Loading...
HomeMy WebLinkAboutAir Link International; 1986-02-06; 3006-6I"h4" a il" -J UIIU .L.bCUL.I IU. 0 I,LL" I u ILL6 A.L y Ub u c L u City Clerk 1200 Elm Avenue Carlsbad, CA 92008 NOTICE OF COMPLETION To All taborers and Material Men and to Every Other Per; Interested: YOU WILL PLEASE TAKE NOTICE that on January 13, 1987, i project consisting of pneumatic tubes at the Carlsbad Safety ( Service Center, on which Air Link International was 1 Contractor, was completed. CITY OF CARLSBAD PROJECT COORDINATOR VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad; the Ci Council of said City on 2, 7 , 1987, accepted t above described work as and ordered that a Notice Completion be filed. I declare under penalty of perjury that the foregoing *- CITY OF CARLSBAD true and correct. 28, 1987 at Carlsbad, California. Executed on I - City Clerk E- I 87 065709 -* - .-- inn- td FEE -5 $& 8. 38 VERA ' LYLE i ea3 COUiifTY CORDE DE^' L.,' w m ., - :/ +// . ;,',, - ,. /' 0 1200 ELM AVENUE TEl CARLSBAD, CALIFORNIA 92008 (61s Office of the City Clerk I .' Mitt! of Mnrls bab January 30, 1987 Vera L. Lyle County Recorder P.O. Box 1750 San Diego, CA 92112 Enclosed for recordation are the following described documents: I Notice of Completion - Engineering Elevatorsat Carlsbad Safety and Service Center; Reliable Elevators Contractor Notice of Completion - Engineering HVAC at Carlsbad Safety and Service Center Kinney Air Conditioning Contractor Notice of Completion - Engineering Fire Sprinklers at Carlsbad Safety and Service Center; Orving Engineering Contractor Notice of Completion - Engineering Electrical at Carlsbad Safety and Service Center Catton-McCutcheon Contractor Notice of Completion - Engineering Service Station Equipment at Carlsbad Safety and Service Center; Lube Life Equipment Contractor Notice of Completion - Engineering Vehicle Wash at Carlsbad Safety and Service Center; N/S Corporation Contractor Notice of Completion - Engineering Precast Concrete at Carlsbad Safety and Service Center; Tecon Pacific Contractor Notice of Completion - Engineering Miscellaneous Metal at Carlsbad Safety and Service Center; Tulsa Steel Manufacturing Contractor 0 0 Vera L. Lyle County Recorder January 30, 1987 Page 2 b, Notice of Completion - Engineering Doors and Frames at Carlsbad Safety and Service Center; Estrada Hardware Contractor Notice of Completion - Engineering Concrete Masonry at Carlsbad Safety and Service Center; L.R. Hubbard Contractor Notice of Completion - Engineering Glass Block Ceilings at Carlsbad Safety and Service Center; Dittman Masonry Contractor Notice of Completion - Engineering Toilet Partitions at CArlsbad Safety and Service Center; Maloney Specialties Contractor Notice of Completion - Engineering Glazing at Carlsbad Safety and Service Center Pacific Glass Contractor Notice of Completion - Engineering Aluminum Canopies at Carlsbad Safety and Service Center; Construction Specialties Contractor Notice of Completion - Engineering Drywall at Carlsbad Safety and Service Center; E.F. Brady Co. Contractor Notice of Completion - Engineering Roofing at Carlsbad Safety and Service Center Hess Roofing Contractor Notice of Completion - Engineering Sheet Metal at Carlsbad Safety and Service Center; California Sheet Metal Contractor Notice of Completion - Engineering Insulation at the Carlsbad Safety and Service Center; Dittemore Brothers Contractor Notice of Completion - Engineering Ceiling Doors at Carlsbad Safety and Service Center; Southern California Overhead Doors Contractor Notice of Completion - Engineering Pneumatic Tubes at Carlsbad Safety and Service Center; Air Link International Contractor e 0 k Vera L. Lyle County Recorder January 30, 1987 Page 3 Notice of Completion - Engineering Cabinets at Carlsbad Safety and Service Center Bowser Cabinets Contractor Notice of Completion - Engineering Tile at Carlsbad Safety and Service Center McCandless Tile Contractor Notice of Completion - Engineering Painting at Carlsbad Safety and Service Center Simmons and Wood Contractor Notice of Completion - Engineering Carpets at Carlsbad Safety and Service Center; Vincent Wentz Contractor Notice of Completion - Engineering Access Flooring at Carlsbad Safety and SErvice Center; Tate Access Floors Contractor Notice of Completion - Engineering Folding Partitions at Carlsbd Safety and Service Center; Advanced Wall Systems Contractor Notice of Completion - Engineering Window Coverings at Carlsbad Safety and Service Center; Sheward & Sons Contractor Notice of Completion - Engineering Lockers at Carlsbad Safety and Service Center Goodale Co. Contractor Our staff has determined that the recordation of these documents is of benefit to the City; therefore, it is requested that the fees be waived. Thank you for your assistance in this matter. g%xZF eputy City Clerk Encs. e -= -..-- ...-..---. IU. a e ----x------ -.--"- --__ City Clerk 1200 Elm Avenue Carlsbad, CA 92008 J NOTlCE OF COMPLETION To All Laborers and Material Men and to Every Other Per Interested: YOU WILL PLEASE TAKE NOTICE that on January 13, 1987, project consisting of pneumatic tubes at the Carlsbad Safety Service Center, on which Air Link International was Contractor, was completed. CITY OF CARLSBAD - PROJECT COORDINATOR VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad; the Ci Council of said City on 2. 7 , 1987, accepted t above described work as and ordered that a Notice Completion be filed. I declare under penalty of perjury that the foregoing * CITY OF CARLSBAD true and correct. a&, 1987 at Carlsbad, California. Executed on ALETHA L. R'AUTENKRANZ I City Clerk POLICY NUMBER 90-791962-6 TYPE OF INSURANCE POLICY PERIOD LIMITS OF LIABILITi (eff iexp ) General Liability 4/12/85 4/12/86 Dual Limits for B( Contractors' Liability Aggregate $_--- Comprehensive Each Occurrence $ Manufacturers' and PRO 0 Owners', Landlords' and Tenants' Liability Each Occurrence $ the following coverages for the periods and limits indicated below The above insurance includes (applicable if indicated by ) 0 PRODUCTS-COMPLETED OPERATIONS 0 OWNERS OR CONTRACTORS PROTECTIVE LIABILITY 0 CONTRACTUAL LIABILITY 0 BROAD FORM PROPERTY DAMAGE 0 BROAD FORM COMPREHENSIVE GENERAL LIABILITY POLICY NUMBER TYPE OF INSURANCE POLICY PERIOD (eff iexp ) 0 Watercraft 0 0 Liability EXCESS LIABILITY UMBRELLA 5/15/85 5/15/86 90-796282-8 0 OTHER Workmen siWorkers Com- pensation-Coverage A -Coverage B 0 Employer's Liability 'Aggregate not applicable if Owners , Landlords and Tenants' Liability Insurance excludes Aggregate' $- kl Combined Single Limit for BOD PRO Each Occurrence $ 500 J Aggregate $m CONTRACTUAL LIABILITY LIMITS (If different than above) B( Each Occurrence $ ____ PROF Each Occurrence $ ~ Aggregate $- Combined Single Limit for BOD1 PRO1 Each Occurrence $ 1 ,ooc Aggregate $ 1 :ooc Coverage A STATUTOR' Coverage B $- structural alterations, new construction or demo1 0 I... '"..' T L.i. ; !..I :::' !::, ' i,,, 11: ii;: ;:1 ; ;,? i'; 0 A I,,, I,,) . ! ! !. .. I '.. . .~.. . !_ i : ~::, 'r' ..I.' I ") i.' i..~ b ! ..;. .:. .. : .. I ,j_ ?.;I,,!!:: !i.l 2 .... x.,:!'.: ,'.'x-; ... .. 8 __ ... :, ,... : i :". y""' <:; j: 'y' y {jj::' I' <:i j ).., :::. I :$,,,2>,.? 1.. 1 1 1 , ..) ~.. .i ..~. .._. 3: ... ti:' .. '? ? li_- WALTMAN INSURANCE SERVICE 556 E. LAMBERT ROAD BREA, CALIF. 92621 ORANGE, CALIF. 92667 PRODUCTSIC3MPLETED GPEPATIONS INDEPENDENT CONTRACTORS BROAD FORM PRoPm DAMAGE PERSONAL INJURY PERSONAL INJURY ALL OWNED AUTOS (2RIV "ASS ) ALL OlfJNED AUTOS (g$R&!!!y) NOW-OWNED AUTOS GARAGE LIASILIPI CITY OF CARLSBAD 1200 ELM STREET * CARLSBAD, CALIF. 92008 a 0 L z CITY OF CARLSBAD SAN DIEGO COUNTY C AL IF0 RN IA BIDDING DOCUMENTS FOR PUBLIC SAFETY AND SERVICE CENTER CONTRACT NO. 3006 BID PACKAGE NO. 6 F9R: Aluminum Entrance, Storefronts and Glass; Aluminum Canopy/Sunscreens; Lath and Plaster; Metal Studs and Drywall; Roofing, Waterproofing and Insulation; Sheet Metal and Accessories; Building Insulation; Coiling and Sectional Doors; Pneumatic Tube System; Finish Carpentry; Site Maintenance Contract or For information relative to this project contact: KOLL CONSTRUCTION COMPANY 7330 Engineer Road San Diego, CA 92111 Steve Mahoney, Project Manager (619) 292-5550 P' . e e* 'L b 1% Page CONTRACT THIS AGREEMENT, made and entered into this @ day of - 9 19fJ by and between the City of Carlsbad, California, a municipal corpor (hereinafter called Tity"), and Air Link International (hereinafter called "Contractor".) City and Contractor aqree as follows: i n 1. Description of Work. Contractor shall perform all work specified in the contract documents for: Pnemtic Tube System (hereinafter called I'Droject'') Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment and personnel to perform the work specified the contract documents . 2. 3. Contract Documents. The contract documents consist of this contract; tt bid documents, including the not ice to bidders, instruct ions to bidders contractors proposal; the plans and specifications and all proper amendments and changes made thereto in accordance with this contract or plans and specifications; and the bonds for the project; all of which a1 -* incorporated herein by this reference. 4. Payment. As full compensation for Contractors performance of work undeI mntract, City shall make payment to Contractor per the terms outli ninety tm dollars $13,092 Payment of undisputed contract amounts shall be contingent upon Contract furnishinq City with a release of all claims aqainst City amd Constructj Manager arising by virtue of this contract as it relates to those amoun Extra compensation equal to SO percent of the net savings may be paid ti Contractor for cost reduction chanqes in the plans or swcifications mal pursuant to a proposal bv Contractor. The net savings shall be detenii by City. No payment shall be made unless the chanqe is approved by the City. in the Notice Invitina Bids, Item 13. Contract amount mi-+- ow ( 5. Independent Investiqation. Contractor has made an independent \ investigation of the jobsite, the soil conditions under the johsite, am all other conditions that might affect the progress of the work, and is aware of those conditions. The contract price includes payment for all work that may be done by Contractor in order to overcane unanticipated underground conditions. Any information that may have been furnished ti Contractor by City about underground conditions or other .job conditions for Contractor's convenience only, and City does not warrant that the conditions are as thus. indicated. Contractor is satisfied will all job conditions, includina underground conditions and has not relied on i nf orma t ion furnished by City. 4 0 or b V < Page 1e 6. Contractor Responsible for Unforeseen Conditions. Contractor shall be responsible for all loss or damaqe arising out of the nature of the work ( from the action of the elements or from any unforeseen difficulties which may arise or be encountered in the prosecution of the work until its acceptance by the City. Contractor shall also be responsible for expense! incurred in the suspension or discontinuance of the work. However, contractor shall not be responsible for reasonable delays in the completic of the work caused by acts of God, stormy weather, extra work, or matters which the specifications expressly stipulate will be borne by City. 7. Change Orders. City may, without affectinq the validity of this contract order changes, modifications, deletions and extra work by issuance of written change orders. Contractor shall make no change in the work witho the issuance of a written change order, and Contractor shall not be entitled to compensation for any extra work performed unless the City has issued a written change order designating in advance the amount of additional compensation to be paid for the work. If a change order delet any work the contract price shall be reduced by a fair and reasonable amount. If the parties are unable to agree on the amount of reduction th work shall nevertheless proceed and the amount shall be determined by arbitration or litigation. The only person authorized to order changes c extra work is the City Engineer. excess of $5,000.00 shall be effective unless approved by the City Council. - However, no change or extra work order 8. Prevailing Wage. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per dim wages for each craft or type of worker needed to execute the contract anc schedule containing such information is in the City Clerk's office and i! incorporated by reference herein. contractor shall pay prevailina wages. Contractor shall post copies of l apolicahle prevailinq wages on the job site. Pursuant to Labor Code Section 1774 9. Indemnity. Contractor shall indemnify, hold harmless and defend the tonstruction Manager and the City and its officers and employees, and ea( of them, from any and all liability or loss resultina from any suit, cla or other action brought aqainst the City, or for any other losses of whatever nature, directly or indirectly arising from the acts of Contraci or its officers, employees or aqents done in the construction of this project or in the performance of this contract regardless of responsibil for neqliqence. The expenses of defense include all costs and expenses, including attorneys fees, of lit iqation, arbitration or other dispute resolution method. Nothinq in this paragraph shall require contractor t indemnify City for losses caused by the active neqliqence bf City. 10. Contractor shall provide Certificates of Insurance evidencing coveraue i amounts not less than the following: 1 I 0 0 tr , 1 Page 1: Coverage Combined Sinqle Limit: Automobile Liability $ 500,000 General Liability 500,000 Products /Completed Operations 500,000 8 lanke t Contr actural 500,000 Contractor's Protective 500,000 Personal Injury 500,000 Excess Liability 500,000 Other Contractor may he required to increase the limits of liability insurance the size and nature of the project require excess coverage. Contractor shall cause the City and Construction Manaqer to be named as 2 additional insured on all policies concerning the subject matter or performance of this contract. 11. Workers Compen_sation. Contractor shall comply with the requirements of Section 3700 of the California Labor Code. Contractor shall also assume the defense and indemnify and save harmless the City and Construction Manager and its officers and employees from all claims, loss, darnaqe, injury and liability of every kind, nature and descriotion brought by an) person employed or used by Contractor to perform any work under this contact regardless of responsibility for negligence. 12. Proof of Insurance. Contractor shall submit to the City through the tonstru'ction Manager, certification of the policies mentioned in Paraqral 10 and 11 or proof of workers' compensation self insurance prior to the start of any work pursuant to this contract. Certificates of insurance shall provide that the insurance will not be cancelled until the expirat of at least thirty (30) days after written notice of such cancellation h been qiven to the City. Arbitration. out of or relating to this contract or the breach thereof may, at the option of City, be settled by arbitration in accordance with the construction industry rules of the American Arbitration Association and iudqment upon the award rendered by the arbitrator(s1 may be entered in California court having jurisdiction thereof. The award of the arbitrator(s) shall be supported by law and substantial evidence as provided by the California Code of Civil Procedure, Section 1296. 14. Maintenance .of Records. Contractor shall maintain and make available to the City, upon request, records in accordance with Section5 1776 and 181 of Part 7, Chapter 1, Article 2 of the California Labor Code. Contractor does not maintain the records at Contractor's principal place business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this contract. shall notify the City by certified mail of any chanqe of address of such records. 13. Any controversy or claim in any amount up to $100,000 aris If the Contractor 4 0 Oi 6 I ,. Page If 15. Labor Code Provisions: The provisions of Part 7, Chapter 1 commencing wii section 1720 of the California Labor Code are incorporated herein by reference . 34-propriate securities may be substituted for any monies withheld b7 City to secure performance of this contract or any obligation established by this contract. 16. Securit . Pursuant to the requirements of law (Government Code Section 17. Additional Provisions: Any additional provisions of this agreement are SI forth in the "General Provisions'' or "Special Provisons" attached hereto and made a part hereof. -u (Notarial acknowledqement of execution by ALL PRINCIPALS must be attached.) $) ) LJ,/ i &..("i BY Title Contractor's Principal Place of Businez APPROVED AS (: Contractor's Certification of Awareness of Workers Compensation Responsibilit "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers compensation or to undertake self -insurance in accordance with the provisions of that code, and will comply with such provisions befor of this contract." --..- , ------ I. '4 ' 0 0 Prem inc. in Per 1 Page LABOR AND MATERIAL BOND KNOW ALL PERSONS BY THESE PESENTS: WHEREAS, the Cit Resolution No. 8398 adopted December 17, 1985 , has awardec Council o€ the City of Carlsbad, State of California, by 1 , hereinafter design, ontr act for : hematic Tube system 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. WHEREAS, said Principal has executed or is about to execute said contract an the tens thereof reauire the furnishinq of a bond with said contract, provi that if said Principal or any of hisfher or its subcontractors shall fail to for any materials, provisions, provender or other supplies or teams used in, upon for or about the performance of the work agreed to be done, or for any or labor done thereon of any kind, the Surety on this bond will pay the same the extent hereinafter set forth. NOW; MEEFOE, WE, D & B Corp dba: Air Link International as Principal, hereinafter designated as the "Contractor", arid as Surety, are held and firmly bound unto the City of Carlsbad, in the sum c Six thousand five hundred forty six said sum being equal to 50 percent (50%) of the estimated amount of the contract, to be paid to the said City or its certain attorney, its success01 and assigns; for which payment, well and truly to be made, we bind ourselvez our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION Of THIS OBLIGATION IS SUCH that if person or hisfher subcontractors fail to pay for any materials, provisions, provender or othe 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, 1 for amounts due under the Unemployment Insurance Code with respect to such ' or labor, that the Surety or Sureties will pay for the same, in an amount n exceeding the sum specified in the bond, and also, in case suit is brouqht I the bond, a reasonable attorney's fee, to be fixed by the court; as require the provisions of Section 4202 of the Government Code of the State of California e Dollars ($ 6,546 .\ - 1 (I a e e 1 c Paqe d This bond shall insure to the benefit of any and all persons, companies and corporations entitled to file claims under Section 1192.1 of the Code of Civi Procedure so as to qive a riqht of action to them or their assiqns in any sui‘ brought upon this bond, as required by the provisions of Section 4205 of the Government Code of the State of California. In the event that any Contractor above named executed this bond as an individual, it is asreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor Surety above named on the 14th day of January , 1986 . - D & B Corp dba: Air Link International I( 13 - (Notarize or Corporate .- Seal for Each Sianer) TRANSAMERICA PREMIER INSURANCE COMPANY -7 7 &LG5/OA4W ‘x A %?k& -&\Ab\ Susan M. Scherwerts , Attorney-in-fact Surety ) ) ss: ) STATEOF California County of Orange On this 14th day of January 1986, befc , a Notary I: personally appeared Susan M. Scherwerts personally known to me (orproved to met basis of satisfactory evidence) to be the A ttorney-in-Fact of the Transsmerica Premier Insu Company and acknowledged to me that he subscribed the name of the Transamerica Premier Insu Company thereto and his own name as Attorney-in-Fact. Kari Anne Gooldy CFFtCiX SEAL KARE ANNE GOQLDY FKXciW PUBLIC CXLifCXihlR PRM!l?hL. OFiiCF !h @R@GE MUPtPd mg2 , State of Cal i forni kf%RiSSiQr! Ex0 WC% 6 1581. 30272 YUllU llVlVU. Prem: $26; 0 0 a !TI 3 c - Page PE RFO RMANCE BOND WOW ALL PERSONS BY THESE PESENTS: WttEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 8298 adopted meher 17- 7985 , has awardec Air Link International , hereinafter design' as the "Principal", a contract for: ?nematic Tube System in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract doaiments now on file in the Office of the City Clerk of the City of Carlsbad. WHEREAS, said Principal has executed or is about to execute said contract anc the terms thereof require the furnishing of a bond for the faithful performal of said contract; NOW, THEREFOE, WE, D & B Corp dba: Air Link International as Principal, hereinafter designated as the "Contractor", and as Surety, are held and firmly bound unto the City of Carlsbad, in the sum oi said sum beinq equal to 100 percent (100%) of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successor: and assiqns; 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. TYE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contract01 histher or its heirs, executors, administrators 9 successors or assiqns, shal: all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and aareements in the said contract and any alteratior thereof made as therein provided on histher or their part, to he kept and performed at the time and in the manner therein specified, and in all respecl according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers and aqents, as therein stipulatm then this obliqation shall become null and void; otherwise it shall remain ir full force and virtue. And said Surety, for value received, hereby stipulates and aqrees that no chanqe, extension of time, alteration or addition to the terms of the contra( or to the work to be performed thereunder or the specifications accanpanyinq same shall affect its obliqations on this bond, and it does hereby waive not of any chanqe, extension of time, alterations or addition to the terms of tht contractor or to the work or to the scecifications. TRANSAMERICA PREMIER INSURANCE COMPANY drteen thousand ninetv tm Dollars ($13,092 .\ i 0 e * ’ V& *+ Page i Xsr the event that any Contractor above named executed this bond as an fmdividual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obliqations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor e January , 19 86 . Surety above named on the 14TH day of - I (Notarize or Corporate Seal for Each Signer) TRANSAMER ICA PREY I ER INSURANCE COMPANY \ < <*\I, ‘\ b,ijfi Ah, \x. A&,w W’ Susan M. Scherwerts, Attorney-in-fact Ce+,, STATEOF California ) County of Orawe 1 ) ss: On this 14th day of January 1986, befc , a Notary E personally appeared personally known to me (orproved to me ( basis of satisfactory evidence) to be the Attorney-in-Fact of the Transamerica Premier Insu Company and acknowledged to me that he subscribed the name of the Transamerica Premier Insu Company thereto and his own name as Attorney-in-Fact. Kari Anne Gooldy Susan M - s cherwerts ?7+- - r-s-?2!P-sss ;(Art:! s%,&qE G&-J.%Dy PR1rmiv.L OFFCE IN OK!AFE”,E C&UMV Oranqe , state of Cal i fornia lSsI!N $3 %a 6 192p 30272 GENERAL ACKNOWLEDGMENT the undersigned Notary Public, personally appeared <T EK, c ’,.? dPpqp / J personally known to me 0 proved to me on the basis of satisfactory evidence to be the person(a whose name@) j J subscrib within instrument, and acknowledged that L: Q ex? NATIONAL NOTARY ASSOCIATION 23012 Ventura Blvd PO Box 4625 Wo 710 122 a OL Page i GENERAL, PROVISIONS 1. PLANS AND SPECIFICATIONS The specifications for the work shall consist of the latest edition of ti Standard Specifications for Public Works Construction hereinafter desiqnated SSPWC, as issued by the Southern Chapters of the American Pub Works Association, the City of Carlsbad supplement to the SSPWC, the Contract documents and the General and Special Provisions attached thereto. The Construction Plans consist of 15 sheet(s). utilized for this project are the San Diego Area Reqional Standard Drawings, hereinafter desiqnated SDRS, as issued by the San Diego County Department of Transportation, toqether with the City of Carlsbad Supplemental Standard Drawings. Copies of pertinent standard drawings ai enclosed with these documents. A detailed list of the plans and specifications are attached hereto and made a part hereof. The standard drawinqs 2. WORK TO BE DONE The work to be done shall consist of furnishing all labor, equipment and materials and performing all operations necessary to complete the projed work as shown on the project plans and as specified in the specification 3. DEFINITIONS AND INTENT A. Architect: The word "Engineer" shall mean the architect or his approved represent at ive . B. Construct ion Manager: The word "Construction Manager" shall mean Koll Construction Company C. Reference to Drawings: Where words l'showntt, 'I indicated", "detailed", "noted", "scheduled" c words of similar import are used, it shall be understood that refere is made to the plans accomoanying these provisions unless stated otherwise. D. Direct ions : Where words "directed", desiqnated" , "selected" or words of similar import are used, it shall he understood that the direction, desiqnat or selection of the Construction Manager is intended unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Construction Manager" unless stated otherwise. 0 .- Paqe 2 E) Equals and Approvals: Where the words "equal", "approved equal", "equivalent" and such word of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Architect" unless otherwise stated. Where the words "approved", "approval", llacceptancell, or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Architect is intended. F) Perform and Provide: The word llperformll shall be understood to mean that the Contractor, i her/his expense, shall perform all operations, labor, tools and equipment, and further, including the furnishinq and installing of materials that are indicated, specified, or required to mean that the Contractor, at her/his expense, shall furnish and install the work, complete in place and ready to use, includinq furnishina of necessarq labor, materials, tools equipment and transportation. 4. CODES AND STANDAHIS Standard specifications incorporated in the requirements of the specifications by reference shall be those of the latest edition at the time of receiving bids. It shall be understood that the manufacturers 01 producers of materials so required either have such specifications available for reference or are fully familiar with their requirements as pertaininq to their product or material. 5. CONST RUCTIOI\I SCHEDULE The Contractor shall provide Consruction Manager with a Construction Schedule indicating work activities and lenqth of time reuuired for each activity. The Contractor shall review with the Construction Manaqer monthly the Construction Schedule to insure completion of the thole or ai part of the work. The Contractor shall begin work after beinu duly notified by an issuance a "Notice to Proceed" and shall diliqently prosecute the work to cmplet in connection with the construction schedule as approved by the Construct ion Manager. 6. NONCONFORMING WO RK The Contractor shall remove and replace any work not conforming to the plans or specifications upon written order by the Construction Manacler. Any cost caused by reason of this nonconforming work shall be borne by tl Contractor. e or . Paae 2 7, GUARANTEE All work shall be guaranteed for one year after the filing of a "Notice o Completion'' and any faulty work or materials discovered durina the guarantee period shall be repaired or replaced by the Contractor. 8. MANUFACTUER'S INSTRUCTIONS Where installation of work is required in accordance with the oroduct manufacturer's directions, the Contractor shall obtain and distribute the necessary copies of such instructions, including two copies to the Construction Manager. 9. INTEfWAL COMBUSTION ENGINES All internal combustion engines used in the construction shall be equippe with mufflers in qood repair hen in use on the project with special attention to Carlsbad Municipal Code, Chapter 8.48. IO. CITY INSPECTORS AI1 work shall be under the observation of a City Construction Inspector, Inspectors shall have free access to any or all parts of work at any time Contractor shall furnish Inspectors with such information as may be necessary to keep her/him fully informed regarding proqress and manner 01 work and character of materials. Inspection of work shall not relieve Contractor from any obliqation to fulfill this contract. PROVISIONS REOUIRED BY LA", DEEMED INSERTED Each and every provision of law and clause required by law to be insertec in this contract shall be deemed to be inserted herein and the contract shall be read and enforced as though it were included herein, and if, through mistake or otherwise, any such provision is not inserted, or is I correctly inserted, then upon application of either party the contract shall forthwith be physically amended to make such insertion or correct ion. 11. 12. INTENT OF CONTRAC-T DOCUMENTS The Contractor, her/his subcontractors and materials suppliers shall provide and install the work as indicated, specified and implied by the contract documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at Contractor's expense to fulfill the intent of said documents. In all instances throughout the life of the contract, the City will be the interpreter of the intent of the contract documents and the City's rlecis relative to said intent will be final and bindina. Failure of the Contractor to apprise her/his subcontractors and materials suDpliers of this condition of the contract will not relieve herhim of the responsibility of compliance. 0 0 c > Page 1 3. SUBSTITUTION OF- MATE RIALS The Proposal of the Bidder shall be in strict conformity with the drawin1 and specifications and based upon the items indicated or specified. The Contractor may offer a substitution for any material, apparatus, equipme or process indicated or Specified by patent or proprietary names or by names of manufacturer which she/he considers equal in every respect to those indicated or specified. The offer made in writing, shall include proof of the State Fire Marshal's approval (if required), all necessary information, specifications and data. If required, the Contractor, at her/his own expense, shall have the prooosed substitute, material, apparatus, equipment or process tested as to its quality and strength, i physical, chemical or other characteristics, and its durability, finish, efficiency, by a testing laboratory as selected by the City. If the substitute offered is not deemed to be equal to that so indicated or specified, then the Contractor shall furnish, erect, or install the material, apparatus, equipment or process indicated or specified. Such substitution of proposals shall be made prior to beginning of constructi if possible, but in no case less than ten (IO) days prior to actual installation. Substitution shall also include a statement of credit to issued. 14. ECOFU) DRAWINGS The Contractor shall provide and keep up to date a complete "as-built" record set of plans, which shall be corrected daily and show every chaw from the original drawinqs and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground pipinq, valves, and all other work not visible at surface grade. Prints for this purDose ma be obtained from the Architect at cost. This set of drawings shall be ke on the job and shall he used only as a record set. Upon completion of t work, and prior to release of retention, the Contractor shall transpose "as-built" information on to a set of reproducible sepias. Drawings sha be drafted in a professional manner and shall locate by dimension and elevation all concealed work, and chanqes in manufacturer information. "As-builts" for the sitework (bid package number 1) shall be prepared bq the engineer of record. 15. PERMITS The general construction, electrical and plumbing permits will be issuec the City of Carlsbad at no charge to the Contractor. responsible- for all other required licenses and fees. The Contractor is m 0 * Page 16. WANTITIES IN THE SCHEDULE The City reserves and shall have the riqht, when confronted with unpredicted conditions, unforeseen events, or emergencies, to increase c decrease the quantities of work to be performed under a scheduled unit price item or to entirely omit the performance thereof, and upon the decision of the City to do so, the Construction Manager will direct the Contractor to proceed with the said work as so modified. If an increase the quantity of work so ordered should result in a delay to the work, tt Contractor will be given an equivalent extension of time. SAFETY & PROTECTION OF. WORKERS AND PUBLIC The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions oi Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about or adjacent to the premises whe the work is being performed. He/she shall erect and properly maintain i all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public and shall post danger siqns warning against hazards created by such features of construction as protrudinu nails, hoists, well holes and falling materials. 17. 18. SURVEYING Column control lines, offset outside the perimeter of the building, and vertical control (benchmark) will be furnished by others. Contractors shall perform their own engineering (survey staking) including elevatior as required. Survey staking for the sitework (bid package number 1) shall be providec the City. Rough grade stakes at 501-0" centers minimum to or toe-of-slc as required, surface and underqround improvements at 25'-0" to 50'-0" centers including critical points with offsets, and blue tops for buildj and facility pads. 19. CODES, ORDINANCES, REGULATIONS, & ABBREVIATIONS Reference to codes, ordinances and requlations are to editions in effect as to date of proposals. Abbreviations are used for agencies issuing standard specifications as follows : .Agency Abbreviation American Society for Testing Materials AS TM U .S. Government Fed. Spec. National Board of Fire Underwriters NBFU American Institute of Steel Construction AI sc American Standards Association ASA Underwriters Laboratories, Inc. UL Department of Commerce Standards cs American Concrete Institute ACI 0 0 b V Paq e 20. STORAGE Space for storage and temporary buildings will be allocated by the Construction Manager as job conditions permit. Temporary offices or she shall be constructed of fire resistant materials. Material and layout II be approved by the Construction Manager prior to installation. 21. TESTING AND INSPECTION Testing and inspection shall be as required by the Specifications. The Contractor shall be required to cooperate fully with the inspecting ager during inspections at a fabricating plant and/or on the jobsite and shal provide ladders, platforms, scaffolds and/or safe accessibility to the v for such inspections and/or tests. 22. SCAFFOLDING AND HOISTING The price shall include all costs for the following: a. Scaffolding and shoring required for the Contractor's work. b. Hoisting required for the Contractor's work. 23. CLEAN UP The Contractor shall keep the premises free at all times from all waste materials, packaging materials and other rubbish accumulated in connect ~ with the execution of the work by collecting and depositinq said materi, and rubbish in locations or containers as designated by the Constructioi Manaqer. 24. TEMPORARY FACILITIES Temporary toilet facilities and drinking water for the use of all trade: will be provided. 25. FORCE. EPORTS Force reports indicating trade and personnel per trade shall be submittt to the Construction Manager daily. A brief description of work perform shall be included. 26. ELECTRICAL POWER Electrical power will be provided in the building for the use of the Contractor for special lightinq and operation of small tools only. Powc will be single phase at 208 volts or 240, and 120 volts. It is the Contactor's responsibility to provide extension cords and/or wiring frot central distribution points. Power will not be provided for high voltac or heavy amperaae type equipment such as welding machines and any spcil power requirements shall be provided and paid for, by the Contractor. e 0 c + Page 27. BACKFILL AND COMPACTION Backfill and compaction of trenches shall be in conformance with the 197 edition of "Standard Specifications for Public Works Construct €ont1. Backfill material shall be approved by the soils engineer. Contractors shall pay all costs for retesting required as the result of density test failures due to improper compaction. Backfilling of trenches and excavations shall not be undertaken until required tests and inspections have been completed, "as-built" location notes have been verified, and authority to start the backfill has been granted by the inspector and superintendent. e 0 + Paa e CERTIFICATION OF COMPLIANCE E hereby certify that in performing under t with the County of San Diego Affirmative Action Proqram adopted by the Board Supervisors, including all current amendments. d by the City of Carlsbad, will comply I Date (NOTARIZE OR CORPORATE SEAL) OfQd t - Title (Notorial acknowledgement of execution by all principals must be attached 1. * 0 > 4 Page . ALUMINUM ENTRANCES, STOEFRONTS, WINDOWS AND GLAZING - Bid Item 6A 1. Base bid to include all aluminum entrances; storefronts; operable and fix1 windows and complete glazing for the police/fire administration building service center buildinq. 2. Provide and instal 1 all blue-green reflective qlass, plate/float qlass, w Include one wa glass and bullet resistant alass. Tempered as required by code. Review cabinet elevations for all counter top glassjframe units. vision glass between rooms 222 and 223. Include curved acrylic sheet at south end of atrium. Hollow metal frames by others. 3. Fixed windows at main entry and storefront systems to police buildinq per sheet A-9. Include aluminum claddinq of steel members, steel aluminum stiffners as required and metal drip at head per detail 27. Also applic? details per sheet A-21. 4. Exterior operable windows including metal drip, trim, cladding and windov anchors. Reference miscellaneous details sheet A-22. Installations shot accommodate story drift as outlined below. Operable windows shall be hir at bottom and open to inside of building. 5. Additional specialty requirements and specification modifications that st be a part of this bid package are as follows: a. Reference Specification Section 8520-2.4.2-Outswinging Windows. See Item 4 above. b. Specification 8520-2.4.1. Delete Kynar finish and substitute clear Anodized Aluminum . c. Reference Detail 19/A22 - Tube Steel panel supports are 2-1/2" x 2-11 centered 3-3/4" inside face of precast panel located only- at the fir: level and on1 two per typical 12' wide precast panel and 4' from eac first floor precast panels and requires aluminum cladding all around except on the building interior where perpendicular part it ions occur d. Window contractor will furnish and install. as part of his window sys additional aluminum mullions or steel tubes with aluqinum cladding o the south and west elevations to support the sunscreens by others. These supporting mullions are also required at the end of each windo run (not shown in Detail 1/A-22) and must occur at an 8' on center maximum. panel end. -4 is tube steel is the structural support for the top of - - e. The sunscreens will be anchored at the top of the mullions and brace1 an the bottom imposing a load at the first floor of at the second floor. f. All window and mullion connections must provide for a seismic story drift of 1-1/2". 0 0 %. 4 Page g. 50% of the windows on the first and second floors will be operable. operable windows on the second floor will be stacked one above the other. h. Enqineered drawings and support calculations signed by a registered engineer shall be required for review/approval. 6. Vehicle maintenance building glass installation and aluminum framing simi to police building. Hollow metal frames shall be provided and installed others where specified only. 7. Glass Contractors shall include all scaffolding, glazing qaskets, caulkin and special finishes for a complete installation. Coordination with othe trades shall be a definite requirement. 8. Provide and install glass lite in door L per sheet A-20. Provide and install glass lites in door numbers 142, 143, 144 and 145. Minimum size four (4) square feet per opening. Actual size/configuration shall be determined at future time. Glass per door schedule sheet A-20. 9. Provide alternate additive cost to furnish and install smoked glass mirrc in elevator bl per detail sheets attached and made a part of this bid package . ALUMINUM SUNSCREENS AND CANOPIES - Bid Item 66 1. Base bid to include furnishing and installation of solid canopies and louvered sunscreens per plans and specification section 10700, 2. Additional specialty requirements and specification modifications that st- be a part of this bid package are as follows: a. Specification 10700-2.4.1 - Delete Kynar finish and add clear Anodize Aluminum. Sunscreen Louver blades will be approximately 5 1/2" spaced to provid sun cutoff angle of 75 degrees from the horizontal and visual obscuri when viewed from a horizontal vantaqe point. b. c. The first floor sunscreens will be a minimum of 2' radius to a maxim of 3' radius and will not protrude below the window sill mullions, wi not interfere with window operation. Anchor attachment will be concealed inside the sunscreen outriqqers using stainless steel hardware, The second floor sunscreens will he a 4' radius. Canopy/sunscreens shall be attached to support members outlined in 6j Packaqe 6A - Items 5c, d, and e. All connection requirements shall t part of this contract. Engineered drawings and calculations siqned k registered engineer shall be required for review/approval. d. 0 0 * < Page LATH AND PLASTER - Bid Item 6C 1. Base bid to include furnishing and installation of lath and plaster per plans and specification sections 9207 and 9220 for all building facilitic 2. Police/Fire Building: a. Interior walls and ceiling of sally port %I38 and evidence vehicles #136. Coordinate with access hatches provided and installed by othei Typical inside face of parapets per 1,7/A-7, and at deck area per 6,14/A-7. Provide and install industry standard plaster ground in lj of treated wood ground. b. c. Exterior applications at meeting area per sections 2,5/A-14. Ground Item b above. Also include clarification drawing SR-4 dated 9/24/85 which requires plaster wall separating upper and lower roof levels 01 meeting area. d. Include lath and scratch at walls and ceilings of showers. e. Include smooth plaster skim coat over block walls in cells H42, #14! #I 46. 3. Service Center Building: 4. Protection of other work, clean up and removal of all debris relating to Plaster ceilings as designated on sheet A-52. lath and plaster is specifically included. STEEL STUDS AND DRYWALL - Bid Item 60 1. Base bid to include furnishing and installation of steel studs and drywa per plans and specification sections 6100, 9100 and 9250 for all buildinc facilities. Additional requirements specified within these special provisions may require review of other specification sections. 2. PolicefFire Building: a. All light qauge and structural stud framing includinq furring, chann hanger wires, weldinq and required bracinq. Refer to structural pla and clarification drawings for framing requirements at meetina area entry and split level roof. Include all framing for lath and plaste installations. Per drawina SR-4 also include bent plate and tension straps to support stud framing. Include flute filler olugs and 16 gauqe metal straps at underside of deck per details sheet A-5. b. e 0 v ! < Paqe Furnish and install all fire treated wood and steel/metal backing as required for other trades. trades, i.e., finish carpentry; cabinets; toilet accessories and partitions; fire rated curtains; roof access ladders; etc., to assure that all required backing is installed properly prior to closinq LIP walls. Doublinq of studs and welding of backing plates as required. c. Contractor shall coordinate with other d. Furnish and install all access panels in drywall and plaster as specified, and install those furnished by others. All drywall for exterior and interior walls (rated as specified), enclosing of steel columns/tubes, skylite shafts, boxing of fixtures, etc., for a complete installation. Secretary offices #258, 8264 and adjoininq corridor shall be one hour construction in lieu of that shown . e. f. Include receiving, storing, protecting, sortinq, placing and installation of all hollow metal door and window frames within drywal partitions and exterior precast openings (door, transom frames and hollow metal transom panels). Include installation of free standing hollow metal door and window frames (curved sections too), around perimeter of atrium area. Installations shall include anchors, requi welding, bracing and settinq plumb for installation of doors and glas by others. Coordination will also be required with the electrician f installation of conduit and/or wire within frames for specialty hardware. Hollow metal frames shall be furnished F.O.B. Qobsite by others. g. Furnish and install all fire treated wood hlockina and hacking, shape as required for installation of sheet metal and other work by others. Reference is made to details 1, 2, 5, 7/A-7, 26/A-9, 5/A-15, A/21, At etc. A standard plaster qround shall be installed by others in lieu treated wood cleat at parapet cap. h. Where conflicts occur between the large and small scale drawings, the most restrictive and expensive conditions will qovern. Example: FFI #I35 show 6" studs on floor plan A-I, but 3 5/8" studs on 1/4" scale drawing sheet A-19. i. Base bid shall also include quard rail at perimeter of second floor Include atrium, stair no. 2, and 2nd floor lobby area per 271A-16. necessary angles to attach framing to structural steel. shall be- supplied by others, however, actual installation at wall anc deck shall be by this Contractor includinq anchors/bolrs. Provide ar install bolts at top of quard rail for installation of wood plate anc hardwood cap by others. Cell ceilinqs per section on A-23 - not Der finish schedule. Angle brace j. 0 0 s i Page 2 3. Provide alternate deduct if guard rail specified in Item 2i is contructed per detail 7/A-23. s me. Wall bracing/installation requirements would remain tt 4. Service Center Buildinq shall include same basic requirements as Police/Fj Building. 5. Protection of other work, clean up and removal of all debris relating to drywall and stud framing is specifically included. ROOFING, WATERPROOFING AND INSULATION - Bid Item 6E 1. Base bid to include furnishing and installation of roofing, waterproofing and insulation per plans and specification Sections 7120, 7220 and 7510 fc all building facilities. 2. Include below grade waterproofing of planters and walls around entry to Police/Fire Building; and mechanical equipment enclosure. 3. Waterproofing of deck area over police sally port. 4. Coordinate installation of roofing system to accommodate roof munted accessories supplied by other trades. 5. Include fill for pitch pockets at typical grab rails for roof hatch acces 6. Include "walk top" surface pads as shown on A-7. 7. Install complete roofing system at all buidinqs to achieve indicated cros slopes and positive drainage patterns to roof drains. 8. Provide alternate additive price to complete roofing operation at Police/Fire Buildinq as two move-on process. initial roofinq operation shall precede installation of perimeter precast concrete panels. Roofing Contractor would be required to install rigid insulation and initial asphalt cap to provide watertight lid so that interior improvements could proceed. After precast installation, balance roof would be complete. Possibility exists that SHEET METAL, FLASHING, LOUVERS AND ROOF ACCESSORIES - -Bi-d Item 6F 1. Base bid to include furnishing and installation of items listed above pel plans and svcification sections 5030, 7600, 7720, 10200, and 10990 for -building facilities. 2. Sheet AC-3: Parapet cap assembly and complete louver assembly prefinsihc Reqlet, flashing and drips at mechanic building and site retaininq walls. Sealant as required. a e ' < Page : 3, police Building: a. Prefinished and standard sheet metal as indicated on A-7. Roof hatcht skylites, fascia panel, sheet metal backing and guard rail flashing pt (6/A-7), pitch pockets, parapet cap, flashings, etc., for complete installation. Sealant as required. b. Removalbe and fixed louvers, and fascia panels as indicated on elevations (A-9, A-10) flashing per 26/A-9. c. Flashing per 5/A-14. d. Reglet, flashing and expansion joint per 5/A-15. See clarification drawings SR-4 dated 9-24-85 for modification of details 8/A-15. e. Prefinished metal door drips per sheet A-21. f. Flashings which are an integral part of qlass and glazing work shall by others. (27/A-9 and typical details A-22.) g. Expansion joint (29/A-22), and prefinished metal drips sheet A-22 (except at windows 1/A-22). h. Stainless steel trays or other specialties associated with cabinet drawings are N.I.C. 4. Service Building: a. Roof hatch, skylites, flashing and reglet system, door drips; and prefinsihed parapet cap and louvers as specified. Sealants as required. 5. Vehicle Wash Building: a. Reglet and flashing system; gravel stop; and gutter and pipe down spc system indicated on sheet A-60A. Sealants as required. BUILDING INSULATION - Bit Item 6G 1. Base bid to include furnishing and installation of all required insulatic and fire safing per plans and specifications section 7210. Exterior wal of stair no. 2 and complete elevator shafts shall be included. Acoustical partition designated on sheet A-52 shall he extended to inch wall separatina men's locker roan 004 from lounge 002. 2, COILING AND SECTIONAL GRILLES, DOORS AND CURTAINS - Bid Item 6H 1. Base bid to include furnishing and installation of all coilinq and sectic doors per plans and specifications, 8330, 8340 and 8360, includina weldi as required. 0 0 * i Page 2. Pofice/Fire l3uilding: a. Rated coiling door at property and evidence roan including track assembly per 1,2/A-23. b. All interior fire rated curtains with fusible link. Include overhead bracinglsupport as required. C. Electrically operated coiling qrilles at sally port. Include require connection to steel support frarninq provided by others per detail 23/ 9. Include required connection angles and jamb guides welded to stee columns. 3. Service Center Building: a. Sectional doors with complete installation of track assemblies, weldi as required, and specified lights. PNEUMATIC TUBE SYSTEM - Bid Item 61 1. Base bid to include furnishing and installation of a pneumatic tube systc per plans and specifications section 14580. Floor plans and cabinet key plans should be cross referenced for sendinglreceiving stations. 2. Furnish and layout all required floor and/or wall sleeves. Core drillinc decks shall be included. FINISH CAWENTRY - Bid Item 1. Base bid to include furnishing and installation of finish carpentry item and wood doors as outlined per plans, specification sections 6200 and 82 and these special provisions. Include wood caps at quard rails per 3/A-16 inclusive of 2x block. Include hardwood sill at meeting roan windows only per 3/A-14. Include wood base and handrails throughout police facility per details G H/A-36, and per attached elevator no. 1 detail sheets. Include all wood doors with louvers and/or glass lites as specified. Wa doors shall be pre-machined to accommodate all specialty hardware requir Doors no. 148 and 149 will require provision to install wire from electr mortise lock to opposing jamb. 63 2. 3. 4. 5. 6. Include receiving, storing, protection, sorting, placing and installatio all hollow metal doors, wood doors and required hardware for each. Spec coordination will be required with electrical contractor. Hardware sche currently beina revised to reflect electric locks at doors 148 and 149 o Balance shall be converted to electric strikes. All frames shall be e a 3 i Page provided and set by others. provided by others ceiling and acrylic sheet in elevator no. 1 per attached detail sheets da Hollow metal doors and hardware shall be 7. Provide alternate additive cost to furnish and install red oak ventwood 10-8-85. SITE MAINTENANCE CONTRACTOR - Bid,Item 6K 1. The General Condition Contractor, hereinafter called "The Contractor", sh furnish all labor, material, equipment, services, plant tools, applicance and all other things necessary to perform the General Condition Work when and as directed by the Constructiqn Manager. - 2. The Contractor shall organize, monitor, coordinate and direct the General Condition Work to be performed. The Contractor shall furnish a competent Foreman if and when required on the jobsite &IO will coordinate all activities with the Koll Project Superintendent. The General Conditions Contractor will be qiven at least 24 hour notice each time men and mated are required at the jobsite with the exception of urgently needed safety damaae protect ion work. 3. The Contractor shall submit a percent of fee, in the Bidder's Form, that will accept as full payment for the services, duties, obligations and responsibilties which shall be applied to all direct costs as defined herein. The percent of fee submitted in the Bidder's Form shall be to the second decimal (xx. xx%). The percent of fee shall be a combination of overhead and profit and - sha include items such as listed below. a. Officers' salaries and expenses. b. Project Manager's and Engineer's salary and expenses. c. Main office supplies. d. Sales expenses, advertising and publicity. e. Charitable contributions and subscriptions. f. Membership and dues to engineering society. 9. Repair, maintenance, depreciation and utilities at the Contractor's off ice and /or plant. General Superintendent, Superintendent and General Foreman. h. * e- L Page i. Salaries and expenses of personnel in accountinq, estimating, purchasing, clerical and secretarial work. Repair and maintenance of equipment which is owned by the Contractor rented to the Project. j. k. Small tools. Items considered to be small tools are hammers, saws, screwdrivers, squares, levels and such other items which are normally used by a carpenter and/or laborer to perform his work. power screwdrivers, shovels, picks, sledge hammers, etc. shall be purchased, if required for the work and authorized by the Constructic Manager, by the Contractor and shall become a cost of the work. All such tools, as well as other materials, so purchased shall become the property of the City of Carlsbad. Power saws, 1. Insurance cost related to the Project. (Insurance which is carried I: the Contractor which covers the home office business operation and facilities such as fire and theft, health and welfare insurance progr for home office employees and/or other similar insurance wich the Contractor may wish to charge and/or prorate and assign as attributat to the Project.) m. Taxes, telephone and telegraph charges, (except jobsite telephone). The type of reimbursable work that may be anticipated to be performed anc which shall be on an "as needed" basis is as follows: a. Construction of temporary enclosures for toilets, hoisting facilitie 4. temporary power panels, temporary wood doors for storage areas, etc. b. Dust palliation, pumping and water diversion. c. Cleanup and providing rubbish containers. d. Drinking water for jobsite personnel, including distribution of watei cans and the furnishing of cups and other accessories. e. Providing of chemical toilets. f. Incidental maintenance and protection of work in place. g. Providing watchman service. h. Operating engineers for elevators. i. Maintenance of temporary roads and site utilities. j. Temporary protection and barricades which shall be installed in accordance with CAL/OSHA requirements. Any other work as may be authorized by the Construction Manager. k. 0 0 . Page 5, When directed by an authorized representative of the Construction Manager the Contractor shall perform the "General Condtions" work. work shall be established as follows: The value of LAB0 R a* - The actual net cost to the Contractor of field labor, in accordance H Prevailing Wage Rates, including required union benefits, premiums tt- Contractor is required to pay for Workmen's Compensation and Liabilit Insurance and payroll taxes on such labor. Labor charges shall be established by daily time vouchers which shall signed daily by authorized representatives of the Construction Manage and shall include the various classes of employees. b. MATERIAL The actual cost to the Contractor of materials and such other direct costs as may be approved by the Construction Manager, less all saviF discounts, rebates and credits. All material shall become the propel of the City of Carlsbad. Sales and/or Use Taxes are reimbursable on materials and/or eauipment which have been authorized to be purchasec rented by the Construct ion Manager. The Contractor shall obtain competitive bids for all materials. A minimum of three bids shall be required. Material vouchers shall be signed by an authorized representative of Construction Manager on the day material is delivered to the Project, The Owner reserves the right to furnish and/or purchase materials as be required for the Work. c. EQUIPMENT Charges for rental equipment shall be at the prevailing rates of equipment in the City of Carlsbad. d. FRIEGHT Cartage shall be charged at the net actual rate of same. e. BONDS - - The Contractor shall submit a Bid Bond with his proposal in the amoui of Ten Thousand Dollars ($10,000.00). The Bidder to whom award is made will be required to furnish a Performance and a Labor & Material Bond each in the amount of Twenty Five Thousand Dollars ($25,000.00). e 0 1 Page 4 The cost for bonds shall become a cost of the Work. f. PERMITS - Permits of any type, if required, shall be obtained and paid for by tt Contractor. The cost of same shall become a cost of the Work. 9. SUBLET OF WORK The subletting of work and/or services, such as watchman services, shi be subject to the approval of the Construction Manager, A minimum of three bids for work and/or services shall be required, work is sublet, the Contractor shall be permitted to only add a cmbir allowance, for overhead and profit, a maximum of five (5) percent (or the quote and fee, whichever is lower) on all sublet work and/or services in lieu of the fee as stipulated to be applied for all other costs fo the Work. Any other items which are used andlor required specifically in or for the performance of the Work and authorized by the Construction Manage shall become a cost of the Work. In the event h. 6. Billing shall be monthly on or before the 25th of each month. Contractor shall submit copies of payroll summaries with signed time vouchers, material invoices and other invoices or bills of payment incurr as job costs. The Contractor shall submit the monthly billing in a form accordance with instructions received from the Construction Manager. 7. The following are modifications, clarifications and/or deletions to the b The package for the General Conditions Work. a. Notice Inviting Bids: 1, Item 8 - Bidders shall submit $lO,r300 cash, certified check or bidder's bond. 2. Item 9 - Designation of Subcontractors is not applicable to this item. Item 12 - A faithful performance bond of $25,000 and a $25,000 1? and material bond shall be furnished. Item. 13 - Payments to the General Conditions Contractor will not subject to retent ion. 3. 4. b. Contract: 1. Items 1 & 2 - Contractor shall perform all work as directed by tt Construction Manaqer . 2. Item 4 - Extra compensation provision is not applicable. il) 0 Page C. General Provisions : 1. Item 2 - All work shall be as requested by the Construction Manager. Item 5 thru 16, 18 thru 24, 26, 27 - Not applicable. 2. w 1 . -* Paq e LIST OF CONTRACT DOCUMENTS I. Contract documents prepared by Ruhnau, McGavin, Ruhnau/Associates, 5751 Palmer Way, Suite C, Carlsbad, CA 92008 (619) 438-5899. Plans dated September 16, 1985. a. Architectural Site Plans Sheets AC-1 thru AC-3 b. ‘Architectural Public Safety Center Sheets A-I thru A-36 Public Service Center Sheets A-51 thru A-60A c. Equipment Plans Sheets EQ-1 and EQ-2 d. Structural Plans Sheets S-I thru S-16 (10A thru 1 - e. Me chanical Plans Sheets M-I thru M-10 f. Plumbinq Plans Sheets P-I thru P-8 q. tlectrical Plans Sheets E-I thru E-20 Project manual (specifications) for the construction of the City of Carlsbad Public Safety and Service Center prepared by Ruhnau, McGavin, Ruhnau/Associates dated September 16, 1985. Clarification drawings SR-2 thru SR-5 dated September 24, 1985 attachec hereto and made a part hereof. 11. 111. IV. Elevator No. 1 finish drawinqs (elevations and details) sheets 1 thru t dated October 8, 1985 attached hereto and made a part hereof. 2, &/&&Je<&- 4=5c BRANDOW dt 30 STQN ASSOCXATES c - n a Y &T I I 0 stmu at Y I A&: 8R a1 IS R* 1.80 W- TnlRP m, Lo. ANG- CAUIORNIA SO087 TUtmOWS AU8S.g UIlr -0. ala d EvI5w - FwE EEvk! City of Carlsbad Public Safety & Service Center zarlsbad, Cafifornia revislon SI job no. d 21201 7UHNAU McGAVlN RUHNAU/ASSOCIATES 377s rumsmu 1207 Eh A- a-qm rA q1Y)t.)MP CA- U 92008-1M C h &G<&- S-95L BRANDOW a JO STON ASSOCIATES .- C~ISW~TB~~ avaum7nr~~: s=,.L~~SS~* TlELtmOm. 4.La.80 Anta COO. .lt 1-0- W. THlRD 8T, -1 AWQtUL UUIOIMlA SO017 !J WISw w @&'/E aEYA?1 Pubtic Safety & Service Center . lob no. 21 201 Carisbad, California - d RUHNAU McGAVlN RUHNAU/ASSOCIATES 3775 rcmr, Skeet murk ri a%nr.u&e CsrkM c197666-1396 1707 E* **.nu i 1 At&taCdX& 27-95G BRANDOW dt JO STON ASSOCIATES REVISED SECTION @ City of Carlsbad Public Safety & Service Center Carlsbad. California revision 3 ob no. c ' 21201 Arcbttata Phnnua RUHNAU McGAVIN RUHNAU/ASSOCIATES 377s fen*, Skcrr 1207EhA*+rU RmW. U 92K)l-3669 Cam a 91006-fM -*a v-a 7~44 191 Ul ALU :shea 4 q , 1 .. 8 b e L. . - -. . - .- - . - - . -___ --- s, - . d < > * a/l.&L---' =F-95c. BRANDOW & JO NSTON ASSOCIATES C m I *I Lt 8 I av I Y STm R &Le I - aI a .=.I* ia.0 w. TMIRO rc, wa ma- ~UVORNIA moo17 TLLLMOW. AU8SSO UEA woe aia &-e-c : - * .EEIEED SEL;?lON 8 .- - City of Carlsbad a. Public Safety & Service Center Cartsbad. California revision 'job no. 21 2Ul Arthitun PC0nUS RUHNA U McGAViN RUHNA U/ A SSOCIA TES 3775 Te ShW Rr*.rsrd. a 92501 -%69 1207 Em A- am a gMOd-f* lsha m 8 '> , I' L pow # w nopPkq GWET q= WfiIL v%r 'L-- VpMcr. +w~~ %7 (* vemwi* G it+ 632 ____.___-_____________-..---- --'--- ELeJ476c &. I 46 IO * e3 w+ dPLi/ WBV D -~- ____ - - - - __ \I I L-- aar4L&l5 mL ---> n maTD - 1 I &?7 ’3,,L, / 1 * t -L -J-/ -- - @E - __- (5F : ------+ < WE 0-43 t FO!!P\\ 1, \i + 1 - ~~ 7 4y w w 1 -&- 5P-4 -- i .) . 1 r, _j I f Rpanc. W\rAE. / (mg m "d') "Jr *GE !.hk - Ewm do. I 4d.l i / U * h rn - , I I. ~. * A 'j f+e5 GmXl L *ryt ''A I i 'PPencrE KW MeV+ 1- -. ~ p We3 WQdL -kfw "t"? %I I I