HomeMy WebLinkAboutCalifornia Sheet Metal Works Inc; 1986-02-07; 3006-6SqD Recording Requested By a
1200 Elm Avenue
Carlsbad, CA 92008
Return To:
City Clerk 1J) 0
NOTICE OF COMPLETION
To All Laborers and Material Men and to Every Other Pers
Interested:
YOU WILL PLEASE TAKE NOTICE that on January 13, 1987, t
project consisting of sheet metal at the Carlsbad Safety E
Service Center, on which California Sheet Metal was t
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 27 , 1987, accepted t
above described work as and ordered that a Notice
Completion be filed.
I declare under penalty of perjury that the foregoing
true and correct.
Executed on b ap , 1987 at Carlsbad, California. J -
CITY OF CARLSBAD
ALETHA L. RAUTENKRANZ
City Clerk
81 I
VERA L. lJ/Jf i f couw i?ECCiigLfi -- _dt
e 0 c I
1200 ELM AVENUE TEL
CARISBAD, CALIFORNIA 92008 (619)
Office of the City Clerk
Mit~ df Marls bnb
January 30, 1987
Vera L. Lyle
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation are the following described documents:
I Notice of Completion - Engineering
Elevators at 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
a 0 *
Vera L. Lyle
County Recorder
January 30, 1987
Page 2
Notice of Completion - Engineering
Doors and Frames at Carlsbad Safety and Service
Center; Estrada Hardware Contractor
Notice of Completion - Engineering
Concrete Masonry at Carlsbad Safety and Service
Center; L.R. Hubbard Contractor
Notice of Completion - Engineering
Glass Block Ceilings at Carlsbad Safety and
Service Center; Dittman Masonry Contractor
Notice of Completion - Engineering
Toilet Partitions at CArlsbad Safety and Service
Center; Maloney Specialties Contractor
Notice of Completion - Engineering
Glazing at Cacrlsbad 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
0 0
!
Vera L. Lyle
County Recorder
January 30, 1987
Page 3
Notice of Completion - Engineering
Cabinets at Carlsbad Safety and Service Center
Bowser Cabinets Contractor
Notice of Completion - Engineering
Tile at Carlsbad Safety and Service Center
McCandless Tile Contractor
Notice of Completion - Engineering
Painting at Carlsbad Safety and Service Center
Simmons and Wood Contractor
Notice of Completion - Engineering
Carpets at Carlsbad Safety and Service
Center; Vincent Wentz Contractor
Notice of Completion - Engineering
Access Floorink at Carlsbad Safety and SErvice
Center; Tate Access Floors Contractor
Notice of Completion - Engineering
Folding Partitions at Carlsbd Safety and
Service Center; Advanced Wall Systems Contractor
Notice of Completion - Engineering
Window Coverings at Carlsbad Safety and Service
Center; Sheward & Sons Contractor
Notice of Completion - Engineering
Lockers at Carlsbad Safety and Service Center
Goodale Co. Contractor
Our staff has determined that the recordation of these documents is
of benefit to the City; therefore, it is requested that the fees
be waived.
Thank you for your assistance in this matter. g%x& eputy City Clerk
Encs.
m Kecording Requested By a Return To:
1.200 Elm Avenue
e " Carlsbad, CA 92008
City Clerk 9
NOTICE OF COMPLETION
To All Laborers and Material Men and to Every Other PeI
Interested:
YOU WILL PLEASE TAKE NOTICE that on January 13, 1987,
project consisting of sheet metal at the Carlsbad Safety
Service Center, on which California Sheet Metal was
Contractor, was completed.
CITY OF CARLSBAD
PROJECT COORDTRATOR
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Cle e City of Carlsbad; the C
above described work as and ordered that a Notice
Completion be filed.
Council of said City on 27 , 1987, accepted
I declare under penalty of perjury that the foregoing
Executed on L ap , 1987 at Carlsbad, California,
true and correct.
J -
CITY OF CARLSBAD
ALETHA L. RAUTENKRANZ
City Clerk
CALIFORNIA SHEET METAL WORKS 3606 RUFFIN ROAD
SAM DIEGO, CA 92123
EQUIREWENB, BERM OW CONDITION OF WNV CONTRACT OW OTHER DOCUMENT WlTH RESPECT 80 WHICH THE CERT IN, THE 8NSUWNCE AFFORDED BY THE P3LICIES DEICWlBED WEWElFd 115 SUWECT TO ALL THE TERMS, EXCLUSIONS
COMPREHENSIVE FORM
PREMZ,ES/OPERATIOMS
PRODUCTS/COMPLETED OPERATIONS
INDEPENDENT CONTRACTORS
BROAD FORM PROPERTY DAMAGE
PERSONAL INJURY PERSONAL INJURY
ALL OWNED AUTOS (PRIV PASS )
ALL OWVNED AUTOS (!$$R&N)
NON-OIVNED AUTOS
GARAGE LIABILITY
;ATE HOLDER INCLUDED AS ADDITIONAL IXSURED (EXCEPT WORKERS COWElYSATION) AS I
3REST OF THE NAMED INSURED
ci (55cs. * (I)
r Thi&idorsernent forms a part of the policy to which attached, effective on the inception date of the policy unless otherwise stated herein.
(The following Information is rquired only when this endormant is issued subsequent to preparation of policy.)
Endorsement effective 1/16/B6 Policy NO. 19338578 Endorsement No.
Nanied Insured
Additional Premium 5
CALFOFJTIA SHEET PETAL WOFXS, 3606 RWm
CHAEiLOTTE HOMEYER
This endorsement modifies such insurance as is afforded by the provisions of the policy relating to the following:
COMPREHENSIVE GENERAL LIABILITY INSURANCE
MANUFACTURERS AND CONTRACTORS LIABILITY INSURANCE
ADDITIONAL INSURED
(Orman 01 Co~ncton)
:[
CITY OF' CARLBAD & KOLL CONSTBUCTION CO
(COKSTFUCTIObJ MGR , )
2237 FARIDAY AVE., SUITE 101C
' CAFLSBPD CA 92008 Schedule ATTN: $TEyp P.RHONEY PROJECT: CITY OF CIIRT,SEAD PUBT, Et&&&warsns ame o erson or Organization (Additbnsl Imured)
Premhm Bases Rata Advance Prm'
Bodily Injury Liability Cost $100 of cost 5 Properly Damage Liability cost 5100 of cost 5
Total Advance Premium 5 TBD PT
it is (agreed that:
1. Tire "Persons Insured" provision is amended to include as an Insured the person or organization named above (hereinafter called "additiona but only with respect to liability arising out of (1) operations performed for the additional insured by the named insured at the location desigi or (2) acts or omissions of the additional insured in connection with his general supervision of such operations.
2. None of the exclusions of the policy, except exclusions (a), (c), (f), (g), (i), (j) and (m), apply to this insurance.
3. Additional Exclusions This insurance does not apply:
(a) to bodily injury or property damage occurring after
(1) all work on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured at thl covered operations has been completed or
(2) that portion of the named insured's work out of which the injury or damage arises has been put to its intended use by any person or L other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project;
(b) to bodily injury or propdy damage arising out of any act or omission of the additional insured or any of his employees, other than ger vision of work performed for the additional insured by the named insured;
(c) to property dama:c to
(1) property owned or occupied by or rented to the additional insured,
(2) property used by the additional insured,
(3) property in the care, custody or control of the additional insured or as to which the additional insured is for any purpose exercisi control, or
(4) work performed for the additional insured by the named insured.
4. Adlditlonal Deflnitlon When used in reference to this insurance, "work" includes materials, parts and equipment furnished in connection therewit
GL 20 09 01 73
0 0
I
'A
CITY OF CARLSBAD
SAN DIEGQ COUNTY
CALIFORNIA
BIDDING DOCUMENTS
FO R
PUBLIC SAFETY AND SERVICE CENTER
CONTRACT NO. 3006
BID PACKAGE NO. 6
FOR: ,4luminum Entrance, Storefronts and Glass; Aluminum
CanopyISunscreens; 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
e 0 * .* *. I,
c
4 Page
CONTRACT
THIS AGREEMENT, made and entered into this F day of , 19k by and between the City of Carlsbad, California, a municip
( hereinafter called 'Tontractor".-)
City and Contractor aqree as follows:
(hereinafter called ITity"), and California Sheet [ \'&a1 Works. Inc
I. Description of Work. Contractor shall perform all work specified in the
contract documents for:
SHEET METAL AND ACCESORIES
(hereinafter called "project")
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; th
bid documents, including the notice to bidders, instructions to bidders contractors proposal; the plans and specifications and all proper
amendments and changes made thereto in accordance with this contract or
plans and specifications; and the bonds for the project; all of which ar
incorporated herein by this reference.
4. Payment. As full compensation for Contractors performance of work under
thisntract, City shall make payment to Contractor per the terms outPi
in the Notice Inviting Bids, Item 13. Contract amount Forty five thous2 three hundred thirty eight dol 1 ars $ 45,338
Payment of undisputed contract amounts shall be contingent upon Contract
furnishing City with a release of all claims against City amd Constructi Manager arising by virtue of this contract as it relates to tnose amount
Extra Compensation equal to 50 percent of the net savings may be paid to Contractor for cost reduction changes in the plans or specifications mad
pursuant to a proposal by Contractor. The net savings shall be determin
by City. No payment shall be made unless the chanqe is approved by the
City.
5. Independent Investigation. Contractor has made an independent
investigation of the jobsite, the soil conditions under the jobsite, and
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 to
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, including underground conditions anti has not relied on
i nf orma t ion furnished by City .
e 0 e .- ..
Ir
i Page I(
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 completi
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. Chanae Orders. City may, without affecting the validity of this contract
order change;, 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 o
extra work is the City Engineer.
excess of $5,000.00 shall he 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 diem
wages for each craft or type of worker needed to execute the contract and
schedule containing such information is in the City Clerk's office and is
incorporated by reference herein. Pursuant to Labor Code Section 1774
contractor shall pay prevailinq wages. Contractor shall post copies of a
apolicable prevailing wages on the job site.
9, Indemnity, Contractor shall indemnify, hold harmless and defend the
Construction Manaqer and the City and its officers and employees, and eac
of them, from any and all liability or loss resulting from any suit, clai
or other action brought aqainst the City, or for any other losses of
whatever nature, directly or indirectly arising from the acts of Contract
or its officers, employees or aqents done in the construction of this
project or in the performance of this contract regardless of responsibili
for negliqence. The expenses of defense include all costs and expenses,
including attorneys fees, of litiqation, arbitration or other dispute
resolution method. Nothing in this paragraph shall require contractor to
indemnify City for losses caused by the active negligence of City.
IO. Contractor shall provide Certificates of Insurance evidencing coverage in amounts not less than the following:
0 0 . .. ,, * . .-
Page I
Cover age Combined Single Limit
Automobile Liability $ 500,000
General Liability 500,000 Products/Completed Operations 500,000
Blanket Contractural 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 a
additional insured on all policies concerning the subject matter or
performance of this contract.
11. Workers Compensation. Contractor shall comply with the requirements of
Section 3/00 of the California Labor Code.
the defense and indemnify and save harmless the City and Construction
Manager and its officers and employees from all claims, loss, damage,
injury and liability of every kind, nature and description brought by any
person employed or used by Contractor to perform any work under this
contact reqardless of responsibility for negligence.
tonstruction Manager, certification of the policies mentioned in Paragrap
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 expirati
of at least thirty (30) days after written notice of such cancellation ha
been qiven to the City.
Contractor shall also assume
12. Proof of Insurance. Contractor shall submit to the City through the
13. Arbitration. Any controversy or claim in any amount up to $100,000 arisi
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
judqment upon the award rendered by the arbitrator(s1 may be entered in ai
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 Sections 1776 and 1812
of Part 7, Chapter 1, Article 2 of the California Labor Code. If the
Contractor does not maintain the records at Contractor's principal place i business as specified above, Contractor shall so inform the City by
certified letter accompanying the return of this contract. Contractor
shall notify the City by certified mail of any change of address of such
records.
STATE OF CALIFORNIA,
COUNTY OF-
1 ss. SAN DIEGO
JANUARY 14, ON
before me the undersi ned a Notary Public in and for said State, personally CLARENICE E. RA!PHWN
i
I
e 0 .. b .I
, Page 1
151. Labor Code Provisions: The provisions of Part 7, Chapter 1 commencing wi section 1720 of the California Labor Code are incorporated herein by
reference.
adpropriate securities may be substituted for any monies withheld b
City to secure performance of this contract or any obligation established
by this contract.
forth in the "General- Provisions" or "Special Provisons'' attached hereto
and made a part hereof.
16. Securit . Pursuant to the requirements of law (Government Code Section
17'. Additional Provisions. Any additional provisions of this agreement are s
CALIFORNIA SHEET METAL WORKS,INC.
(Notarial acknowledgement of
execution by ALL PRINCIPALS
must be attached.) EXECUTIVE VICE PRESIDENT 1-
BY . .-*---
Title
1
Title
3606 RWFIN ROAD
SAN DIEGO, CA. 92123-1877
Contractor's Principal Place of Busines
CITY OF CARSBAD, CALIF0 IA
I ByvL7 A. L- APPROVED AS T
e A! Mayor
~ ci
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 I
w.ill comply with such provisions before commencing the performance of the work
OF this contract."
1 Mnci NO. Y// 0 e ' 1'
Page
LABOR AND MATERIAL BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, by
Resolution No. 8343 adopted Janliarv 7- 1986 , has awarde
, Cal i fornia Sheet Metal Works. Inc. , hereinafter design as the "Principal", a contract for:
SHEET METAL AND ACCESORIES
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 anr
the terms thereof reauire the furnishinq of a bond with said contract, provii
that if said Principal or any of his/her 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 1 or labor done thereon of any kind, the Surety on this bond will pay the same
'the extent hereinafter set forth .
Now , THE REF0 RE, WE,
as Principal, hereinafter designated as the "Contractor", and
c3s Surety, are held and firmly bound unto the City of Carlsbad, in the sum o
Twenty two thousand six hundred s ne Dollars ($ 22,669 :said sum being equal to 50 perce of the estimated amount of the
contract, to be paid to the said City or its certain attorney, its successor:
,3nd assigns; 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 person or his/her
subcontractors fail to pay for any materials, provisions, provender or other
Ziupplies, 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, 01
for amounts due under the Unemployment Insurance Code with respect to such w(
or labor, that the Surety or Sureties will pay for the same, in an amount not
exceeding the sum specified in the bond, and also, in case suit is brouqht ul
the bond, a reasonable attorney's fee, to be fixed by the court, as required
the provisions of Section 4202 of the Government Code of the State of
C: a1 i f orni a.
CALIFORNIA SHEET METAL WORKS, INC .
Fidelity & Deposit Ccsrrpany of Maryland
e rl) .. , . .I
Page i
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 Civil
Procedure so as to give a right of action to them or their assigns in any sui1
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 agreed that the death of any such Contractor shall not
exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor (
Surety above named on the 14TH day of JANUARY .... , 19 86 . -
CALIFORNIA SHEET METAL WORKS, INC.
CLARENCE E. RATHBUN, EXECUTIVE VICE I
(;?lotarhe or Corporate
:Seal for Each Siuner)
Fidelity and Deposit Company of biaryl
Surety
1 ss:
On this ................................................... 14th ................... in the year ........................... 1986 ......._, b
Carmen Lopez ................................................................................ , Kotary Public, personally J. Probetts ................................................................................... ..................... personally knol
_J - (or proved to me on the basis of satisfactory evidence) to be the person who executed this instrument as attorney-in-fact of the Fidelity anc
Company of lfaryland. the corporation therein named, and acknowledged to me.that&drporation executed it.
,/
I/: _-
.................................... ..............................
,3-'
"'~+4+.00*+.?+9-4p* e,.-++.*& ,.,-
,*z.-pz L724 A*'
Acknow!cdgement Ceitdica! *u
L4127(CA)
Bond No. 9777 0 Premium: $em<
Pag 1
PE RFO RMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the Cit of Carlsbad, State of California, by
Resolution No. 8343 adopted !ClflUaQf 7, 1986 , has awardc
a‘fr’ , hereinafter desigi - zz:
SHEET METAL AND ACCESORIES
in the City of Carlsbad, in strict conformity with the drawings and
specifications and other contr-act documents now on file in the Office of thc
City Clerk of the City of Carlsbad.
\VHER€AS, said Principal has executed or is about to execute said contract ar
the terms thereof require the furnishing of a bond for the faithful perform; of said contract;
NOW, THEREFORE, WE, CALmmIA SHEET mAL VDRKS, INC. as Principal, hereinafter designated as the “Contractor”, and
as Surety, are held and firmly bound unto the City of Carlsbad, in the sum c brrv five thorlsand fhrep hlruired t”r.pyhf Dollars ($ 45,338 said sum being equal to 100 percent (1 0% of the estimated amount of the contract, to t?e paid to the said City or its certain attorney, its successor
and assiqns; for hich 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 OBLIGATIOH IS SUCH that if the above bounden Contract0
hislher or its heirs, executors, administrators, successors or assigns, 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 alteratio
thereof made as therein provided on his/her or their part, to he kept and
performed at the time and in the manner therein specified, and in all respec
according to their true intent and meaning, and shall indemnify and save
harmless the City of Carlsbad, its officers and agents, as therein stipulate
then this obliqation shall become null and void; otherwise it shall remain i
frill force and virtue.
Arid said Surety, for value received, hereby stipulates and aqrees that no
change, extension of time, alteration or addition to the tens of the contrac
01- to the work to be performed thereunder or the specifications accompanying
same shall affect its obligations on this bond, and it does hereby waive notl
of: any chanqe, extension of time, alterations or addition to the terms of the
contractor or to the work or to the specifications.
Fidelity and Deposit Cawany of Ywland -
#
0 0 .. II
Page 2;
In the event that any Contractor above named executed this bond as an
inidividual, it is agreed that the death of any such Contractor shall not
exconerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor ar , 19 86 . Surety above named on the 14TH . day of JANUARY -
CALIFORNIA- SHEET .METAL WORKS, INC. >_RI_
CLARENCE E. RATHBUN, EXECUTIVE VICE PFE - z ,x--
(Notarize or Corporate
Seal for Each Signer)
Fidelity and Deposit CCanpany Of J!'li-lm(
Surety
Calif omia STATE OF ............................................................
~0s mgeles I ss: COL'XTY OF ........................................................
On this ................................................................ day of .............................................................. January , in the year ........................................ 1x16 , 1 14th
Carmen Lopez ............................................................................................... ....................................................................... . , Notary Public, personally
personally knoi
William J. Probetts ............................................................................................................................................................................................... .......,
t
1
Acknowledgement Certificat
b
L442i(CA)
4.
Power ~d Attormy 0
SIT 0
HOME OFRCEx BALTMORE, MD. ’ KNOW ALL MEN BY THESE PXESEMTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a cc
tion of the State of Maryland, by C . K B PECOT 9 JR. . Vice-Prmsident, and C. W. ROBBIN Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By-Laws of said
pany, which reads as follows:
“The President, or any one of the Executive Vice-Presidents, or any one of the additional Vice-presidents specially aul
SO to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of re- or any one of the Assistant Secretmi-, to appoint Resident Vice-Presidents, Assistant Vice-presidents, Resident A Secretaries and Attorneys-in-Fact as the business of the Company may require. or to authorize any person or pgrsons to ext behalf of the Com ny any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and reie; assignments of jucments, decrees, mortgages and instruments in the nature of moet ages, and alw all other instruments ar ments which the business of the Company may require, and to affix the seal of the Eompany thereto.”
does hereby nominate, constitute and appoint William J. P
ttorney-in-Fact, to make, execute, sed and deliver, for, and on its bel
Surety, and as its act and deed: any and all bonds and undereakings.. .. ~. ...... ~ *. B,,
And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding up
Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowl
by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper PC
The said Assistant Secretary dues hereby certify ehae the aforegoing is a true copy of Article VI, Section 2, of the By4
IN WITNESS WHEREOF, the said Vice-president and Assistant Secretary have hereunto subs
their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLANK 25th day of ................J a.n.Ua.P ........................, AD. 19 Z-?. ............................................................ ..... . ... ....
$aid Company, and is now in force
. a ,++,c DEWs FIDELITY AND DEPOSIT COMPANY OF MARYLAND y--J; .:;v*’, ‘+% ATTEST:
S SEAL ,PZ
................................................................... ............................ ?i% %;we CWQU By
A ssistani Secretary
, A.D. 19 77 , before the subscrib, a Notary Public of the St
STATE OF MARYLAND CITY OF BALTIM
Maryland, in and for the City of Baltimore, uly commissioned and qualified, came the above-named Vice-president and As! Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me rsonally known to be the individuals and officers des in and who executed the preceding instrument, and they each acknowleged the execution of the same, and being by me duly ! severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid. and that the seal i to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures a officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation.
:kt above written.
Janua=z 1 s5: On this 2yth day of
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my 0 m*%
fo; ~4nv.p~ ...............
Notary :+: - ;+$ %e:.. 7,..P”BL,5.G-: \,/ ...... +il 2iE-W. CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the 01 .Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; 410 further certify that the Vice-president who executed the said Power of Attorney was one of the additional Vice-Presideni &I1 authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2 of the By-La
the E);IDmITY mD ~EposIi c~MPA~ OF MARYLAND
This Certificate my be signed by facsimile under and by authority of the following resolution of the Board of Directors t I:ID~ITY AND DEP~SIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969
~SOLV~D: “nat the facsimile or mechanically reproduced signature of any Assistant *etary of the Company, wl rmde lheretofore ot hereafter, wherever appearing upon a certified copy of any power Qf attorney issued by the Compny, sh lmlid and binding upon the Company with the same force and effect as though manually affixed.” IN TESTIMOW WEEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company 14th 86 ...._..........__.........._........................... day or .... Jan.u. . .................................... 19 ..........
...........
1,14IPCtf.-lM, 9-81 213859 -012-3383
-,<.,r:-- 017 i r\g.j< I+.[)]” i< rl-T~T?- A i‘, FbbL, !-&I3 6”1 ./k ii 8- ’-- B ;a 1.1 K J’i b I’dA\ :,Ud
e 0
Page 2
GENERAL PROVISIONS
1. PLANS AND SPECIFICATIONS
The specifications for the work shall consist of the latest edition of th
Standard Specifi-cations for Pub,lic Works Construction hereinafter
designated SSPWC, as issued by the Southern Chapters of the American Pub1
Works Association, the City of Carlsbad supplement to the SSPWC, the
Contract documents and the General and Special Provisions attached
thereto.
The Construction Plans consist of 15 sheet(s). utilized for this project are the San Diego Area Regional Standard
Drawings, hereinafter desiqnated SBRS, as issued by the San Diego County
Department of Transportation, toqether with the City of Carlsbad Supplemental Standard Drawings.
enclosed with these documents. A detailed list of the plans and specifications are attached hereto and made a part hereof.
The standard drawings
Copies of pertinent standard drawings ar
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 project
work as shown on the project plans and as specified in the specifications
3. DEFINITIONS AND INTENT
A. Architect:
The word "Engineerg1 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 "shown", "indicated", "detailed", "noted", "scheduled" or
words of similar import are used, it shall be understood that referer
is made to the plans accompanying these provisions unless stated
otherwise.
D . Direct ions :
Where words "directed", designated", "selected" or words of similar
import are used, it shall be understood that the direction, designatj
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 0
Paqe ;
E) Equals and Approvals:
Where the words llequalll, "approved equal", "equivalent" and such worc
of similar import are used, it shall be understood such words are
followed by the expression "in the opinion of the Ar&itectV1 unless
otherwise stated. Where the words "approved", "approvalqq,
"acceptance", 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 "perform" shall be understood to mean that the Contractor, z 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 man that the
Contractor, at her/his expense, shall furnish and install the work,
complete in place and ready to use, including furnishing of necessary
labor, materials, tools equipment and transportation.
4. CODES AND STANDARDS
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 pertaining to their product or material.
5. CONSTRUCTION SCHEDULE
The Contractor shall provide Consruction Manager with a Construction Schedule indicating work activities and length of time required for each
activity. The Contractor shall review with the Construction Manager
monthly the Construction Schedule to insure completion of the whole or an
part of the work.
The Contractor shall begin work after being duly notified by an issuance
a "Notice to Proceed" and shall diliqently prosecute the work to canpleti
in connection with the construction schedule as approved by the
Construct ion Manager.
6. NONCONFORMING WORK
The Contractor shall remove and replace any work not conforming to the
plans or specifications upon writ ten order by the Construct ion Manaqer .
Any cost caused by reason of this nonconforming work shall be borne by thl Contractor.
0 0
Paue 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 durinq the
guarantee period shall be repaired or replaced by the Contractor.
8. MANUFACTURER'S INSTRUCTIONS
Where installation of work is required in accordance with the Droduct
manufacturer's directions, the Contractor shall obtain ad distribute the
necessary copies of such instructions, including two copies to the
Construction Planager.
9. INTERNAL COMBUSTION ENGINES
All internal combustion engines used in the construction shall be equippe
with mufflers in good repair when in use on the project with special
attention to Carlsbad Municipal Code, Chapter 8.48.
1 CI. CITY INSPECTORS %.
All work shall be under the observation of a City Construction Inspector.
Inspectors shall have free access to any or all parts of work at any time
Contractor shall furnish Inspectors with such information as may be
necessary to keep her/him fully informed regarding progress and manner of
work and character of materials. Inspection of work shall not relieve Contractor from any obligation to fulfill this contract.
'1 1. PROVISIONS REOUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to be inserted
in this contract shall be deemed to be inserted herein and the contract
shall be read and enforced as though it were included herein, and if,
through mistake or otherwise, any such provision is not inserted, or is r
correctly inserted, then upon application of either party the contract
shall forthwith be physically amended to make such insertion or
correct ion.
I;!. INTENT OF CONTRACT DOCUMENTS
The Contractor , her/his subcontractors and materials suppliers shall
provide and install the work as indicated, specified and implied by the
contract documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at t
Contractor's expense to fulfill the intent of said documents.
instances throughout the life of the contract, the City will be the
interpreter of the intent of the contract documents and the City's decisj
relative to said intent will be final and binding. Failure of the
Contractor to apprise her/his subcontractors and materials suppliers of
this condition of the contract will not relieve her/him of the
responsibility of compliance.
In all
0 0
Page
13. SUBSTITUTION OF MATERIALS
The Proposal of the Bidder shall be in strict conformity with the drawinc
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 shefhe 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 proposed 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. ECORD 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 chaq
from the original drawings and specifications and the exact "as-built"
locations, sizes and kinds of equipmnt , underground piping, 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 be 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 changes in manufacturer information.
"As-builts" for the sitework (bid package number 1) shall be prepared by
the engineer of record.
15. PERMITS
The general construction, electrical and plumbing permits will be issued
the City of Carlsbad at no charge to the Contractor.
responsible for all other required licenses and fees.
The Contractor is
i
c 0 0
Page
'16. QUANTITIES 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 t 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 of
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 2 all times, as required by the conditions and progress of the work, all
necessary safequards for the protection of workers and public and shall
post danger signs warning against hazards created by such features of
construction as protruding nails, hoists, well holes and falling materials.
117.
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 elevation
as required.
Survey staking for the sitework (bid package number I) shall be provided
the City. Rough grade stakes at 50'-0" centers minimum to or toe-of-slo
as required, surface and underground improvements at 25'-0" to 50'-0"
centers including critical points with offsets, and blue tops for buildi
and facility pads.
19. CODES, ORDINANCES, REGULATIONS & ABBREVIATIONS
Reference to codes, ordinances and regulations are to editions
in effect as to date of proposals. Abbreviations are used for
agencies issuing standard specifications as follows :
Agency Abbreviation
American Society for Testing Materials AS TM
U.S. Government Fed. Spec.
National Board of Fire Underwriters NB FU
American Institute of Steel Construction AI sc American Standards Association ASA
Underwriters Laboratories, Inc. UL
Depart me nt of Commerce St and ard s cs
American Concrete Institute ACI
0 e
Page
210. 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 m
be approved by the Construction Manager prior to installation.
i! 1. 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 H
for such inspections and/or tests.
212. 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.
;!3. CLEAN UP
The Contractor shall keep the premises free at all times from all waste
materials, packaging materials and other rubbish accumulated in connect j
with the execution of the work by collecting and depositing said materi;
and rubbish in locations or containers as designated by the Constructior
Manaqer .
i!4. TEMPORARY FACILITIES
Temporary toilet facilities and drinking water for the use of all trade2
will be provided.
25. FORCE REPORTS
Force reports indicating trade and personnel per trade shall be submittc
to the Construction Manager daily. A brief description of work performc
shall be included.
26. ELECTRICAL POWER
Electrical power will be provided in the building for the use of the
Contractor for special lighting and operation of small tools only. Powt
will be single phase at 208 volts or 240, and 120 volts.
Contactor's responsibility to provide extension cords and/or wiring frm
central distribution points. Power will not be provided for high voltac
or heavy amperage type equipment such as welding machines and any spci,
power requirements shall be provided and paid for by the Contractor.
It is the
e m
Page i
27. BACKFILL AND COMPACTION
Backfill and compaction of trenches shall be in conformance with the 1971
edition of "Standard Specifications for Public Works Construction".
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
s u pe rin t e nde n t .
* 0
Paue '
CERTIFICATION OF COMPLIANCE
CALIFO~L$_SHEET METAL WORKS,INC. I hereby certify that
in performing under the contract awarded by the City of Carlsbad, will comply
with the County of San Diqo Affirmative Action Proqram adopted by the Board I
Supervisors, including all current amendments.
Legal Name of Contractor
JANUARY 14, 1986
I Date
-_I
(NOTARIZE OR CORPORATE SEAL) EXECTUVE VICE PRESIDENT
Title
(Notorial acknowledgement of execution by all principals must be attached )c
e 0
Page 1
ALUMINUM ENTRANCES, STOEFRONTS, WINDOWS AND GLAZING - ai-d Item 6A
1. Base bid to include all aluminum entrances; storefronts; operable and fix€
windows and complete glazing for the police/fire administration building i
service center building.
-
2. Provide and install all blue-green reflective glass, plate/float glass, wj
Include one wa!
glass and bullet resistant ulass. Tempered as required by code. Review
cabinet elevations for all counter top glass/frame 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 building per
sheet A-9. Include aluminum cladding of steel members, steel aluminum stiffners as required and metal drip at head per detail 27. Also applica
details per sheet A-21.
4. Exterior operable windows including metal drip, trim, cladding and window
anchors. Reference miscellaneous details sheet A-22. Installations shou
accommodate story drift as outlined below. Operable windows shall be hin
at bottom and open to inside of building.
5. Additional specialty requirements and specification modifications that sh
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 q
d. Window contractor will furnish and install as part of his window sysl
additional aluminum mullions or steel tubes with aluvinum cladding or
the south and west elevations to support the sunscreens by others.
These supporting mullions are also required at the end of each windot
run (not shown in Detail 1/A-22) and must occur at an 8' on center
maximum.
panel end. + is tube steel is the structural support for the top of
- -
e. The sunscreens will be anchored at the top of the mullions and brace! the bottom imposing a load at the first floor of an
at the second floor.
f. All window and mullion connections must provide for a seismic story drift of 1-1/2".
8 e
Page 1
9. 50% of the windows on the first and second floors will be operable. _I
operable windows on the second floor will be stacked one above the
other.
Enqineered drawings and support calculations signed by a registered engineer shall be required for review/approval. h.
6. Vehicle maintenance building glass installation and aluminum framing simil
to police building. Hollow metal frames shall be provided and installed t
others where specified only.
Glass Contractors shall include all scaffolding, glazing qaskets, caulkins
and special finishes for a complete installation. Coordination with othe~
trades shall be a definite requirement.
Provide and install glass lite in door L per sheet A-20.
install glass lites in door numbers 142, 143, 144 and 145. Minimum size t
four (4) square feet per opening.
determined at future time.
Provide alternate additive cost to furnish and install smoked glass mirrol
in elevator #I per detail sheets attached and made a part of this bid
package.
7,
8. Provide and
Actual size/configuration shall be
Glass per door schedule sheet A-20.
9,
-a ALUMINUM SUNSCWENS AND CANOPIES - Bid Item 68
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 sh<
be a part of this bid package are as follows:
a. Specification 10700-2.4.1 - Delete Kynar finish and add clear Anodize(
Aluminum.
b. Sunscreen Louver blades will be approximately 5 1/2" spaced to providc sun cutoff angle of 75 degrees from the horizontal and visual obscuril
when viewed from a horizontal vantage point.
C. The first floor sunscreens will be a minimum of 2' radius to a maximur of 3' radius and will not protrude below the window sill mullions, wil
not interfere with window operation. Anchor attachment will be
concealed inside the sunscreen outriqqers using stainless steel
hardware. The second floor sunscreens will be a 4' radius.
Canopy/sunscreens shall be attached to support members outlined in Bic
Packaqe 6A - Items 5c, d, and e. All connection requirements shall bt
part of this contract. Engineered drawings and calculations signed b!
registered engineer shall be required for review/approval.
d.
0 m
Page 3
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 facilities
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 others
Typical inside face of parapets per 1,7/A-7, and at deck area per
6,14/A-7.
of treated wood ground.
Exterior applications at meeting area per sections 2,5/A-14. Ground F Item b above.
which requires plaster wall separating upper and 1ower.roof levels ovz
meeting area.
b.
Provide and install industry standard plaster ground in lie
c.
Also include clarification drawing SR-4 dated 9/24/85
d. Include lath and scratch at walls and ceilings of showers.
e. Include smooth plaster skim coat over block walls in cells #142, #H45,
#I1 46.
3. Service Center Building: Plaster ceilings as designated on sheet A-52.
4. Protection of other work, clean up and removal of all debris relating to
lath and plaster is specifically included.
STEEL STUDS AND DRYWALL - Bid Item 6D
1. Base bid to include furnishing and installation of steel studs and drywal per plans and specification sections 6100, 9100 and 9250 for all building
facilities. Additional requirements specified within these special
provisions may require review of other specification sections.
-
2. Polic,e/Fire Building:
a. All light gauge and structural stud framing including furring, channe
hanger wires, welding and required bracing. Refer to structural plan
and clarification drawings for framing requirements at meeting area
entry and split level roof. Include all framing for lath and plaster
installations.
straps to support stud framing.
Include flute filler plugs and 16 gauge metal straps at underside of
deck per details sheet A-5.
Per drawing SR-4 also include bent plate ad tension
b.
0 0
?age
Furnish and install all fire treated wood and steel/metal backing as
required for other trades. Contractor shall coordinate with other
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 closing up
walls.
c.
Doubling of studs and welding of backing plates as required.
d. Furnish and install all access panels in drywall and plaster as
specified, and install those furnished by others.
e, 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 11258, 11264 and
adjoininq corridor shall be one hour construction in lieu of that shown.
f. Include receiving, storing, protecting, sorting, 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).
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. jobsite by
others.
Include installation of free standing
g. Furnish and install all fire treated wood blocking and backing, 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, A/
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 govern. Example: Rul
8135 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
atrium, stair no. 2, and 2nd floor lobby area per 27/A-16. Include
necessary angles to attach framing to structural steel. Angle brace
shall be supplied by others, however, actual installation at wall and
deck shall be by this Contractor includinq anchors/bolts. Provide an
install bolts at top of guard rail for installation of wood plate and
hardwood cap by others.
Cell ceilinqs per section on A-23 - not per finish schedule. j,
e 0 I
Page :
Provide alternate deduct if guard rail specified in Item 2i is contructed
per detail 7/A-23. Wall bracing/installation requirements would remain tl
s ame .
Service Center Building shall include same basic requirements as Police/F.
Building .
3.
4.
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 fl
all building facilities.
Include below grade waterproofing of planters and walls around entry to
Police/Fire Building; and mechanical equipment enclosure.
Waterproofing of deck area over police sally port.
-
2.
3.
4. Coordinate installation of roofing system to accommodate roof mounted accessories supplied by other trades.
Include fill for pitch pockets at typical grab rails for roof hatch acces 5.
6, Include "walk top" surface pads as shown on A-7.
7. Install complete roofing system at all buidings to achieve indicated cros
slopes and positive drainage patterns to roof drains.
8, Provide alternate additive price to complete roofing operation at Police/Fire Building as two move-on process. Possibility exists that
initial roofinq operation shall precede installation of perimeter precast
concrete panels.
insulation and initial asphalt cap to provide watertight lid so that
interior improvements could proceed.
roof would be complete.
Roofing Contractor would be required to install rigid
After precast installation, balance
SHEET METAL, FLASHING, LOUVERS AND ROOF ACCESSORIES - Bid Item 6F
1. Base bid to include furnishing and installation of items listed above per
- -
plans and sFcification sections 5030, 7600, 7720, 10200, and 10990
,building facilities.
for
2!* Sheet AC-3: Parapet cap assembly and complete louver assembly prefinsihe
Reglet, flashing and drips at mechanic building and site retaining walls.
Sealant as required.
0 0 )
Page
3. Police Building:
a. Prefinished and standard sheet metal as indicated on A-7. Roof hatch4
skylites, fascia panel, sheet metal backing and guard rail flashing p4
(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 glass and glazina 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 spa
system indicated on sheet A-60A. Sealants as required.
ElUILDING. INSULATION - Bit Item 6G
'I. 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.
2. Acoustical partition designated on sheet A-52 shall be extended to incluc
wall separating men's locker room 004 from lounge 002.
COILING AND SECTIONAL GRILLES, DOORS AND CURTAINS -,Bid Item 6H
'I . Base bid to include furnishing and installation of all coilinq and sectic doors per plans and specifications, 8330, 8340 and 8360, includina weldii
as required.
e 0 d
Page 3
2. Police/Fire Building:
a. Rated coiling door at property and evidence room including track
assembly per 1,2/A-23.
b. All interior fire rated curtains with fusible link. Include overhead
bracing/support as required.
c. Electrically operated coiling grilles at sally port. Include requirec
connection to steel support framing 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.
P'NEUMATIC TUBE SYSTEM - Bid Item 61
1. Base bid to include furnishing and installation of a pneumatic tube syste
-
per plans and specifications section 14580. Floor plans and cabinet key
plans should be cross referenced for sending/receiving stations.
i:. Furnish and layout all required floor and/or wall sleeves. Core drilling
decks shall be included.
FINISH CARPENTRY - Bid Item 63
It. Base bid to include furnishing and installation of finish carpentry item:
and wood doors as outlined per plans, specification sections 6200 and 824
and these special provisions.
Include wood caps at guard rails per 3/A-16 inclusive of 2x block.
Include hardwood sill at meeting room 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. Woc
doors shall be pre-machined to accommodate all specialty hardware requirf
Doors no. 148 and 149 will require provision to install wire from electr
mortise lock to opposing jamb.
..
;!.
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 schei
currently beina revised to reflect electric locks at doors 148 and 149 o
Balance shall be converted to electric strikes. All frames shall be
0 @
Page 3
provided and set by others.
provided by others .
ceiling and acrylic sheet in elevator no. 1 per attached detail sheets dat
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
I. 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
The Contractor shall furnish a competent Condition Work to be performed.
Foreman if and when required on the jobsite who will coordinate all
activities with the Koll Project Superintendent. The General Conditions
Contractor will be given at least 24 hour notice each time men and materi
are required at the jobsite with the exception of urgently needed safety
damage 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 - shal
include items such as listed below.
a. Officers I 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.
g. Repair, maintenance, depreciation and utilities at the Contractor's
office and /or plant.
h. General Superintendent, Superintendent and General Foreman.
$ e 0 t
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 Constructio
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 b*
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 attributab
to the Project.)
m. Taxes, telephone and telegraph charges, (except jobsite telephone).
4. The type of reimbursable work that may be anticipated to be performed and
which shall be on an "as needed" basis is as follows:
a. Construction of temporary enclosures for toilets, hoisting facilities
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 water
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 'i i
Page 1
When directed by an authorized representative of the Construction Manager
the Contractor shall perform the "General Condtions" work.
work shall be established as follows:
lAB0 R a* -
The actual net cost to the Contractor of field labor, in accordance w
Prevailing Wage Rates, including required union benefits, premiums th
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,
5. The value of
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 saving
discounts, rebates and credits. All material shall become the proper
of the City of Carlsbad. materials and/or equipment which have been authorized to be purchased
rented by the Construct ion Manager.
The Contractor shall obtain competitive bids for all materials,
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.
Sales and/or Use Taxes are reimbursable on
A
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.
BONDS -
The Contractor shall submit a Bid Bond with his proposal in the amour
of Ten Thousand Dollars ($10,000.00).
The Bidder to whom award is made will be required to furnish a
Performance and a Labor &i Material Bond each in the amount of Twenty
Five Thousand Dollars ($25,000.00).
e* 7
0 0 .i I
\'
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.
(J* SUBLET. OF WORK
The subletting of work andfor 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 ccmbii
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 andfor 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.
accordance with instructions received from the Construct ion Manager.
The following are modifications, clarifications and/or deletions to the t
package for the General Conditions Work.
a. Notice Inviting Bids:
The
The Contractor shall submit the monthly billing in a form
7.
1. Item 8 - Bidders shall submit $10,000 cash, certified check or
bidder's bond.
2. Item 9 - Designation of Subcontractors is not applicable to this
i tem.
Item 12 - A faithful performance bond of $25,000 and a $25,000 la
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 I & 2 - Contractor shall perform all work as directed by tl
Construction Manager.
2. Item 4 - Extra compensation provision is not applicable.
0 0 ,L .. I
\’
Page 1
c. General Provisions:
1. Item 2 - All work shall be as requested by the Construction
Manager.
2. Item 5 thru 16, 18 thru 24, 26, 27 - Not applicable.
0 0 -1 I i
,'
Paqe 1
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 11 e. Mechanical Plans Sheets M-I thru M-10
f. Plumbing 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 attached
hereto and made a part hereof.
11.
111.
IV. Elevator No. 1 finish drawings (elevations and details) sheets 1 thru 6
dated October 8, 1985 attached hereto and made a part hereof.
J, &de<& 595c BRANIIIOW & JO STON ASSOCIATES Ev15a ~f~E-E~~~
City of Carlsbad Pubtic Safety & Service Center
Carlsbad, California
revision 8C b
’]ob no. dr zszor C
RUHNAU McGAVIN RUHNAUIASSOCIATES
3775 rem Sbat 1207 EhA- Rn~sd. CA 92SOl-X69 ?14*6d4-4l?ja 619*729-?I*d- - __ CJW a 97006-1995
S
-
AwG<d- S-95L BRAzllDOW & JO STON .* ASSOCIATES
oms suit aim srruc7uma%: R=.L~-=..*
ism0 VL MIRD R, LOS AWa- c*uroanrA mooa7 !!J frLxP?tOn. 1oA-..# mtza COOS ais
WIm m ME =t=\ra-rl
revision City of Carlsbad
Carlsbacl, California 2'1 201
Public Safety & Service Center . job no.
,
{
ArChtt.cn Prannua
RUHNA U McGAVIN RUHNA U/ASSOCiATES
3775 lcnm SkW Rrr.rw U 9191.3669 714,684-4664 6iga729-7r44
tat Ern Annu Ce CA 91006-1995
'she1
I
Ad-&-; S-956 BRANDOW dr JO STON ASSOCXATES .. e 0 a I) *I L T 8 I rn T I Y T u A L: S I 8 I s 8 I 8
Ir.0 W. MlIP m- Lo8 AWU- UUFORNIA m0017
An- coo= a11 !iJ 'tLLLMeWcII 4U-..#
RE\/ISW SECTION @
City of Carlsbad Pubtic Safety & Service Center Carlsbad, California
81 revision
ob no. d 1 21za
RUHNAU M'cGAVIN RUHNA U/ASSOClATES
3775 rcnm Skcrr I207 Ekn Annu Rwta. U 92541-3669 711.66&4w 610.7Y0-7f44
Ca&&d CA 9NMd-fm
C &
*
BRANDOW & JO N TON ASSOCIATES
C~nsaLf8m~ 8~ructmrr~: 1nIaDLLDL
1s.0 w. miin rt, LO. mu- UUFORN~A so017 b TLUlrXmR 1U8S.Q mu cooc ala
.-.
f-
e fwew p,,+p@++5-bd16 Lp"lld*'
f+, I\ r\
rrL
__ --
W +---- LPg plF i I I L I ~&'~wEq flfl@+(
4P&lSW kfW 77 * mtmw wa=
PLPtm-w LAnW-kT-5.
I cw
MMht r, *
/ WW2 -----
\ V
I KT c---------
1
-A
&-I 1 *4v WP73 --(I)
i
+---
I
0
I w
I) .. .
q,