Loading...
HomeMy WebLinkAboutConstruction Hardware Co; 1985-07-01; 3006-3Hi I June 25, 1985 TO: City Clerk FFQM: Purchasing Officer RE: CONSTRUCTION HARDWARE CO. CONTRACT #3006-3H FINISH HARDWAFE - PUBLIC SmXTY AND SERVICE CENTER Attached are four copies of the above referenced contract ready for execution of signatures in the following order: 1. City Attorney 2. Myor 3. City Clerk After execution of signatures, retain one copy for 170ur files wi-51 the original insurance certificate and return the remaining three to Purchasing. ct Supple-Flerrill & Drisce1.l. 924 E. Green St. Pasadena, CA 91105 Construction Hardware Co. F.0. Eox 2587 Pomona, CA 91768-2587 EXPLCISION & COLLAPSE HAZARD PfiODIJCTS/COMPLETEO OPERATIONS SM27006232 IN DEPENDENT CONTRACTORS BFIOAO FORM PROPERW DAMAGE Pf RSONAL INJURY PERSONAL lNJU A1 L CIWNEO AUTOS (PRIV PASS ) >:AM34806300 ALL CIWNEO AUTOS ($$!R&!gN) NON-OWNED AUTOS GARAGE LIABILIW WP- 8 5- 2 3 5 9 19 EMPLOYERS’ BIABllLlTY 3% CAHCELLE IUPAWV WlL IFICATE HOLE 1200 Elm Ave. WE NO OBLlG City of Carlsbad! Carlsbid, CA 92008-1989 I r% X CONSTRUCTION HARDWARE CO. Bidder I s Name CITY OF CARLSBAD SAN DIEGO COUNTY CALIFORNIA BIDDING DOCUFENTS FOR PUBLIC SAFETY AND SERVICE CENTER CONTRACT NO. 3006 BID PACKAGE NO. 3 "g$ 5797-1 For information relative to this project contact: KOLL CONSTRUCTION COMPANY 7330 Engineer Road San Diego, CA 92111 Steve Mahoney, Project Manager (619) 292-5550 I " I 1200 ELM AVENUE 1 CARLSBAD, CA 92008-1989 (6 ditp of Carls'bab PURCHASING DEPARTMENT April 24, 1985 ADDENDUM NO. 1 PROJECT: PUBLIC SAFETY AND SERVICE CENTER BID PACKAGE NO. 3 This addendum, receipt acknowledged, must be attached to propsal form when bid is submitted. 1 I acknowledge receipt of Addendum No. 1 to Bid Package No. 3. i '1 I TABLE OF CONTEqTS Paq€ Item A NQTICE INVITING BIDS 1- PROPOSAL 5- BIDDER'S BOND TO ACCOMPANY PROPOSAL 10 DES1 GNATION OF SUBCONTRACTORS 11 BIDDER' S STATEMENT OF FINANCIAL RESPONSIBILITY 12 I_ BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE 13 CONTRACT 14 - LABOR AND MATERIALS BOND 18 - PERFORMANCE ROND 20 - GENERAL PROVISIONS 22 - CERTIFICATE OF COMPLIANCE 29 SPECIAL PROVISIONS / SPECIFIC AT I ONS LIST OF CONTRACT DOCUMENTS 37 30 - 1 ‘L I Page CITY OF CARLSRAD PURLIC SAFETY AND SERVICE CENTER NOTICE INVITING BIDS The City of Carlsbad invites bids for performing the following work: Bid Package #3 - Elevators, Plumbing, Fire Sprinklers, H.V.A.C., Electrical, Service Station Equipment, Vehicle Wash, and Finish Hardware 1. Sealed bids for performing the work shall be received at the office of t Purchasing Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, unti 4:OO PM on the 2nd day of May, 1985 at which time they will be opened an read aloud. 2. 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. 3. The work, a portion of the total Public Safety and Service Center Projec involves complete sitework development of twenty-six (26) acres includin 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 c the Phase One construction orogram. 4. Koll Construction Company will provide construction management services the City of Carlsbad and shall organize, monitor , coordinate and direct 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 April 8, 1 to licensed Contractors for a non-refundable fee as follows. Please ca3 ahead to reserve your documents, (619) 438-5601. Bid Package No cost Architectural (AC-1 thru A-60A) 20 .oo Equipment (EQ-1 and EQ-2) 1 .oo Structural (S-I thru S-16) 10 .oo Mechanical (M-I thru V-9) 5.00 Plumbing (P-I thru P-8) 5 .OO Electrical (E-I thru E-20) 10.001 Complete Set, Specifications Included $50.00 Complete documents are available for review at the following loactions: Construction Plan Rooms Koll Construction Company, 7330 Engineer Road, San Diego, CPI 92111 ', % '> t I \ Page 6. A pre-bid conference will be held at April 23, 1985 at 2:OO PM to discus bidding requirements. If information is required regarding the bid package, drawings and/or specifications, the bidder SHALL NOT contact the City of Carlsbad nor th architect. All questions and requests for information shall he directed Koll Construction Company, (619) 292-5550, Steve Mahoney. 7. 8. No bid will be received unless it is made on the proposal form included with these bidding documents. Each bid must be accompanied by cash, certified check or bidder's bond made payable to the City of Carlsbad fo an amount equal to at least ten percent (10%) of the amount of bid; said guarantee to be forfeited should the bidder to whom the contract is awar 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. bidders' security of the second and third lowest responsive bidders may withheld until the contract has been fully executed. The cash, cashier' check or certified checks submitted by all other unsuccessful bidders sh be returned to them within ten (IO) days after the receipt of bids, and their bidders' bond shall he of no further effect. The 9. The documents included within the sealed bids which require completion a execution are the following: 1. Proposal 2. Ridder's aond 3. Designation of Subcontractors 4. Bidder's Statement of Financial Responsibility 5. Ridder'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. For corporations, appropriately notarized signatures of the person authorize 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 who has not been licensed in accordance with the provisions of Chapter 9, Division 3 of the Rlusiness Professions Code. The Contractor shall state his/her license number and classification in the proposal. '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. 1 '1 I Page 3 Sids shall not modify or contain any recapitulation of the work to be don Alternate proposals will not be considered unless called for. No oral or telegraphic changes to the bidding documents will be considered. The amount of bond to be given for the faithful performance of the contra 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 (5C of the contract price for said work shall be given to secure the payment 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 01 any kind done thereon. Bonds shall be prepared on the forms included within the bid package. Sureties shall be licensed and registered in tht State of CaLifornia and subject to approval by the City. 11. 12. 13. Partial and final payments on this contract shall generally be in accordance with Section 9 of the 1979 edition of "Standard Specification: For Public Works Constructionf1, as herein modified. The Construction Manager will, after award of contract, establish a closi date for the purpose of making monthly progress payment. Each month, the Construction Manager will make an approximate measuremenl of the work performed to the closure date and as a basis for making montt payments, estimate its value based on the contract breakdown furnished bl the Contractor and approved by the Construction Manager. From each progress estimate, ten percent (10%) will be deducted and retained by the agency, ad the remainder less the amount of all previou payments will be paid to the contractor. After fifty percent (50%) of t 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 find payment wil 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 Canpletion shall constit said acceptance. Application for payments and dispersement of funds wil be made through the Construction Manager. The Contractor may, at his/her option, substitute securities, as specifi by Government Code Section 16340, for the retention held on this contrac At the request and expense of the Contractor, securities equivalent to t amount withheld may be deposited with the City or with a state or feder; chartered bank as the escrow agent who 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. < Jt I Pacle 1 14. The bid documents are intended to be comnlementary so that any work calk for in one and not mentioned in the other, or vice versa, is to be execul the same as if qentioned in all said documents. The intention of the documents is to include all Labor, materials, equipment, transportation t services necessary for the proper execution of the work. 15. If any person contemplating submittinq a bid for the proposed contract i: in doubt as to the true meaning of any part of the nlans, soecifications other proposed contract documents, or finds discrepzT-cies in, or omissior from the drawings or soecification, a request may be submitted to the person named on the title page of the contract documents for the interpret ation or correction thereof. Any interpretation or correct ion t 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 receivinq a set of such documents. The City will not be responsible for any other explanation or interpretation of the proposed documents. 16. Any addenda issued by the City during time of bidding, 3r forming a part the documents delivered to the Bidder, shall he covered in the bid and shall be made a part of the Contract. Bidders are advised to verify the issuance of all addenda and receiot thereof one day prior to bidding. Submission of bids without acknowledqement of addenda may be cau:je for reject ion of bid. 117. No person, firm or corporation shall be allowed to make or file or be interested in rllore than one (I) bid for the same work, unless alternate bids are called for. A person, firm or corporation submitting a S\JbprOpOSal to a bidder, or who has quoted prices on materials to a Ridd is not thereby disqualified from submitting a subproposal or quoting mi to other bidders. 18. Bidders are required to inform themselves fully of the conditions relati to constructioq and Labor under which the work will be or is now being performed, and so far as possible, the Contractor must employ such metho and means in carryinq out the soecified work as will not cause any interruptions or interference with any other Contractor. 19. The Contractor shall comply with the provisions of California Lalsor Code Part 7, Chapter 1, comqencing with Section 1720. 20. The Contractor shall not pay less than the specified prevailing rates of waqes established Dursuant to Section 1773.2 of the California Labor COC A copy of the current applicable wave rates is on file in the Office of Carlsbad City Clerk. Apnroved by the City Council of the City of Carlsbad, California, by Sesolutj No. YL)&3-, adopted on the dNh day of ,4pflr , 19&i "i - a.43 - I&& &c. Qmk A&HA L. RA\JTEqKRwZ, City ciw I - LL-. Date * '1 Page 5 CITY OF CAQLSRAD PlJRLIC SAFETY AN0 SERVICE QUTER 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 Rids, examined the plans and specifications, and herc proposes to furnish all labor, materials, equipment, transportation and servic required to do all the work to comolete Contract No. 3006 in accordance with the Plans and Specifications of the City of Carlsbad, and the special provisions, to wit: The followinq proposal form includes work associated with the sitework bid package /I - 3 items3~ through - . 1. Proposals for the work shall include separate prices for each item of wo bid: Sid %3A, or Rid #35, etc. A proposal for work may include a bidde combination for any or all items of work, but must- also include bids for each separate item. Award on a combination hid will only be made if it the lowest of any possible combination of bids - and is lower than the tot bids of the Lowest responsible bidders on the particular items of work makinq up that combination bid. The City reserves the riqht to (,a) awar separate contracts for each bid item, or each combination of bids, or (h make no award at all. Note: If not bidding on an item of work, the bidder shall state "no bid Proposals for the work in each bid oackage shall he complete per the plz specifications and contract documents. Items listed in the special provisions are for clarifcation only and shall not he considered as a complete list of all the required work. 2. 3. Quantities of materials and earthwork used on the plans are for permit purposes only. All bidding contractors are required to complete their ( quantity take offs, and submit lump sum bids for all work unless soecifj unit prices are requested within the special provisions. 4. Addendum(a1 No(s). 1 has/have been received and isfar included in this proposal. . '1 I Page 6 Bid Item # -- ELEVATORS ---- 3 Pi- 1 Complete elevator work for the lump sum amount of . -- --- I__--- $ -_I_- (8ased on twm-s hydraulic elevators .) --- 3A-2 Complete elevator work for the lump sum amount of -- - $ (Based on two (2) traditional hydraulic elevators .) 3 G- 3 Additive cost to bid item 3A-2 for excavating holes through rock for -I_- the lump sum amount of - ---- -I_- S PLUMBING 38-1 Complete plunbing work for the lump sum amount of - --- I------ $ - - 38-2 Deductive cost from bid item 38-1 for utilizing plastic pipe in lieu --_11_- cast iron as specified for the lump sum amount of - T$-- - e FIRE SPRINKLERS 3C- 1 Complete fire sprinkler work for the lump slim amount of ---- - $ -__I H.V.A.C. 3D- 1 Complete H.V.A.C. work for the lump sum amount of -u --_I . -..L---- ELECTRICAL 3E- 1 Complete electrical work for the lump sum amount of . J\ Page 7 3E-2 Deductive cost from bid item 3E-1 for concrete pole bases for the lump sum amount of .--T---- SERVICE STATION EQUIPMENT 3F- 1 Complete service station equipment work for the lump sum amount of .-T----- 3F-2. Additive cost to bid item 3F-1 to relocate existing owner equipment tl new facility for the lump sum amount of -__I .. VEHICLE WASH 3Gi-Y Complete vehicle wash work for the lump sum amount of - L‘ FINISH HARDWARE 3H- 1 Complete finish hardwre F.O.R. jobsite for the lump sum amount of -- Sixty-three thousand. two huded tw - siy thou, 5anfLAJ no/100 dollars $_63.L COMRINATION BID -- 3I- 1 Combination Rid No’s. - For the lump sum amount of s Note: Bidders must also bid these individual bid item number separ ate1 y . N””\ 9 .i ‘4 6‘s“ ic KJ’ / 2.y p PJL dl+ <b I 3, Page 8 5. All bids are to be computed on a lump sum basis with separated unit prices when requested, as indicated in this proposal. In case of a discrepancy between words and figures, the words shall prevail. 6. 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. 7. 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 late of award of contract by City Council of the City of Carlsbad, the oroceeds of check or bond accompanying this bid shall beccinc the property of the City of Carlsbad. 8. Contractors shall be licensed in accordance with the Statutes of the Stat of California providing for the registration of Contractors. 9, The undersigned bidder hereby represents as follows: 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 cowensation 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 That this bid. is made without connection with any person, firm 01 corporation making a bid for the same work, and is in all respect fair and without collusion or fraud. b. 10. The undersigned is mare 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 1 provisions of that code, and agrees to comply with such provisions befort commencing the performance of the work of this contract. 11. The undersigned is aware of the provisions of the State of California La1 Code, Part 7, Chapter 1, Article 2 relative to the general prevailing ra of wages for each craft or type of worker needed to execute the contract and agrees to comply with its provisions. , 'I - State of California Coun+yof IDS ~~~les ss On this 2nd day of my in the year 19 85 -before me pe appeared ZM5hu.r J. Clesnent, Jr. personally know (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrumeni Attorney-in-Fact of- Fairmont Insurance Company , and acknowledged to me that he subscribed the name of the said company thereto as surety, and his own name as Attorney-in-Fact Attorney In-Fact *- rv S-318 (10-83) m BLlJ EJJlVLJ LW. P U UU /Ybl Y IT Page 7 -- BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we, CCeJSmaION HARDWNE , as Princip and F&m l"CE COWANY , as Zty, are held and firmly bound unto the City ot Carlsbad, California, in the su payment ot which sum well and truly to be made, we bind ourselves jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH: That if the proposal of the above-bounden principal for: of m PERCENT OF THE WZ.& mm OF THE BID ...................... %- (a lU% ), lawtul money of t heunited St ates for the 'P~LIc SAFETY m SEWCE CENTER in the City of Carlsbad, is accepted by the City Council of said City, and if the above bounden Principal shall duly enter into ar execute a contract including required bonds and insurance Ipolicic within twenty (20) days from the date of award of contract by the City Council of the City of Carlsbad, being duly notified {of saic award, then this obligation shall become null and void; otherwisc it: shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event any Principal above named executed this bond as an individual, St is agreed that the death of any such Principal sh, not exonerate the Surety from its obligations under this bond. IW WITNESS WHEREOF, we hereunto set our hands and seals this - 2nd day of MAY , 19 85 . Corporate Seal (If Corporation) CONSTRUCTION m r ncipa : / LD (Notarial acknowledgement of execution by a1 1 PRINCIPALS SURETY must be attached.) I - I I - I_ I - FAIRMONT INSURANCE COMPANY Burbank, California POWER OF ATTORNEY 1% KNOW ALL MEN BY THESE PRESENTS That FAIRMONT INSURANCE COMPANY, a California Corporation, does hereby make, constif appoint Arthur J. Clement, Jr. asitstrue lawful Attorney(s)-in-Fact. with full poncrand authority. for and on behalfofthe Cornpan! assurety. to anddeliver and affix the seal of rhe Coinpany thereto, ifa stal I\ required. bonds, undertakings, recognizances, con surety or other written obligations in the nature therof. as follows: Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in th thereof, and to bind FAIRMONT INSURANCE COMPANY thereby, and all of the acts of said A,ttorney(s) pursuant to these presents, are hereby ratified and confirmed. This appointment is made under and by authority of the following Bylaws of the Compa.ny, whicl- are now in full force and effect: ARTICLE IV, Section 13. ATTORNEYS-IN-FACT AND AGENTS. The chairman of the board, the president, the ' president, the chief financial officer, or the secretary of the corporation may appoint attornevs-in-fact or agents with po and authority, as defined or limited in their respective powers of attorne for and on behalf of the corporation to exec and deliver, and affix the seal of the Corporation thereto, bonds, un&rtakings, recognizances, consents of surety other written obligations in the nature thereof and an of said oficers may remove any such attorneyin-fact or ag and revoke the power and authority given to him or her. ARTICLE IV, Section 14. AUTHORITY TO BIND. Any bond, undertaking, recognizance, consent of surety or writ obligation in t e nature t ere0 s a va i an bindin u on the corporation when signed by the )chairman of board, the prkident, the :ice d;e!idl.$ th: fhierdfinancia?o&cer, or the secretarv of the corporation and duly attes and sealed, if a seal is re uired, by the secretary or assistant secretary, or shall be valid and binding upon the corporat when duly executed an% sealed, if a seal is required, by a duly authorized attorney-in-fact or agent, pursuant to i within the limits of the authority granted bv his or her power of attorney. This power of attorney is signed and sealed by facsimile under and by the authority of the following tion adopted Dv the Burd of Directors of F.?IIRLl@ST INSURANCE COMPANY at J. meeting du' and held on the 4rd day of October, 1983: RESOLVED that the signature of any officer authorized b the Bylaws, and the seal of the corporation, may be affi any bond, undertakin , recognizance consent of surety or other written obligation in the nature thereof; such signal and seal, when so use$. being hereby adopted by the corporation as the on inal signature of such officer and the orig seal of the corporation, to be valid and binding upon the corporation with %e same force and effect as tlhough manu affixed. IN WITNESS WHEREOF, FAIRMONT INSURANCE COMPANY has caused these priesents to b March of : by facsimile to any power of attorney or special power o Y attorney or certification of either given for ithe executioi by its proper officer and its corporate seal to be hereunto affixed this 22nd day of ,,,*,W"'#N* *3 *glRAA?& Q .**~.onPQQi'..c % 20,/& r"a it%% -e; #x: APk IO iz; ?? W'% 1970 **.* !e= w *, Cj...*...,..** 4.8 % CAL\F* + '~~.*,),("()(,s~~~" 4+ \ ....e. C... &\ FAIRMONT INSUWLNCE COl BY /JLAfT LJA 1 z:. Signature Henry F. Iqright, ' r, \ Prmed In U S A nn.. I- ,,.-. ACIMOWtEDOE#E3FT (GE'IICERAL) . (1 -- 880 State of California County of Lo Angeler On mil! b.- f 'k\ - dag ofbti]&L , A.D. :Lg5 , v Berqemann a no ry public in tind io1 known to se, to be the pe the within Inatrmsent, he executed the II~. IH MITEESS HEE3EoPr, I have hereunto set my hand and affixed my official seal the day and year In this certificate first above mitt ally appeared qp-; ru\c\ (',, 1 - FT rpnTpwrn -1; I iimnrmai m,,,, OFFICIAL Iom,,q,q,n,w, "?lmplmlRmlm7 SEAL T s b $&I- KAY 8Ei?CEMA" g Bo r Pub_ic in and io said County and Sta h(o'Aw* Ptr8ClC. CAL~FCJRN~A 2 - - I - - PRIN( IPIC OFFICE (w COS *hGrLES COUNTY g D -- - -. -- - ACKHOm- (G-L) State of California 680 county of Lot melee dag &Q'yg 3 A.D. lL9kG 8 n ry public fn and fox OnThis.2- - fore me, eruemann said com,gd State, p8~Ona~~ appeared , haown to me, to be the PC \d I *o;"+b- iP, rubscribed to the At- Inatnosent, and acknowledged to me thst he executed tsrc '-e IH mms -F, I have hereunto Bet SY band *d affixed my official seal the day and Year in this certificate first above wr 4 '> &-$<; i~b rt\tPtr ?, "",S-llnll /I n1-v Inn .* Page 9 Accompanying this proposal is Bond in an amount of not less than ten percent (10%) of the total bid price,. (Cash, Certified Check, Bond or Cashier's- - - CONSTRUCTION HARDWARE CO. NONE - Employer I .%. No - Bidder's Name State License No. - 216 Pacific St., Pomona, Ca. Dennis De.larnett-e Bidder's Address Name 4 -- -1 /cc( /> .GPfly?d- I/ Author i zed S ig n awe -- (714) 593_-9093 Robert R. Daminguez - Phone No. Oate .Corporation j Type of Organization (Individual, Corporation, Partnership) (-4 List below names of President; Secretary; Treasurer; and Manager, if a corporation, and names of all partners, if a partnership: -- Jacl? R. Steyart, President Robert Forbes, Vice Pru Robert R. Dominguez, Vice - Dennis DeJarnette, Vice Pres President and Secretary -- Robert W. McPhail, Vice President (NOTORIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MlJST RE ATTACHED) (CORPORATE SEAL) .* Page BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we, , as Principal, 1- c, as Surety, are held and firmly bo1 Dollars ($ 1, lawful1 money the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly be these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH: That if the proposal of the above-bounden principal for: unto the City of Carlsbad, California, in the sum of - in the City of Carlsbad, is accepted by the City Council of said City, and il the above-bounden Principal shall duly enter into and execute a contract including required bonds and insurance policies within twenty (20) days from date of award of contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event any Principal above named executed this bond as an individual, : is agreed that the death of any such Principal shall not exonerate the Suret) from its obligations under this bond. day ( IN WITNESS WHEREOF, we hereunto set our hands and seals this -4 9 19 -- A Surety Principal -- , 13Y - BY Title Title (Attach acknowledgement of Attorney in Fact) -- -- . SURETY must be attached.) (Not ari a1 acknowledqement of execution by all PRINCIPALS and (Corporate Sed if corporation) .x Paqe 1 DESIGNATION OF SUBCONTRACTORS The undersigned certifies hejshe has used the subbids of the following listed Contractors in making UD his/her bid and that the subcontractors listed will b used for the work for which 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. The following information is required for each subcontractor. Additional pages can be attached, if required : Work Company Name d-- - -. - -- N/A fJ /A -I -- -- e -- - - - -I - - -- -I Ji:b&( p2La-(- Sign atu I: e / I. Page BIDDER'S STATEMENT OF CINANCIAL RESPONSIBILITY The undersigned submits herewith a notarized or sealed statement of his/her financial responsibility. st at ement . Either a current audited income tax or Drofit/los: --- - -I I I - I I - -e- - - - I- - - _.- - -- _- - - - - c - S ig n atu r e (Notarize or Corporate Seal 1 CONSTRUCTION HARDWARE CO. FINANCIAL STATEMENTS DECEMBER 31, 1984 SWENSON & CLARK. AN ACCOUNTANCY CORPORATION CERTIFIED PUBLIC ACCOUNTANTS SWENSON & CLARK. CERTIFIED PueLic ACCOUNTANTS AN ACCOUNTANCY CORPORATION II 1 1 1055 WEST SAN BERNARDINO ROAD COVINA CALIFORNIA91 722 (818) 967-3701 Fa 3 The Board of Directors Construction Hardware Co. Poraona, California - We have reviewed the accompanying balance sheet of Construction Hardware Co. (A California Corporation) as of December 31, 1984, and the related statements of operations, changes in stockholders' equity and changes in financial position for the year then ended, in accordance with standards established by the American Institute of Certified Public Accountants. All infor- mation included in these financial statements is the represen- tation of the management of Construction Hardware Co. A rleview consists principally of inquiries of Company personnel and analytical procedures applied to financial data. It, is substantially less in scope than an examination in accordance with generally accepted auditing standards, the objective of which is the expression of an opinion regarding the financial statements taken as a whole. Accordingly, we do not express suck an opinion. Based on our review, we are not aware of any material modifica- tions that should be made to the accompanying financial state- ments in order for them to be in conformity with gellerally accepted accounting principles. Tu&{@& WENSON & CL RK, AN ACCOUNTANCY CORPORATION March 29, 1985 CONSTRUCTION HARDWARE C10. 276 PACIFIC STREET POMONA, CALI FOR N IA 91 7168 (714) 594-9093 I May 2, 1985 City Council CITY OF CARLSBAD 1200 Elm Avenue Carlsbad, California 92008 Gentlemen: Construction Hardware Co. is a major supplier of building materials in the Southern California market, and as such we solicit your business in the hope that we might become an important part of your building team. The following is a brief history and a listing of services available to you from Construction Hardware Co. COMPANY HISTORY AND FACTS Xt\ Established 21 years ago by former employees of the J -1- builders hardware department of Union Hardware and Metal Co. Comp 1 et e 1 y emp 1 o y ee owned Currently 51 employees Nine consultant members of the Door and Hardware Insti 9;J; Strong inside support team Established service department Branch office in San Diego -I, -1- J-J- -L J- ,\ n A ,. AA &-I- -1- J- ,, 4. I. * SERVICES AVAILABLE Suppliers of complete door and hardware package to develop specifications or value engineering Scheduling of materials for timely delivery Technical assistance during construction -L-b n A J;J; Consultation with project manater, architects, and ow *;k Coordination with related trades -L J- A d. -LJ- A A JIJ r\X Follow-up with "After the Sale" service I. City Council CITY OF CARLSBAD May 2, 1985 Page 2 PAST AND CURRENT PROJECTS Northrop Corp. Turner Const. Co. 168,000. C M. R. Fisher 10:2,000. C A & C Hotel Const. 125,000.C C. L. Peck 373,000. ( Hilton Centre Millie & Severson 171 ,OOO.( MGM Las Vegas MGM 4510,000. C JCG Bldg. Dillingham 238,000. ( 255,000. ( -1--I- nn -1-1 ,cA Manu-Life "- Anaheim Marriott A'. Fluor Corp. -*--I- -1-J- .?--I- nn -1-J- nn J-J- nA J-J- nn California Hospital Kitchell Contractors We believe the above attests to the expertise and professic: approach that we can offer to your city. We welcome the opportunity to be of service to you. Sincerely, CONSTRUCTION HARDWARE CO. / 22 %xA-z/&y.> 2 / :, > ~ q& / -'Dennis DeJahette, h-f6/dDC I@ DD:so .I pag e CONTRACT THIS AGREEMENT, made and entered into this I ST day of 4U-L -' 19 - 1 by and between the City of Carlsbad, California, a municipal $orpotation (hereinafter called "City"), and (hereinafter called "Contractor". ) City and Contractor agree as follows: COnstruCtion Hadware co. 1. Description of Work. Contractor shall perform all work specified in the contract documents for: Contract NO. 3006-3H - Finish Hardware, Public Safety and Service Cente (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all. labor, materials, tools, equipment and personnel to perform the work specified the contract documents . 3. Contract Documents. The contract documents consist of this contract; tl bid documents, including the notice to bidders, instructions to bidders contractors proposal; the plans and specifications and all proper amendments and changes made thereto in accordance with this contract or plans and specifications; and the bonds for the project; all of which a1 incorporated herein by this reference. 4. Payment. As full compensation for Contractors performance of work unde this contract, City shall make payment to Contractor per the teims out1 in the Notice Inviting Bids, Item 13. Contract amount Sixty Three Tho= - Two Hundred Thirty - Six and OO/lOO *$-=2=- Payment of undisputed contract amounts shall be contingent upon Contrac furnishing City with a release of all claims against City and Construct Manager arising by virtue of this contract as it relates to those amoun Extra compensation equal to 50 percent of the net savings may be paid t Contractor for cost reduction changes in the plans or specifications ma pursuant to a proposal by Contractor. The net savings shall be determi by City. No payment shall be made unless the change is approved by the City. 5. Independent Investiqation. Contractor has made an independent investigation of the jobsite, the soil conditions under the jobsite, ai all other conditions that might affect the progress of the work, and i: aware of those conditions. The contract orice includes payment for all work that may be done by Contractor in order to overcane unantilcipated underground conditions. Any information that may have been furnished 1 Contractor by City about underground conditions or other job condition: for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied will all jot Conditions, fnclyd'n information urnislie8 gy ci9y. nder round conditions and has not relied on 1- Page 6. Contractor Responsible for Unforeseen Condit,ions. Contractor shall be responsible for all loss or damage arising out of the nature of the work from the action of the elements or from any unforeseen difficulties whit may arise or be encountered in the prosecution of the work until its acceptance by the City. Contractor shall also be responsible for expen: incurred in the suspension or discontinuance of the work. However, contractor shall not be responsible for reasonable delays in the complel of the work caused by acts of God, stormy weather, extra work, or matte] which the specifications expressly stipulate will be borne by City. 7. Change Orders. City may, without affecting the validity of this contra( order changes, modif ications, delet ions and extra work by issuance of written change orders. Contractor shall make no change in the work wit1 the issuance of a written change order, and Contractor shall not be entitled to compensation for any extra work performed unless the City h, issued a written change order designating in advance the amount of additional compensation to be paid for the work. If a change order delc any work the contract price shall be reduced by a fair and reasonable amount. If the parties are unable to agree on the amount of redluction work shall nevertheless proceed and the amount shall be determined by arbitration or litigation. The only Derson authorized to order changes extra work is the City Engineer. However, no change or extra work orde excess of $5,000.00 shall be effective unless approved by the City Council. 8. Prevailing Wage. Pursuant to the Labor Code of the State of California the City Council has ascertained the general prevailing rates of per di wages for each craft or type of worker needed to execute the contract a schedule containing such information is in the City Clerk's office and incorporated by reference herein. Pursuant to Labor Code Section 1774 contractor shall pay prevailing waqes. 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 e of them, from any and all liability or loss resulting from any :iUit, cL or other action brought against the City, or for any other losses of whatever nature, directly or indirectly arising from 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 responsibi for negliqence. 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 indemnify City for losses caused by the active negligence of City. IO. Contractor shall provide Certificates of Insurance evidencing coverage amounts not less than the following: * 7, Page Coverage Combined Single Limi Automo bile L i abi li ty $ 500,000 General Liability 500,000 Product s /Corn plet ed 0 per at io ns 500,000 E3 lan ke t Cont r act ur a1 500,000 Contract or' s Protective 500,000 Personal In jury 500,000 Excess Liability 500,000 Other -- Contractor may be required to increase the limits of liability insurance the size and nature of the project require excess coverage. Contractor shall cause the City and Construction Manager to be named as additional insured on all policies concerning the subject matter or performance of this contract. 11. WorkersCompensation. Contractor shall comply with the requirements of Section 3700 of the California Labor Code. Contractor shall also assume the defense and indemnify and save harmless the City and Construction Manager and its officers and employees from all claims, loss, damage, injury and liability of every kind, nature and description brought by ar person employed or used by Contractor to perform any work under this contact regardless of responsibility for negligence. 12. Proof of Insurance. Contractor shall submit to the City throuqh the Construction Manager, certification of the policies mentioned in1 Paragr, 10 and 11 or proof of workers' comoensation self insurance prior to the start of any work pursuant to this contract. Certificates of inlsurance shall provide that the insurance will not be cancelled until the expiraf of at least thirty (30) days after written notice of such cancellation I been qiven to the City. Arbitration. out of or relating to this contract or the breach thereof may, at the option of City, be settled by arbitration in accordance with the construction industry rules of the American Arbitration Association and judgment upon the award rendered by the arbitrator(s1 may be entered in California court having jurisdiction thereof. The award of the arbitrator(s) shall be supported by law and substantial evidence: as provided by the California Code of Civil Procedure, Section 1296. 14. Maintenance of Records. Contractor shall maintain and make available t the City, upon request, records in accordance with Sections 1776 and 18 of Part 7, Chapter 1, Article 2 of the California Labor Code. If the Contractor does not maintain the records at Contractor's principal plac 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 suc records. 13. Any controversy or claim in any amount up to $100,000 ari: ACXX0-m (CtEBwuL) State of CaPFfornla sa. Coun~y of Lou Angeleo OnThis 19th - __ day of June 3 A.D. 19fi be:- fore me, ftav Berqemann said County> and State, personally appeared whore nlfnt 1s aubscribsd to tbe withia Inatrunent, and acknowledged to me that be executed the saxe. IN MX!KESS WHHiEOF, I have hereunto set my hand and affixed my official seal the day and year in this a notary public 1R and for Jack R. Stewart t horn to me, to be the perrron ACIMOWEMEHT (G-L) Comty of Lor Angcleo On TM.8 19 m- bag of June J A.D. 19- be- fora ma, mv Berqemann raid County+ and State, personally appeared Dennis DeJ-tte whore name IR subscribed to the Wit- Instruneat, and acknowledged to me that he executed the I-, Ill KKTIIESS ldID3XOF, I have hereunto set my hand and affixed my official seal the day and year in this certificate first above written, 7 State of California dl. 8 n0-n public in and for 3 known to at, to be the perron IC . ' * Page 15. Labor Code Provisions: The movisions of Part 7, Chapter 1 commencing section 1720 of the California Labor Code are incorporated herein by reference. 16. Securit . Pursuant to the requirements of law (Government Code Section dpropriate securities may be substituted for any monies withheld City to secure performance of this contract or any obligation establish by this contract. 17. Additional Provisions. Any additional provisions of this agreement are forth in the "General Provisions" or "Special Provisons" attached her& and made a part hereof. %-- Construction Harme Co. * (Not ari a1 acknowledgement of execution by ALL PRINCIPALS must be attached.) Title 1 216 Pacific Street Pomona, California 91768 --- Contractor's Principal' Place of Businc CITY F CARLSRAD, CALIFORNIA By75 .d. &- Mayor ATTEST: Contractor's Certification of Awareness of Workers Compensation Responsibilit "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers compensation or to undertake self-insurance in accordance with the provisions of that code, and will comply with such provisions before commencing the performance of the wor of this contract.'' *' Bond No. FB 008152 (;* Pagc LABOR AND MATERIAL BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. , 8015 adopted Nay 14, 1985 , has awardc - Constuuction Hardware Co. , hereinafter desigr as the "Principal", a contract for: Contract No. 3006-3H - Finish Hardware, Public Safety and Service Cent 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 ar the terms thereof require the furnishing of a bond with said contract, provi that if said Principal or any of his/her or its subcontractors shall fail to for any materials, orovisions, provender or other supplies or teams used in, upon for or about the performance of the work agreed to be done, or for any or labor done thereon of any kind, the Surety on this bond will pay the same the extent hereinafter set forth. NOW, THEREFORE, WE, Construction Hardware Company as Principal, hereinafter designated as the "Contractor", and as Surety, are held and firmly bound unto the City of Carlsbad, in the sum a Thirty one thousand six hundred and eighteen & no/lOd)OllarS ($31,618 .OO s,aid sum being equal to 50 percent (5m) of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successor and assigns; for which payment, well and truly to be made, we bind olurselves our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITIOV 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, o for amounts due under the Unemployment Insurance Code with respect to such w or labor, that the Surety or Sureties will pay for the same, in an mount no exceeding the sum specified in the bond, and also, in case suit is brought u the bond, a reasonable attorney's fee, to be fixed by the court, as required the provisions of Section 4202 of the Government Code of the State OF C a1 if orni a. Fairmont insurance Company -_ -_ - ACKMOkLEXS~ (0-L) ZJS. State of California county of Us hgeles On Thl8 19 tb- dag Of June 3 A.D. 19- be- fore me, v Dersemann a notary public In and for paid CounPy- and State, p4BrPOnanY appeared Dennis DeJarnette , born to me, to be the perron fioge T)AB~~ is subsc;l-ibed to the wft- InBt-nt, and acbowledged to Pe %kt he executed the @-• IN mmS WLZE=REOF, I have hereunto Set aY hand and affixed my official seal the day and Year In this certificute first above written. \ said County and State State of CaIrfornra County of hs Angeles On thls ss 17th In the Year 19 9 &fore rr Attorney In Fact personally (Or proved lo me On lhe basrs Of sotisfactory evidence) to be the person whose name ,s subscrlbed to this ,nstrL AttQrney-ln-Fact Of. Falrmont insurance CQmpany I and acknowledged to me that he subscrlbed ,he name of the s day of June appeared - D. Donovan Goetz company thereto as sure S 318 (10-83) c Y' Page This bond shall insure to the benefit of any and all persons, companies and corporations entitled to file claims under Section 1192.1 of the Code of Civi Frocedure so as to give a right of action to them or their assigns in any sui hrought upon this bond, as required by the Drovisions of Section 4205 of the Government Code of the State of California. In the event that any Contractor above named executed this bond as an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WEREOF, this instrument has been duly executed by the Contractor Surety above named on the 17th day of June ? 19 85 Construction Hardware Company J. 9. (Notarize or Corporate Seal for Each Signer) Cont r act or Fairmont Insurance Company . I LC D. Donovan Goetz ' Attorney-in-Tact Executed three copies < . b* FAIWIMONT INSURANCE CO ~urbank Califomla POWER OF ATTORNEY ky6oM' ALL MEN BY THESE PRESENTS nIat FAIRMONT INSURANCE COMPANY, a California Corporation, does hereby make, constit1 appoint D. DONOVAN GOETZ OF BURBANK, CALIF1 ;as its true lawful Attorney(s)-$Fact, with full power and authority, for and on behalf of the Company as; surety, to e and deliver and affix the seal of the Company thereto, if a seal isrequired, bonds, undertakings, recognizances, con! surety or other written obligations in the nature therof, as follows: ,Any and all bonds, undertakings, recognizances, consents of surety or other written obligaiions in tht thereof, and to bind FARMONT INSURANCE COMPANY thereby, and all of the acts of said Attorney(s)- pursuant to these presents, are hereby ratified and confirmed. This appointment is made under and by authority of the following Bylaws of the Company, which are now in full force and effect: ARTICLE IV, Section 13. ATTORNEYS-IN-FACT AND AGENTS. The chairman of the board, the president, the v president, the chief financial officer, or the secretary of the comon may appoint attornevs-in-fact or agents with por and authority, as defined or limited in their respective powers of attorne for and on behalf of the corporation to execi and deliver, and affix the seal of the Corporation thereto, bonds, un&rtakings, recognizances, consents of surety other written obligations in the nature thereof and an of said oficers may remove any such attorney-in-fact or agc and revoke the power and authority given to him or ier. ARTICLE IV, Section 14. AUTHORITY TO BIND. Any bond, undertaking, recognizance, consent of surety or writ1 obligation in t e nature t ere0 s a va I an bindin u on the corporation when signed by the chairman of I board, the pre!ident, the ?ice ;re!idT5: th::hieffinancia?oicer, or the secretary of the corporation and duly attes! and sealed, if a seal is re uired, by the secretary or assistant secretary, or shall be valid and binding upon ithe corporati when duly executed an% sealed, if a seal is required, by a duly authorized attorney-in-fact or agent, pursuant to a . within the limits of the authority granted by his or her power of attorney. This power of attorney is signed and sealed by facsimile under and by the authority of the following tion adopted by the Board of Directors of FAIIRMONT INSURANCE COMPANY at a meeting dul and held on the 4rd day of October, 1983: - RESOLVED that the signature of any officer authorized bv the Bylaws, and the seal of the corporation, may be affb by facsimile to any power of attorney or special power oi attorney or certification of either given for the execution any bond, undertakin , recognizance consent of surety or other written obligation in the nature thereof; such signati and seal, when so use$, being hereby adopted by the corporation as the on inal signature of such officer and the origi seal of the corporation, to be valid and binding upon the corporation with %e same force and effect as though manu: affixed, IN WITNESS WHEREOF, FAIRMONT INSURANCE COMPANY has caused these presents to bi March of 1 by its proper officer and its corporate seal to be hereunto affixed this 22nd day of FAIRh.fONT INSURANCE COF BY /L(4LJ* -- Signature &nry F. Wright, 7 - Printed fin C 5 A CPA; i Yls??l State of California County of Eos Angeles ).'. , personally known to me, was by me duly sworn, and did depose and say: that Henry F. Wright of FAIRlMONT INSURANCE COMPANY, the corporation described in and which executed the above instru- ment; that he/she knows the seal of said corporation; that the seal affixed to said instrument is such cor- porate seal; that it was so affixed by authority of hisiher office under the Bylaws of said corporation, and that helshe signed hislher name thereto by like authority. Subscribed and sworn to me this 22nd day of PiIarch , 1985 . heishe resides in the State of California; that helshe is the duly elected Vice President Notary Public in and for said County and State. CERTIFICATION Assistant Secretary I, Trude A. Tsujbto , the ___ of FAIRMONT INSURANCE COMPANY, certify that the foregoing power of attorney and the above quoted Sections 13. and 14. of Article IV of the Bylaws have not been abridged or revoked and are now in full force and effect. Signed and Sealed at Burbank, California, this 17th day of June , 19 85 . - Cgiginatd by: Date of Origin: Surety Manager > lY Bond No. FB 01 Premium: $759 Page PERFPRMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: WEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 8-015 adopted -Flay 14, 1985 , has awarded Construction Hardware Co. , hereinafter designa (as the "Principal", a contract for: Contract No. 3006-3H - Finish Hardware, Public Safety and Service Cente in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents now on file in the Office of the City Clerk of the City of Carlsbad. WHEREAS, said Principal has executed cr is about to execute said contract anc the terms thereof require the furnishing of a bond for the faithful performar of said contract; NOW, THEREFORE, WE, Construction Hardware Company as Principal, hereinafter designated as the "Contractor", and as Surety, are held amrmly bound unto the City of Carlsbad, in the sum 0' .Sixty three thousand two hundred & t ,,/l~Dollars ($ 63,236.00 said sum being equal to 100 percent the estimated amount of the contract, to be paid to the said City or its certain attorney, its successor: and assigns; for which payment, well and truly to be made, we bind ourselves our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS ORLIGATION IS SUCH that if the above bounden Contract0 his/her or its heirs, executors, administrators, successors or assigns, shal all things stand to and abide by, and well and truly keep and perforni the covenants, conditions, and agreements in the said contract and any al.teratioi thereof made as therein provided on his/her or their part, to be kept; and performed at the time and in the manner therein specified, and in all respec1 according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers and agents, as therein stipulatec then this obligation shall become null and void; otherwise it shall remain i full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contra or to the work to be performed thereunder or the specifications accompanying same shall affect its obligations on this bond, and it does hereby waive not of any change, extension of time, alterations or addition to the terrns of th contractor or to the work or to the specifications. + T~PQ r -_ -.- - _- ACKMOWtEDa-EKEW (asawUL) S#. Stat@ of California county of Lor Angelas On This 19 %-- day Of -e 3 A.D. 1.9- be- rora me, v Berqemann S notary public In ad for add Comyy- and gtate, personally appeared ~ennis DeJarnette , known to ne, to be the perron and acknowledged to 16 that he CXoCUted the I-* IN KTZ~ESS UEDZWF, I bye hereunto oet my hand and affixed my official seal the dsy and Year In this certificate first ubove written. l&ogt - ig 6~BCfibOd to the Idthin Inst-nt, said County and State State of California Countyof LOS Ungeles ss 'n the Year 1965 before me personally kr (Or proved to me On the basrs Of sotlsfactorY evidence) to be the person whose name Is subscr,bed +o ttl,s Instrum At'orney-tn-Fac' Of* Fa'rmont 'nsurance Company , and acknowledged to me that he subscr,bed the name of the sa,( company thereto as sur On Ihls 17th day of JWle appeured T). DOMOV~ C,oetz Attorney In Fact (Notory Publlc) 5.318 (10-83) It Page 2 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 riot exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor c , 1985 . Surety above named on the 17th day of June -- Construction Hardware Company - 1. (Notarize or Corporate Seal for Each Signer) _I 1. Fairmont Insurance Company I Attorney-in-fact 9 1 v E,xecuted three copies MONT INS&IRANCE CO ~urbaank, California POWER QF ATTORNEY k;NIOW ALL MEN BY THESE PRESENTS mat FAIRMOhT INSURANCE COMPANY, a California Corporation, does hereby make, constitut appoint D. DOWOVAN GOETZ OF BURBANK, CALIFO: as its true lawful Attorney(s)-in-Fact, with full power and authority, for and on behalf of the Company as :Surety, toe] anddeliver and affix the seal of the Company thereto, if a seal isrequired, bonds, undertakings, recognizances, cons surety or other written obligations in the nature therof, as follows: Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the thereof, and to bind FAIRMONT INSURANCE COMPANY thereby, and all of the acts of said Attorney(s)-i pursuant to these presents, are hereby ratified and confirmed. This appointment is made under and by authority of the following Bylaws of the Company, which : are now in full force and effect: ARTICLE IV, Section 13. ATTORNEYS-IN-FACT AND AGENTS. The chairman of the board, the president, the vi1 president, the chief financiaT oEcer, or the secretary of the corporatkn may appoint attorneys-in-fact or agents with pow and authority, as defined or limited in their respective powers of attorne for and on behalf of the corporation to execu and deliver, and affix the seal of the Corporation thereto, bonds, unLfiakings, recognizances, consents of surety other written obligations in the nature thereof and an of said oficers may remove any such attorney-in-fact or age and revoke the power and authority given to him or xer. ARTICLE IV, Section 14. AUTHORITY TO BIND. Any bond, undertaking, recognizance, consent of su.rety or writt obligation in t e nature t ere0 s a va i an bindin u on the corporation when signed by the chairman of t board, the prGident, the :ice ire:ilz th; :hie:financiafo&cer, or the secretarv of the corporation anti duly attest and sealed, if a seal is re uired, by the secretary or assistant secretary, or shall be v'alid and binding upon the corporati when duly executed an% sealed, if a seal is required, by a duly authorized attorney-in-fact or agent, pursuant to a within the limits of the authority granted by his or her power of attorney. This power of attorney is signed and sealed by facsimile under and by the authority of the following tion adopted by the Board of Directors of FAIRMONT INSURANCE COMPANY at a meeting dd an.d held on the 4rd day of October, 1983: RESOLVED that the signature of any officer authorized b the Bylaws, and the seal of the corporation, may be affb by facsimile to any power of attorney or special power or attorney or certification of either given for the execution any bond, undertakm , recognizance consent of surety or other written obligation in the nature thereof; such signati and seal, when SO use$, being hereby adopted by the corporation as the on inal signature of such officer rind the origi seal of the corporation, to be valid and binding upon the corporation with %e same force and effect as though manu; affixed. IN WITNESS WHEREOF, FAIRMONT INSURANCE COMPANY has caused these presents to b March of : by its proper officer and its corporate seal to be hereunto affixed this 22nd day of ,p,+~t~l)Yr~% f $+ i \* .a* ...***..*.*$ % ar gRA&p% * ,-* t""p@w;$.& iO2d -rri I..: = I, w'., *.e* t2 3 '5 *'....,.8.* 0 +# FAIILSIONT INSURANCE COi :sz BY jzr ApR. 10 'Q- L*:yLJp $2; 1910 i a5 -* SigMTture Henry '?. Wright, %,+ CA t \ F,;,,+@ '~~t1011W Primed tn U 5 A PT-? 7 I7lnr\ State of California County of Los Angeles >... , personally known to me, was by me duly sworn, and did depose and say: tha Henry F. Wright FAIRMONT INSURANCE COMPANY, the corporation described in and which executed the above instru ment; that heishe knows the seal of said corporation; that the seal affixed to said instrument is such cor porate seal; that it was so affixed by authority of hislher office under the Bylaws of said corporation, an< that helshe signed hisiher name thereto by like authority. Subscribed and sworn to me this 22nd day of March , 1985 he:she resides in the State of California; that helshe is the duly elected Vice E’resident C - NOTARY PUDLlC -CALIFORNIA PRINCIPAL OFFICE IN LCS ANGELES COUNTY Notary Public in and for said County and State. CERTIFICATION , the ___ of FAIRMONT INSURANCE COMPANY, certify that the foregoing power of attorney and the above quoted Sections 13. and 14. of Article IV of the Bylaws have not been abridged or revoked and are now in full force and effect. Signed and Sealed at Burbank, California, this 17th day of June , 19 85 . Assist ant Se cre tar’y I, Trude A. Tsujhto - originated by: ate of Origin: Surety Manager * Page GENERAL PROVISIONS 1 . PLANS- AN4 SPECIFICATIONS The specifications for the work shall consist of the latest edition of Standard Specifications for Public Works Construction hereinafter designated SSPWC, as issued by the Southern Chapters of the American PL 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 106 sheet(s). The standard drawings utilized for this project are the San Diego Area Regional .Stands Drawings, hereinafter designated SDRS, as issued by the San Die30 Count Department of Transportation, together with the City of Carlsbad Supplemental Standard Drawings. Copies of pertinent standard drawings enclosed with these documents. A detailed list of the plans and specifications are attached hereto and made a part hereof. 2. WORK TO RE DONE The work to be done shall consist of furnishing all labor, equipment ar materials and performing all operations necessary to complete the proje work as shown on the project plans and as specified in the specificatia 3. DEFINITIONS AND INTENT A. Architect: The word "Enqineer" shall mean the architect or his approved representative. 8. Construction Manager: The word "Construction Manager" shall mean Koll Constructioin Canpar C. Reference to Drawings: Where words "shown", "indicated", "detailed", "noted", "scheduled" words of similar import are used, it shall be understood that refer is made to the plans accompanying these provisions unless stated otherwise. D. Directions: Where words "directed", designated", "selected" or words of similar import are used, it shall be understood that the direction, design; or selection of the Construction Manager is intended unless stated otherwise. The word "required" and words of similar import shall k understood to mean "as required to properly complete the work as required and as approved by the Construction Manager" unless stated otherwise. 9 ," Page E) Equals and Approvals: Where the words "equal", "aoproved equal", "equivalent" and such wo of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Architect" unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Architect is intended. F) Perform and Provide: The word "perform" shall be understood to mean that the Contractor, herlhis expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and instal.1.ing of materials that are indicated, specified, or required to mean that t Contractor, at herlhis expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessa labor, materials, tools equipment and transportation. 4.. CODES AND STANDARDS Standard specifications incorporated in the requirements of the specifications by reference shall be those of the latest edition at the time of receiving bids. It shall be understood that the manufacturers producers of materials so required either have such specifications available for reference or are fully familiar with their requirements a pertaining to their product or material. 5. CONSTRUCTION SCHEDULE The Contractor shall provide Consruction Manager with a Construction Schedule indicating work activities and length of time required for eacl activity. The Contractor shall review with the Construction Manager monthly the Construction Schedule to insure completion of the whole or part of the work. The Contractor shall begin work after being duly notified by an issuanc a "Notice to Proceed" and shall diligently prosecute the work to comple in connection with the construction schedule as approved by the Construct ion Manager. 6. NONCONFORMING WORK The Contractor shall remove and replace any work not conforming to the plans or specifications upon writ ten order by the Construct ion Manager. Any cost caused by reason of this nonconforming work shall be borne by Contractor. 7 i Page 2 '7. GUARANTEE All work shall be guaranteed for one year after the filing of a "Notice ( 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 prolduct manufacturer's directions, the Contractor shall obtain and distribute thf necessary copies of such instructions, including two copies to the Construction Manager. 9. INTERNAL COMBUSTION ENGINES T All internal combustion engines used in the construction shall be equipp with mufflers in good repair when in use on the project with special attention to Carlsbad Municipal Code, Chapter 8.48. IO, 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 tin Contractor shall furnish Inspectors with such information as may be necessary to keep her/hirn fully informed regarding progress and manner c work and character of materials. Inspection of work shall not relieve Contractor from any obliqation to fulfill this contract. '11. PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be insert4 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 correctly inserted, then upon application of either oarty the contract shall forthwith be physically amended to make such insertion or correct ion. 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. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at Contractor's expense to fulfill the intent of said documents. 13 all instances throughout the life of the contract, the City will be the interpreter of the intent of the contract documents and the City's deci relative to said intent will be final and binding. Failure of the Contractor to apprise her/his subcontractors and materials suppliers 01 this condition of the contract will not relieve her/him of the responsibility of compliance. * Page 13. SUBSTITUTION OF MATERIALS The Proposal of the Bidder shall be in strict conformity with the drawin and specifications and based upon the items indicated or specified. The Contractor may offer a substitution for any material, apparatus, equipme or process indicated or specified by patent or proprietary names or by names of manufacturer which she/he considers equal in every respect to those indicated or specified. The offer made in writing, shall include proof of the State Fire Marshal's approval (if required), all necessary information, specifications and data. If required, the Contractor, at herfhis own expense, shall have the proposed substitute, material, apparatus, equipment or process tested as to its quality and strength, i physical, chemical or other characteristics, and its durability, finish, efficiency, by a testing laboratory as selected by the City. If the substitute offered is not deemed to be equal to that so indicated or specified, then the Contractor shall furnish, erect, or install the material, apparatus, equipment or process indicated or specified. Such substitution of proposals shall be made prior to beqinninq of construct. if possible, but in no case less than ten (IO) days prior to actual installation. Substitution shall also include a statement of credit to issued . 14. RECORD DRAWINGS The Contractor shall provide and keep up to date a complete "as-built" record set of plans, which shall be corrected daily and show every chaq from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, an< all other work not visible at surface grade. Prints for this purpose m, be obtained from the Architect at cost. This set of drawings shall be kt on the job and shall be used only as a record set. Upon completion of ' work, and prior to release of retention, the Contractor shall transpose "as-built" information on to a set of reproducible sepias. Drawings sht 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 b the engineer of record. 15. PERMITS The qeneral construction, electrical and plumbing permits will be issue the City of Carlsbad at no charge to the Contractor. The Contractor is responsible for all other required licenses and fees. d Page , '16. QUANTITIES IN THE SCHEDULE The City reserves and shall have the right, when confronted with unpredicted conditions, unforeseen events, or emergencies, to increase o decrease the quantities of work to be performed under a scheduled unit price item or to entirely omit the performance thereof, and upon the decision of the City to do so, the Construction Manager will direct the Contractor to Droceed with the said work as so modified. If an increase the quantity of work so ordered should result in a delay to the work, th Contractor will be given an equivalent extension of time. SAFETY & PROTECTION OF WORKERS AND PUBLIC The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about or adjacent to the premises whe the work is being performed. He/she shall erect and properly maintain i all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public and shall post danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes and falling mat e ri a1 s . 37. '1 8. SURVEYING i Column control lines, offset outside the perimeter of the building, and vertical control (benchmark) will be furnished by others. Contractors shall perform their own engineering (survey staking) including elevatior as required. Survey staking for the sitework (bid package number 1) shall be providec the City. Rough grade stakes at 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 Dads. 19. CODES, ORDINANCES, REGULATIONS €4 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 ASTM U .S. Government Fed. Spec. National Board of Fire Underwriters NRFU American Institute of Steel Construction AI sc American Standards Association ASA Underwriters Laboratories, Inc, UL Department of Commerce Standards cs American Concrete Institute ACI Abbreviation - ,* I Page 20. STORAGE Space for storaqe and temporary buildings will be allocated by the Construction Manager as job conditions permit. Temporary offices or shc shall be constructed of fire resistant materials. Material and layout I 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 age! during inspections at a fabricating plant and/or on the jobsite and sha! provide ladders, platforms, scaffolds and/or safe accessibility to the \ for such inspections and/or tests. 22. SCAFFOLDING AND HOISTING The price shall include all costs for the following: a. Scaffolding and shoring required for the Contractor’s work. b. Hoisting required for the Contractor’s work. 23. CLEAN UP The Contractor shall keep the premises free at all times from al.1 waste materials, packaging materials and other rubbish accumulated in connect with the execution of the work by collecting and depositing said materi and rubbish in locations or containers as designated by the Constructio Manager. 24. TEMPORARY FACILITIES Temporary toilet facilities and drinking water for the use of al.1 trade will be provided. 25. FORCE REPORTS Force reports indicating trade and personnel per trade shall be submitt to the Construction Manager daily. A brief description of work perform shall be included. 26. ELECTRICAL POWER - Electrical power will be provided in the building for the use 01’ the Contractor for special lighting and operation of small tools only. Pow will be single phase at 208 volts or 240, and 120 volts. It is the Contactor’s responsibility to provide extension cords and/or wiring fro central distribution points. Power will not be provided for high volta or heavy amperage type equipment such as welding machines and any speci power requirements shall be provided and paid for by the Contractor. I Page 27. BACKFILL AND COMPACTION Backfill and compaction of trenches shall be in conformance with the 19; edition of "Standard Specifications for Public Works Construction". Backfill material shall be approved by the soils engineer. Contractors shall pay all costs for retesting required as the result of density tesl failures due to improper compaction. Backfilling of trenches and excavations shall not be undertaken until required tests and inspection: have been completed, "as-built" location notes have been verified, and authority to start the backfill has been granted by the inspector and s upe ri nt ende nt . I /' c ia # I Page CERTIFICATION OF COMPLIANCE I[ hereby certify that in performing under the contract awarded by the City of Carlsbad, will comply with the County of San Diego Affirmative Action Program adopted by the Roard Supervisors, including all current amendments. Legal Name of Contractor Date Signature (Seal 1 I: NOTARI ZE OR CORPORATE SEAL) Title (Notorial acknowledgement of execution by all principals must be attached). 4 b -3 Page SPECIAL PROVISIONS~SPECIFICATIONS Scheduling for the project facilities shall commence about 3une 1, 1985. Project completion is anticipated for the third quarter of 1986. All underground piping shall be completed as soon as possible to facilitate asph paving operation by year end. All contractors should incorporate all costs associated with these time frames within their bids. Elevators - Bid Item 3A 1. Sleeves andlor conduit for hydraulic and electrical lines shall be prov by others from elevator equipment roans to pits. 2. Hydraulic and electrical lines for elevator no. 2 shall be installed overhead through vestibule %I31 and down shaft to pit area. 3. Sill support angles shall be furnished and installed by others. 4. Provide alternate price to install traditional plunger type hydraulic elevators in lieu of holeless. Cost should include excavation (of hole, installation of a non-corrosive jack/plunger casing to eliminatie the ne for future replacement of underground parts due to corrosion. 13alance specifications shall he the same as the holeless elevators. 5. Provide alternate price for excavatinq holes outlined in Item 4 should drilling throuqh dence, hard rock material be required. Plumbinq - Bid Item 38 1. Bidding Contractors shall review site plan sheet 4C-1 for location of existing utility stubs. The following criteria shall superceed notes c the plumbing plans for exterior building piping. Plumbers shall provid service from these locations. PoliceIFire Facility a. Roof Drains - Sitework Contractor shall provide P.V.C. laterals to point fifteen (15) feet behind face of curbs. Plumbers to inake connections at this point including necessary clean outs. b. Water - Provide all water services from meter box locations includi - pressure reducing backflow preventers as required. Sewer - Four (4) inch to main building shall be installed by others a pont five (5) feet outside of building. Plumbers to provide clez out. Four (4) inch to classroom building shall be installed by others tc point ten (IO) feet behind face of street curb. Plumbers tl:, provid clean out. c* - * * " I Page d. Gas - Gas meter is located at the west end of the mechanical equipme A enclosure per sheet AC-3. Gas piping for the building should start this point. Also provide tee and valve for gas piping by others to mechanical equipment located within enclosure. Vehicle Wash Water - Provide water service from meter box location per shleet AC-1 a* - b. Gas - Gas meter to be lcoated at east end of building. Fuel Island Water service, reel banks, compressed air piping and complete fuel systf including alarms to be provided under bid package 3F service station eq ui p me nt . Vehicle Maintenance Facility Roof Drains - Sitework Contractor shall provide P.V.C. laterals to c a* -- point five (5) feet outside building. Plumbers to make connections this point. - b. Water - Provide water service from meter box location including - pressure reducing backflow preventer as required. c. Sewer - Four (4) inch to main building shall be installed by others a point five (5) feet outside of building. Plumbers to provide cle out. Four (4) inch to industrial clarifier shall be installed by other t approximate location of clarifier. - 2. Plumbing contractors shall provide all roof drainage and overflow pipin1 all waste and vent piping, all water Diping both hot and cold for plumb fixtures, industrial water piping, and all qas piping. Provide condesate piping for package air conditioning units only (AC un 1-6 and HV-1, HV-2). All other piping for mechanical systems shall be provided within bid oackage 3D (H.V.A.C.). 3,, 4. Compressors located within the vehicle maintenance and wash facilities shall be installed as a part of bid package 3F (service station equipme inclusive of all Diping and reel banks. Compressor and piping for poli facility shall be installed by Plumbing Contractor. All piping shall be installed below the roof per Carlsbad City Codes. connect ions according 1 y . 5. b r .I Page 6. Provide and install all clean outs, valves, plates, sleeves, flashings, insulation, access boxes and panels, hose bibbs, thermometers, thermost controllers , pumps, and complete fixtures and accessories per specifications . 7. Provide and install specified pipe identification. 8. Service station equipment and piping shall be provided and instidled unr bid package 3F. Review for clarity. 9, Provide alternate deduct from base bid to utilize approved plastic type pipe for sewer and vent piping, and roof drain and overflow piping. Ac drains on roof should remain cast iron. - Automatic Fire 5prinkler System - Bid Item 3C 1. Fire sprinkler system shall be required for the Police/Fire Administrat Facility only. System shall be designed as a light hazard occupancy (0 GPM per 1500 SF). 2,) Provide sleeves for pipe penetrations through metal deck or coordinate approved shaft locations. Siser shall be located in Mechanical Equipme Room f132. Six (6) inch fire service lateral inclusive of detector chel valve, post indicator valve and fire department connection, shall be installed by others to a point five (5) feet outside building line. Sprinkler Contractor shall intercept existing pipe and install1 necessa fittings and bends to locate riser as specified. 3., All sprinklers in offices, and sally port, and work areas including corridors and lobbies shall be semi-recessed heads. These sprinklers s also be used for exterior soffits should sprinklers be required,, All h exposed to view shall be centered and aligned within ceiling types and spaces. 4., Sprinkler heads for the detention area cells shall not be installed unl required by the State Fire Marshal. Heads, if required, shall be completely recessed and covered from view. 5,, Any special design requirements for the armory, detention area, sally p atrium and other floor openings, electrical and mechanical roan:; shall included within the bid. Dispatch Center Room 8109 and Radio/Computer Equipment Room #I15 shall installed within specified sprinkler system. Fusable link head:; in the rooms shall have a higher degree release than the remaining portions of building. The intent is to try and extinguish any fire in these rooms Halon extinguishers prior to activation of the west system. This would also eliminate the need for an automatice "Halon" system since these ar will be in operation and staffed twenty-four hours a day. &g~$lf'fc.,~~o$~tall specified pipe identification per Section 1fjYOO of 6,, 7,, . ." b '- I! Page .- H.V.A.C. - Bid Item 3D I. Contractor shall include all water and gas piping for make up arid connection of equipment located in mechanical yard and boiler room. Provide and install hot and chilled water piping from mechanical yard tc police facility. This packaqe shall also include all interior wet pipir for a complete mechanical system. Provide backflow protection. 2,, Include all condensate piping with exception of equipment specified as i part of bid packaqe 38, ie, packaged air conditioning units (AC 1-6, HV. HV-2). 3,, Concrete pads for mechanical equipment and removable louvers at air ham rooms and mechanical equipment yard shall be provided and installed by others. 4,, Contractor shall include all hoisting and a complete sealed installatio mechanical equipment. The intent is to install air handlers through thi side of the building prior to cladding. 5,, Provide and install all sleeves and block outs for metal deck penetratic Also include inserts for detention area supply and return system per de 11/M-8. 6,. Provide and install all equipment and isolation supports. Roof curbs ff exhausters shall be per the specifications and not detail C/M-7. 7. Provide and install all required fire and smoke dampers. Fire dampers shall be complete per detail 3/M-8 including angle supports and sleeve. Rated drywall enclosures for mechanical equipment shall be prov ided and installed by others. Coordinate installations with other Contractors. 8. Provide and install all screened openings. 9. Provide and install all pipe, duct and zone identification; and conceal service ident if ic a t ion. Provide and install complete fume exhaust system for vehicle maintenanc facility inclusive of drywell. IO. 11. Provide and install air compressor for mechanical system. Location is shown under stair no. 2 on electrical sheet E-7. 12. Provide and install all low voltage and control wiring. Conduit shall installed by Electrical Contractor. 13. Access panels in walls and ceilings shall be furnished and installed b! Access panels in ductwork for maintenance shall be included w: others. this bid package. ., * - I_ b Page -- Electrical,- Bid Item 3E 'I . Provide alternate deduct from base bid for concrete pole bases per detai A/E-1 . Anchor bolts should be provided by Electrical Contractor. 2. Include all concrete encasement of conduit required by governing agencie 3. Provide complete installation for security gate systems. Actual gates ? motor operators shall be provided and installed by others. 4 . Provide and install connection of tamper switch on post indicator valve, Terminate at fire alarm cont and flow switch on sprinkler system riser. panel. 5. Provide and install necessary electrical connect ions to the following equipment furnished by others, a. Air compressor, Item No. 6, Sheet E-7. b. Electrical water heaters, Item No. 7, Sheet E-7, and Item No. 3, Sht E-9, and at vehicle maintenance facility. c. Motor operators for folding partitions in meeting area. d. Fuel recording system and printer, Sheet E-18. 15. Provide and install all connections, conduit and wire for mechanical equipment as indicated in electrical plans and specifications. Also provide conduit for low voltage wire and controls to be installed by Mechanical Contractors. 7. Provide and install all plywood backboards as required. 8. Electrical Contractors shall review finish hardware specificatiolns in 01 to coordinate all requirements for security system interface. Clonnectic and wiring to be completed under bid package 3E. 9. Provide and install projection screens and switches located in meting area. IO. Provide and install all electrical equipment identification. 11. Provide and install conduit, wire and connect remote control switch at reception counter for elevator no. 1. Switch shall be supplied by Elev Contractor. Also provide conduit sleeves from equipment roans to eleva pits for installation of hydraulic lines (3") and power feeds. I:!. Provide and install support brackets for light fixtures (nn) located in vehicle maintenance pit. 13. Provide and install all sleeves and blockouts for metal deck penetrator (1 - c * * 4" Paqe Electrical work outlined on sheet E-19 shall be complete with exception all electrical conduit, wire, motor starters, pumps, relays, sz tches, etc., shown on the partial site plan. This work to be completed( under ' package 3F (service station equipment). Feeder, ground, panel "EPA" ani connections shall be included under this bid package 3E. Coordinate electrical installations with Service Station Contractor. 14.. I Service Station Equipment - Bid Item 3F I,, Bidding Contractors shall furnish and install all equipment specified o sheets EQ-I and EQ-2 with exception of items noted otherwise and the f ol lo wing : a. R1380 - Locker b. /I3840 - Washer, Vehicle, 2 Brush c. 83920 - Water Reclamation System d. /I9820 - Shower, Drench, Eye Wash 2,, All recessed pits and below grade equipment enclosures within the vehic maintenance building shall be constructed by others. Bidding Contract0 shall coordinate their work with other trades. Complete instalilation o hydraulic jacks and lifts including hole drilling for lift cylinders an oversized bearing pads is a part of this bid package. 3,, Provide and install the following: a. 1,000 gallon engine oil tank including piping, reservior tank, cont panel and alarm. b. 2,000 gallon waste oil tank including piping, reservior tank, contr panel and alarm. c. Reel banks including all necessary oipinq and pumps. d. Window washing solution piping complete. e. Compressors for maintenance and wash/fuel facilities includlng oipi f. Fuel island complete including piping, tanks, dispensers, water and reel banks, reservior tank, control panel, alarms, fclel recording system, concrete tank pads and hold down straps. 4. Water service from existing meter box to fuel island shall be installed Provide pressure reducing backflow prevent a part of this bid package. and shut off valve. Water piping including industrial water for the vehicle maintenance facility shall be installed by the plumber as part of bid package 18. Coordinate water connections with equipment supplied and instal led unde this bid package. - <' II *L* Page 5. Fuel island shall be installed as a part of this bid package. F(efer to detail 5, sheet A-60. Concrete apron around island shall be installed I others. 6. Coordinate installation of all tank risers and lids with Concrete Contractor. 7. Provide and install pipe identification Der section 15400 of the specifications. 8. Provide and install all electrical connections and equipment for the fw island per electrical plan sheet E-19. 411 work indicated on the Darti site plan shall he included with the exception of panel "EPA". Termina conduit and wire from motor starters, relays, etc. at panel "EPA" for f connection by Electrical Contractor. Remaining electrical work shown 01 this sheet shall be completed with bid packege 3E (Electrical). Contrac shall review electric1 specifications division 16, and coordinate installations with Electrical Contractor. Provide alternate additive cost to move existng owner equipment to new facility and install. Travel distance approximately five (5) miles. 9. Vehicle Wash - Rid 1.em 3G 1. Coordinate installation of controls and utility connections with other I - Contractors. Vehicle Wash Contractor shall be responsible for piping fi utility stubs outlined on the dumbing and electrical drawings. Finish Hardware - Bid Item 3H 1. Rid for finish hardware shall be complete per olans and specifications e delivered F.O.B. jobsite, all tax included. Actual installation shall I coordinated in a future bid package. Ridding Contractor's shall include necessary jobsite visits in order to coordinate and review delivered hardware oackages with the Project Super i n t end e nt . 2. $ .L" Page LIST OF CONTRACT DOCUMENTS I. Contract documents prepared by Ruhnau, McGavin, Ruhnau/Associates, 1207 Avenue, Carlsbad, CA 92008 (619) 729-7144. Plans dated April 8, 1985 a. Architectural Site Plans Sheets AC-1 thru AC-3 b. Architectural Public Safety Center Sheets A-I thru A-36 Public Safety Center Sheets A-51 thru A-60A c. Equipment- Plans Sheets EQ-1 and EQ-2 d. Structural Plans Sheets S-I thru S-16 e. Mechanical Plans Sheets M-I thru M-9 f. Plumbing Plans Sheets P-I thru P-8 g. Electrical Plans Sheets E-I thru E-20 11. Project manual (specifications) for the construction of the City of Carlsbad Public Safety and Service Center prepared by Ruhnau, McCavin, Ruhnau/Associates dated April 8, 1985. - 804e '1 Y 1 City Cle;lc - e *d 2 1200 Elm Avenue Carlsbad, CA 92008 NOTICE OF COMPLETION E87 bLQ 17 Li:P..\ L. [ COUN J Y j(kc To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on February 24, 1987, the Engineering project consisting of door hardware on the Carlsbad Safety and Service Center on which Construction Hardware was the Contractor, was completed. CITY OF CARLSBAD *h MICHAEL BROOKS Project Manager VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad; the City Council of said City on r\2& 3 , 1987, accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing Executed on h& , 1987 at Carlsbad, is true and correct. California. CITY OF CARLSBAD ALS RAuTEWy 64 City Clerk e 0 C. T (6 ''1200 ELM AVENUE CARL.SBAD, CALIFORNIA 92008 Office of the City Clerk Mitt! of (IJarlAmb March 6, 1987 Vera L. Lyle County Recorder P.O. Box 1750 San Diego, CA 92112 Enclosed for recordation are the following described documents: Notice of Completion Alcorn (Atlas Fence Company), Contractor Security Fence for Carlsbad Safety and Service Center Notice of Completion; Construction Hardware, Contractor Door Hardware at the Carlsbad Safety and Service Center Notice of Completion Intermountain Specialties, Contractor Finish Carpentry on Carlsbad Safety and Service Center 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. y,-yyy- EN R. NDT Deputy City Clerk Encs. 0 0 City Clerk 1200 Elm Avenue Carlsbad, XA 92008 NOTICE OF COMPLETION To All Laborers and Material Men and to Every Other Persor Interested: YOU WILL PLEASE TAKE NOTICE that on February 24, 19137, thE Engineering project consisting of door hardware on thE Carlsbad Safety and Service Center on which Constructior Hardware was the Contractor, was completed. CITY OF CARLSBAD 52$& 4lJ MICHAEL BROOKS Project Manager VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad; the Cit) Council of said City on maheh, 3 , 1987, acceptec the above described work as completed and ordered that i Notice of Completion be filed. I declare under penalty of perjury that the foicegoin< Executed on h& , 1987 at Carlsbad, is true and correct. California. CITY OF CARLSBAD AL* RAuTEWy d! City Clerk