Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
S and J Builders and Restoration Services Inc; 2021-06-14; PWM21-1505FAC
CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT FIRE STATION NO. 6 DORM CONVERSION PWM21-15O5FAC This agreement is made on the ______ day of ___________ , 2021, by the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and S & J Builders and Restoration Services, Inc., a California corporation whose principal place of business is 10815 Wheatlands Ave., Suite J, Santee, CA 92071 (hereinafter called "Contractor"). City and Contractor agree as follows: DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the project described by these Contract Documents (hereinafter called "Project"). PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents unless excepted elsewhere in this Contract. CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract, Contractor's Proposal, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict, this Contract will supersede terms and conditions in the Contractor's proposal. LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carlsbad Ordinances governing labor. GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project in accordance with directions and subject to inspection approval and acceptance by: Brian Bacardi (City Project Manager). PAYMENT. The City shall withhold retention as required by Public Contract Code Section 9203. WAGE RA TES. The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to Sections 1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the applicable wage rates is on file in the Office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in execution of the Contract. Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. Fire Station No. 6 Dorm Conversion Page 1 of 24 City Attorney Approved 1/20/2020 DocuSign Envelope ID: CACFAECB-EC54-4C55-A319-0E25A6442552 June14th PWM21-1505FAC FALSE CLAIMS. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, 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 the information. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five years and that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor fr �ontract bidding. Signature: Print Name: REQUIRED INSURANCE. The successful contractor shall provide to the City of Carlsbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers' Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be furnished to the City prior to the start of work. The minimum limits of liability insurance are to be placed with California admitted insurers that have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less than ........ $1,000,000 Subject to the same limit for each person on account of one accident in an amount not less than ....... $1,000,000 Property damage insurance in an amount of not less than ........ $1,000,000 Automobile Liability Insurance in the amount of $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or nonscheduled. The automobile insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. The above policies shall have non-cancellation clauses providing that thirty (30) days written notice shall be given to the City prior to such cancellation. The policies shall name the City of Carlsbad as an additional insured. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. BUSINESS LICENSE. The Contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Fire Station No. 6 Dorm Conversion Page 2 of 24 City Attorney Approved 1/20/2020 DocuSign Envelope ID: CACFAECB-EC54-4C55-A319-0E25A6442552 PWM21-1505FAC INDEMNITY. The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. JURISDICTION. The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. Start Work: Contractor agrees to start within thirty (30) working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within sixty (60) working days after receipt of Notice to Proceed. CONTRACTOR'S INFORMATION. Ill Ill Ill Ill Ill Ill Ill S & J Builders and Restoration Services, Inc. (name of Contractor) 689944 (Contractor's license number) Class B, C36 2/28/22 (license class. and exp. date) 1000018498 (DIR registration number) 6/30/21 (DIR registration exp. date) Fire Station No. 6 Dorm Conversion Page 3 of 24 10815 Wheatlands Ave., Suite J (street address) Santee, CA 92071 (city/state/zip) 619-449-2014(telephone no.) N/A (fax no.) swilson@sandjbuild.com (e-mail address) City Attorney Approved 1/20/2020 DocuSign Envelope ID: CACFAECB-EC54-4C55-A319-0E25A6442552 PWM21-1505FAC 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. CONTRACTOR S & J Builders and Restoration Services, Inc., a California corporation By: Sb=, ,OLL:)�(sign here) Gracie Wilson, President & Secretary (print name/title) Sean Wilson, CFO (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California By: Paz Gomez, Deputy City Manager, Public Works, as authorized by the City Manager If required by City, proper notarial acknowledgment of execution by Contractor must be attached . .!f....§ corporation, Agreement must be signed by one corporate officer from each of the following two groups: Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, 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: CELIA A. BREWER, City Attorney BY: -------------Assistant City Attorney Fire Station No. 6 Dorm Conversion Page 4 of 24 City Attorney Approved 1/20/2020 DocuSign Envelope ID: CACFAECB-EC54-4C55-A319-0E25A6442552 PWM21-1505FAC EXHIBIT A LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR Set forth below is the full name and location of the place of business of each sub-contractor whom the Contractor proposes to subcontract portions of the Project in excess of one-half of one percent of the total bid, and the portion of the Project which will be done by each sub-contractor for each subcontract. NOTE: The Contractor understands that if it fails to specify a sub-contractor for any portion of the Project to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the Contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." SUBCONTRACTORS Portion of Project to be Subcontracted el< � f-r:-c..-\, \ Business Name and Address FA""\'"'""" ��,o (',..,, -r 't'o?I J114,-t,•w c;._...., • .., erllo1t1••+,,_ . Total % Subcontracted: __ '(�0�(c�o __ _ DIR Registration No. / OIJOOO $"JI s- License No., Classification & Expiration Date 1f'/'2 7l. , ... s, ... z.2 The Contractor must perform no less than fifty percent (50%) of the work with its own forces % of Total Contract '(Yo Fire Station No. 6 Dorm Conversion Page 5 of 24 City Attorney Approved 1/20/2020 DocuSign Envelope ID: CACFAECB-EC54-4C55-A319-0E25A6442552 PWM21-1505FAC EXHIBIT B Fire Station No. 6 Dorm Conversion Contractor to provide all material, tools and labor necessary to convert a portion of the exisitng captian's office into a dorm at Fire Station No.6 located at 7201 Rancho Santa Fe Rd., Carlsbad, CA 92009. Scope of work shall consist of all items mentioned in the contractor's revised proposals dated April 8, 2021 and is attached to this document as Exhibit "D". JOB QUOTATION ITEM UNIT QTY DESCRIPTION PRICE NO. 1 LS 1 Convert half of the existing captains office into a dorm. $35,685.08 TOTAL* $35,685.08 *Includes taxes, fees, expenses and all other costs . I. Fire Station No. 6 Dorm Conversion Page 6 of 24 City Attorney Approved 1/20/2020 DocuSign Envelope ID: CACFAECB-EC54-4C55-A319-0E25A6442552 Premium Subject to Adjustment Based on Final Contract Price EXHIBIT C LABOR AND MATERIALS BOND PWM21-1505FAC Bond No. 100576220 Premium: $714.00 WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to S & J Builders and Restoration Services, Inc., a California corporation (hereinafter designated as the "Principal"), a Contract for: FIRE STATION NO. 6 DORM CONVERSION CONTRACT NO. in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of its subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, S & J Builders and Restoration Services, Inc., a California corporation as Principal, (hereinafter designated as the "Contractor''), and American Contractors Indemnity Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of thirty-five thousand six hundred eighty five dollars and eight cents ($35,685.08), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the Contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Fire Station No. 6 Dorm Conversion Page 7_ of 24 City Attorney Approved 1/20/2020 DocuSign Envelope ID: CACFAECB-EC54-4C55-A319-0E25A6442552 PWM21-1505FAC In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. SIGNED AND SEALED, this __ 1_s_t ____ day of __ Ju_n_e ___________ , 20_2_1 _ _ s_&_J_Bu_i _ld_er_s_a_n _d_R_e_st_o_ra_ti_on_se_r _vi_ce_s_, _1 n_c_. _(SEAL) By : -----'�"""'-- - ------ (Pr - inci ,,,__ pal) �-�----.-.- • �- c5 e.•w I LJ t' l $ 0�(Signature) Ame rican Contractors Indemnity Company (SEAL), (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY -ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CELIA A. BREWER City Attorney By: Assistant City Attorney Fire Station No. 6 Dorm Conversion City Attorne y Approve d 1/20/2020 Page 8 of 24 DocuSign Envelope ID: CACFAECB-EC54-4C55-A319-0E25A6442552 Page 9 of 24 DocuSign Envelope ID: CACFAECB-EC54-4C55-A319-0E25A6442552 Page 10 of 24 DocuSign Envelope ID: CACFAECB-EC54-4C55-A319-0E25A6442552 EXHIBIT D CONTRACTOR'S PROPOSAL S&.T Builders and Restoration Services Inc I 08 I 5 Whcatlands Ave Suite J Santee, CA 92071 619-449-2014 619-449-0887 fax Lie 689944 Insured: Property: City of Carlsbad 7201 Rancho Santa Fe Rd Carlsbad, CA 92008 Claim Rep.: NIA Estimator: Seim Wilson Position: Senior Estimator Company: S&J Builders Business: 10815 Wheallands Ave Suite J Santee. CA 9207 l Reference: Company: City of Carlsbad Conlrnclor: Company: Business: S&J Builders and Restoration Services I 0815 Wheat lands Avo Suite J Santee, CA 92071 Claim Number: N/A Policy Number: N/A Date Contacted: PWM21-1505FAC Cellular: (760) 585-8076 E-mail: Brian.Bacardi@carlsbadca.gov Business: (619) 449-2014 x 106 E-mail: swilson@s.mdjbuild.com Business: (619) 449-2014 Type of Loss: Tena111 lmproveme111 Date of' Loss: Date Inspected: 3/8/2021 12:00 AM Jn/2021 12:00 AM 3/9/2021 12:00 AM Date Received: Date Entered: 3/8/2021 12:00 AM 5/26/2021 12:00 AM Price List: CASD8X_MAY20_S.I_PYW Rcstoration/Scrvicc/Rcmodcl Estimate: ClTYOFCB-FS-6-BDOR-1 Fire Station No. 6 Dorm Conversion Page 11 of 24 DocuSign Envelope ID: CACFAECB-EC54-4C55-A319-0E25A6442552 PWM21-1505FAC S&.J Builders and Restoration Services Inc I 0815 Whcutlands Ave Sui le J Santee, CA 92071 619-449-2014 619--449-0887 rux Lie 689944 We would like to thank you for the opporlllnity to provide you with this COST PROPOSAL FOR FS 6 DORM/ OFFICE Tl.The total cosl for the repairs detailed in the following proposal is $35,685.08 Price Includes prevailing wages The all ached estimate details lhe specific work lo he complelcd. Additional work outside of thal specified in this estimate will be through separate proposal(s) and/or change ordcr(s) detailing the addilional/changcd scope of work as well as the terms and pricing of I hose changes. Repairs will be scheduled ufter a signed contract is received by S&J Builders and a PO is issued by the City. Unless noted otherwise, the customer is required to provide hear, waler and electricity on-sile for !he duration of this project. The customer is responsible for providing conlinuous access to the project area during nonnal business hours, Monday . F1iday. 7:30 am. 4:00 pm. Where an item is being replaced. we will be matching the existing item's quality, color, finish, texture or material as close as possible where applicable unless noted otherwise. there is no guanmty either specified or implied on cxac1 matches. 1l1is cslimatc docs not include hazardous material testing or abatement unless specifically detailed in the following estimate. This estimate is valid for 14 days from 05/26/2021. If you have any questions about this estimate. please contact Semi Wilson to discuss those questions. Respec1f11lly. Sean Wilson CJTYOFCB-FS-6-BDOR-l Fire Station No. 6 Dorm Conversion 5/26/2021 Page 12 of 24 Page: 2 DocuSign Envelope ID: CACFAECB-EC54-4C55-A319-0E25A6442552 S&.J Builders and Restoration Services Inc 10815 Whcallunds Ave Suite J Santee. CA 92071 61'1-449-2014 619-449-0887 fax Lie 689944 Office DESCRIPTION I. Containment Barricr/i\irlock/Dccon. Chamber 2. Peel & seal zipper 3. Carpenter -Finish, Trim / Cabinet -per hour CJTYOFCB-FS-6-BDOR-l Existing Floor phm PWM21-1505FAC Height: 8' 11" QTY Labor to cut back existing desk to for new wall location. Save to be to be used for new dorm desk fop fabrication. includes the remornl of the desk back and side cabinet. 57.17 SF 1.00 EA 8.00 HR Labor 4. Remove 5/8" -drywall per LF -up lo 2' tali Cut back for electrical rough in access 5. Remove Carpel cove (wall wrnp) -4" 6. Remove Glue down Carpel New dorm location only 7. Remove Suspended ceiling sysiern - 2' x 2' Proposed Floor Plan Office DESCRIPTION 8. Floor prolcclion -self-adhesive plastic film 9.Mel.ii studding. 3 5/8" wide. 16" OC, 20 gauge ID. Metal studding -bracing 10 rraming 11. 110 volt comm. wiring/conduit. box, 1amp.resistan1 outlet I 2. Batt Insulation -4" -RI 3 - unfaceci ball l3. 5/8" drywall -hung, taped, ready for texture I 4. 5/8" -drywall per LF -up lo 2' tall 15. Texture drywall -machine -knockdown 16. Seal lhc surfuce area w/latex based slain blocker -one coal 17. Paint the walls• rwo coats 18. Cove base molding -rubber or vinyl. 4" high I 9. Suspended ceiling system -2' x 2' 20. Install Ductwork -hol or cold air (per room) Relocate do to new woll location 21.Final cleaning -construction CITYOFCB-FS-6-BDOR-l Fire Station No. 6 Dorm Conversion Page 13 of 24 5/26/2021 5.00 LF 43.33 LF 92.96 SF 80.00 SF Height: 8' 11" QTY 69.00 SF !03.50 SF 10.00 LF 2.00 EA103.50 SF 103.50 SF 5.00 LF 139.50 SF 139.50 SF 279.94 SF 32.001..F 40.00 SF l.00 EA 69.00 SF Page: 3 DocuSign Envelope ID: CACFAECB-EC54-4C55-A319-0E25A6442552 S&.J Buildel's and Restoration Services Inc 1\#0M&lfeftHltlM�-. I 0815 Whcatlands Ave Suite J Santee. CA 92071 619--449-2014 619--449-0887 fax Lie 689944 New Dorm DESCRJl'TION 22.110 volt comm. wiring/condui1, box. tamp.resistalll l>Ullel 23. Ball insulation -4" -Rl3 -unfaccd ball 24. 5/8" drywall -hung, 1:iped, ready for texture25.5/8" -drywall per LF -up to 2' rnll 26. Tex lure drywall -machine -knockdown27. Se,LI the surface area w/latex hased stain blocker - one emu 28. Paint lhe walls -two coats 29. Floor prep for vinyl llooring 30.Vinyl plank flooring 31. Cove hase molding -rnbber or vinyl. 4" high 32.Vinyl -Reducer transition strip 33. Suspended ceiling system -2' x 2' 34. Ductwork -hot or cold air (per room) Relocate do to new w11ll location35. Ceiling diffuser -square, lay-in -24" 36. Detach & Reset In-ceiling speaker 37. Door and sidelight frosted glass film 38. Door Installer/Finish Carpenicr -per hour Labor to cut and install l'rostcd glass 111111 39.Laminated plastic cabinets -lower unit -Comm grade Non locking 40. Cabinet -desk drawers Non locking 41. Laminated plastic cabinets -full height unit -Comm grade Non locking 42. Laminated plastic cabinets -upper unit -Comm grade Non locking 43. Cabinet -drawer units -Full Height Non locking 44.Closet rod -Premium grade -stainless steel 45. Robe hook 46. Cahinel drawer slides -full extension (per pair) 47.Cabinet knob or pull48. Countert(1p -sol id surface49.Backsplash -solid surface -permanent 50.Laminated plastk cabinets -Bed unit -Comm grade Matt .. ess by city 5 I. Cabinet -bed drawer unitNon locking52. Bed Back and Side splash -plastic laminate 53. Caiventer -Finish. Trim/ Cabinet -per hourAdditional labor in assist with uppers, Full height and bed unit. 54. Final cleaning -construction CITYOFCB-FS-6-BDOR-I Fire Station No. 6 Dorm Conversion Page 14 of 24 PWM21-1505FAC 5/26/2021 Height: 8' 11" QTY 1.00 EA !03.50 SF 103.50 SF 5.00 LF 139.50 SF 139.50 SF 299.31 SF 77.92 SF 89.60 SF 33.67 LF 3.00 LF 40.00 SF 1.00 EA I.DO EA 2.00 EA2.00EA 2.00 HR 2.29 LI< 3.00 EA 6.17 LF 5.50 LF 6.00 EA 6.00 LF 3.00 EA 6.00 EA 19.00 EA I 1.00 SF 9.50 LF 3.50 LF 3.00 EA 14.88 SF 8.00 HR 77.92 SF Page: 4 DocuSign Envelope ID: CACFAECB-EC54-4C55-A319-0E25A6442552 PWM21-1505FAC General S&.J Builders and Restoration Services Inc 10815 Whcatlands Ave Suite J Santee, CA 92071 619-449-2014 619-449-0887 fax Lie 689944 OESCRJPTION QTY 55. Pennits & City fees [ EXCLUDED ] 1.00 EA 56. Gcncrnl clean -up 16.00 HR Ongoing trade site clean up. 57. Haul debris -per pickup truck load -including dump fees 3.00 EA 58.Commercial Supervision / Project Munagemcnt -per hour 32.00 HR Supel'intendent/Pro,iect Manage!' may complete tasks such as, but not limited to, create/maintain project schedules, coordinate/meet trades, order materials, inspect job sites, obtain permits, meet with inspectors, etc. 59. Paymcn1 and Pcrfonnancc Bond 1.00 EA Gram! Total $35,685.08 Grand Total Areas: 935.36 SF Walls 322.00 SF Ceiling 1,257.36 SF Walls and Ceiling 309.83 SF Floor 34.43 SY Flooring 109.00 LF Floor Perimeter 0.00 SF Long Wall 0.00 SF Short Wall 125.00 LF Ceil. Perimeter 309.83 Floor Area 360.94 Total Area 935.36 lnterior Wall Area 915.78 Exterior Wall Area 108.00 Ex1erior Perimeter of Walls 0.00 Surface Area 0.00 Number of S4uarcs 0.00 Total Perimeter Length 0.00 Total Ridge Length 0.00 Total I lip Length CITYOFCB-FS-6-BDOR-l 5/26/2021 Page: 5Fire Station No. 6 Dorm Conversion Page 15 of 24 DocuSign Envelope ID: CACFAECB-EC54-4C55-A319-0E25A6442552 S&J Builders and Restoration Services Inc ..... , ......... s..-.-. 5 7 I 0815 Wheat lands Ave Suite J Santee, CA 92071 619-449-2014 619-449-0887 fax Lie 689944 CITYOFCB-FS-6-BDOR-I Fire Station No. 6 Dorm Conversion 2 4 6 8 Page 16 of 24 PWM21-1505FAC 5/26/2021 Page: 6 DocuSign Envelope ID: CACFAECB-EC54-4C55-A319-0E25A6442552 S&J Builders and Restoration Services Inc ...... , ................... 9 II 13 15 10815 Wheat lands Ave Suite J Santee, CA 92071 619-449-2014 6 I 9-449-0887 fax Lie 689944 CITYOFCB-FS-6-BDOR-l Fire Station No. 6 Dorm Conversion 10 12 14 16 Page 17 of 24 PWM21-1505FAC 5/26/2021 Page: 7 DocuSign Envelope ID: CACFAECB-EC54-4C55-A319-0E25A6442552 S&J Builders and Restoration Services Inc 17 19 21 23 I 0815 Whea1la11ds Ave Sui1c J Santee, CA 92071 619-449-2014619-449-0887 fax Lie 689944CITYOFCB-FS-6-BOOR-I Fire Station No. 6 Dorm Conversion 18 20 22 24 Page 18 of 24 PWM21-1505FAC 5/26/2021 Page: 8 DocuSign Envelope ID: CACFAECB-EC54-4C55-A319-0E25A6442552 S&J Builders and Restoration Services Inc 25 27 29 31 I 0815 Wheat lands Ave Suite J Santee, CA 92071 619-449-20 I 4 6 I 9-449-0887 fox Lie 689944 CITYOFCB-FS-6-BDOR-1 Fire Station No. 6 Dorm Conversion 26 28 30 32 Page 19 of 24 PWM21-1505FAC 5/26/2021 Page: 9 DocuSign Envelope ID: CACFAECB-EC54-4C55-A319-0E25A6442552 S&J Builders and Restoration Services Inc 33 10815 Whe:111:mds Ave Suite J Santee, CA 92071 619-449-2014619-449-0887 fox Lie 689944CITYOFCB-FS-6-BDOR-I Fire Station No. 6 Dorm Conversion Page 20 of 24 PWM21-1505FAC 5/26/2021 Page: 10 DocuSign Envelope ID: CACFAECB-EC54-4C55-A319-0E25A6442552 PWM21-1505FAC mi S&J Builders and Restoration Services IncI 08 I 5 Wheat lands Ave Suitel ..... ,.II.�� .... Santee. CA 92071 619-449-2014 619-449-0887 fax Lie 689944 Image Detail Image No. Type Date Taken Taken By I 34-IMG_9264 3/9/2021 2 I 35-JMG_9265 3/9/2021 3 136-IMG_9266 3/9/2021 4 I 37-1MG_9267 3/9/2021 5 138-IMG_9268 3/9/2021 6 139-IMG_9269 3/9/2021 7 140-IMG_9270 3/9/2021 8 141-IMG_9271 3/9/2021 9 142-IMG_9272 3/9/2021 10 143-IMG_9273 3/9/2021 II 144-lMG_9274 3/9/2021 12 l45-1MG_9275 3/9/2021 13 146-1MG_9276 3/9/2021 14 147-lMG_9277 3/1)/2021 15 148-IMG_9278 3/9/2021 16 149-1MG_9279 3/9/2021 17 150-IMG_9280 3/9/2021 OTYOFCB-FS-6-BDOR-I 5/26/2021 Page: 11 Fire Station No. 6 Dorm Conversion Page 21 of 24 DocuSign Envelope ID: CACFAECB-EC54-4C55-A319-0E25A6442552 PWM21-1505FAC ml S&J Builders and Restoration Services Inc 10815 Wheallands Ave Sui1c J 1-.ien111aJ1&t�&ntit,-. Santee, CA 92071 619-449-2014 619-449-0887 fox Lie 689944 Continued . Image Detail Image No. Type Date Taken Taken By 18 151-IMG_928I 3/9/2021 19 152-IMG _9282 3/9/2021 20 153-JMG_9283 3/9/2021 21 154-IMG_9284 3/9/2021 22 155-IMG_9285 3/9/2021 23 l56-IMG_9286 3/9/2021 24 157-IMG_9287 3/9/2021 25 158-IMG_9288 3/9/2021 26 I 59-JMG_9289 3/9/2021 27 160-IMG_9290 3/9/2021 28 161-IMG_9291 3/9/2021 29 162-IMG_9292 3/9/2021 30 163-JMG_9293 3/9/2021 31 164-lMG_9294 3/9/2021 32 I 65-lMG_9295 3/9/2021 33 166-IMG_9296 3/9/2021 CITYOFCB-FS-6-BDOR-I 5/26/2021 Page: 12 Fire Station No. 6 Dorm Conversion Page 22 of 24 DocuSign Envelope ID: CACFAECB-EC54-4C55-A319-0E25A6442552 PWM21-1505FAC E,:;isling Floor plan 14' 10" Desk (B2) 8' 3" 14' 2" � (o io C'l Office :.... "' Existing Floor plan CITYOFCB-FS-6-BDDR-I 5/26/2021 Page: 13 Fire Station No. 6 Dorm Conversion Page 23 of 24 DocuSign Envelope ID: CACFAECB-EC54-4C55-A319-0E25A6442552 Propose<l Flour Pl:m CITYOFCB-FS-fi-BDOR-1 1------6' 6"-----+-------g• 4"-------1 __ 6_._4_'---◄�t 7'1�3 • "' [Bl) � '"' Bo, oh ( ,' '° Office NewD nn e Cab7:'( 3) pp Cab(B2) 4) Fire Station No. 6 Dorm Conversion Page 24 of 24 PWM21-1505FAC Prcmosed Floor Plan 5/26/2011 Page: 14- DocuSign Envelope ID: CACFAECB-EC54-4C55-A319-0E25A6442552 ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTRINSD WVD PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 10/14/2020 21199 S & J Builders And Restoration Services, Inc. 10815 Wheatlands Ave. Ste. J Santee, CA 92071 38342 10855 31453 A 1,000,000 X 12EMP9285808 10/15/2020 10/15/2021 100,000 Professional Liab 5,000 Deductible $5K 1,000,000 2,000,000 2,000,000 1,000,000B BA040000032483 3/1/2020 3/1/2021 2,000,000A 12EMX0523007 10/15/2020 10/15/2021 2,000,000 C X SJWC137364 1/1/2020 1/1/2021 1,000,000 1,000,000 1,000,000 A CPL 12EMP9285807 10/15/2019 per occ$1,000,000/ag 2,000,000 D Bailees 60497187 10/10/2019 10/10/2020 Bailees 250,000 Re: Faraday Room 278 Reconfiguration Agreement Number : PWM20-1044FAC As respects General Liabiliy 'The City of Carlsbad' is additional insured when required by written contract per attached endorsements. Cancellation Clause applies per attached policy language. Waiver of Subrogation applies with respects to Workers Compensation. City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 S&JBUIL-01 ASCOTT JPL Insurance Group, Inc. 3033 Fifth Ave. #325 San Diego, CA 92103 Amy Brinkley amy@jplinsurance.com Arch Specialty Ins Co California Automobile Ins Co. Cypress Insurance Company Financial Pacific Insurance Co X 10/15/2020 X X X X X X X X FORM NUMBER: EFFECTIVE DATE: The ACORD name and logo are registered marks of ACORD ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE FORM TITLE: Page of THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, ACORD 101 (2008/01) AGENCY CUSTOMER ID: LOC #: AGENCY NAMED INSURED POLICY NUMBER CARRIER NAIC CODE © 2008 ACORD CORPORATION. All rights reserved. JPL Insurance Group, Inc. S&JBUIL-01 SEE PAGE 1 1 SEE PAGE 1 ACORD 25 Certificate of Liability Insurance 1 SEE P 1 S & J Builders And Restoration Services, Inc. 10815 Wheatlands Ave. Ste. J Santee, CA 92071 SEE PAGE 1 ASCOTT 1 Additional Named Insured Services, Inc THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -SCHEDULED PERSON OR ORGANIZATION (ISO CG 2010 0413 LANGUAGE) This endorsement modifies insurance provided under the following: ENVIRONMENTAL MULTILINE POLICY SCHEDULE Name Of Additional Insured Person(s) Or OrQanization(s) Location(s) Of Covered Operations Any person or organization for whom you perform All locations where your ongoing operations are being work under a written contract that requires you to performed for the additional insured persons or obtain this agreement from us. The written contract organizations shown in this Schedule except where must be signed prior to the date of the LOSS or otherwise excluded by the Policy or endorsements OCCURRENCE. The most we will pay on behalf of thereto. the additional insured is the lesser of the amount required by the contract or what is available under the limits of insurance shown in the declarations. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A.Section Ill -WHO IS AN INSURED is amended to include as an additional insured the person(s)or organization(s) shown in the Schedule, but only with respect to liability for BODILY INJURY, PROPERTY DAMAGE or PERSONAL AND ADVERTISING INJURY caused, in whole or in part,by: 1.Your acts or omissions; or 2.The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1.The insurance afforded to such additional insured only applies to the extent permitted bylaw; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you arerequired by the contract or agreement to provide for such additional insured. B.With respect to the insurance afforded to these additional insureds, the following additionalexclusions apply: This insurance does not apply to BODILY INJURY or PROPERTY DAMAGE occurring after: 00 EMP0123 00 04 19 Includes copyright material of Page 1 of 2 Insurance Services Office, Inc., with its permission. 1.All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of theadditional insured(s) at the location of the covered operations has been completed; or 2.That portion of YOUR WORK out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C.With respect to the insurance afforded to these additional insureds, the following is added toSection IV -LIMITS OF INSURANCE: If coverage provided to the additional insured is required by a contract or agreement, the most wewill pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this Policy remain unchanged. Endorsement Number: Policy Number: 12 EMP 92858 08 Named Insured: S & J BUILDERS AND RESTORATION SERVICES, INC.; S & J BUILDERS AND RESTORATION SERVICES PARTNERSHIP This endorsement is effective on the inception date of this Policy unless otherwise stated herein: Endorsement Effective Date: 10/15/20 00 EMP0123 00 04 19 Includes copyright material of Page 2 of 2 Insurance Services Office, Inc., with its permission. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -COMPLETED OPERATIONS (ISO CG 20 37 0413 LANGUAGE) This endorsement modifies insurance provided under the following: ENVIRONMENTAL MULTILINE POLICY SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Any person or organization for whom you perform work All locations where YOUR WORK was performed for under a written contract that requires you to obtain this the additional insured persons or organizations shown agreement from us. The written contract must be in this Schedule except where otherwise excluded by signed prior to the date of the LOSS or the Policy or endorsements thereto. OCCURRENCE. The most we will pay on behalf of the additional insured is the lesser of the amount required by the contract or what is available under the limits of insurance shown in the declarations. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A.Section Ill -WHO IS AN INSURED is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for BODILY INJURY orPROPERTY DAMAGE caused, in whole or in part, by YOUR WORK at the location designated and described in the Schedule of this endorsement performed for that additional insured andincluded in the PRODUCTS-COMPLETED OPERATIONS HAZARD. However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you arerequired by the contract or agreement to provide for such additional insured. B.With respect to the insurance afforded to these additional insureds, the following is added toSection IV - LIMITS OF INSURANCE: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 00 EMP0125 00 04 19 Includes copyright material of Insurance Services Office, Inc., with its permission. Page 1 of 2 1.Required by the contract or agreement; or 2.Available under the applicable Limits of Insurance shown in the Declarations: whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this Policy remain unchanged. Endorsement Number: Policy Number: 12 EMP 92858 08 Named Insured: S & J BUILDERS AND RESTORATON SERVICES, INC.; S & J BUILDERS AND RESTORATION SERVICES PARTNERSHIP This endorsement is effective on the inception date of this Policy unless otherwise stated herein: Endorsement Effective Date: 10/15/20 00 EMP0125 00 04 19 Includes copyright material of Insurance Services Office, Inc., with its permission. Page 2 of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¶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¶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¶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³&$ 6XUFKDUJH´ ZLWK DQ DPRXQW ZLOO EH GLVSOD\HG RQ \RXU SUHPLXP QRWLFH )3,& ,QFOXGHV FRS\ULJKWHG PDWHULDO RI ,QVXUDQFH 6HUYLFHV 2IILFH ,QF ZLWK LWV SHUPLVVLRQ Policy #12EMP9285808 01/01/2019 All CA Operations Cypress Insurance Company SJWC029784 1898.00