities at the time of substitul shall be at least equal to the cash amount then required tc withheld as retention under the terms of the Contract between City and Contractor. Securities shall be held in the name of and shall designate the Contractor as the beneficial owner. PI to any disbursements Escrow Agent shall verify that the pres cumulative market value of all securities substituted is at 14 equal to the cash amount of all cumulative retentions under terms of the Contract. 2. The City shall make progress payments to the Contractor for : funds which otherwise would be withheld from progress paymc pursuant to the Contract provisions, provided that the Esc Agent holds securities in the form and amount specified above 3. Alternatively, the City may make payments directly to Escrow Ac in the amount of retention for the benefit of the City until I time as the escrow created hereunder is terminated. 4. Contractor shall be responsible for paying all fees for expenses incurred by Escrow Agent in administering the est account. These expenses and payment terms shall be determine1 the Contractor and Escrow Agent. 0 5. The interest earned on the securities or the money market accot held in escrow and all interest earned on that interest shall for the sole account of Contractor and shall be subject withdrawal by Contractor at any time and from time to time witl- notice to the City. 6. Contractor shall have the right to withdraw all or any part of principal in the Escrow Account only by written notice to Esc Agent accompanied by written authorization from City to the Esc Agent that City consents to the withdrawal of the amount sought be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in event of default by the Contractor. Upon seven days writ notice to the Escrow Agent from the City of the default of Contractor, the Escrow Agent shall immediately convert securities to cash and shall distribute the cash as instructec the City. 8. Upon receipt of written notification fromthe City certifying t the Contractor is final and complete, and that the Contractor complied with all requirements and procedures applicable to Contract, Escrow Agent shall release to Contractor all securit and interest on deposit less escrow fees and charges of the Esc Account. The escrow shall be closed immediately upon disbursen of all moneys and securities on deposit and payments of fees 0 charges. 9. Escrow Agent shall rely on the written notifications from the ( and the Contractor pursuant to Sections 4 and 6 inclusive, of 1 agreement and the City and Contractor shall hold Escrow Ac harmless from Escrow Agent's release and disbursement of securities and interest as set forth above. 0 10.The names of the persons who are authorized to file wri. notices or to receive written notice on behalf of the City anc behalf of the Contractor in connection with the foregoing, exemplars of the respective signatures are as follows: For City: Title e Name Signature Address For Contractor: For Escrow Agent: Title Name Signature Address At the time the Escrow Account is opened, the City and Contrac shall deliver to the Escrow Agent a fully executed counterpar this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by tl proper officers on the date first set forth above. 0 For City: Title Name Signature For Contractor: e 0 SPECIAL PROVISIONS/SPECIFICATIONS 1. SPECIFICATIONS (also see 19.H) The specifications for the work shall consist of the la1 edition of the Standard SDecifications for Public wc Construction, hereinafter designated SSPWC, as issued by Southern Chapters of the American Public Works Association, City of Carlsbad supplement to the SSPWC, the Contract docum1 and the General and Special Provisions attached thereto. 2. WORK TO BE DoNg The work to be done shall consist of furnishing all la1 equipment and materials and performing all operations necessar complete the project work as specified in the specificatic Expeditious commencement and completion of work is of p: importance. 3. DEFINITIONS AND INTENT A. Utilities and Maintenance Director: The title shall mean the Utilities and Maintenance Direc or his approved representative. B. Reference to Drawings: 0 Where words @@shown@@, '@indicated*', l'detailed@@, @@not( @*scheduled@@ or words of similar import are used, it shal: understood that reference is made to the plans accompan! these provisions unless stated otherwise. C. Directions: Where words @'directed**, @@designated@@, @@selected@' or word: similar import are used, it shall be understood that direction, designation or selection of the Utilities Maintenance Director is intended unless stated otherwise. word "required" and words of similar import shall understood to mean "as required to properly complete the F as required and as approved by the Utilities and Mainten: Director" unless stated otherwise. D. Equals and Approvals: Where the words @@equal1@, *@approved equalt1, tlequivalent" such words of similar import are used, it shall be undersl such words are followed by the expression @@in the opinioi the Utilities and Maintenance Director1@ unless othem stated. Where the words I@approvedI' , 'lapproval@@ , tlacceptanc 0 or words of similar import are used, it shall be underst that the approval, acceptance, or similar import of Utilities and Maintenance Director is intended, 0 E. Perform and Provide: The word vqperformlt shall be understood to mean that Contractor, at her/his expense, shall perform all operatic and shall provide all labor, tools and equipment, and furtf including the furnishing and installing of materials that indicated, specified, or required to mean that the Contract at her/his expense, shall furnish and install the wc complete in place and ready to use, including furnishing necessary labor, materials, tools, equipment transportation, 4. CODES AND STANDARDS Standard specifications incorporated in the requirements of specifications by reference shall be those of the latest edit at the time of receiving bids. It shall be understood that manufacturers or producers of materials so required either 1 such specifications available for reference or are fully famil with their requirements as pertaining to their product material , 5, CONSTRUCTION SCHEDULE A construction schedule is to be submitted by the Contractor Section 6-1 of the SSPWC at the time of the preconstrucl conference. No changes shall be made to the construction schec without the prior written approval of the Utilities Maintenance Director. Any progress payments made after the scheduled completion c shall not constitute a waiver of this paragraph or any damage Coordination with the respective utility company for removal relocation of conflicting utilities shall be requirements prio commencement of work by the Contractor. The Contractor shall begin work within 5 work days, un: otherwise specified by the Utilities & Maintenance Director, al being duly notified by an issuance of a "Notice to Proceed" shall diligently prosecute the work to completion with the nul of consecutive calendar days specified in the "Notice to Procec If the completion date is not met, the contractor will be asse: the sum of $250.00 per day for each day beyond the completion ( as liquidated damages for the delay. Any progress payments 1 after the specified completion date shall not constitute a wa. of this paragraph or of any damages. 0 6. NONCONFORMING WORK The Contractor shall remove and replace any work not conformin the specifications upon written order by the Utilities Maintenance Director. Any cost caused by reason of * nonconforming work shall be borne by the Contractor. 7. GUARANTEE All work shall be guaranteed for one (1) year after the filinc a llNotice of Completion1@ and any faulty work or mater discovered during the guarantee period shall be repaired replaced by the Contractor. 8. MANUFACTURER'S INSTRUCTIONS Where installation of work is required in accordance with product manufacturer's directions, the Contractor shall obtain distribute the necessary copies of such instruction, including (2) copies to the Utilities and Maintenance Director 1 completion of work and prior to filing of Notice of Completic 9. INTERNAL COMBUSTION ENGINES All internal combustion engines used in the construction shal equipped with mufflers in good repair when in use on the pro. with special attention to City Noise Control Ordinance No. 3 Carlsbad MuniciDal Code, Chapter 8.48. 0 1O.CITY INSPECTORS All work shall be under the observation of Inspector(s) designl by the Utilities and Maintenance Director. Inspector(s) SI have free access to any or all parts of work at any t Contractor shall furnish Inspector(s) with such information as be necessary to keep the Inspector(s) fully informed regarl progress and manner of work and character of materi Inspection of work shall not relieve Contractor from obligation to fulfill this contract. 11.PROVISIONS REQUI RED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law t inserted in this contract shall be deemed to be inserted he and the contract shall be read and enforced as though it included herein, and if, through mistake or otherwise, any provision is not inserted, or is not correctly inserted, then application of either party the contract shall forthwith physically amended to make such insertion or correction. 0 12. INTENT OF CONTRACT DOCUMENTS The Contractor, his/her subcontractors and materials suppi: shall provide and install the work as indicated, specified implied by the contract documents. Any items of work indicated or specified, but which are essential to the complel of the work, shall be provided at the Contractor's expense fulfill the intent of said documents. In all instances througl the life of the contract, the City will be the interpreter of intent of the contract documents and the City's decision relai to said intent will be final and binding. Contractor to apprise his/her subcontractors and mater: suppliers of this condition of the contract will not rel: him/her of the responsibility of compliance. Failure of 13.SUBSTITUTION OF MATERIALS The Proposal of the Bidder shall be in strict conformity with specifications and based upon the items indicated or specif: The Contractor may offer a substitution for any mater: apparatus, equipment or process indicated or specified by pal or proprietary names or by names of manufacturer which he, considers equal in every respect to those indicated or specif: The offer made in writing, shall include proof of the State I Marshal's approval (if required), all necessary informat: specifications and data. If required, the Contractor, at his, own expense, shall have the proposed substitute, mater: apparatus, equipment or process tested as to its quality strength, its physical, chemical or other characteristics, and durability, finish, or efficiency, by a testing laboratory selected by the City. If the substitute offered is not deemec be equal to that so indicated or specified, then the Contrac shall furnish, erect, or install the material, apparai equipment or process indicated or specified. Such substitutio proposals shall be made prior to beginning of construction, possible, but in no case less than ten (10) days prior to acl installation. 14. RECORD DRA WINGS 0 The Contractor shall provide and keep up to date a complete I built" record set of transparent sepias, which shall be correc daily and show the exact '*as-builtH locations, sizes and kind: equipment, underground piping, valves, and all other work visible at surface grade. Prints for this purpose may be obta. from the City at cost. This set of drawings shall be kept on job and shall be used only as a record set and shall be delivc to the Utilities and Maintenance Director on completion of work and prior to filing of Notice of Completion. m 0 15. PERMIT S The general construction, electrical and plumbing permits wil: issued by the City of Carlsbad at no charge to the Contract The Contractor is responsible for all other required licenses fees . 16.OUANTITIES IN THE SCHEDULE The quantities given in the schedule, for unit price items, for comparing bids and may vary from the actual final quantitj Some quantities may be increased and others may be decreased entirely eliminated. No claim shall be made against the City damage occasioned thereby or for loss of anticipated profits, Contractor being entitled only to compensation for the actual\ done at the unit prices bid. The City reserves and shall have the right, when confronted 1 unpredicted conditions, unforeseen events, or emergencies, increase or decrease the quantities of work to be performed UI a scheduled unit price item or to entirely omit the perform thereof, and upon the decision of the City to do so, the Utili1 and Maintenance Director will direct the Contractor to pro( with the said work as so modified, If an increase in the quanl of work so ordered should result in a delay to the work, Contractor will be given an equivalent extension of time. 0 17,SAFETY & PROTECTION OF WORKERS AND PUBLIC The Contractor shall take all necessary precautions for the saj of employees on the work and shall comply with all applicz provisions of Federal, State and Municipal safety laws building codes to prevent accidents or injury to persons on, a1 or adjacent to the premises where the work is being perfon He/she shall erect and properly maintain at all times, as requ: by the conditions and progress of the work, all necess safeguards for the protection of workers and public and shall I danger signs warning against hazards created by such features construction as protruding nails, hoists, well holes and fal: materials. 18. UTILITIES Utilities for the purpose of these specifications shall considered as including, but not limited to pipe lines, condu. transmission lines, and appurtenances of Vublic Utilities" defined in the Public Utilities Act of the State of California individually solely for their own use or for the use of tl tenants, and storm drains, sanitary sewers, and street light. Service connections to adjacent property may or may not be SI on the plans. It shall be the responsibility of the Contract0 0 determine the exact location and elevation of all utilities their service connections. The Contractor shall make his/her investigation as to the location, type, kind of material, age condition of existing utilities and their appurtenances service connections which may be affected by the work. The Contractor shall notify the owners of all utilities at 1 48 hours in advance of excavating around any of the structu At the completion of the work, the Contractor shall leave utilities and appurtenances in a condition satisfactory to owners and the City. In the event of damage to any utility, Contractor shall notify the owners of the utility immediately. is the responsibility of the Contractor to compensate for uti damages. The temporary or permanent relocation or alteration of utilit including service connections, desired by the Contractor his/her own convenience shall be the Contractor's responsibility, and he/she shall make all arrangements regar such work at no cost to the City. If delays occur due utilities relocations, it will be solely the City's optioi extend the completion date. In order to minimize delays to the Contractor caused by failure of other parities to relocate utilities which inter with the construction, the Contractor, upon request to the C may be permitted to temporarily omit the portion of work affe by the utility. The portion thus omitted shall be constructe the Contractor immediately following the relocation ofthe uti involved unless otherwise directed by the City. All costs involved in locating, protecting and supporting of utility lines shall be included in the price bid for various i of work and no additional payment will be made. The Contractor shall notify Underground Service Alert far en in advance of the work to allow marking of the utility locat at the various sites. It shall be the responsibility of the Contractor to protect existing utilities. 0 0 19. REPLACEM%N!r OF LIBRARY WATER COOLING TOWER A. ScoDe. The work shall consist of furnishing all plant, la equipment, appliances and materials, and in performing operations in connection with the removal and replacemen air cooling tower including new overflow and drain pip water supply line with backflow preventer, removal disposal of old cooling tower, wire brushing and paintin 0 0 pump, strainer, check valve and miscellaneous piping. In addition, the old cooling tower and debris shall be removed and hauled away. B. General. Cooling towers shall comply with requirements for structures as specified in the Building Code. Cooling to or evaporative condensers which are equipped with posi water discharge to prevent excessive build-up of alkali and are used for water-cooled condensing units or absorp units shall discharge the water into an approved disp system. Water supply, waste, water, piping and connect shall comply with provisions of applicable codes ordinances. C. Pininq. Pipe runs shall be straight and true. Springing or for( piping into place will not be permitted. Piping shall installed in such a manner as to prevent any undue straii equipment. Pipe runs and connections shall be carefully 1 to insure unrestricted flow, eliminate air pockets, and pe: complete drainage of the system. 0 D. PiDe Joints. Screwed joints shall be made with a minimum amount of compc applied to the male thread only. Flanged joints shall be I with ring gaskets. Copper tubing joints shall be made 1 wrought copper fittings and silver solder. E. Tests. All water piping shall be tested hydrostatically and prc tight under a gauge pressure of not less than 1-1/2 times maximum operating pressure. F. Clean-up. Upon completion of the installation of the work, contractor shall remove all debris and surplus mater: resulting from his work. e * 0 G. Guarantee. The equipment furnished and installed shall be guaranteed a period of one year from the date of acceptance aga defective materials, design and workmanship. Upon receip notice of failure of any part of the guaranteed equip during the guarantee period, the affected part or parts s be replaced promptly with new parts by the contractor a' cost to the owner. H. SPecifications. Equipment replacement shall be Baltimore Air Coil Tower approved equivalent with Factory Corrosion Protection, bu shall be the responsibility of the contractor to verify the dimensions of the equipment he proposes using will fit space limitations and will meet the specified conditi regarding capacities, quality, noise, and other items s on equipment schedule or specified. Design conditions for cooling tower shall be 97 degrees fahrenheit water on to 87 degrees fahrenheit water off tower, 80 degrees fahren W.B., minimum capacity of tower at above conditions shal 62 tons. 0 0 WIT€ IT- DON'T SAY@! Date (C I To I, AUm-Qu.., @I Reply Wanted From Karen Kundtz, Deputy City Clerk ONo Reply Necessary (-4 (m /&....& b hr Bauc cord. --q-* - a- Re: Bond Release - - Our records indicate that the above-referenced subdivision/project'is eli your written authorization/approval for release. Please let me know the status, and if release is 0.k. Thanks, bmd -+/Cp?Sea5 Y- i AIGNER FORM NO 55032 I 7 f- i L -1 I I * . January 23, 1990 Southcoast Heating & Air Conditioning 4747 Oceans i de B1 vd . Oceanside, CA 92056 Re: Bond Release - Contract No. U/M - 19 Rep1 acement of Main Library Cool ing Tower Per instructions from our Utilities/Maintenance Department, we are her releasing the remaining 25% of the bond for the above-referenced contract: Performance Bond No. 1169865 AmWest Surity Insurance The bond is enclosed so that you may return it to your surety. X%L-* Deputy City Clerk Enc. 1200 Carlsbad Village Drive - Carlsbad, California 92008 - (619) 434-28 . ,- mlTE IT- DON’T SAY m r Date 46. To 6,,- - 2/b a Reply Wanted v From Karen z, Deputy City Clerk UNO Reply Necessary Re: Bond Release - & 4 d&- 9L /? - Our records indicate that the Gff% w- above-referenced subdivision/project is eligible for release. your written authorization/approval for release. Please let me know the status, and if release is 0.k. bond for the We need Thanks, &dK 34: /&LW 4- --,ct .( . dLu/dJL Y- lJ/NhP i AIGNER FORM NO. 55-032 PR I f- 7 I I I I .i I WITE IT- DON’T SAY 16 Date 5%, To /4fk 6,,- - 2/b a Reply Wanted From Karen Ktndtz, Deputy City Clerk ONo Reply Necessary Re: Bond Release - & ;;9” 44-17 -- % PL)? h*w bond for the Our records indicate that the above-referenced subdivision/project is eligible for release. your written authorizationlapproval for release. Please let me know the status, and if release is 0.k. / We need Thanks, 1 PRI Y- AlGNER FORM NO. 55032 3 r c .. J 1 I * a e 1200 ELM AVENUE TE CARLSBAD, CALIFORNIA 92008 (61! Office of the City Clerk (&it0 df (&#&hb June 8, 1989 Southcoast Heating & Air Conditioning 4747 Oceanside Blvd. Oceanside, CA 92056 Re: Bond Release - Contract No. UJM-19 - Replacement of Main Library Cooling Tower The Notice of Completion for the above-referenced contract has recorded. Therefore, we are hereby releasing 75% of the Performanct Bond. Please consider this letter as your notification that $6,480 of Amwest Surety Insurance Performance Bond No. 1169865 is hereby released. We are required to retain the remaining 25% for a period of one year. At that time, if no claims have been filed, it will be released. The Labor & Materials Bond, in the amount of $4,320 will be eligiblc for release six months from the date of recordation of the Notice of Completion, on October 12, 1989. A copy of the recorded Notice of Completion is enclosed for your records. g&* eputy City Clerk Enc . a"-" m City Clerk Carlsbad, CA 92008 "1200 Elm Ave. UTILITIES & MAINTENANCE MQTICE OF COHPLETIOM BATE To A11 Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on February 1, 1989, the Utilitie Maintenance project consisting of replacement of the Maln Library Cool ing Tow Contract No. U/M-19, on which Southcoast Heating & Air Conditioning was Contractor, and Amwest Insurance Company was the Surety, as completed. enance Director p3TC'PATI~f~ OF CiTy CJ3K LI\II Ib I, the undersigned, say: 1 am the City Clerk of the City of Carlsbad and the City Council of said C on accepted the above described work as completed and ordered tl a Notice of Completion be filed. foregoing is true and correct e 4 /Llf83 I declare under penalty of perjury that / / 1 Executed on 9 at Carlsbad, California. CITY OF CARLSBAD ALETHA L. RAUTENKRANZ, City Clefk -/Q+ W w .. . ' .;. .. - , - .I . .., .'. .. . ., .. . .,% .. ,. 9.. .. m e 1200 ELM AVENUE TE CARLSBAD, CALIFORNIA 92008 (61 9 Office of the City Clerk artg rrf aar1sttaa April 10, 1989 Vera L. Lyle County Recorder P.O. Box 1750 San Diego, CA 92112 Enclosed for recordation are the following described documents: Notice of Completion - Engineering La Costa Meadows Center - PD 231 Charter Service Corp., Contractor Notice of Completion - Engineering Improvements - Alga Rd, Corintia St., and Melrose Dr. - PD 175 Charter Service Corp., Contractor Notice of Completion - Utilities/Maintenance Contract No. U/M-19 - Main Library Cooling Tower Southcoast Heating & Air Conditioning, Contractor Our staff has determined that the recordation of these documents is of benefit to the City; therefore, it is requested that the fees be waived. Thank you for your assistance in this matter. s* Deputy City Clerk Encs . 0 I) City Clerk 1200 Elm Ave. - Carlsbad, CA 92008 UTILITIES & MAINTENANCE NOTICE OF COMPLETION 3-28-89 DATE To A11 Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on February 1, 1989, the Utiliti Maintenance project consisting of replacement .of the Main Library Cooling Tc Contract No. U/M-19, on which Southcoast Heating & Air Conditioning was Contractor, and Amwest Insurance Company was the Surety, as completed. VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad and the City Council of said on accepted the above described work as completed and ordered a Notice of Completion be filed. foregoing is true and correct. Y /‘/I89 I declare under penalty of perjury that / / / Executed on 9 at Carlsbad, California. CITY OF CARLSBAD ALETHA L. RAUTENKRANZ, City Clep’k dlk77LdQk yvwL--r 01/11 1-'~8-CERTIFICAT€-~~-I~~~-~~-~-~ATT€R-~F~~~F~R~T~U~U~~?-~~-C~ 7 CERTIFICATE pRDDucER-"'---""'-----------"--'----'----------- OF INSURANCE I I NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NO7 I Timothy Gwin Agency 390-09001 EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. f 9748 Los Coches Road I I Lakaside,CA I COMPCINIES AFFORDING COVERAGE I 92040- I f-----------------------------------------------------l------------------------------------------------------------------- I COflPAffY LETTER R GOLDEN EAGLE INSURANCE CO . I-----------------------------------------------------------------. I INSURED I t PACIFIC COAST HEAT & AIR DBA: I CUtIPANY LETTER B I SOUTHCOAST HEAT & AIR l------------------------------------------------------------------ I COHPANY LETTER C I------------------------------------------------------------------- I4747 OCEANSIDE BLVD. I OCECINS I DE, CA I 92056- I I I COHPAMY LETTER E I I I I I--------*--------------------------------------------------------------------------------------------------------------- I CUI TYPE DF INSURAflCE I POLICY NUHBER I POLICY EFF I POLICY EXP I ALL LIHITS IN THOU: I LTR I I' I DATE I DATE 1 I---l--------------------------------)----------------------------l--------------{--------------l------------------------- I GENERAL A66REEATE I 1C i---------------------l*-- I I GENERAL LIABILITY I I I 11 I 1 I 01/01/83 01/01/90 I PRODS-COflP/DPS 866. I1C I---------------------{--. I R1 MI COHHERCIAL SEN LIABILITY ICCP 06 98 78 I1 I I I I / / I / / I PERS. h ADV6. INJURY1 1( I---------------------l--- I I [XI [ 1 CLAlNS EADE o(1 OCC. I 11 I I I I / / ' I / / I EACH OCCURRENCE I1C i---------------------l--- I I D(1 OWNER'S t CONTRACTORS I It PROTECTIVE I I I tI I I I I FIRE DAHAGE I I AI !XI B.F.C.6.L. I I / / I / / I (ANY OME FIRE) I I---------------------l--- I1 I I I I I [I I . I / / I / / I tIEDICA1 EXPENSE I 11 I I I I (ANY ONE PERSON) I I---1--------------------------------1----------------------------1--------------1--------------{---------------------1--- I IAUTOMOBILE LIAB I I I 1 CSL I I---------------------)---- II t I I I I [ I ANY AUTO I t / / I / / I BODILY INJURY I I I I I ALL OWNED AUTOS I I / / I / / I (PER PERSOM) I I/ / I/ / I ..................... I--- I I I 1 SCHEDULED AUTOS I I I [ I HIRED AUTOS I I / / I / / I BODILY INJURY I I I [ I NUN-OWNED AUTOS I I / / I / / I (PER ACCIDENT) I I/ / I/ / I .................... I--- I I [ 1 WAGE LIABILITY I I I I1 I 1 / / I / / I PROPERTY I i---f-------------------------.-------l----------------------------{--------------l--------------l------------------------- I IEXCESS LICIBILITY I t I I i EACH OCC 1 AG6P I I 1 3 UHBRELLA FORfl I I// I// I I I I t t 'f OTHER THAN UHBRELLA FOR# I I// I// t I I I---I-------------------------------l----------------------------t--------------I--------------l------------------------- II I I I I STATUTORY 1 I WORKERS' COMP I c K 1 EACH CtCC 11 AND i I I I D ISEBSE-PULI C I I---I--------------------------------l----------------------------I--------------l--------------l------------------------- I EMPLOYERS' LIAB I I// I// I DISEASE-EACH I IOTHER I 1 I I I AI "6LL RISK" EQUIP. ICCP 06 98 78 01/01/89 101/01/90l I I FLOATER I f// t// I I---------------------------------------------------------------------------------------------------------------------- I DESCR I PTION OF OPERAT I Off S /LOCAT I ONSI VEH I CLEW SPEC I At I TE#S I "ALL OPERAT I ONS " I 1 ADDITIONAL INSURED: I = SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Tt I CITY Of= CARLSBAD = PIRATIDhl DATf THEREOF THE ISSUING COHPANY WILL ENDEAVOR TO #AIL i ATTNI PURCHASING DEPARTMENT = DAYS URITTEN NOTICE Tb THE CERTIFICATE HMDER NAHED TO THE LEFT, I 1200 ELM CIVENUE = FAILURE TO HAIL SUCH NOTICE SHALL IHPOSE NO OBLIGATION OR LIABILI = 4NY KIND UPOH THE COHPRNY, ITS AGENTS OR REPRESENTATIVES. I CARLGBAD c CA I 92008- = AUTHOR ED REPRESENTATIVE I w 0 I Commercial Insursnct;s Service I------------------------------------------------------------------ @/ 9 I !----------------------------*-------------------------~---------- COflPANY LETTER D p* 1) COVERAGES ............................................................................................................... THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAHED ABOVE FUR WE POLICY PERIOD INDICATED. #OTWITHSTANDIIG h%Y REQUIREKEWT, TERH OR COMDITION OF ANY CONTRACT OR OTHER DOCWENT HITH WHICH THIS CERTIFICATE HAY BE ISSUED OR NAY PERTAIN THE INSURANCE AFFORIIED BY THE POLICIES DESCRIBED HEREll ALL TERHS, EXCLUSIONS, AND CONDITIONS OF SUCH PQtXhES. } CANCELLATIOH (a*---------- -,---------=r-,-,,,,,,,-r--,--,,,,-------------------------- ----------c .......................... I} CERTIFICATE HOLDER ................................ =------------------------------------------------------------------ , -E IACGRD 1 25-S (11/85) * J/*,sLPA&-z-45~;L-&g ----------- 1 --------------------_____________^______------------ d:--7-yez- -__ / .- \ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY I NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DO1 EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BE1 i 1 y@.y*%()Fj p [:$&:frit.!$![: 8 ASSO{: COMPANIES AFFORDING COVERAGE i F' ~ 6 Li ROX EtESlW 1 i f&-qq I]1EG,:I fZA Y: COMPANY A LETTER COMPANY B LETTER 1 INSURED - i-f E A 'r :1: NG 8 A I R COMPANY c ' c Obji:) R: s' 3: otd 5: Eitt:F--~j&Ai~tLi~ I F' 1 tz LETTER t t 474y .:- oCE:ANS1ETE &L.L'ff" LETTER D F:' R E: fil e! N 1' I ta BE PI N 5: ?"f c; fs D I CODE SUB-CODE "- - $3 0 t.l 'f Fit5 rf A 9 'r B I OAST i-fmnm 8 ci.:zc :1:m D COMPANY i OCEANSXDE r) fir$ Y2EfT:iB 1 i E INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT T CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO AL EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I" "_ ALL LIMITS = POLICY EFFECTIVE POLICY EXPIRATION TYPE OF INSURANCE POLICY NUMBER DATE (MMIDDIYY) DATE (MMIDDIYY) co [LTR I GENERAL LIABILITY GENERAL AGGR COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR PERSONAL &ADVERTISING INJl OWNER'S & CONTRACTOR'S PROT EACHOCCURRENCE I 1, FIRE DAMAGE (Any one fire) MEDICAL EXPENSE (Any o~e per SINGLE $ "- x AUTOMOBILE LIABILITY COMB1 -- ANY AUTO LIMIT ALL OWNED AUTOS BODILY SCHEDULED AUTOS (Per person) HIRED AUTOS INJURY $ BODILY INJURY $ li i~ 1 'I (Per acFide?ti LX i NON-OWNED AUTOS GARAGE LIABILITY EACH OCCURRENCE I ~" ~k.jB-8 4 7707 2; 3 [I j. - it:t 3. A& E:[ 1 /[:I g. /';ft:i WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY I $ J. P $ $ ! I L - x ^II i SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCE I EXPIRATION DATE THEREOF, THE ISSUING COMPANY WI1 CXTY of:-' CBRLSEAB I"[ !I? c f. r n s :f: NG !:,E P 'f n I2Efl3 ELPI Rb~EMtdE: f::A R I,.?: i?* AD !? c A 9 2 0 0 8 - w i' '.., ' '1 ... : : .d . ., . . . .. ! !i . .. t I i.. .. ._ , .. ~ .- .. _I > I ';. ?*.. <: 5' i ..