Loading...
HomeMy WebLinkAboutTuff Shed Inc; 2007-08-07;AGREEMENT FOR INSTALLATION OF STORAGE SHEDS AT LEO CARRILLO RANCH HISTORIC PARK Tuff Shed, Inc. THIS AGREEMENT is made and entered into as of the / day of , 2007, by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and Tuff Shed. Inc. . a corporation, ("Contractor"). RECITALS A. City requires the professional services of a storage building contractor that is experienced in design and installation of free standing pre-fab storage facilities. B. Contractor has the necessary experience in providing professional services and advice related to fabrication and installation of free standing storage sheds. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. D. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of 1 year from the date first above written. The City Manager may amend the Agreement to extend it for 1 additional 1year periods or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. City Attorney Approved Version #11.28.06 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be Fourteen thousand, six hundred and ninety five dollars ($ 14.695 ). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. City Attorney Approved Version #11.28.06 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self- administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:V". 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless City Attorney or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liability Insurance. $1.000.000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code and Employer's Liability City Attorney Approved Version #11.28.06 limits of $1,000,000 per accident for bodily injury. Workers' Compensation and Employer's Liability insurance will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on General Liability. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make City Attorney Approved Version #11.28.06 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For Citv: For Conti Name K/\.\clC £/V<-A<2-c_o Name Title Title Department Address/^^^ City of Carlsbad J^'?/? t <~6 Address Phone No. /<?'*) * s s' Phone No. "VO»o. '-PfC- Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFLICT OF INTEREST City will evaluate Contractor's duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and City's Conflict of Interest Code is required of Contractor or any of Contractor's employees, agents, or subcontractors. Should it be determined that disclosure is required, Contractor or Contractor's affected employees, City Attorney Approved Version #11.28.06 Contractor, for Contractor and on behalf of Contractor's agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Contractor further warrants that neither Contractor, nor Contractor's agents, employees, subcontractors and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that Contractor will file with the City an affidavit disclosing this interest. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that the services required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. City Attorney Approved Version #11.28.06 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq.. the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor City Attorney Approved Version #11.28.06 acknowledges determent by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CITY OF CARLSBAD, a municipal corporation of the State of California Manager or Mayor (print nam^title) rtt/=" ATTEST: (e-mail address) 8 City Attorney Approved Version #11.28.06 If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a Corporation. Agreement must be signed by one corporate officer from each of the following two groups. *Group A. **Group B. Chairman, Secretary, President, or Assistant Secretary, Vice-President CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: I Deputy City Attorney City Attorney Approved Version #04.01.02 EXHIBIT "A" SCOPE OF SERVICES Contractor shall furnish and provide for all delivery, labor, materials and equipment to fully install two (2)Tuff Shed storage sheds in accordance with: 1. The building dimensions and features shown on the attached sales order and builders forms dated June 7, 2007, attached herein and labeled as pages 1-A through 1-F. 2. The attached Drawings and Specifications, and Detail Sheets labeled D-1 through D-7. 3. The locations for installation as indicated on attached Site Plan & Existing Subsurface Drainage System Plan for Leo Carrillo Ranch. 4. Any and all shop drawings as necessary for complete installation of the project. 5. Building Permit No.CB07-776 as issued by the City of Carlsbad Building Department. Contractor shall not be responsible for obtaining building permits for the project. Owner shall be responsible for obtaining building permits. Total Cost for all work outlined and attached herein shall not exceed $14. 695.00 City Attorney Approved Version #04.01.02 10 4-J-L _. .. LJ-.L-UJjfcj i M* I !i i Bi i*i' ] -ir-W IS j^ ^J«L 7807206917 City of Carlsbad/Clerk jo p m TUFF SHED' BUILDERS HELPER FORM Customer:!(ULO I Work Phone: invoice *^ Home Phone:Pager/Cell: Questions For Customer;Initial Will customer at responsible individual be al site at rime of delivery? I Clear access to site? No Length of carry from truck: Vo-Zo FT No Is there 18" (24" For Tall Bams) of clear workspace on all sides of (he building site?No Is site clean and level (see Site Leveling brochure for explanation)? Customer will provide 110VAC, 2QAMP electrical service within 100 fleet of build site?No MC, Building permits, fees and all related cost of site readiness ate customer's responsibility?MC, Buyer understands that Building Permits and Engineering fees are non-refundable? Does the site contain any/rfiarp tum^nd is the pathway at least 3' wide and 9' tall from the street to building site?No [ understand that any order with missing information (i.e. Will Call, Door, Window Placement, Paint or Shingle Color, Signatures, Down Payment, etc.) must be completed no later (tun S Working Days prior to the scheduled build date or construction of the building will be rescheduled to the next available open date? No Owner agrees to have site inspected and prepared against termites?No I understand (hat occasionally, due to weather, usually rain, my building build date may have to be rescheduled?No CintOBKT wil have balance doe available to TUFF SHED poOdcr at time «f delivery.Yes M.C- Balance Due: $Final Payment By (check one)t Credit Card | | Check | | Ctrtt I Other Building Features:Reverse Views Reverse View For special instructions and directions to site, use back page.Overhead View IMPORTANT CUSTOMER NOTICE The sketches above represent TUFF SHED'S undemanding of where you wish to place your building's doors, windows, shelves, etc. Please review each of the drawings, tf the sketches are accurate, approve them by signing your name below. We can make revisions to the placement of certain elements of your building at no charge as long as you notify us at least 5 business days prior to the date your building was schedule to be built I have also been given a copy of my warranty and understand the duration, terms and coverage included. Customer Signature: UC j Thank you for choosing.TUFF SHED' White Cop)' -TOFF SHED • Yellow Copy - Customer • Fink Copy • Builder S/T'd LIBSQEL-OL 1005-6T-Nf"ir /007208B1f Uly ol c;aristia<l/uierK 12 0304 p in 00-19-2007 1/2 TUFF SHED BUILDERS HELPER FORM * Date:Invoke » Home Phones | Work Phone?Pager/Cell: Questions For Customer Initial Will customer or responsible individual be at site at time of delivery? I Clear access to site? Ve^, No Length of cany from truck: {Q-t-O FT No Is there 18" (24" for Tfrll Bams) of ciear workspace on all sides of the building site?No Is site clean and level (see Site Leveling brochure for explanation)? Customer will provide 110VAC, 20AMP electrical service within 100 feet of build site?No Building pcrnuts. fees and all related cost of site readiness are customer's responsibility?No Buyer understands that Building Permits and Engineering fees are non-refundable? Does the site contain anySharp turn^and is the pathway at least 3* wide and 9' tall from the street u> building ate? No I understand that any onterWTlFi missing information (i.e. Will Call. Door. Window Placement, Paint or Shingle Color, Signatures, Down Payment, etc.) must be completed no later than 5 Working Days prior to the scheduled build date or construction of the building will be rescheduled to the next available open date? No Owner agrees to have site inspected and prepared against termites?No I understand that occasionally, due to weather, usually tain, my building build date may have to be rescheduled?NoCustomer w»| ham balance due available to TUFT SHED fcnfldar *t Uate of delivery. { Final Payment By (check one): Credit Card | | Check J | CadBalance Due; $(finer Building Features ^ Reverse View Side 4 Side 2 For special instructions and directions to site, use back page. 01 * D • D F7 Q Hv « J- Sktej .Overhead View The sketches above represent TUFF SHED's IMPORTANT CUSTOMER NOTICE wh my warranty and understand the duration, terms and coverage included. Customer Signature^/ V*S \\tjt C TUFFSHEDThank you for choosing... WMteCW. TUFF SHED • «dhn. Copy - Cwtonwr - Ptok Cop, . s/a'd 2.003-61-NHf TUFF SHED Inc Storage Buildings • Garages • Carports STORE 156 - SAN MARCOS 947 Rancheros #B CA Contractor License #661664 San Marcos.CA 92069 Phone: 760 233-8833 Fax: 760 233-8849 1-800-BUY-TUFF Sold To: CARRILLO RANCH PARK 6200 FLYING LC LANE CARLSBAD CA 92009 Home Fax Office 760 476-1564 Cell 760 802-7530 CARRILLO RANCH PARK 6200 FLYING LC LANE CARLSBAD CA 92009 SALES ORDER Page 1 Date 6/9/2007 Customer No 283476 Ship To 283476 Order Number 297528 SO Related W.O. 00270217 Ship To: Home Fax Office 760 476-1564 Cell 760 802-7530 Order Date 6/9/2007 Requested 12/6/2007 Customer P.O.Ship Via Shipping Instructions/Serial Number Salesperson Mark Reinhardt-RSC Description Item No. Requested Date Line Shipped UOM Price Extended Amount Shed Series SHED 12/6/2007 1.000 1.00 EA Premier Tall Ranch 10' Wide 12' Long 1 Premier 4' STANDARD Door SW Base Paint Color: To Be Determined Trim Paint Color: To Be Determined Shingle Color: To Be Determined White Drip Edge 4/12 Roof Pitch '"CONTACT: CHARLES BALTERIA@CELL#*"1 OF 2 SHEDS"PAY W/ P.O.*" Building Base Price BAS 12/6/2007 1.018 1.00 EA 2,772.0000 2,772.00 Shed Paint Charge OPT 12/6/2007 1.017 1.00 EA 277.2000 277.20 2' x 4' Skylight 2262 12/6/2007 1.003 2.00 EA 200.0000 400.00 Turbine With Base 2412 12/6/2007 1.005 2.00 EA 94.0000 188.00 8" x 16" Vent Screen White 2413 12/6/2007 1.006 2.00 EA 17.0000 34.00 24" Work Bench 2420 12/6/2007 1.009 10.00 LF 9.0000 90.00 24" Shelving SHELF24 12/6/2007 1.010 20.00 LF 5.2500 105.00 1/4" Premium Pegboard 2418 12/6/2007 1.013 24.00 SF 2.2000 52.80 SECURITY PACK1 TANGIBLE NON-STOCK ITEM 12/6/2007 2.000 1.00 EA 75.0000 75.00 &. fiJTUFF SHED. Inc. Storage Buildings • Garages • Carports STORE 156 - SAN MARCOS 947 Rancheros #B CA Contractor License # 661664 San Marcos.CA 92069 Phone: 760 233-8833 Fax: 760 233-8849 1-800-BUY-TUFF Sold To: SALES ORDER Page 2 Date 6/9/2007 Customer No 283476 Ship To 283476 Order Number 297528 SO Related W.O. Ship To: CARRILLO RANCH PARK 6200 FLYING LC LANE CARLSBAD CA 92009 Order Date Req 6/9/2007 12 Description NAD Discount MAD Home Fax Office 760 476-1564 Cell 760 802-7530 uested Customer P.O. Ship 6/2007 CARRILLO RANCH PARK 6200 FLYING LC LANE CARLSBAD CA 92009 Via Shipping Instructions/Serial Number Home Fax Office 760 476-1564 Cell 760 802-7530 Salesperson Mark Reinhardt-RSC Item No. Requested Date Line Shipped UOM Price Extended Amount DISCOUNT 12/6/2007 4.000 1.00 EA 500.0000- 500.00 Order Sub Total Subtotal Sales Tax Delivery Order Total Balance Due 3,494.00 273 11 30.00 3,797.11 3,797.11 Signature Date Please read the terms and conditions contained in the above referenced warranty. Those terms and conditions are part of this order. Buyer agrees to purchase and pay for the products set forth in this sales order, including those referenced in the above stated warranty. Final payment is due upon delivery of building. TUFF SHED.Inn Storage Buildings • Garages • Carports STORE 156 - SAN MARCOS 947 Rancheros #B CA Contractor License # 661664 San Marcos.CA 92069 Phone: 760 233-8833 Fax: 760 233-8849 1-800-BUY-TUFF Sold To: CARRILLO RANCH PARK 6200 FLYING LC LANE CARLSBAD CA 92009 Home Fax Office 760 476-1564 Cell 760 802-7530 CARRILLO RANCH PARK 6200 FLYING LC LANE CARLSBAD CA 92009 SALES ORDER Page 1 Date 6/9/2007 Customer No 283476 Ship To 283476 Order Number 297533 SO Related W.O. 00270225 Ship To: Home Fax Office 760 476-1564 Cell 760 802-7530 Order Date 6/9/2007 Requested 12/6/2007 Customer P.O.Ship Via Shipping Instructions/Serial Number Salesperson Mark Reinhardt-RSC Description Item No.Requested Date Line Shipped UOM Price Extended Amount Shed Series SHED 12/6/2007 1.000 1.00 EA Premier Tall Ranch 16'Wide 26'Long Premier 4'Double Door (8') SW Base Paint Color: To Be Determined Trim Paint Color: To Be Determined Shingle Color: To Be Determined White Drip Edge 4/12 Roof Pitch*"SHED #2 OF 2 SAME LOCATION.PAY BY P.O...CALL CHARLES CELL*.." Building Base Price BAS 12/6/2007 1.018 1.00 EA 7,922.0000 7,922.00 Shed Paint Charge OPT 12/6/2007 1.017 1.00 EA 792.2000 792.20 2' x 4' Skylight 2262 12/6/2007 1.003 6.00 EA 200.0000 1,200.00 Turbine With Base 2412 12/6/2007 1.005 6.00 EA 94.0000 564.00 8" x 16" Vent Screen White 2413 12/6/2007 1.006 4.00 EA 17.0000 68.00 16" Shelving SHELF16 12/6/2007 1.009 16.00 LF 4.1500 66.40 24" Shelving SHELF24 12/6/2007 1.010 16.00 LF 5.2500 84.00 Shed Door Upgrade Charge OPT 12/6/2007 1.016 1.00 EA 150.0000 150.00 SITE SPEC PLANS ENGINEERING 12/6/2007 2.000 1.00 EA 500.0000 500.00 TUFF SHED Inc Storage Buildings • Garages • Carports STORE 156 - SAN MARCOS 947 Rancheros #B CA Contractor License # 661664 San Marcos.CA 92069 Phone: 760 233-8833 Fax: 760 233-8849 1-800-BUY-TUFF Sold To: SALES ORDER Page 2 Date 6/9/2007 Customer No 283476 Ship To 283476 Order Number 297533 Related W.O. Ship To: SO CARRILLO RANCH PARK 6200 FLYING LC LANE CARLSBAD CA 92009 Order Date Req 6/9/2007 12/ Description MAD Discount MAD Home Fax Office 760 476-1564 Cell 760 802-7530 jested Customer P.O. Ship 3/2007 CARRILLO RANCH PARK 6200 FLYING LC LANE CARLSBAD CA 92009 Via Shipping Instructions/Serial Number Home Fax Office 760 476-1564 Cell 760 802-7530 Salesperson Mark Reinhardt-RSC Item No. Requested Date Line Shipped DOM Price Extended Amount DISCOUNT 12/6/2007 4.000 1.00 EA 500.0000- 500.00 Order Sub Total Subtotal Sales Tax Delivery Order Total Balance Due 10,846.60 50.00 10,896.60 10,896.60 Signaturtb Date Please read the terms and conditions contained in the above referenced warranty. Those terms and conditions are part of this order. Buyer agrees to purchase and pay for the products set forth in this sales order, including those referenced in the above stated warranty. Final payment is due upon delivery of building. 3X4 20 GA PLATES 1 EACH SIDE 1/4" = 1'-0" DESIGN LOADS: TOP CHORD LIVE LOAD = 40 PSF TOP CHORD DEAD LOAD = 10 PSF MEMBER FORCES: 1-2 1618 Ibs 2-3 1618 Ibs NOTES: 1997 UBC, 2000 IRC TRUSSES TO BE SPACED @ 24" OC MATERIAL TO BE 2X4 HEM-FIR GRADE #2 OR BETTER Drawn By: JSA Date Drawn: 12/7/2004 Checked By: EXP Date Revised:Scale: 1/4" = 1-0" Tilt?!? CUTTI lUff DjlLJJ Storage Buildings & Garages ®™6 FRAMING DETAIL 10' PREMIER RANCH SHED TRUSS N ooCM 0).a o LO crotr ena> roo: O5 0) CMCO IO CDo; o ro01 o ~0> o co o05 O5 ooCM Q>.Q COO 0)Q go XT O O 8u.o I COI + Q **—ao COtoO "8 ECD O) 7 §o<N 0).a 0)o0)Q CO co<n o CO •OU- 01 2CO > §• COa.inro COa.o 0)COCO O •oCOo cn o too o roor "oo ro CD TO <D toCH 0)atTO O O0> -CO 'c O !JS 8-b </) "O o «QJ ^>_nO CM" 0) o "8-H Member CResults foito 1» ^uOintf>< 08 /IcGinnisc "5 ^fc0) oo> TRUSSES @ 24" O.C.COLLAR TIE REQUIRED ONLY AT 12' WIDE SHEDS DOUBLE TOP PLATES CVJ1 TRUSS NAIL PLATES ARE: EAGLE METAL PLATES (ICBO #ER4420) TRUSS MANUFACTURED BY TUFF-SHED STEEL SHED BASE: SEE DETAIL WALL FRAMING TO BE 2X4 HF STUD GRADE @ 24" OC.vw;u UP TO 12-0" WIDE BUILDING SECTION DOUBLE TOP PLATE CRIPPLES (IF REQ.) 1/2" PLYWOOD SPACER HEADERS FOR OPENINGS UP TO 3'-0" (2) 2 x 4 2x4 WINDOW SILL TRIMMER FLOOR DECKING BASEPLATE KING STUD ^WINDOW OPENINGS UP TO 3'-0" ON PREMIER SERIES SIDEWALLS 2) 2 x 4 2)2x6 2)2X8 /2"LVL DOUBLE TOP PLATE CRIPPLES (IF REQ.) HEADERS FOR OPENINGS UP TO 4'-0" OPENINGS 4'-1" TO 6'-0" OPENINGS 6'-1" TO 8-0" or (2) 1.75X5 KING STUD TRIMMER BASEPLATE FLOOR DECKING FOR OPENINGS UP TO 8'-0" ON PREMIER SERIES SIDEWALLS DOOR HEADER DETAIL FOR LOAD BEARING WALLS RANCH SHED UP TO 12' x 24' PREMIER SERIES i*/il\ fee NAILING ROOF: ATTACH 15/32" CDX PLYWOOD SHEATHING TO TRUSSES WITH 8d NAILS @ 6" O.C. AT EDGES. 8d NAILS @12" O.C. IN FIELD WALLS: ATTACH 1/2" DURATEMPTO WALL FRAMING WITH 8d NAILS @ 6" O.C. AT EDGES. 8d NAILS @12" O.C. IN FIELD. NOTE: FOR ENDWALLS WITH OPENINGS LARGER THAN 4'-0", PROVIDE 4" NAILING AT PANEL' EDGES. HEADER: HEADER TO STUD - 4-8d TOENAIL OR 4-16d END NAIL DOUBLED HEADER - 16d @ 16" STAGGERED FACE NAIL EARTH ANCHORS FOR THIS BUILDING ARE OPTIONAL. IF REQUIRED BY YOUR LOCAL MUNICIPALITY, ANCHORS ARE AVAILABLE AT TUFF SHED. SEE SALESPERSON FOR PRICING. KING STUD CRIPPLE STUD PRESSURE BLOCKS TRIMMER STUD DOUBLE 2x4 HEADER FOR OPENINGS UP TO B'-O" WIDE HEADER DETAIL FOR NON LOAD BEARING WALLS SCALE: 1/4'* I'-O #8 x 3- FLAT HEAD SELFTAPPING SCREWS SPACED® 24- oc. 3/4" APA OR TECO RATED T&G FLOOR DECKING. 2X6 STEEL JOISTS @ 24" OC #10 X 3/4" PAN HEAD SELF-TAPPING SCREWS (2 PER TAB) VENT HOLES® 24 "OC. OPTIONAL LEVELING BLOCKS 2X6 STEEL TRACK EACH END 1. STEEL SHED FOUNDATION: 2X6 16-GAUGE STEEL TRACKS G210 ZINC COATED 2X6 16-GAUGE STEEL JOISTS G210 ZINC COATED @ 24" OC. (SUPPLIER: ALLIED STUDCO (JOIST: 600S162-054 / TRACK: 600T125-054) ICBO ER-4943P). 2. 3/4" "APA" OR "TECO." RATED TONGUE AND GROOVE FLOOR DECKING. 24" MAX PANEL SPAN. STAGGER PANEL LAYOUT 3. FASTEN PLYWOOD TO JOISTS WITH #8 X 1-5/8" SELF-TAPPING SCREWS SPACED @ 12" OC. NO BLOCKING REQUIRED. 4. FASTEN SOLE PLATE THROUGH FLOOR PLYWOOD INTO JOISTS AND TRACKS WITH 3/16" X 3" GALV HEX HEAD SCREWS @ 24' OC. 5. ALLOWABLE FLOOR LIVE LOAD: 75 PSF FOR STEEL JOISTS CONTINUOUSLY SUPPORTED. 50 PSF FOR JOISTS ON BLOCKS A3 SHOWN. 6. USE OPTIONAL CONCRETE BLOCKS AS REQUIRED TO LEVEL BUILDING: SUGGESTED SIZES: 1-1/4" X 8" X 16", 4" X 8" X 16", OR 8" X 8" X 16" BLOCKS UNDER JOISTS @ 10'-0" OC MAXIMUM. BLOCKS UNDER TRACK SPACED @ 5'-0" OC MAXIMUM. SHED BASE DETAIL THIS DRAWING IS FOR USE ONLY IN AREAS WHICH CORRESPOND TO THE FOLLOWING BUILDING CODE REQUIREMENTS: BUILDING CODE: 1997 UBC & 2001 CBC 70 C DESIGN LOADING WIND SPEED & EXPOSURE_ ROOF LIVE LOAD 30 PSF NO REDUCTION . ROOF DEAD LOAD 10 PSF. FOR SHEDS WHICH OTHERWISE MEET THE PRESCRIPTIVE REQUIREMENTS OF THE 1997 UBC & 2001 CBC. ALL SHEDS CONSTRUCTED ACCORDING TO STANDARD CONVENTIONAL CONSTRUCTION METHODS SHEDBuildings & Garages TUFJ! SHED, INC. •«- •£ '• " *-*•• '*• - f1"- .*-t sf^^-.- f-yf, "~"*' K*'"' lnv#. Customer: Site Address: Date: 8/12/2004 Building Size:w»7n - LENGTH - HEIGHT - P.O. # 39022 Drawn By: SAH Date: 07/13/04 Checked ByJSA Revised: 12/13/2005 THESE DRAWINGS AND THE DESIGN ARE THE PROPERTY OF TUFF SHED. INC. THESE DRAWINGS ARE FOR A BUILDING TO BE SUPPLIED AND BUILT BY TUFF SHED. ANY OTHER USE IS FORBIDDEN BY BOTH TUFF SHED AND THE ENGINEER OF EECORD McGinnis ASSOCIATES. McGINNIS & ASSOCIATES CONSULTING ENGINEERS, INC. 1110 WESTMARK DRIVE ST. LOUIS, MISSOURI 63131 PHONE: (314) 469-6460 #9308 250-05-01 Tltte BUILDING SECTIONSI, Dan McGinnis, P.E., have reviewed tbese drawings an that the/contain/the tequir of the Structural