Loading...
HomeMy WebLinkAboutCharles McCandless Tile Contractor Inc; 1986-04-14; 3006-7A/MKecoraing nequesrrea ny ana necurn io: 1200 Elm Avenue Carlsbad, CA 92008 City Clerk B Q tJ 625. 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 tile at the Carlsbad Safety and Servi Center, on which McCandless Tile was the Contractor, w completed. CITY OF CARLSBAD -I__p 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 4- J7 , 1987, accepted t above described work as Pmpleted) and ordered that a Notice Completion be filed. I declare under penalty of perjury that the foregoing true and correct. Executed on L 2f , 1987 at Carlsbad, California. I CITY OF CARLSBAD ALgA+RAk&R- City Clerk J N iw FEZ -5 '& 8 38 ~co~~~~~ flTCCIR13ER j VERA 1. LYLE L__ / c',3,;9G, .,,' ,, I './9 (A. 8- &, F , ,J ,;;! -. Jj&jjY7 . _. ., .. .I .. : , f. 'a i i 4 '"" i * t 5 0 1200 ELM AVENUE T EL CARLSBAD, CALIFORNIA 92008 (619: Office of the City Clerk MQ of Mnrls bnh January 30, 1987 Vera L. Lyle County Recorder P.O. Box 1750 San Diego, CA 92112 Enclosed for recordation are the following described documents: 1 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 e 0 1 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 Caxlsbad 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 Contract0 Notice of Completion - Engineering Pneumatic Tubes at Carlsbad Safety and Service Center; Air Link International Contractor 4 0 a 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 . * L.L+"LU1"6 L.'Lyuu" c-u -1 UILU *.-cYLL._ A". e City Clerk ,12b0 Elm Avenue ' Carlsbad, CA 92008 NOTICE 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 tile at the Carlsbad Safety and Serk Center, on which McCandless Tile was the Contractor, 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 C Council of said City on 4'- 27 , 1987, accepted above described work as fimpletedland ordered that a Notice Completion be filed. I declare under penalty of perjury that the foregoing Executed on b Jf , 1987 at Carlsbad, California true and correct. I CITY OF CARLSBAD A City L ~AY+A Clerk AdE ~RF # a @l FREMONT INDEMNITY MPANY COMSTOCK INSURANCE COMPANY Qp DATE: 3-25-86 TO: Koll Company 2237 Faraday Avenue Carl sbad 9 CA 92008 Attn: Steve Mahoney CERTIFICATE OF WORKER COMPENSATION INSURAN( EM PLOY ER: CHARLES MCCANDLESS TILE CONTRACTOR, INC. P.O. Box 927 Santa Ana, California 92702 PO LlCY N 0. POLICY PERIOD PRODUCER WP86-037041 1/1/86 to 1/1/87 Alexander & Alexander 3233 Park Center Dr., # Costa Mesa, CA 92626-19 (714) 957-6005 THIS IS TO CERTIFY that we have issued a valid Workers’ Compensation Insurance Polic) form approved by the Insurance Commissioner of the State of California to the Employer n above for the policy period indicated. ibed policy be cancelled before the expiration date thereof, the con will endeavor to mailm Yf ays written notice to the above named certificate holder, but fail! ma’l such notice sh II i ose no obligation or liability of any kin up0.n the ,company. cancellation notice will be giver Should the above de Except for non-payment ofnbremium or non-reporting of payro 7 1, in which case a 10 daq Description of specific operations (if required): Contract #3006-7B Ceramic & Quarry Tile Carlsbad Public & Safety Service Center This certificate or verification of insurance is not an insurance policy and does not amend, extend, or alter the coverage afford- ment, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and con- ditions of such policies. ed by the policies listed herein. Notwithstanding any require- COUNTERSIGNED AT LOS ANGELES. CALIF €M pi!!AA BY EDWARD J LIEBER SECRETARY UN 105 (9-81) This is to certify that policies of insurance TYPE OF INSURANCE GENERAL LIABILITY M Comprehensive Form M Premises-Operations Is] Explosion and Collapse Hazard Is] Underground Hazard Igl ProductsKornpleted Operations Hazard El Contractual Insurance El Independent Contractors IPJ Personal Injury W Broad Form Comprehensive G.L Endorsement AUTOMOBILE LIABILITY [gl Comprehensive Form IXI Owned IXI Hired Ix1 Non-Owned FJ Broad Form Property Damage EXCESS LIABILITY Po Umbrella Form WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY OTHER Additional Information: listed below have been issued to the insured named above and are in force at this time. POLICY POLICY LIMITS OF LIABILITY IN TH EFFECTIVE EXPl RATION EACH POLICY NUMBER DATE DATE OCURREI Bodily Injury $ Property Damage $ 73 SM003866-0002 4/1/86 4/1/87 -4- Bodily Injury and -k"-rc. jl (; &d'P B 9 Property Damage $500, fi, Personal Injury p g 6, B '/ /J Combined *k ('7 C (:!A, & J? && Bodily Injury 73 BA003866-0001 4/1/86 4/1/87 Bodily Injury (Each Person) $ (Each Accident) $ Property Damage $ Bodily Injury and Property Damage $ 500 Combined Bodily Injury and Combined Statu tory 73 CUOO3866-0003 4/1/86 4/1/87 Property Damage $ 1,0 Bodily Injury $ Description of Work. ...................... b e e as: * Thic endorccriieiit forriis a part of Ihr, policy to which attachpd. effectiv? on thP iiiception dale of the policy unless otherwise stated herei (The following iiiformalion is required only when this endorsement is issued subsequent to preparation of po!icy ) Endorcenieril effective April 1 , 1986 POllCY NO 73 SM003866-0002 Endorsement No Narned Inrured c2?u-yvPl~ Charles McCandless Tile Contractor, Inc. Counlersigned by (A h rized R This endorsement inodilies such irisurarice as is afforded by the provisions of the policy relating to the following COMPREHENSIVE GENERAL LIABILITY INSURANCE MANUFACTURERS AND CONTRACTORS LIABILITY INSURANCE ADDITIONAL INSURED (Owners or Lessees) It is agreed that I The 'Person, Insured provision is amended to include as an insured the person or organization named below but on!; with resp out of operations performed for such insured hy or on behalf of the named insured 2 The applicable limit of the company s liability for the insurance afforded under the Contractual Liability Insurance Coverage Part policy shall be reduced by any arnoiint paid ds damages under this endorseriieiit on behalf of the person or organization ndmed below Name of Person or Organization (Additional Insured) The City of Carlsbad Construction Manager (Koll Construction Co.) '' It is hereby understood and agreed that the policy to which this Certificate refers may not be cancelled, materially changed, nor the amount of coverage thereof reduced until thirty (30) days after receipt of written notice of such cancellation or reduction in coverage by the City Clerk of the City of Carlsbad. Coverage under this policy shall be primary and non-contributing with any other insurance available to the City of Carlsbad. I' Gb 20 10 01 73 3 ,P f CITY OF CARLSBAD SAN DIEGO COUNTY CALIFORM IA BIDDING DOCUMENTS FOR PUBLIC SAFETY AND SERVICE CENTER CONTRACT NO. 3006 BID PACKAGE NO. 7 FOR: Cabinets; Ceramic and Quarry Tile; Painting, Waterproofing and Vinyl Wallcovering; Floor Covering; Access Flooring; Marlite; Glass Block; Folding Partitions; Toilet Partitions and Accessories; Flagpoles; Metal Lockers; Caulking; Security Gates/Operators, Chain Link Fencing and Mesh Partitions; Window Covering s For information relative to this project contact: KOLL CONSTRUCTION COMPANY 2237 Faraday Avenue, Suite 101-C Carlsbad, CA 92008 Steve Mahoney, Project Manager (619) 438-8866 4 iI. 7 TABLE OF CONTENTS Paq I tern - NOTICE INVITING BIDS 1- PROPOSAL 5- BIDDER'S BOND TO ACCOMPANY PROPOSAL DESIGNATION OF SUBCONTRACTORS 11 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE 10 12 13 CONTRACT 14 - LABOR AND MATERIALS BOND 18 - PERFORMANCE BOND 20 - < GENERAL PROVISIONS 22 - d CERTIFICATE OF COMPLIANCE 29 SPECIAL PROVISIONS 30 - . LIST OF CONTRACT DOCUMENTS 38 > It * Page CITY OF CARLSBAD PUBLIC SAFETY AND SERVICE CENTER NOTICE INVITING BIDS The City of Carlsbad invites bids for performing the following work: Bid Package No. 7: Cabinets; Ceramic and Quarry Tile; Painting, Waterproofing and Vinyl Wallcovering; Floor Covering; Access Flooring; Marlite; Glass Block; Folding Partitions; Toilet Partitions and Accessories ; Flagpoles ; Metal. Lockers ; Caulking ; Security Gates /Operators Chain Link Fencing and Mesh Partitions; Window Coverings. 1. Sealed bids for performing the work shall be received at the office of tt Purchasing Agent, City Hall, 1200 Elm Avenue, Carlsbad , California, until 4:OO PM on the 27th day of February, 1986 at which time they will be oper and read aloud. The work shall be performed in strict conformity with the specifications therefor as approved by the City Council of the City of Carlsbad on file the Engineering Department. Reference is hereby made to said specifications for full particulars and description of the work. 2. 3. The work, a portion of the total Public Safety and Service Center Project involves complete si tework development of twenty-six (26) acres including grading, underground utilities, and surface improvements, etc. A fully improved Police and Fire Administration Building, Vehicle Maintenance Facility, car wash and fuel island shall also be constructed as a part of the Phase One construction program. 4. Koll Construction Company will provide construction management services t the City of Carlsbad and shall organize, monitor, coordinate and direct a. phases of the construction at the Public Safety and Service Center. 5. Plans, specifications and bidding documents may be obtained at the Purchasing Department, City Hall, Carlsbad, California, after February 5, 1986 at a cost of $50.00 per set to licensed contractors. ahead to reserve your documents, (619) 438-5601. A pre-bid conference will be held at the City Council Chambers at 2:OO PM on February 19, 1986 to discuss bidding requirements. If information is required regarding the bid package, drawings and/or specifications, the bidder SHALL NOT contact the City of Carlsbad nor the architect. All questions and requests for information shall be directed t Koll Construction Company, (619) 438-8866, Steve Mahoney. Please call 6. 7. 8. No bid will be received unless it is made on the proposal form included with these bidding documents; a Bidder's Bond in the amount of 10% of the 1 ,f x L Page 2 bid. Said guarantee to be forfeited should the bidder to whom the contrac is awarded fail to furnish the required bonds and to enter into a contract with the City within the period of time provided for by the bid documents. The bidders' security of the second and third lowest responsive bidders ma be withheld until the contract has been fully executed. cashier's check or certified checks submitted by all other unsuccessful bidders shall be returned to them within ten (IO) days after the receipt o bids, and their bidders' bond shall be of no further effect. The cash, 9. The documents included within the sealed bids which require canpletion and execution are the following: I. Proposal 2. Bidder's Bond 3. Designation of Subcontractors 4. Bidder's Statement of Financial Responsibility 5. Bidder's Statement of Technical Ability and Experience The entire bid package shall be executed and submitted prior to the time for the bid opening. Said document shall be affixed with the appropriate notarized signatures and titles of the persons signing on behalf of the bidder. corporations, appropriately notarized signatures of the person authorized by the corporate by-laws are required and the corporate seal shall be affixed to all documents requiring signatures. In the case of a partnership, the properly notarized signature of at least one general partner is required. No bid shall be accepted from a Contractor ~410 has not been licensed in accordance with the provisions of Chapter 9, Division 3 of the Business an Professions Code. The Contractor shall state his/her license number and classification in the proposal. For IO. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. 11. Bids shall not modify or contain any recapitulation of the work to be done Alternate proposals will not be considered unless called for. No oral or telegraphic changes to the bidding documents will be considered. 12. The amount of bond to be given for the faithful performance of the contrac for said work shall be one hundred percent (100%) of the contract price therefor, and an additional bond in the amount equal to fifty percent (50% of the contract price for said work shall be given to secure the payment a the claims for any material or supplies furnished for the performance of the work contracted to be done by the Contractor for any work or labor of any kind done thereon. Bonds shall be prepared on the forms included within the bid package. Sureties shall be licensed and registered in the State of California and subject to approval by the City. 1 If I Page 3 Insurance requirements are specified within the contract section of the b package, Items IO, 11 and 12. Insurance carriers for Contractors performing work under this contract are required to be licensed to do business within the State of California. 13. 14. Partial and final payments on this contract shall generally be in accordance with Section 9 of the 1979 edition of "Standard Specifications For Public Works Construction", as herein modified. The Construction Manager will, after award of contract, establish a closu date for the purpose of making monthly progress payment. Each month, the Construction Manager will make an approximate measurement of the work performed to the closure date and as a basis for making month payments, estimate its value based on the contract breakdown furnished by the Contractor and approved by the Construction Manager. From each progress estimate, ten percent (10%) will be deducted and retained by the agency, and the remainder less the amount of all previous payments will be paid to the Contractor. After fifty percent (50%) of th work has been completed and if progress on and quality of the work is satisfactory as determined by the Construction Manager, the deduction to made from the remaining progress payments and from the final payment will be limited to $500 or ten percent (10%) of the first half of the total contract amount, whichever is greater. Final payment for value of work completed under this contract, unless Notice of Leins or unpaid bills are on file with the City, shall be made thirty-five (35) calendar days after acceptance of the completed work. City Council approval and filing of a Notice of Completion shall constitu said acceptance. Application for payments and dispersement of funds will be made through the Construction Manager. The Contractor may, at his/her option, substitute securities, as specifie by Government Code Section 16340, for the retention held on this contract At the request and expense of the Contractor, securities equivalent to th amount withheld may be deposited with the City or with a state or federal chartered bank as the escrow agent &IO shall pay such monies to the Contractor upon satisfactory completion of the contract. The Contractor shall be the beneficial owner of any securities substituted for monies withheld and shall receive any interest on the monies. The bid documents are intended to be complementary so that any work calle for in one and not mentioned in the other, or vice versa, is to be execut the same as if mentioned in all said documents. The intention of the documents is to include all labor, materials, equipment, transportation a services necessary for the proper execution of the work. 15. 16. If any person contemplating submitting a bid for the proposed contract is in doubt as to the true meaning of any part of the plans, specifications other proposed contract documents, or finds discrepancies in, or omission I '1 I Page 4 from the drawings or specification, a request may be submitted to the person named on the title page of the contract documents for the interpretation or correction thereof. the proposed documents will be made by addendum duly issued by the City, and a copy of such addendum will be mailed or delivered to each person receiving a set of such documents. The City will not be responsible for any other explanation or interpretation of the proposed documents. Any addenda issued by the City during time of bidding, or forming a part ( the documents delivered to the Bidder, shall be covered in the bid and shall be made a part of the Contract. Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgement of addenda may be cause for rejection of bid. Any interpretation or correction 01 17. 18. No person, firm or corporation shall be allowed to make or file or be interested in more than one (1) bid for the same work, unless alternate bids are called for. A person, firm or corporation submitting a subproposal to a bidder, or Mho has quoted prices on materials to a Biddei is not thereby disqualified from submitting a subproposal or quoting pricc to other bidders. 19. Bidders are required to inform themselves fully of the conditions relati% to construction and labor under Mhich the work will be or is now being performed, and so far as possible, the Contractor must employ such method: and means in carrying out the specified work as will not cause any interruptions or interference with any other Contractor. The Contractor shall comply with the provisions of California Labor Code Part 7, Chapter 1, commencing with Section 1720. 20. 21. The Contractor shall not pay less than the specified prevailing rates of wages established pursuant to Section 1773.2 of the California Labor Code A copy of the current applicable wage rates is on file in the Office of t Carlsbad City Clerk. Contract may be awarded at the election of the City on one or a combinatic of base bids, and alternate or combination of any alternates that might bi offered. The City reserves the right to reject this proposal and it shal remain open and not be withdrawn for a period of sixty (60) days from the date prescribed for its opening. 22. Approved by the City Council of the City of Carlsbad, California, by Resolutio No. , adopted on the day of 9 19-0 Date ALETH4 L. RAUTENKRANZ, City Clerk -. L* 1 Page f CITY OF CAHLSBAD PUBLIC SAFETY AND SERVICE CENTER CONTRACT NO. 3006 PROPOSAL City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 The undersigned declares he/she has carefully examined the location of the WOI read the Notice Inviting Bids, examined the plans and specifications, and her( proposes to furnish all labor, materials, equipment, transportation and servic required to do all the work to complete Contract No. 3006 in accordance with the Plans and Specifications of the City of Carlsbad, and the special provisions, to wit: The following proposal form includes work associated with the sitework bid package 1/7 items 7A through 7M. 1. Proposals for the work shall include separate prices for each item of WOI bid: Bid #7A, or Bid 1\78, etc. A proposal for work may include a bidder combination for any or all items of work, but must also include bids for each separate item. Award on a combination bid will only be made if it j the lowest of any possible combination of bids and is lower than the tot; bids of the lowest responsible making up that canbination bid. The City reserves the right to (a) award separate contracts for each bid item, or each canbination of bids, or (b) make no award at all. Note: If not bidding on an item of work, the bidder shall state "no bid" 2. Proposals for the work in each bid package shall be complete per the plar specifications and contract documents. Items listed in the special provisions are for clarifcation only and shall not be considered as a complete list of all the required work. _- - bidders on the particular items of work 3. Quantities of materials and earthwork used on the plans are for permit purposes only. All bidding contractors are required to complete their OM quantity take offs, and submit lump sum bids for all work unless specific unit prices are requested within the special provisions. All work associated with sheet nine of the improvement plans (Impala Drive), shall be broken out separately on the proposal form. included in this proposal. 4. Addendum(a) No(s). 1 hasfhave been received and islare 1' bw ' 1200 ELM AVENUE TEL CARLSBAD, CA 92008-1989 (6 19) ,/ Citp of QarIs'bab RISK MANAGEMENT February 21, 1986 ADDENDUM NO. 1 PROJECT: PUBLIC SAFETY AND SERVICE CENTER BID PACKAGE NO. 7 - FOR: Cabinets: Ceramic and Quarry tile: Painting, Water- proofing and Vinyl Wallcovering; Floor Covering; Access Flooring; Marlite; Glass Block; Folding ' Partitions; Toilet Partitions and Accessories; Flagpoles; i4eta. Lockers; Caulkinq; Security Gate! Operators, Chain Link Fencing an( Mesh Partitions; Window Covering: This addendum, receipt acknowledged, must be attached to propo, form when bid is submitted. q5; Ll c- L 2&$v%<. CIT OF CARLSBAD I acknowledge receipt of Addendum No. 1 to Bid Package No. 7. eHARLES RAcCANQLESS TILE CQ., INC. FRED B MCCANoeEss $ECRETARY-TREAS. X" f Page Bid Item # CABINETS 7A Complete cabinet work for the lump sum amount of No Bid I- , ---- _I $ - -- -- ~ -.- CERAMIC AND QUARRY TILE - -- 78 Complete ceramic and quarry tile work for the lump sum amount of me 2L -- GLASS BLOCK - 7c Complete glass block work for the lump sum amount of No Bid - $ -- -- PAINTING, WATERPROOFING AND WALLCOVERING 70 Complete painting, waterproofing and wallcovering for the lump sum _I amount of -- --_I_ $-.u._Bih-- FLOOR COVERING AND MARLITE PANELS 7E Complete floor covering and marlite panel work for the lump sum amoun - -- - - - - - of -_ - -- -- $ No Bid_---- ACCESS FLOORING -- 7F Complete access flooring for the lump sum amount of --en B+d -- FOLDING/OPERABLE WALLS 7G Complete folding/operable walls for the lump sum amount of ~ -- $ No Rid r 7G-1 Alternate additive price to provide electically operated walls within meeting area for the lump sum amount of -.- $ -- - 2/2{df4 QAf/%\Y Lr 1 Page Bid Item # FLAGPOLES -- - 7H Complete flagpole work for the lump sum amount of ~ - - - c- Yr- -- Il_-_-.l----c- TOILET PARTITIONS AND ACCESSORIES 71 Complete toilet partition and accessory work for the lump sum amount - I of --I_I ~A-BL- SECURITY GATES/OPERATORS, CHAIN LINK FENCING AND MESH PARTITIONS 73 Complete gate, fencing and partition work for the lump sum amount of - - - $ N12Bi$l METAL LOCKERS -- 7K Complete metal locker work for the lump sum amount of - - $ Nn Ri d -- -- -- CAULKING /SEALANTS 7L Complete sealant work for the lump sum amount of I_ - -- -- - cALBid Complete window covering work for the lump sum amount of 7. -- - - 3- -- --- - WINDOW COVERINGS 7M -- -- COMBINATION BID -- 7N Combination Bid No's. for the lump sum amounrof - . $ Nn Ri - c I_ L-- NOTE: Bidder's must also bid combination bid item numbers separately &. c Page I All bids are to be computed on a lump sum basis with separated unit pric% when requested, as indicated in this proposal. In case of a discrepancy between words and figures, the words shall prevail. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds and insurance policies within twenty (20) days from the date of award of contract by City Council of the City of Carlsbad, the proceeds of check or bond accompanying this bid shall becar the property of the City of Carlsbad. 5. 6. 7. 8. Contractors shall be licensed in accordance with the Statutes of the Stat of California providing for the registration of Contractors. The undersigned bidder hereby represents as follows: 9. a. That no Council Member, officer, agent or employee of the City of Carlsbad is personally interested, directly or indirectly, in thi: contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents or employees, has induced him/her to enter into this contract, excepting only those contained in this form of contract and the papers made a part hereof by its terms; and b. That this bid is made without connection with any person, firm or corporation making a bid for the same work, and is in all respect: fair and without collusion or fraud. IO. The undersigned is 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 th provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. The undersigned is aware of the provisions of the State of California Lab0 Code, Part 7, Chapter 1, Article 2 relative to the general prevailing rate of wages for each craft or type of worker needed to execute the contract and agrees to comply with its provisions. 11. .1 L Page DESIGNATION OF. SUBCONTRACTORS The undersigned certifies he/she has used the subbids of the following listed Contractors in making up his/her bid and that the subcontractors listed will t used for the work for Hhich they bid, subject to the approval of the City Engineer, and in accordance with applicable provisions of the specifications. No changes may be made in these subcontractors except upon the prior approval the City Engineer or the City of Carlsbad. required for each subcontractor. Additional pages can be attached, if required : The following information is Company, N ame ~ Y- Work - - &?AVk/ dl__-- -- -- ---- - - _.- I - - - --__--_- I- --- A -- . --- A --- I -- L___Iu I _- - --II_ -I-II_ - - -- -PI- L -- - - -c --- - $3JHkaR IES t? 2cm DLESS ,fl/p-,&g - -OLE CO*# iyc0 JJ/,,/&flL -II_ i-&LL lib- ‘=!in atur eFREp $ MCCANDLESS SEC$ET.4;RY--%RES L 0' a Page BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a notarized or sealed statement of his/her financial responsibility. Either a current audited income tax or profit/loss statement . zI_- - -- -I - I -_L - A -I - I_.- -- ._I - - ~-I > - --- -_ -- I -- --- -_I_- -- -- -- - - -I_ ---- - , --- - --A- A -- FRED B. MCCANI3LESS SECRETARY-T REAS, (Notarize or Corporate Seal) .---- , . ~rn~~3$~nw~HrnCCa~AmOA~~~~~~~~~~~~ CMCO P Cw~C~Cr~~r~~ra~~PCL~O~~~~~~~~~c~~ G 0 n7~rn-n w r ~RAnr-Crn~rrOmw~~ O--i47?~XCrn~--r mrnw-tmZ m CI Orno z= m 13 mfTlrruc;tr 0Cl-e -Qr-c,nJ+.;X; Rrn-4 7;rm ;utyLr,x.T'w(;, c: <,q xnxtfi F v? rn oon1-c wnrn-! rwx, c m~fAnrs~m-vnrn <E+ 'T1 -4 .+El* rn VI 0 o rnxz i~l~rn~~rno ~4mxm~moatn~wmmnrn~rn c.c tnr v) n ~)xrnvlv,-rn>czv, (-40 a n ~n40c-t~~~~~ 4 Q wrmrr, P 4*cs tc +wcfi~or mr wrn cm~m P-J 'PQ-I~T 11 wPr.L,m 'w 70Cn~-ur--lf v m m02 % rnrnnmrnm zn a (ncP 21 cdnm\+?3%-f+n I~~VXPP Cw pr3~1~xmOxZ mOZ ,Z v, OC 4 C~OHMFYICP> CQX-VCC-I~~ rPzxamzwwwF m., > P Y ;r 02 V;.<T" PrI7JTTI-i;CQ !4~Drpr(~mFP~rFrr v1 I=- m Q v? FG-j-i-4 b *Z(ACC=. VrZ. ~-1712 Z T-fXtfi P r~ +& z bZ ;;b ZC" \o m-4 ZLnO (0 Pb.72 r" Q 77 c m TI i- xm c IT -c& LA n WW2 cw * /e U T 1 F. 0 rn rn XVICI .c mm -173 XI cnrn m XI-? 71 z Br? t-l LA.! b" w v nc nw rr LL n' h.' w 4 w-c CJ & 477 -dry LI?C?P.ILiJt.P 6" (PIUWL-' LP. t.lrLlT Q CPW Cvr .rx cx, JlnNUlJl.JjCkl.~'rR~ ACT fUWC3~liJJ&-CW QQQ C5.C %! ir WE4 S S *V L,J.C~L,~SS:C~C~~Q r~~~~~.amm~-rwm nlca S~~LA~, I+ -I! raw i+ w rz wtJr,*,r:ra-Llcar rmmLnzrrpn..-xwcw NC~C' ZSJI & t, run!+ n o -I e*. OO*.*** *.9..*09.**0 000 *.o e e eo* a0 mac?Ob~..c't.Jtir_7t.' L*iv"r''Jyrr,Yu-i! mJT!P ai7c Occ r' v LFJCi' .rt 4 cuDaSrmaa-*2 mu-umuiamtna-cta am30 cmc a n art" P t.' t ( @&I WN Vltn 3bi. .NJR> Ln-Jao-Jmn' l+rn..rJrwn~rfrrw rnIIIff+WCrP-' 0" Lh dFzT c 5 ct c J~N~t~CWNCt~~~Wr~~QO~r~~l~~~O~~~'~ Ir' r Wt&!r ru ru PW ~~N~~~~J~adc~~C~~W~QN~~~i~~ff~u~~~~ J Jl mrnJ d J I a~OaNrr~bO.~~d~~OSa~~~~~~~~~~~~~ 0" v* c3CPp.J kJ w e -J t WCJ ni p.1 er lAI 44 n tl 24 I 'I+ l&I LL! h'lr;Rn,d-L.IJ gr Ln Wrt! c.i Wr n, tr WEC~~W(T~QSOQ~ET)~U~-J~~~~~:~~~~~~~G~~~ 5 fU [rWr 4 4 r c ~0~~~~~~0~~~0~000~0000e~000000e0 0 O 000 00 QUWn~~~aa~.n-Jr.NJ~c~P~c~G~Q~~U~~~~ 2 LL' QnW J 4 1 - L 1 %a PCC r s ? A n -4u TI 3 0.4Ch .x m 3 -I rPz A w wow c3 yTu%7anPrnm\z rlr azrnmmo+~x+m Y, 4700 A WS M b -i;aY, (1 x+ U 0- 0 w B-4 ZU 2 4xr 71 Xb nz HO@- 4 rnx;OO 2 xrn H v, 30 Om -vi C tn mx 'J3x CIZ z x m x w P-rn W rr v zm e 7 (At., P e -!VI 2 -I (CW' A wv mld, PC n2 mc a= %I 4P I.lP nJ-Jl?ZFt.' 6C cn n*$ VI L" .J !A w I+ m mu,! ;P.m Lr LLf LL' nl Oa CP CJ N @UIR; rrt3cCC XCr49d .JC3C.DaOG d!3(3,CJfL .CImLTn$tr(rr m-Jwrlr!rz *eao*o 9 e bee I 1 I I h-, %4 ' UJ LL1 w 01 44 I Lct V,UJWdW?N dJ a^cr(T"l.l,!wlrl cff Vltl'CII mnJmrh-,tJ Qhr'J3vr.3PO 1Jj-Jv.lwr wtJ1rILnfur- ( V".3rlMLrlV, rlaW+Jl I a**,*a 0 0 *e* Ft2RU-WN rNWRVI mua(+rrt rumaa L 1 2s WG *& $2 s -4 x- PF rnP m* P I- r VT r PLB~PUP~Q r w>>urmq M oa0;oonoc ZTOnSDBZ B o at+ n O~~OCOTIO~& c, <rc)4wv,-i v, -I PM w c C~CHCO~ c rnci-wxx C? I m x Xn7X~XC-?XX~~ A %X .< P rn m -~n m 0 v) rn Om X -ClZ mWm 4 7n n-l u VCD a om+ m aumnacln cn rw rrnm rnmwyr z mon*~t~rn P m B WTW OCWF 4 4C:l(nPE.-+ cn v, AXP XC?arn WAX %r VI H v, mmm mrmm P dm wrl rn z m nzo oTr, L# Ti* PZ 4 -44 z VL cc em P lj P n.zc I* 2s c cr tl 74-4 v, ZP c>cc w \oca n cnz -4 VFC; 0 G, m-4 Vk4UFP rn rtT no @WW 4 ct. t-w a: -c Wk-J a e VIyl Ids a LPmr i%m P a? Vr ~l+ru&YtYLFv1 ffJ CPlttT +4 0 4 a (r r l.F ddLCChf'JOnr @J ETk'rWWti' c Tu c c1 .G trJt.'k~cJcr;waR' cI;I c3LLtJanIutL r ..I * *...,*o. ...... JI C a cr! JQJJQWJUO t-' OCRWQ4& C 111) 1 *T ')I Wt mc --1! WO U .. v.... *u ..uu*u*.#v .. w a c r WI~~.JU-JJW!A~ t-' mntwwmn.+i r. p1 a c) rl rL'r~darv.c!d 6 6uo.laAm \I L c rn 44 P WPl- x1 r r znwn-~ r r w~nm Y mm*.C)4 AOZ P rn -4-tn3 r c, no+ rn 9.2 PQX f-l c 04 M c: cw b B x, mr ' r u bZUZ at ;rJ k n -I cdmz H rn thWP -4 4 2x3 VI I- 2 c*m $4 PI b-4 -4 cn4r 71 m>y: -I D!- vt 32-0 w r m-tn Xl-7;: IT w XP-4 p* x11 Lr, P b7BW MP(7 a, mom n; 2f-f- w rnw FJ OB r c (A v, w $4 v 4 -I a; w < fr c') KZi? c-l-4 Ex .I PI 0- .*'I+ ni nJ n 31 rh VIrTU JJ 4 3- ckcjargff mcr? A Car - * ***a vo V 4n 10 w VlnJbJm 6 Ir" &nLn c 3p w b! ww&lblc) k+ t" QCr' B. a IlJ m wwrs r: 5 W& r- w 0 e e*** * e ** r DJ v1 muaa L* cc ac tl a ci CLaO -a a Ln-K -I c.( IT v, Er 2 0 tv a c -I .( I, t I* L, <> *"r -Q 'c. u ". I4 -7- - This is to certify that policies of insurance listed below have been issued to the insured named POLICY EFFECTIVE TYPE OF INSURANCE POLICY NUMBER DATE GENERAL LIABILITY PD Comprehensive Form Po Premises-Operations Po Explosion and Collapse Hazard 73 SM003866-0002 4/1/86 Po Underground Hazard Po ProductsKompleted Operations Ixl Contractual insurance [x] Broad Form Property Damage [x] Independent Contractors IKI Personal Injury El Broad Form Comprehensive G.L Endorsement AUTOM OBlLE LlABl LlTY [x] Comprehensive Form [x] Owned 73 BA003866-0001 4/1/86 [x] Hired Kl Non-Owned Hazard EXCESS LIABILITY PI] Umbrella Form 73 CUOO3866-0003 4/1/86 WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY OTHER Additional Information: above and are in force at this time. POLICY LIMITS OF LIABILITY IN THC DATE OCURREN( EXPIRATION EACH Bodily Injury $ Property Damage $ 4/1/87 Bodily Injury and Property Damage $500 , Combined c Personal Injury Bodily injury (Each Person) $ 4/1/87 Bodily Injury (Each Accident) $ Property Damage $ Bodily Injury and Property Damage $ 500 , Combined Bodily Injury and Combined Statutory 4/1/87 Property Damage $ 1,OO Bodily Injury $ Description of Work. ....................... i *. qJ+: This endorsement forms a part of the policy to which attached effective on the inception date of the policy unless otherwise stated herein Endorsement effective April 1 , 1986 Policy NO 73 SM003866-0002 Endorsement No Named Insured (The following information is required only when this endorsement is issued subsequent to preparation of policy ) &L QL Charles McCandless Tile Contractor, Inc. Countersigned by + (A h rized Rei This endorsement rnodifres 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 (Owners or Lessees) E It is agreed that 1 The Persons Insured provision is amended to include as an insured the person or organization named below but on!:! with rerpei out of operations performed for such insured hy or on behalf of the named insured 2 The applicable limit of the company s liability for the insurance afforded under the Contractual Liability Insurance Coverage Part fo policy shall be reduced by any amount paid as damages under this endorsement on behalf of the person or organization nmed below Name of Person or Organization (Additional Insured) The City of Carlsbad Construction Manager (Koll Construction Co.) I' It is hereby understood and agreed that the policy to which this Certificate refers may not be cancelled, materially changed, nor the amount of coverage thereof reduced until thirty (30) days after receipt of written notice of such cancellation or reduction in coverage by the City Clerk of the City of Carlsbad. primary and non-contributing with any other insurance available to the City of Carlsbad. 'I Coverage under this policy shall be Gb 20 100173 e] FREMONT INDEMNITY COMPANY 0 COMSTOCK INSUIRANCE COMPANY IL ' DATE: 3-25-86 TO: City of Carlsbad 1200 Elm Avenue Carl sbad, CA 92008-1989 CERTIFICATE OF WORKER COMPENSATION INSURAN( EMPLoYER: CHARLElS MCCANDLESS TILE CONTRACTOR, IMC. P.O. Box 927 Santa Ana, California 92702 POLICY NO. POLICY PERIOD PRODUCER WP86-037041 1/1/86 to 1/1/87 A1 exa nde r & A 1 e xa nde r 3233 Park Center Dr., # Costa Mesa, CA 92626-19 (714) 957-6005 THIS IS TO CERTIFY that we have issued a valid Workers' Compensation Insurance Polic: form approved by the Insurance Commissioner of the State of California to the Employer n above for the policy period indicated. Should the above des ribed policy be cancelled before the expiration date thereof, the cor will endeavor to mail x'El#$lQys written notice to the above named certificate holder, but fail Excep~~b~u~B~~~~~~e~''o~~~~~, u% or %on-reporknJ of p&roh, i n W~IC?I gas8 a 10 daj cancellation notice will be givei .n obli ation or lia ilit of an kin upan th .c m an . Description of specific operations (if required): Contract #3006-7B Ceramic & Quarry Tile Carlsbad Public & Safety Service Center This certificate or verification of insurance is not an insurance policy and does not amend, extend, or alter the coverage afford- ment, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and con- ditions of such policies. ed by the policies listed herein. Notwithstanding any require- COUNTERSIGNED AT LOS ANGELES CALIF €JIH4 &$" BY EDWARD J LlEEER SECRETARY UN 105 (9-81) F, c. -1 'L 1 Page 1 , 19A - CONTRACT THIS AGREEMENT, made and entered into this w by and between the City of Carlsbad, California, a municipal corporation ( hereinafter called "City" ) , and Charles McCandless Tile Contractor, Inc . ( hereinafter called "Contractor" .r City and Contractor agree as follows: /#s day of 1. Description of Work. Contractor shall perform all work specified in the contract documents for: CERAMIC AND QUARRY TILE (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment and personnel to perform the work specified the contract documents. 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 rnade thereto in accordance with this contract or plans and specificdtions; and the bonds for the project; all of hich ar incorporated herein by this reference. Payment. As full compensation for Contractors performance of work under this contract, City shall make payment to Contractor per the terms outli in the Notice Inviting Bids, Item 13. Contract amount thousand four hundred eiqhteen 00/100 dQllars Payment of undisputed contract amounts shall be contingent upon Contract furnishing City with a release of all claims against City amd Constructj Manager arising by virtue of this contract as it relates to those mount Extra compensation equal to 50 percent of the net savings may be paid tc Contractor for cost reduction changes in the plans or specifications mac pursuant to a proposal by Contractor. The net savings shall be detennir by City. No payment shall be made unless the change is approved by the 4. Y=%?%r city. 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions under the jobsite, an 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 overcome unanticipated underground conditions. Any information that may have been furnished tl Contractor by City about underground conditions or other job conditions for Contractor's convenience only, ad City does not warrant that the conditions are as thus indicated. Contractor is satisfied will all jot: conditions, including underground conditions and has not relied on information furnished by City. .* 4 -I - Page 1 responsible for all loss or damage arising out of the nature of the work I from the action of the elements or fran any unforeseen difficulties hich 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 canpletil 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 affecting 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 tlnless the City has issued a written change order designating in advance the mount of additiond 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 mount of reduction tt 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. However, no change or extra work order excess of $5,000.00 shall be effective unless approved by the City Council. 6. Contractor Responsible for Unforeseen Conditions, Contractor shall be 8. Prevailinq Wage. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per dier waqes for each craft or type of worker needed to execute the contract an< schedule containing such information is in the City Clerk’s office and i: incorporated by reference herein. Pursuant to Labor Code Section 1774 contractor shall pay prevailing wages. Contractor shall post copies of < applicable prevailing wages on the job site. 9. Indemnity. Contractor shall indemnify, hold harmless and defend the Construction Manager and the City and its officers and employees, and ea of them, from any and all liability or loss resulting from any suit, cla or other action brought against the City, or for any other losses of whatever nature, directly or indirectly arising fran the acts of Contrac’ or its officers, employees or agents done in the construction of this project or in the performance of this contract regardless of responsibil for negligence. The expenses of defense include all costs and expenses, including attorneys fees, of litigation, arbitration or other dispute resolution method. Nothing in this paragraph shall require contractor t indemnify City for losses caused by the active negligence of City. Contractor shall provide Certificates of Insurance evidencing coverage i amounts not less than the following: 10. 1. * -. * Pibe IE Combined Single Limit3 2ZZi$ie Liability $ 500,000 General Liability 500,000 Prod uc t s /Corn pl e t ed Opera t io ns 500,000 Blanket Contract ur a1 500,000 Contractor's Protective 500,000 Personal Injury 500,000 Excess Liability 500,000 Other I Contractor may be required to increase the limits of liability insurance j the size and nature of the project require excess coverage. Contractor shall cause the City and Construction Manager to be named as a additional insured on all policies concerning the subject matter or performance of this contract. 11. Workers Compensation. Contractor shall canply 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, 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 regardless of responsibility for negligence. 12. Proof of Insurqnce. Contractor shall submit to the City through the Construction Manager, certification of the policies mentioned in Paragrap 10 and I1 or proof of workers' canpensation 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 expiratl of at least thirty (30) days after written notice of such cancellation ha been given 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 judgment upon the award rendered by the arbitrator(s) may be entered in i California court having jurisdiction thereof. The award of the arbitrator(s1 shall be supported by law and substantial evidence as provided by the California Code of Maintenance of - Records. Contractor shall maintain and make available to the City, upon request, records in accordance with Sections 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. Contractor shall notify the City by certified mail of any change of address of such records. 13. Any controversy or claim in any mount up to $100,000 arisj Civil Procedure, Section 1296. 14. If the .* k Jl. I Page 1 The provisions of Part 7, Chapter 1 canmencing wi 15. Labor Code Provisions: section 1720 of the California Labor Code are incorporated herein by reference . Securit . dpropriate securities may be substituted for any monies withheld b City to secure performance of this contract or any obligation estrblished by this contract. Additional Provisions. Any additional provisions of this agreement are s forth in the "General Provisions'' or "Special Provisons" attahed hereto and made a part hereof. 16. Pursuant to the requirements of law (Goverment Code Section 17. Gh,qRLEs McCAb?13&?SS TILE COO* BHC, (Notarial. acknowledgement of execution by ALL PRINCIPALS must be attached.) -WUSX TREWS. Title - BY , - Contractor's Principal Place of &sine: AP --" PROdED-7 AS TO FORM : -- Contractor's Certification of Awareness of Workers Canpensation 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 before commencing the Ace of the wor of this contract.'' STATE OF CALIFORNIA, I 1, COUNTY OF Orange /I ON before me, the undersigned, a Notary Public in and for said State, Personal I M_arr,h 27 j/ Fred R. Mpr-sS I{ I( " \I * I\ 11 11 I/ \I ACKNOWLEDGMENT-GeneraI-Wokotts Form 233-Rev. 3-64 " ____^- _-- !I I1 to be the person- whose name- iQsubscribed to the withir and acknowledged to me that -he- executed the same. WITNESS my hand and official seal. I/ t /I Notary Public in and for said State. I/ / j ll_-___l .* ,? t t.. Page 18 lsais Pteratam chrged EXECUTED IN FOUR (41 COUNTERPARTS BOND NO: 137648 LABOR AND MATERIAL BONO Bond 113 included in tha op the Performance Bo KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by - Charles McCandless Tile Service, DBA: 4oPted March 18, 1986 , has awarded tc , hereinafter designate Resolution No. ---- 8440 - ils the "Principal" 9 a contract for: Charles McCandless Tile Contractor, Inc. CERAMIC AND QUARRY TILE 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 and the terms thereof require the furnishing of a bond with said contract, providin that if said Principal or any of his/her or its subcontractors shall fail to pa 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 wor or labor done thereon of any kind, the Surety on this bond will pay the same tc the ex tent hereinafter set forth. NOW, THEREORE, WE, as Principal, hereinaf ter designated as the "Contractor", and as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of *sum being equal to Svthe est%ated munt of' the contract, to be paid to the said City or its certain attorney, its successors and assigns; 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 OBLIGATION IS SUCH that if person or his/her subcontractors fail to pay for any materials, provisions, provender or other 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, or for anounts due under the Unemployment Insurance Code with respect to such wor or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in. the bod, did also, in case suit is brought up0 the bond, a reasonable attorney's fee, to be fixed by the court, as required b the provisions of Section 4202 of the Goverment Code of the State of C a1 i for ni a. Charles McCandless Tile Service, DBA: Charles McCandless Tile Contractors, Inc. - 9 - Insurance Company of the West fwn tbusand q@v@n _----.-- - hllars ($ 67 - on 1 .' BOND NO: 137648-LM Page 19 This bod shdl insure to the benefit of any ad dl ~rsons, cmpanies and corporations entitled to file claims under Section 1192.1 of the Code of Civil Procedure 50 as to give a right of action to them or their assigns in any suit brought upon this bod, as required by the PrOvisiOnS of' Section 4205 of the Goverment Code of the State Of California* In the went that any Contractor above ndllled executed this bod as an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety fran its obligations under this bond- IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor an Surety above named on the day of March 9 19 86 25th Charles McCandless Tile Service, DBA: Charles McCandless Tile Contractor, In SEGPFd6AW- I-6 (Notarize or Corporate Seal for Each Signer) Contractor 1 Sur e ty ACKNOWLEDGMENT BY CORPORATE SURETY s before me, the undex On March 25, 1986 .a Notary Public of said county and state, personally aF ''+ FrCIIlciS G Jarvis, Jr. personally known to me to be the Attorney-in-Fact of i State of Gdifornia County of Orange d the CorPoration that executed the within instrument, and to me to be the person who executed the said instrum behalf of the @orPoration therein named, and acknowle, me that such Corporation executed the same. PUBLIC . CALIFORNIA lPAL OFFICE IN 1 I j ' ' io I *' Page 20 BOND NO: 137648 EXECUTED IN FOUR (4) COUNTERPARTS PERFORMANCE BOND lnlblsl Prs- - fa ~up#lcompkti~ lpolr~rbk rata cd final conb $1,806.00 KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 8440 adopted March 18, 1986 , has awarded to Charles McCandless Tile vice..RBA: , hereinafter designated as the "Principal", a con%?kt for: CERAMIC AND QUARRY TILE Charles McCandless Tile Contractor, Inc. in the City of Carlsbad, in strict confonity with the drawings and specifications and other contract documents now on file in the Office of the City Clerk of the City of Carlsbad. WEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; Charles McCandless Tile Service, DBA: NOW, THEREORE, WE, Charles McCandless Tile Contractor, Inc. as Principal, herein3ter designated as the "Contractor", and as Surety, are held aid firmly bound unto the City of Carlsbad, in the sum of said sum beir,j%u contract, to be paid to the said City or its certain attorney, its successors 2nd assigns; for *ich 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 W THIS OBLIGATION IS SUCH that if the above bounden Contractor, his/her or its heirs, executors, administrators, successors or assigns, shall f all things stand to ad abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on hisfher or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, ad shall indemnify and save harmless the City of Carlsbad, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension sf time, alteration or addition to the terns of the contract or to the work to be performed thereunder or the specifications accanpanying t same shall affect its obligations on this bond, ad it does hereby waive notic of any change, extension of time, alterations or addition to the terms of the contractor or to the work or to the specifications. Insurance Company of the West t One_hundred twe Pl gollars ($ 418.00 - 1 thztimated md%?of the %*@ c 8 BOND NO: 137648-FP Pabe 21 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 mder this bod. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor an , 19 86 . - March Surety above named on the 25th day of -- Charles McCandless Tile Service, DBA: (Notarize or Corporate Seal for Each Signer) Contractor -a - m ACKNOWLEDGMENT BY CORPORATE SURETY On March 25, 1986 , before me, the undex .a Notary Public of said county and state, personally aF ss. Francis G. Jarvis, Jr. personally known to me to be the Attorney-in-Fact of t State of California County of Orange INSURANCE COMPANY OF THE WEST the Corporation that executed the within instrument, and to me to be the person who executed the said instrun behdf of the Corporation therein named, and acknowle me that such Corporation executed the same. i / q .i, ri i r L f, ( A' ,c >L( 7L / NOTA R' t * A, Insurance Company of the West POWER OF ATTORNEY '/ . V" ' I HOME OFFICE SAN DIEGO, CALIFORNIA C0rllfi.d copy of KNOW ALL MEN BY THESE PRESENTS: That the Insurance Company of the West, a Corporation duly organized and existing laws of the State of California and having its principal office in the City of San Diego. California, does hereby nominate, constitute an1 F. E. Legrand, - Francis G. Janis, Jr., - Mary A. Jenny its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknc deliver any and all bonds, undertakings, recognizances or other written obligations in the nature thereof ---------------------- This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopt Board of Directors of the Insurance Company of the West at a meeting duly called and held on the 6th day of February. 1973. u Resolution has not been amended or rescinded and of which the following is a true, full, and complete copy: "RESOLVED That the President or Secretary may from time to time appoint Attorneys-in-Fact to represent and act for and 01 the Company. and either the President or Secretary. the Board of Directors or Execvtive Committee nay a: any time remove such 1 in-Fact and revoke the Power of Attorney give him or her; and be it further "RESOLVED: That the Attorneys-in-Fact may be given full power to execute for and in the name of and on behalf of the Compan all bonds and undertakings as the business of the Company may require, and any such bonds or undertakings executed by any such in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Secretary." IN WITNESS WHEREOF, Insurance Company of the West has caused its official seal to be hereunto affixed and these presc signed by its duly authorized officers this Sixth day of June , i978-. INSURANCE COMPANY OF THE WEST 0 qp.m4b ; n 5 *4*m,.,& * C41/FOR1I" COUNTY OF SAN DIEGO 'St STATE OF CALIFORNIA June A.D., 19 78 , before the subscriber, a Notary Public of the State of California, in a County of San Diego. duly commissioned and qualified, came JAMES B. RATHBUN President, of INSURANCE COMPANY WEST, to me personally known to be the individual and officer described in and who executed the preceding instrument, and he aclu the execution of the same. and being by me duly sworn. deposeth and saith, that he is the said officer of the Corporation aforesaid the seal affixed to the preceding instrument is the Corporate Seal of the said Corporation, and that the said Corporate Seal and his as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. 1 On this Sixth day of IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal. at the City of San Diego, the day and above written. CAROLE POWER e- Notary Public 42L 0 e/ COUNTY OF SAN DIEGO ss: STATE OF CALIFORNIA Richard S. King Secretary of the Insurance Company of the West, do her that the original POWER OF ATPORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect. ar been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the Corporate Sed of the cc this 25th dayof March 19 86 } I. the undersigned, 5 44Rcn 1, & - c41no~N\N Secretary ICW CAL 37 / 'L ' # Page 22 GENERAL PROVISIONS 1. PLANS AND SPECIFICATIONS The specifications for the work shall consist of the latest edition of the Standard Specifications for Public Works Construction hereinafter designated SSPWC, as issued by the Southern Chapters of the American Publi 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 designated SDRS, as issued by the San Diego County Department of Transportation, together with the City of Carlsbad Supplemental Standard Drawings. Copies of pertinent stardard drawings art enclosed with these documents. A detailed list of the plans and specifications are attached hereto and made a part hereof. The standard drawings 2. WORK TO BE DONE -. P r( .- 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. OEFINITIONS AND INTENT A. Architect: The word v'Engineer" shaL.1 mean the architect or his approved representative. 6. Construction 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 referenl is made to the plans accompanying these provisions unless stated otherwise. 0. Directions : Where words tfdirectedl', designated", "selected" or words of similar import are used, it shall be understood that the direction, designatic 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. =)r * Page 23 E. Equals and Approvals: Where the words trequal'l , "approved equal", ''equivalentt1 and such words of sim-ilar import are used, it shall be understood such words are followed by the expression "in the opinion of the Architect" unless otherwise stated. Ifacceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Architect is intended c Where the words "approved", "approval", F. Perform ad Provide: The word "perform" shall be understood to mean that the Contractor, a1 her/his expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing ad 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, including furnishing of necessary labor, materials, tools equipment and transportation. 4. CODES AND. STANDARDS I Standard specifScations incorporated in the requirements of the specifications by reference shall be those of the latest edition at the time of receiving bids. 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. It shall be understood that the manufacturers OK 5. CONSTRUCTION SCHEDULE -z 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 hole or ai part of the work. The Contractor shall begin work after being duly notified by an issuance a "Notice to Proceed" and shall diligently prosecute the work to cmplet in connection with the construction schedule as approved by the Construction Manager. 6. NONCONFORMING WORK The Contractor shall remove and replace any work not conforming to the plans or Specifications upon written order by the Construction Manager. Any cost caused by reason of this nonconforming work shall be borne by t Contractor. 'b. > Page 21 7. GUARANTEE All work shall be guaranteed for one year after the filing of a "Notice 01 Completion'' and any faulty work or materials discovered during 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 product manufacturer's directions, the Contractor shall obtain and distribute the necessary copies of such instructions, including two copies to the Construction Manager. 9. INTERNAL COMBUSTION ENGINES All internal combustion engines used in the construction shall be equippe with mufflers in good repair hen in use on the project with special attention to Carlsbad Municipal Code, Chapter 0.40. 10. 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. -; 21. PROVISIONS REQUIRED BY LAW 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 correction. 12. 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. which are essential to the Completion of the work, shall be provided at 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 decis 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. Any items of work not indicated or specified, but In all .I * Page 25 . 13. SUBSTITUTION OF MATERIALS The Proposal of the Bidder shall be in strict conformity with the drawings and specifications and based upon the items indicated or specified. Contractor may offer a substitution for any material, apparatus, equipment or process indicated or specified by patent or proprietary names or by names of manufacturer which shelhe 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, its physical, chemical or other characteristics, and its durability, finish, o 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 construction if possible, but in no case less than ten (10) days prior to actual installation. Substitution shall also include a statement of credit to be issued . The .- . -, 14, RECURD 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 change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. be obtained from the Architect at cost. This set of drawings shall be kept on the job and shall be used only as a record set. Upon completion of the work, and prior to release of retention, the Contractor shall transpose all "as-built" information on to a set of reproducible sepias. Drawings shall 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. Prints for this purpose may 15. PERMITS The general construction, electrical and plumbing permits will be issued by the City of Carlsbad at no charge to the Contractor. responsible for all other required licenses and fees. The Contractor is 1 1. . Page 26 16. QUANTITIES IN THE SCHEDULE The City reserves and shall have the right, when confronted with unpredicted conditions, unforeseen events, or emergencies, to increase or decrease the quantities of work to be performed under a scheduled wit 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, the Contractor will be given an equivalent extension of time. 17. 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 of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about or adjacent to the premises whe1 the work is being performed. He/she shall erect and properly maintain at 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 signs warning against hazards created by such features of construction as protruding nails, hoists, well holes and falling materials . 18. SURUEYING Column contrd 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 1) shall be provided the City. Rough grade stakes at 50'-0" centers minimum to or toe-of-slc 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. 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 American Society for Testing Materials AS TM U.S. Government Fed. Spec. National Board of Fire Underwriters NBFU American Institute of Steel Construction AISC American Standards Association ASA ..% -. 19. Abbreviation Underwriters Laboratories, Inc. UL Department of Commerce Standards cs American Concrete Institute ACI j. ' Page 27 20. STORAGE Space for storage and temporary buildings will be allocated by the Construction Manager as job conditions permit. Temporary offices or shed: shall be constructed of fire resistant materials. Material and layout mu: 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 agencq during inspections at a fabricating plant and/or on the jobsite and shall provide ladders, platforms, scaffolds and/or safe accessibility to the wor for such inspections and/or tests. 22. SCAFF0,LDING 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 connectio with the execution of the work by collecting and depositing said material and rubbish in locations or containers as designated by the Construction Manager. 24. TEMPORARY FACILITIES Temporary toilet facilities and drinking water for the use of all trades wi 11 be pr ov ided . 25. FORCE REPORTS Force reports indicating trade and personnel per trade shall be submitted to the Construction Manager daily. A brief description of work performec 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. Powe will be single phase at 208 volts or 240, and 120 volts. Contactor's responsibility to provide extension cords and/or wiring from central distribution points. Power will not be provided for high voltaqi or heavy amperage type equipment such as welding machines and any specia power requirements shall be provided and paid for by the Contractor. It is the 1- 1 Pdge 2~ 27. BACKFILL AND COMPACTION Backfill and compaction of trenches shall be in conformance with the 1979 edition of "Standard Specifications for Public Works Construction". Backfill material shall be approved by the soils engineer. shall pay all costs for retesting required as the result of density test failures due to improper compaction. 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. Contractors Backfilling of trenches and 1- Page ; CERTIFICATION OF COMPLIANCE I hereby certify that in performing 'under the contract awarded by the City of Carlsbad, will comply with the Coiinty of San Diego Affirmative Action Program adopted by the Board c Supervisors, including all current amendments. Legal Name of Contractor - Signature (Seal.) ._ Date (NOTARIZE OR CORPORATE SEAL) Title (Notorial acknowledgement of execution by all principals must be attached). ’ 1. Page 3( SPECIAL PROVISIONS CABINETS - Bid Item 7A 1. Base bid to include furnishing and installation of the complete cabinet package for the Police/Fire Administration and Service Center buildings. Special reference is directed towards sheets A-30 thru A-36, including specific specifications. prepared by Designtech dated January 17, 1986, attached hereto and made a part hereof. Coordination sf all contract documents shall be required in an effort to determine potential conflicts prior to bid. Cabinet/drawer pulls outlined within Designtech’s letter shall superceed designations within specificati sections 7411 and 6412. Cabinet contract shall include all finishes and complete hardware package inclusive of Pocks and keys. Finishing shall include all polyurethane ad painted finishes as specified, and all work shall be back painted prior tc installation. The intent of the cabinet bid package is to include all specialty items which interrelate with cabinet work for a complete package. Items listed below are for clarification only and shall not be construed as a complete list of all required work. Questions and clarifications shall be address1 at the pre-bid conference . Sheet A-33 a, b. c, Brushed stainless steel - 6/A-33. d.‘ Stainless steel trays and steel frame for butcher block top - 7a/A-33 paint as specified . 7/A-33 top shall be fabricated and cut to accanodate twin laundry sir which have been added to plumbing contract.. Extend top and drawer UI approximately 3 feet now that free standing janitor sinks have been eliminated. All steel supports for cabinet work as required. 10/A-33 to be modified so that 1/4” glass extends to counter top and pass thru slot will be within glass. Glass and frame by others. 12/A-33 provide small boxes in lieu of N.I.C. note on plans. width to 2’ 4”. Cabinet finishes are outlined within a letter Wood handrails and base details G, H/A-36 are N.I.C. 2. 3. “Alp” lighting lens - 1B/A-33. felt linin@ of cabinet work - 5/A-33. e. f. g. ‘lDiebold” unit to be deleted. h. Revise ' 1. Page i. Sheet A-34 a. 16/A--34 glass doors. b. Complete detail - 17/A-34 is N.I.C. c. 18/A-34 rubber on bench. d. 13, 14/A-33 screen mesh and frame, and gun locker are N.I.C. 20,20a/A-34 "Diebold" units similar to #I 17-29 including plastic lam filler panels, counters and 1/4" protective steel inserts. 21b/A-34 4" diameter polished chrome tube support for oak top. e. Sheet 14-35 a. Include shop painting of mail boxes - 40/A-35. 4. General work to be completed by others: plumbing and electrical fixture: appliances, concrete and gypsum board work, fabric wrapped panels, projection screens, bullet traps and bi-fold closet doors. CERAMIC AND QUARRY TILE - Bid Item 78 . Base bid to include furnishing and installation of all ceramic and quarq Review sheets A-24 thru A-29, and A-59 for specific types and majority of locations. Coordination of all contract documents shall be required, am questions and/or clarifications shall be addressed at a pre-bid conferenc < tile for the Police/Fire Administration and Service Center buildings. 2*, Review sheet AC-2 for required exterior applications. Entry area to be extension of interior paver tiles with mortar bed. 3- All floors to be mortar set unless noted otherwise. All walls to be thir set except shower and drying areas (reference 17, 25/A-17). Provide waterproof membrane in floors of showers, including gutters, and drying areas, Extend up perimeter walls approximately six (6) inches. Review sheet A-7 for pavers required at sally port deck area. Coordinate installation with deck drains and guardrail. Provide mortar setting bed. Sheet metal backing and waterproofing shall be by others. 4. 5. Review and include accent tile patterns. 6. Cleavage membrane shall be required as separation of mortar bed from subf loor. ' ., Page 3 GLASS BLOCK - Bid Item 7C 1. Base bid to include furnishing and installation of glass block for the Police/Fire Administration building. Attached clarification drawings AR-4 thru AR-13, and AR-7A dated December 13, 1985 shall be utilized for basis bid, and shall replace details and dimensions within plans dated September 16, 1985 except where noted. Coordination of all contract documents shall be required, and questions and/or clarifications shall be addressed at a pre-bid conf eaence. 2, Bid shall be inclusive of expansion strips, cushioning , reinforcing , morta and complete caulking of all joints with backer rod as required. 3. Steel frames and "U" bars shall be installed by others, PAINTING, WATERPROOFING AND WALLCOVERING - Bid Item 7D 1, Base bid to include furnishing and installation of all painting, waterproofing and wallcovering for all building facilities. Review sheet A-24 thru A-36, and A-59 for specific types and mojority of locations. Coordination of all contract documents shall be required, and questions and/or clarifications shall be addressed at a pre-bid conference. 2, Waterproofing shall be required for all masonry facilities/walls, includi complete exterior applications and backside of parapet walls. Pre-cast SI on Police building shall be waterproofed by others. Review drawings and-specifications to determine specific areas of work wh require prefinistiing per section 05030. o them. 3. This work shall be completed by 4. Cabinet contractors are required to finish their own work as specifi@ within Bid Package 7A. 5. Wallcovering work shall also include furnishing and installation of the following: a. Padded vinyl in roan It143 per note #4, sheet A-24. Padded area shoul also include ceiling, ad shall be listed and approved by the State Board of Corrections and Fire Marshall. b. Corner guards per note f2, sheet A-30. c. Fabric wrapped panels per details 21/A-34 and 35a/A-35. Fiberboard panels should be provided for a complete installation. d. Graphics. ' I. L Page 3 6. Painting contractor shall be required to caulk voids between various materials to be painted, i.e.; hollow metal frames and drywall; wood tridcabinets and drywall; etc. Painting work shall be completed per plans and specifications. below are for clarification and shall not be construed as a complete list all the work. a. Painted stripes per detail 7/AC-2. b. All sheet metal and steel not specified to be prefinished. c. Hollow metal doors, frames and transom panels both exterior and 7. Items list interior, glass block frames and security doors. from Designtech dated 3anuary 17, 1986, attached hereto. See note #IO in let d. Paint exposed metal deck ceilings in lieu of gyp-board in detention area. Application should include primer coat on galvanized metal as required. Guardrail at perimeter of atrium area within Police/Fire facility to vertical steel tubes at 6-inch centers, continuous steel tube toe boa and round hardwood cap. Paint steel, transparent finish on cap. Pri by others. Paint light well at atrium skylights. Stairs and railings - see note #IO. e. f. g. h. Wood doors, base, handrails, caps, etc. i. Portions of reception counter not finished with plastic laminate. j. Galvanized steel railings and stairs within Service Center building shall be primed and painted. k. SectionalL and rolling doors, trash gates and guard posts. 1. Ladders, access hatches and roof accessories. m. n. All exposed piping and duct work within Service Center building. All block walls within service area, equipment and parts roans shall painted to underside of roof structure in lieu of 9' requirement on finish schedule. Paint steel beams and columns supporting same. Me roof deck shall remain unfinished. 8. Clean up and protection of other work shall be a definite requirement of this bid package. 1 ,. . Page 9. Provide a minimum of one gallon of each color utilized within the performance of the work to the owner as extra stock. each wall covering material shall also be required. A suitable qwntity FLOOR COVERING AND MARLITE PANELS - Bid Item 7E 1. Base bid to include furnishing and installation of all floor covering and marlite panels for the Police/Fire Administration and Service Center buildings. Review sheets A-24 thru A-29, and A-59 for specific types and majority of locations. Coordination of all contract documents shall be required, andl questions and/or clarifications shall be addressed at a pre bid conference. The following items listed within the legend on sheet A-27 shall be requi for this bid package: seamless sheet vinyl, 'Pirelli' stair tread and nosing system, and carpet tile. Include all rubber base as noted on finish schedules. Carpet tile within room #Ill shall be installed as a part of this bid package. See n /14 in letter prepared by Designtech dated 3anuary 17, 1986 attached heret Coordinate with access floor contractor. 2. carpet, rubber flooring, vinyl composition tile, 3. Marlite panels located within roans #I12 and %113. 4. See note 89 sheet A-24 for carpet requirements at locker bases within Pol and Service Center facilities. Bidding contractors should visit jobsite prior to bid to review present conditions. All subfloor preparation shall be included within this bid package . 5. 6. It should not be assumed that floorcoverings will be installed after cabi ins tal la t ions. 7. 'Pedimats' shown at entries on sheet A-27 have been reduced in size to 6' and 6'x7' respectively. Carpeting should be extended to enclose these areas. ACCESS FLOORING - Bid Item 7F . 1. Base bid to include complete furnishing and installation of an access flo system within roans #IO9 and 115 of the Police/Fire facility per plans an specifications. Actual flooring material shall be factory applied. All bidding contractors shall review the complete set of contract documen and shall be responsible to coordinate the flooring installation with all other trades for a complete installation. Potential conflicts/problems a to be addressed at the pre-bid conference. 2. 3. Installation of rubber and wood base shall be by others. Insure compatibility and finished installation prior to bid. I ,I Page . 4. Carpet tile for roan #I11 shall be purchased under this bid package for installation by others. 3anuary 17, 1986, attached hereto. Coordinate with other flooring c ont r ac to r . See note 114 in letter prepared by Designtech dat FOLDING PARTITIONS - Bid Item 7G 1. Base bid to include furnishing and installation of folding partitions and operable walls in roans #161, 183, 184 and 185 per plans and specifications. 2. Structural supports for operating walls shall be per detail 6/S-5 and are currently on the jobsite. All bidding contractors are required to visit jobsite and ascertain that support requirements are acceptable. Holes h2 been pre-punched within the steel flange for track installation. Additic support/installation requirements shall be the responsibility of this contractor. pre-bid conference. Provide alternate additive price for electrically operated partitions to installed within the meeting area only. Cost to include installation/support of motor units. Electrical provisions to be providc by others. All Potential conflicts/problems are to be addressed at the 3. -, 4. Specific finishes are listed on sheet A-25. Partition located within rot $1161 shall be designated as OW3. FLAGPOLES - Bid Item 7H 1. Base bid to include furnishing and installating of two (2) flagpoles wit1 the plaza area of the Police/Fire Administration building per plans and specifications. Reference sheet AC-2 and detail 27/A-7. 2. Concrete pole foundations/bases shall be installed by others. Pole foundation tube with base plate, self-centering wedges and ground spike Contractor is responsible to coordinate installation of bases by others 4 assure compatibility with flagpole erection. ' shall be furnished to the jobsite for installation/setting by others. TOILET PARTITIONS AND ACCESSORIES - Bid Item 71 1. Base bid to include furnishing and installation of toilet partitions and accessories per plans, specifications and as clarified herein. Referenc Designtech letter dated 3anuary 17, 1986, note 111 for partition finishes Coordination of all contract documents shall be required, and questions and/or clarifications shall be addressed at a pre-bid conference. Toilet partitions and accessories shall be as defined on sheet A-17, wit exception of the following: item W4 'Corian' countertops, item W18 drin fountains, item #21 console unit, and item W26 fire extinguisher cabinet N.I.C. An addedum shall be issued prior to bid which shall clarify ad di t io n al ac ces so r y r eq ui r eme nt s . 2. ’ .. L Page SECURITY GATES/OPERATORS, CHAIN LINK FENCING AND MESH PARTITIONS - Bid Item 3 1. Base bid to include furnishing and installation of items listed above per plans and specifications. Review sheets AC-1, A-I , A-2, A-3, A-20, A-23, 33, A-51,-ad A-58 for locations of required work. contract documents shall be required, and questions and/or clarifications shall be addressed at a pre-bid conference. Coordination of all 2. Sheet AC-I: six foot chain link fencing commences at northwest corner of Police and Fire parking area, continues along parking - across driveway - and heads east to enclose police vehilce parking at rear of building - an terminates at southeast corner of Police building. Security gates specif in section 05990, paragraph 2.2.11 are located at entrance to Police/Fire building and mechanical enclosure. Gates operate between masonry wall no as 1/A-2. Also provide chain link gates across drive area at northeast o parking area, 3. Rolling security gates shall be fabricated of prefinished galvanized material per specification section 05030, and per details 19, 25, 26, 27/ 2. 8id should also include gate operators per specification section 0872 Operator installations must be coordinated with electricians access contr system (see E-2). Concrete rail bed shall be installed by others. Furni -. steel wheel guide and coordinate installation. 4, Provide and InstaLl chain link gates at doors #I33 and 11134 within sally port - evidence vehicle enclosure. Provide and install wire mesh door and partition in custodian roan /I239 within PolicejFire building. 6. Provide and install screen mesh and frame within detention area. Referer street A-23 and detail 13/A-33. Screen shall continue to floor behind cabinet. 7. Provide and install mesh partition and door at tool storage area of Servi Center Building. Reference sheets A-51, A-58. METAL LOCKERS - Bid Item 7K 1. Base bid to include furnishing and installation of metal lockers per plar and specifications. Reference sheets A-I, A-I7 and A-51 for locations. Designtech letter dated 3anuary 17, 1986, note #I8 shall be utilized in preparation of bid along with other contract documents. and/or clarifications shall be addressed at the pre-bid conference. Any questions CAULKING - Bid Item 7L 1. Rase bid to include furnishing and installation of caulking/sealants for complete installation per plans and specifications. for clarification and shall not be construed as a complete list of all tl work. Items listed below .I * .. * Page 2. It is recommended that all contractors visit the jobsite prior to bid to ascertain full extent of caulking requirements. a. Seala-nts as required in exterior plaza area noted on sheet AC-2, inclusive of field expansion joints and perimeter of ceramic tile arc as required. ( 13/AC-3) All masonry wall joints ( 14/AC-3 ) : vehicle wash facility and Service Center building. Also include mas walls which contain slopes around Police/Fire assembly area, and fret standing wall which encloses Police/Fire parking area and adjoins northwest corner of Police/Fire building. b. mechanical equipment enclosure, c. Exterior hollow metal door/panel frames for each building facility including inside face as required. Hollow metal frames within detenl facility . d. Duct and pipe penetrations thru masonry mechanical equipment encloscu within Police/Fire building. Provide backing material as required. Exterior deck of sally port inclusive of perimeter of paver tiles, guardrail/handrail penetrations, etc . e. I f, Sealant. as required in restroan/shower areas. g. Sealant at glass block frames. AR-13 dates December 13, 1985 for extent. shall be by masons. Review clarification drawings AR-4 tl Caulking of block joints h. Sealant at plaster areas as required. i. Concrete apron expansion joints at Service Center Building, fuel isl, and within wash facility (ref. A-60). WINDOW COVERINGS - Bid Item 7M 1. Base bid to include furnishing and installation of window coverings per plans, specifications and as follows : a. All exterior windows of Police/Fire facility. b. Interior windows of Police/Fire facility as follows : west elevation! rooms #IO9 and #110, north elevation of room J110, ad east elevatioi of rooms !I213 and 8216. c. Service Center building as follows: south elevation exterior window! and W2, interior windows of roan 8013 separating adjacent offices. )I * 1. k Page 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 (see item 111) Public Safety Center Sheets A-I thru A-36 Public Service Center Sheets A-51 thru A-60A c. Equipment Plans Sheets EQ-I and EQ-2 d. Structural Plans Sheets S-I thru S-16 (10A thru 1 e. Mechanical Plans Sheets M-I thru M-10 f. Plumbing Plans Sheets P-I thru P-8 g. Electrical Plans Sheets E-? 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. 11. 111. Updated/revised architectual sheets A-24 thru A-36, and A-59 revision date 3anuary 3, 1986. Designtech letter date 3anuary 17, 1986, clarification notes (#I thru #IO); pages 4 thru 6 specifying cabinet finish types and hardware attached hereto and made a part hereof. Glass hlock clarification drawings AR-4 thru AR-13, and AR-7A dated December 13y 1985, attached hereto and made a part hereof. IV. pages 1 thru 3, including r )‘ * I. * DESIGNTECH s January 17, 1986 David Ruhnau Ruhnau McGavin Ruknau Associ-ates 5751 Palmer Way Carlsbad, CA 92008 RE: CITY OF CARLSBAD PUBLIC SAFETY AND SERVICE CENTER Dear David, certain items for the above mentioned project. Also enclosed is a complete list of cabinetry finishes. 1- Toilet Partition Colors . Listed below are finishes, changes and/or comments regarding _, __ ~ Roam #I19 Nevamar #S-1-25T Sangaree Room* #124 Wilsonart #D325 -6 Juniper Kodrn, #1?8 Wilsonart #D48-6 Thistle Room #I79 Wilsonart #D325-6 Juniper - Room #238 Xevamar #S-1-25T Sangaree Room #241 Sevamar #S-3 -3 OT Grotto Room #006 Nevamar #S-3-30T Grotto Room #009 Nevamar #S-I-25T Sangaree 2. Pedimat Color Designtech will make the color selection as soon as Steve Mahoney at Koll Construction receives and provides us with current color samples from the manufacturer. 3. Modernfold Operable Walls Please note these finishes on the Room Finish Schedule (sheets A-24 thru A-26) and Finish Specifications Legend (sheet A-25). 2635 Camino del Rio South, San Diego, CA 92108 (619) 295-6987 I. I E, DESIGNTECH David Ruhnau Ruhnau McGavin Ruhnau Assoc. Carlsbad PSSC January 17, 1986 Page 2 4. Carpet Tile for Access Flooring The carpet tile specification is pending on the selection of an access flooring manufacturer. this decision has been made. tile will be used in room #111 (even though the access flooring does not continue into this room). Please contact us when Also note that this same carpet 5. Mirror Location Please note the floor to ceiling mirror to be located on the West wall in room #127. The pneumatic tube in room #224 is to be located at 45" A.F.F. This is to allow for the 42" high furniture system panels that will be against the wall. and #256- sa that we might foresee any other furniture conflicts. The other pneumatic tubes that I .have noted are in rooms #109, #167 (with access from #168), If there are any further changes, please notify us 7. Stairway Handrails Handrail finish is noted on sheet A-24, Room Finish Note #lo. 8. Gym Lockers Specifications are as follows: Republic Steel Quiet Locker. with continuous sloping top. mounted on left side of locker. keyed. Include number plates. Custom color in rooms #125 and #004 to match Frazee paint #S504D Highland Gray. Custom color in rooms #I20 and #008 to match Frazee paint #529SD Chippendale- Single tier 18"W x 18"D x 60"H Locks to be grooved key type, All locks to be master ,I '. *. , DESIGNTECH 2 David Ruhnau Ruhnau McGavin Ruhnau Carlsbad PSSC January 17, 1986 Page 3 9. Wood Base and Doors The following rooms are to have a 4" walnut base (not oak): #258, #259, #260, #262, #264 and #265. Doors #261, #264, #265, #266, #269, #270, #271 and #272 are to be solid core with walnut veneer, all sides and edges. 10. Interior Door and Window Frames Faint color to be Frazee #S505D Salem. f you haveway questions, or any of the above requires further Larification, please cantact our office as soon as possible. aren S. Lowe ENC . cc: George Suttle, Steve Mahoney &- ' I. 1, I DESIGNTECH I January 17, 1986 CABINETRY FINISHES FOR CITY OF CMLSBAD PUBLIC SAFETY AND SERVICE CENTER Page 1 of 3 * indicates a finish change P. Lam = Plastic Laminate W.V. = Wood Veneer ROOM # DETAIL # FINISH DESCRIPTION 101 20/A-34 P. Lam. Nevamar #S-1-25T Sangaree 102 22a-e/A-34 P. Lam. . Nevamar #S-1-2ST Sangaree 10 3 *21/A-3 4 W.V. Oak w/ clear matte polyurethane fini lQ3.. *21a/A-34 W.V. Oak w/ clear matte polyurethane fini 103 2Lb/A34 W.V. Oak w/ clear matte polyurethane fini 103 *47/A-36 W.V, Oak w/ clear matte polyurethane fini 104 19 / A- 3 4 P. Lam. Nevamar #S-1-25T Sangaree 111 24/A-34 P. Lam. Wilsonart #D325-6 Juniper 120,12S117/A-34 Carpet Bentley, Kings Road #420-125 Oxford 120 18/A-34 - P. Lam. Nevamar #S-l-ZST Sangaree 125 18/A-34 P. Lam. Wilsonart #D325-6 Juniper 13 3 10/A-33 P. Lam. Wilsonart #D48-6 Thistle 134 14/A-3 3 Prefabricated unit 135 15/A-33 P. Lam. Nevamar #S-2-51T Rose Brown 135 16/A-33 P. Lam. Nevamar #S-2-51? Rose Brown 139 12/A-33 (prefabricated unit) 139 13/A-33 P. Lam. Wilsonart #D325-6 Juniper 148 8/A-33 (see general notes #3, sheet A-36) 1so 9/A-33 P. Lam. Wilsonart #D48-6 Thistle 152 7/A-33 P. Lam. Nevamar #S-3-30T Grotto 152 7a/A-33 Paint Frazee #5504D Highland Grey 153 6/A-33 (see detail) 154 3/A-33 P. Lam. Wilsonart #D48-6 Thistle 154 4/A-33 P. Lam. Wilsonart #D48-6 Thistle 155 S/A-33 P. Lam. Wilsonart #D48-6 Thistle 004 I a08 Flooring Pirelli Rubber Flooring #103/G805 Battleship Grey, Low Profile Stud. Flooring Pirelli Rubber Flooring #103/G805 Battleship Grey, Low Profile Stud , ,. 'I DESIGNTECH 1 January 17, 1986 CABINETRY FINISHES FOR CITY OF CARLSBAD PUBLIC SAFETY AND SERVICE CENTER Page 2 of 3 ROOM# DETAIL# FINISH DESCRIPTION 160 2/A-33 P. Lam. Wilsonart #D48-6 Thistle 161A 1/A-33 P. Lam. Nevamar #S-3-30 Grotto 162 48/A-35 Paint Frazee #S504D Highland Grey 163 *23/A-34 W.V. Oak w/ clear matte polyurethane finish 186 27 /A- 3 4 P. Lam. Wilsonart #D48-6 Thistle 186 28/A-34 P. Lam. Wilsonart #D48-6 Thistle 201 41blA-35 P. Lam. Wilsonart #D325-6 Juniper 202' a 41a/A-35 P. Lam. Wilsonart #D325-6 Juniper 204 40/A-35 P. Lam. Wilsonart #D325-6 Juniper 20 4 38/A-36 (see general notes #3, sheet A-36) 205 39/A-36 (see general notes #3, sheet A-36) 210 37/A-35 P. Lam. Wilsonart #D325-6 Juniper 211 , 46/A-36 (see general notes #3, sheet A-36) 213 , 3Sa/A-35 PI Lam. Wilsonart #D325-6 Juniper 213 3Sh/A-35 P. Lam. Wilsonart #D325-6 Juniper 213 36/A-36 (see general notes #3, sheet A-36) 223 34/A-35 P. Lam. Wilsonart #D48-6 Thistle 227 33/A-35 P. Lam. Wilsonart #D48-6 Thistle 244B 29/A-34 P. Lam. Wilsonart #D325-6 Juniper 256 44/A-35 P. Lam. Wilsonart #D324-6 Aspen 259 *45/A-35 W.V. Walnut w/ clear matte polyurethane fil 260, *42b/A-35, W.V. Bi-fold doors: Walnut w/ clear matte 262 *4 2a/ A- 3 5 polyurethane finish 262 *43/A-35 W.V. Walnut w/ clear matte polyurethane fi 265 * 4 5 /A-3 5 W.V. Walnut w/ clear matte polyurethane fi 002 25 /A-3 4 'P. Lam. Wilsonart #D14-6 Port 012 26a-c/A-34 P. Lam. Wilsonart #D324-6 Aspen . 1-86 28a/A-36 (see general notes #3, sheet A-36) P. Lam. Cabinetry: Wilsonart #D48-6 Thistle H 1, b DESIGNTECH 1 January 17, 1986 CABINETRY FINISHES FOR CITY OF CARLSBAD PUBLIC SAFETY AND SERVICE CENTER Page 3 of 3 CABINET/DRAWER PULLS Cabinetry with plastic laminate finish: Forms and Surfaces Cabinetry with wood veneer: Forms and Surfaces #HC213 (not previously noted). . #HC160, White (see note 25e, sheet A-36). .I (I e.. > 82 E \\ -- 3 - 1 \I CJ 7 m m 0 23: e22 zr2 ZrA 9 2.S* "zy 8: 5 4 - .LE as x0 r4d : - Pa : N. 9-2 Q -nTa a *:SI .P ~~ c\- . .. $1 i' 8ha.t no. Arcn~lecfr Planners AR5 RUHNAU McGAVlN RUHNA UIASSOCIATES .,,. T.",* 'an., 6TSf PalmwWav SulfaC , b j, Y - .dP RUHNAU McGAVlN RUHNAU/ASSOClATES 9776 hm Stnot 67s I Pa/m!r W!!-L’!Fn$ )I ‘u, Alcnirecrs Planners AR7 RUHNAU McGAVIN RUHNAU/ASSOCIATES erbl pairnor WW SuIteC Cld8b.d - - ~ cAo~~d.1og~ ^^^ 3776 Tonlh Stmd Rlvmnld. CA 92501.3660 RUHNAU McGAVlN RUHNAU/ASSOClATES 675 r PdmN W8I. SM1.C - __^". ."". ..,. .I.",* e,-., AR7-A revision ob no. City of Carlsbad reale date 1/4” I \IO’ 2 ZI _- d P I ;-I' l%C - 105' M.O. 1 I % P -. D F revirlon job no. City of Carlsbad Public Safety & Service Center 8C.l. dato fKSJl& Atcn~IecIi Planners RUHNAU McCAVlN RUHNA U/ASSOCIAlES 87st parmet Way Ju/f*C 3T?S Tanlh Sh*f RIv*rrldq CA 02501 3880 1,. 19' ,"AI ntwiin Cad8bdd 4nno UozOO8 1oos AR-13