HomeMy WebLinkAboutConstruction Specialties Inc; 1986-02-18; 3006-3BRecording Requested By an eturn To: i7- e7 City Clerk e
1200 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 aluminum canopies at the Carlsbad Saf
and Service Center, on which Construction Specialties was
Contractor, was completed.
CITY OF CARLSBAD
PROJECT COORDINATOR
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the Cj
Council of said City on 27 , 1987, accepted t above described work as and ordered that a Notice
Completion be filed.
I declare under penalty of perjury that the foregoing
true and correct.
Executed on gBf, 1987 at Carlsbad, California,
CITY OF CARLSBAD
ALETHA L. RA<EN<e A
-L5&az&
City Clerk
FE tri*3 yCp id$$ iid -5 !,'I 8: 39
-?A! .LYLE I CQUNl-Y $EC&{urR
L.JLi i -'-.--I
0 0 F
L ‘r
1200 ELM AVENUE TI
CARLSBAD, CALIFORNIA 92008 (6
Office of the City Clerk aitg uf &trl~ bab
January 30, 1987
Vera L. Lyle
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation are the following described documents:
i
Notice of Completion - Engineering
Elevdtorsat 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
, e 0
‘I
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 Contractc
Notice of Completion - Engineering
Pneumatic Tubes at Carlsbad Safety and Service
Center; Air Link International Contractor
e 0
I b
Vera L. Lyle
County Recorder
January 30, 1987
Page 3
Notice of Completion - Engineering
Cabinets at Carlsbad Safety and Service Center
Bowser Cabinets Contractor
Notice of Completion - Engineering
Tile at Carlsbad Safety and Service Center
McCandless Tile Contractor
Notice of Completion - Engineering
Painting at Carlsbad Safety and Service Center
Simmons and Wood Contractor
Notice of Completion - Engineering
Carpets at Carlsbad Safety and Service
Center; Vincent Wentz Contractor
Notice of Completion - Engineering
Access Flooring at Carlsbad Safety and SErvice
Center; Tate Access Floors Contractor
Notice of Completion - Engineering
Folding Partitions at Carlsbd Safety and
Service Center; Advanced Wall Systems Contractor
Notice of Completion - Engineering
Window Coverings at Carlsbad Safety and Service
Center; Sheward & Sons Contractor
Notice of Completion - Engineering
Lockers at Carlsbad Safety and Service Center
Goodale Co. Contractor
Our staff has determined that the recordation of these documents i
of benefit to the City; therefore, it is requested that the fees
be waived.
Thank you for your assistance in this matter.
g%xgT eputy City Clerk
Encs .
*Return To: 0 Recording Requested By
City Clerk
1.200 Elm Avenue
c ' Carlsbad, CA 92008 NOTICE OF COMPLETION
To All Laborers and Material Men and to Every Other P
Interested: .
YOU WILL PLEASE TAKE NOTICE that on January 13, 1987,
project consisting of aluminum canopies at the Carlsbad S
and Service Center, on which Construction Specialties wa
Contractor, was completed.
CITY OF CARLSBAD
-- PROJECT COORDINATOR
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the
Council of said City on 27 , 1987, acceptea above described work as and ordered that a Notic
Completion be filed.
I declare under penalty of perjury that the foregoin
L 2 Bf, 1987 at Carlsbad, Californi
true and correct.
Executed on
) CITY OF CARLSBAD
- A L %&-AN d z
City Clerk
@@
C@A &&e/ 6~3
Kind of Coverage
Workers
Compensation* *
;:* Expiration Date Policy Number ** Unless otherwise indicated, this policy affords full coverage under
Compensation laws of 011 states (except states where coverage can be prov 2 04 30 87 11 17 00 049563 State Funds, and Canada) and as designated in the policy and endorsements
(Employers Liability)
Comprehensive General Liability
Special Multi-Peril or Trademark (Seaion I1 only)
Products - Completed Operations Included Excluded
Contractual - All Written Contracts 0 Included Not Covered
Owners’, Landlords’
and Tenants‘ Liability
Contractual Liability -
Designated Contracts -
Only
Automobile Liability
All Owned Autos
0 Specified Autos Only
Hired and Nonowned Autos
Umbrella
Liability
Special Provisions/Locations/Specified Autos:
500 .OOO/ 100. ooo/ 100 > 000
Limits of Liability
Bodily Injury Property Do
$ Each Occurrence $
$ Aggregate $
Single Limit $ Each Occurrenc
$ Aggregat
Each Occurrence $ $
$
Each Occurrence $
$
$
Each Occurrenc
$ Aggregat
Single Limit $
$ Per Person
$ Per Accident $
Single Limit $ Per Accident
$ Each Occurrence
$ Aggregate Products - Comple
$ Retention
\
PATRICIA M. UNCER
ADMINISTIUTIVE ASSISTANT
159 MAIN STREET CHATHAM, NJ. 07928
201-635-1 800 O'GORMAN AND YOUNG, INC.
O'Gorman & Young, Inc.
159 Main Street
Chatham, NJ 07928
P. 0. Box 158
San Marcos, California 92069
PREMISEEJOPERATIONS
PRODUCT!XOMPLETED OPERATIONS KXC 6136808
INDEPENDENT CONTRACTORS
BROAD FORM PROPERPI DAMAGE
PERSONAL INJURY
NON-OWNIEO AUTOS
GARAGE LIABILITY KXC 6136808
XLB 1719650
AN UMBRELLA FORM
8' COMPENSATION
YERS' LBWBlLlTY
Reference: Contract 3006 - 6B - Aluminum Canopies
1200 Elm Avenue
Carlsbad, CA 92008-1989
Attn.: Ruth Fletcher, Purchasing Offic
Kind of Coverage
Workers
Cornpensotion* *
E;* Expiration Date Policy Number ** Unless otherwise indicated, this policy affords full coverage under
Compensation laws of all states (except states where coverage can be pro
State Funds, and Canada) and as designated in the policy and endorsements
2 4-30-86 1116-00-049563 Liability 500,000/100,000/100,000
Comprehensive General liability
Special Multi-Peril or
Limits of Liability
Bodily Injury Property Dc
$ Eoch Occurrence $
Trademark (Section I1 only)
Products - Completed Operations 0 included 0 Excluded
Contractual All Written Contracts 0 Included 0 Not Covered
Owners’, Landlord:’
and Tenants’ Liability
Contractuol Liability -
Designated Contracts __
Only
Automobi le Liabi I ity
0 All Owned Autos
0 Specified Autos Only
0 Hired and Nonowned Autos
Urnbrello
Liability
Special Provisions/Locotions/Specified Autos:
$ Aggregate $
Single Limit $ Each Occurren
$ Aggregc
$
$ Each Occurrence $
$ Each Occurrence $
$
$ Aggreg(
Each Occurren Single Limit $
$ Per Person
$ Per Accident $
Single Limit $ Per Accident
$ Each Occurrence
$ Aggregate Products - Comp
$ Retentlon
0tGcmian & Young, he.
1% min Street
Chathan, NJ 07928
P, 0. Box 1.58
Sari &.rcos, Caiifcleuia 92069
PREMlSESiOPERATlONS
PRODUC;S/COMPLETED OPERATIONS KXC 6136808
INDEPENDENT CONTRACTORS
BROAD FORM PROPERTY DAMAGE
PERSONAL INJURY
ALL OWNED AUTOS (PRIV PASS )
ALL OWNED AUTOS (~#$R&~~N)
NON-OWNED AUTOS
GARAGE LIABILITY RXG 47136808
XLB 3.719658
fezttnce: Cs~fract: 3086 - 6B - APuminum Canopies
*: Ruth FPeteher, Purchasing Offlc
htnd ni Coveioge ;,;,* -r
V#w%ers
Cornpenso!io-+ k 2
Expiration Dale Policy Number ** Unless otherwise mdicaied. thts policy afford: fu!l coverage uni
, Compensot~on lows of oil slates (excep! stales where coveroge can be 1
State Funds, ond Canodo) ond os desigqated In the p011:y onc endovseme
4-30-86 1116-00-049563 - low soo,ooa/ioo,ooo/ioo,ooo
Comp-eCFns LC C-ene:o' L*2tT,i .,
.-Tei,ol l,',.,~b?e#.: 0'
"3aem3,;. (kc::or 1: or,,): u i i
-! Froddts . Completed Operatlons L_ lncludej E, Excluded
Cont~o:tuo' - AI, Wrttter Controc:s h Include3 i, No? Covere3 r-- --.
Cwners', Landlords'
ond Tenon*>' Liability
CrJritroc:io' L~CID~I':~ -
Gesmgioled Con*rocts I
O+
Automob,le Lioh)lity z Ali Owned Autos
CT. Specbfted AUTOS O+
0 HI-ed and Nonowned Au!on
Umbrella
L+otllily
Special Provisionr/Locotionr/Specified Autos:
Limits of Liability
Bodily injury Property
a Eoch Occurrence 9
s Agaregste I
Eolh 0c:u Srngls ltmli S
$ AS?
S Eocb Orc'd-rence S
I
a Eoch Occurrence Z
a
Sinyle ttmll S Eo:h &cu
s Ago
s Fer Person
a Per Acciden' $
Stngle Ltm: $ Pe, Accidc
$ Eo:h Occuvence
L Aggregate Products. C
$ Reten:,o-,
e 0
li
CITY OF CARLSBAD
SAM DkEGB COUNTY
~~~~~~~~~
BIDDING DOCUMENTS
FOR
PUBLIC SAFETY AND SERVICE CENTER
CONTRACT NO. 3006
BID PACKAGE NO. 6
FOR: Aluminum Entrance, Storefronts and Glass; Aluminum
Canopy/Sunscreens; Lath and Plaster; Metal Studs and DryRal1;
Roofing, haterproofing and Insulation; Sheet Metal and Accessories; Building Insulation; Coiling and Sectional Doors: Pneumatic Tube System; Finish Carpentry; Site Maintenance
Contract or
For information relative to this project contact:
KO L L CONSTRUCT I ON COMPANY
7330 Engineer Road
San Dieqo, CA 92111
(619) 292-5550
Steve tlahoney, Project Manager
% <. P' 0 t 0.
'f w '
* ,
Page
, 14
C,ONTRACT
THIS AGREEMENT, made and entered into this /x6 day of A by and between the City of Carlsbad, California, a m,unicipal corpofation
( hereinafter called "City" ) , and Construction Sdecialties Inc.
(hereinafter called "Contractor".7
City and Contractor aqree as follows:
1. Description of Work. Contractor shall perform all work specified in tt
contract documents for:
Alwolnum Canopies
(hereinafter called "Droject")
Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment and personnel to perform the work specified
t he co nt r act do cu me nt s .
3. Contract Documents. The contract documents consist of this contract; t
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 01 plans and specifications; and the bonds for the project; all of which t
(2.
-- 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 terms out1
in the Notice Inviting Bids, Item 13. Contract amount Pa -
thousand, fiv e hundred thirtv douars
Payment of undisputed contract amounts shall be contingent upon Contrac furnishing City with a release of all claims against City amd 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 chanqes in the plans or soecifications m2
pursuant to a proposal by Contractor. The net savings shall be deteni
by City. No payment shall be made unless the chanae is approved by the
City.
??E&uxL
!j. Independent Investiqation. Contractor has made an independent
investigation of the jobsite, the soil conditions under the jobsite, ar
all other conditions that miqht affect the progress of the work, and i:
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 t
Contractor by City about underground conditions or other job conditions
for Contractor's convenience only, and City does not warrant that the
conditions are as thus indicated. Contractor is satisfied will all jot
conditions, includina underground conditions and has not relied on
information furnished by City.
-. -. .a 0 0’
*. *r
-L
Page
6, Contractor Responsible for Unforeseen Conditions. 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 vhic
may arise or be encountered in the prosecution of the work until its acceptance by the City. Contractor shall also be responsible for expens
incurred in the suspension or discontinuance of the work. However,
contractor shall not be responsible for reasonable delays in the cmplet
of the work caused by acts of God, stormy weather, extra work, or matter
which the specifications expressly stipulate will be borne by City.
7. Chanae Orders. City may, without affectina the validity of this contrac order changes, modifications, deletions and extra work by issuance of
written change orders. Contractor shall make no change in the work with
the issuance of a written change order, and Contractor shall not be entitled to compensation for any extra work performed unless the City ha
issued a written chanqe order designating in advance the amount of
additional compensation to be paid for the work. If a change order dele
any work the contract price shall be reduced by a fair and reasonable amount. If the parties are unable to agree on the amount of reduction t work shall nevertheless proceed and the amount shall be determined by
arbitration or litigation.
extra work is the City Engineer. excess of $5,000.00 shall be effective unless approved by the City
Council.
The only person authorized to order changes
However, no change or extra work order
8. Prevailing Wage. Pursuant to the Labor Code of the State of California,
the City Council has ascertained the general prevailing rates of per die
wages 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 prevailina wages. Contractor shall post copies of apolicahle prevailinq 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 resultina from any suit, cla or other action brought aaainst the City, or for any other losses of
whatever nature, directly or indirectly arising from the acts of Contrac or its officers, employees or aqents done in the construction of this
project or in the performance of this contract regardless of responsibil.
for neqliqence. The expenses of defense include all costs and expenses,
including attorneys fees, of lit iqation, arbitration or other dispute
resolution method. Nothinq in this paragraph shall require contractor tc
indemnify City for losses caused by the active neqliqence bf City.
10. Contractor shall provide Certificates of Insurance evidencinq coveraqe ii amounts not less than the following:
\ .. .. 0 Ot
1 C.
b
Paqe
Cover age Combined Single Limi
Automobile Liability S 500,000
General Liability 500,000 Product s/Completed Ope rat ions 500,000
Blanket Contract ur a1 500,000
Contractor ' s Protective 500,o 00
Personal Injury 500,000 Excess Liability 5O0,OOO
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 Manaqer to be named as 4 additional insured on all policies concerning the subject matter or performance of this contract e
11. Workers C.ompen_sation. Contractor shall comply with the requirements of
Section 3/00 of the California Labor Code.
the defense and indemnify and save harmless the City and Construction
Manager and its officers and employees from all claims, loss, damaqe,
injury and liability of every kind, nature and descriotion brouqht by an: person employed or used by Contractor to perform any work under this
contact reqardless of responsibility for negligence.
tonstruction Manager, certification of the policies mentioned in Paraqral
10 and 11 or proof of workers' compensation self insurance prior to the
start of any work pursuant to this contract. Certificates of insurance
shall provide that the insurance will not be cancelled until the expirat
of at least thirty (30) days after written notice of such cancellation h
been qiven to the City.
Arbitration.
out of or relating to this contract or the breach thereof may, at the
option of City, be settled by arbitration in accordance with the
construction industry rules of the American Arbitration Association and
Sudqment upon the award rendered by the arbitrator(s) may be entered in c
California court having jurisdiction thereof. The award of the
arbitrator(s) shall be supported by law and substantial evidence as
provided by the California Code of Civil Procedure, Section 1296.
14. Maintenance .of Records. Contractor shall maintain and make available to
the City, upon request, records in accordance with Sections 1776 and 181;
of Part 7, Chapter 1, Article 2 of the California Labor Code. If the
Contractor does not maintain the records at Contractor's principal place 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 chanqe of address of such
records.
Contractor shall also assume
12. Proof of Insurance. Contractor shall submit to the City throuqh the
13. Any controversy or claim in any amount up to $100,000 aris
- __ -I_-_ --_I-- I__sl-ll_.--~--II - _Il__e__- ___-
___l_l____~~ ------ ___I - II_-- -- =l_
_Pnm__C? 1-=_;= ~
day of Febr uarv , in the On this 6th
before me, the undersigned, a Notary Public in and for said State, perso
Iss STATE OF ICALIFORNIA
COUNTY OF san Diego
- Fat Brady-Naiters
, personall
(or proved to me on the basis of satisfactory evidence) to be the person- v
subscribed to the within instrument, and acknowledged to n
executed it
WITNESS my hand and official seal
is
ACKNOWLEDGMENT-General-Wolcolls Form 233CA-Rev 5 82 1 01982 WoLcoTrs. INC Iwce class 8 2) - 1_1---
~ ---~-_- __l_____l_l_ll_l---ll__lll..ll.ll_^- ---.-.--- F1 --
.. .. a 0'
c,
Page
15,. Labor Code Provisions: The provisions of Part 7, Chapter 1 commencing w
section 1720 of the California Labor Code are incorporated herein by
reference.
hd-propriate securities may be substituted for any monies withheld I
City to secure performance of this contract or any obligation estahlishec
by this contract.
l6,, Securit . Pursuant to the requirements of law (Government Code Section
17. Additional Provisions.. Any additional provisions of this agreement are
forth in the "General Provisions" or "Special Provisons" attached hereto
and made a part hereof.
z
I (Notarial acknowledqement of
execution by ALL PRINCIPALS
must be attached.)
BY
Title
I 0&/4
hu,wj - t
Contractor Is Princip'al Placd of Busine
Contractor's Certification of Awareness of Workers Compensation Responsibilit
"1 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."
'Contractor
(I) 8 KO 27 0
%!
+
Pag
LABOR AND MATERIAL BOND
KNOW ALL PERSONS BY THESE PESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, by
Resolution No. 8298 adopted December 17, 1985 , has awarc tion on specialties, Inc. , hereinafter desi<
as the "Principal", a contract for:
Aluminum Canopies
in the City of Carlsbad, in strict conformity with the drawings and
specifications and other contract documents now on file in the Office of tt
City Clerk of the City of Carlsbad.
WEKAS, said Principal has executed or is about to execute said contract 4
the terms thereof reauire the furnishinq of a bond with said contract, pro\
that if said Principal or any of his/her or its subcontractors shall fail 1
for any materials, provisions, provender or other supplies or teams used ir
upon for or about the performance of the work agreed to be done, or for an] or labor done thereon of any kind, the Surety on this bond will pay the sar
the extent hereinafter set forth.
NOW; THEREFORE, WE, CONSTRUCTION SPECIALTIES, INC.
as Principal, hereinafter designated as the "Contractor", and
as Surety, are held and firmly bound unto the City of Carlsbad, in the sum
said sum being equal to 50 percent (50%) of the estimated amount of the
contract, to be paid to the said City or its certain attorney, its success(
and assigns; for which payment, well and truly to be made, we bind ourselvt
our heirs, executors and administrators, successors or assigns, jointly am
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 othc
supplies, or teams used in, upon, for, or about the performance of the worl
contracted to be done, or for any other work or labor thereon of any kind, for amounts due under the Unemployment Insurance Code with respect to such
or labor, that the Surety or Sureties will pay for the same, in an amount I
exceeding the sum specified in the bond, and also, in case suit is brouqht
' the bond, a reasonable attorney's fee, to be fixed by the court; as requirc
the provisions of Section 4202 of the Government Code of the State of
C a1 if o r ni a.
INSURANCE COMPANY OF NORTH AMERICA
Sixp six thousand tw hundred siXty five. Do 1 lars ( $66,265.00
'. e 0
+
Page
117 the event that any Contractor above named executed this bond as an
individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obliqations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the ContEtctor Surety above named on the 2nd day of January 9 19
r SPECIALTIES. IR'C. Z$J&i!&q7 ("
ROBERT G. STEWART
(Notarize -or Corporate VICE PRESIDENT
Seal for Each Signer) Contract or
__- tricia M. Unger, Attorney in F, m - INSURANCE COMPANY 0 ORTH AMERICA
Surety
KO 27 8 0 0
,
Paqt
PE RFO WANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 8298 adopted mw r 17, 1985 , has awardi
, Inc. , hereinafter desigi
snt r act for :
Aluminum Canopies
in the City of Carlsbad, in strict conformity with the drawinqs and
specifications and other contract documents now on file in the Office of th
City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said contract a
the terms thereof require the furnishing of a bond for the faithful perform of said contract;
NOW, THEWORE, WE, CONSTRUCTION SPECIALTIES, INC. as Principal, hereinafter designated as the "Contractor", and
as Surety, * are held and firmly bound unto the City of Carlsbad, in the sum
re3 thirtv th i Dollars ($- w being eqia
contract, to be paid to the said City or its certain attorney, its successo
and assiqns; for which payment, well and truly to be made, we bind ourselve
our heirs, executors and administrators, successors or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contract
his/her or its heirs, executors, administrators, successors or assiqns, sha all thfnas stand to and abide by, and well and truly keep and perform the
covenants, conditions, and aareements in the said contract and any alterati
thereof made as therein provided on hislher or their part, to he kept and
performed at the time and in the manner therein specified, and in all respc
according to their true intent and meaning, and shall indemnify and save
harmless the City of Carlsbad, its officers and aqents, as therein stipulal
then this obliqation shall hacome nu11 and void; otherwise it shall remain
full force and virtue.
And said Surety, for value received, hereby stipulates and aqrees that no
chanqe, extension of time, alteration or addition to the terms of the conti
or to the work to be performed thereunder or the specifications accmpanyii same shall affect its obliqations on this bond, and it does hereby waive nc
of any chanqe, extension of time, alterations or addition to the terms of 1
contractor or to the work or to the specifications.
I INSURANCE COMPANY OF NORTH AMERICA
the%timated amount of the
0 e
Paqc
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 Cil
Procedure so as to qive a riqht of action to them or their assigns in any SI brought upon this bond, as required by the provisions of Section 4205 of thc
Government Code of the State of California.
In the event that any Contractor above named executed this bond as an
individual, it is aqreed that the death of any such Contractor shall not
exonerate the Surety from its obliqations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Contractol
Surety above named on the 2nd day of January , 1986 . -
CONSTRUCTION SPECIALTIES, INC. I /gid a%&
ROBERT G. STEWART
VICE PRESIDENT (Notarize or Corporate
Seal for Each Siqner) tont r actor
INSURANCE COMPANY OF NORTH AMERICA
Surety
POWER OF AlTORNEY
PHILADELPHIA, PA.
\dmt’ to be at!e\ted
Company, and any dliidavit or record ot the Company necessary to the discharge of their duties.
does hereby nominate, constitute and appoint MICHAEL J. REGAN, ROBERT LAUDATI, EUGENE V.
TRACEY, JR., PETER J. RFDFERN, ROSE MONTEVERDE, and PATRICIA M. UNGER, all of the .......................
if there be more than one narr
ts behalf, and as its act and d
RANCE COMPANY
' Lsurance Company of North America e
'-\ a CGNA company
1600 Arch Slreet Philadelphia. PA 19103 m
Financial Statement December 31,1984
Liabilities Admitted Assets
Cash in Office and Banks ............... S 60,086.927 Unpaid Claims and Claim Expense .................
Short-term Investments ............... 818,749,815
Government Bonds lamortized values1 290,727,902
Miscellaneous Bonds lamortized values1 864.363.425
Stocks (market value) ................ 473,026,973 Accrued Interest. ............................... 35,639,452 Reinsurance Treatie
Mortgage Loans on Real Estate 103,570,426 Reinsurance in Non-A panies .......... Real Estate ................................ 20,155.377 ... S 56,785.545
Premiums in Course of Collection ............. 254,023,974' ... 354,909,672
Funds Held by Ceding Reinsurers.. ............ 21.257,444
All Other Assets ................................ 493,254,578
$3,434,856,293
.............
...............
- -
I- Excludes premiums more than 90 days due.]
--
STATE OF PENNSYLVANIA
COUNTY OF PHILADELPHIA
James S. Wyllie, being duly sworn, says: That he IS Secretary of the Insurance Company of North America; that said Company is a corpora
organized, existing and engaged in business as a Surety by virtue of the iaws of the Commonwealth of Penns lvania and has duly complied wi
applicable IO said Company and is duly qualified to act as surety under such laws; that said Company has also complied with and is duly qualifi
as surety under the Act of August 13, 1894, entitled. "An Act Relative to Recognizances. Stipulations, Bonds and Undertakings, and to Allov
Corporatlons to be accepted as Surety Thereon," as amended by the ACT of Congress of March 23, 1910.
ss:
requirements of the laws of sard Commonwealth and of the iaws of the State of ......... .. .NEW. JERSEY.. ..................
That the foregoing is a full, true and correct statement of the financial condition of said Company on the 31st day of December, 1984 -
Sworn to before me this first day of March, 1985
-2"r + L,, P Fp My Commission Expires 9 Juiy 11, 1988 Secretary
8s-15580e Ptd .n U S A
0 0
Page
GENERAL PROVISIONS
1. PLANS AND SPECIFICATIONS
The specifications for the work shall consist of the latest edition of t
Standard Specifications for Public Works Construction hereinafter
desiqnated SSPWC, as issued by the Southern Chapters of the American Pub
Works Association, the City of Carlsbad supplement to the SSPWC, the
Contract documents and the General and Special Provisions attached
thereto *
The Construction Plans consist of 15 sheet(s).
utilized for this project are the San Diego Area Reqional Standard
Drawings, hereinafter desiqnated SbRS, as issued by the San Diego Count)
Department of Transportation, toaether with the City of Carlsbad Supplement a1 Standard Drawings. Copies of pertinent standard drawings I enclosed with these documents. A detailed list of the plans and specifications are attached hereto and made a part hereof.
The standard drawinqs
2. WORK TO BE DONE
The work to be done shall consist of furnishing all labor, equipment atx
materials and performing all operations necessary to complete the projec
work as shown on the project plans and as specified in the specificatior
3- OEFINIJIONS AND INTENT
A. Architect:
The word "Engineer" shall mean the architect or his approved
representative.
B. Construct ion Manager:
The word "Construction Manager" shall mean Koll Construction Compan
C. Reference to Drawings:
Where words "shown", "indicated", "detailedll, "noted", llschedul.ed'l words of similar import are used, it shall be understood that refer
is made to the plans accomoanying these provisions unless stated otherwise.
0. Direct ions :
Where words "direct ed" , desiqnated" , "selected" or words of similar imoort are used, it shall he understood that the direction, desiqna
or selection of the Construction Manager is intended unless stated otherwise. The word ltrequired" and words of similar import shall b understood to mean "as required to properly complete the work as
required and as approved by the Construction Manaqer" unless stated otherwise.
e 0
Paqe i
E) Equals and Approvals:
Where the words "equal", "approved equal" 9 "equivalent" and such wort
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", 11approval11,
I1acceptance", 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 11perforrn'1 shall be understood to mean that the Contractor,
her/his expense, shall perform all operations, labor, tools and
equipment, and further, including the furnishinq and installing of materials that are indicated, specified, or required to mean that th
Contractor, at her/his expense, shall furnish and install the work,
complete in place and ready to use, includinq furnishinq of necessar
labor , materials, tools equipment and transportation.
4. CODES AND STANDARDS
Standard specifications incorporated in the requirements of the soecifications by reference shall be those of the latest edition at the
time of receiving bids. It shall be understood that the manufacturers c
producers of materials so required either have such specifications
available for reference or are fully familiar with their requirements as pertaining to their product or material.
5. CONSTRUCTION SCHEDULE
The Contractor shall provide Consruction Manager with a Construction Schedule indicating work activities and length of time reuuired for eact
activity. The Contractor shall review with the Construction Manaqer monthly the Construction Schedule to insure completion of the whole or I
part of the work.
The Contractor shall begin work after being duly notified by an issuancc a IINotice to Proceed" and shall diliqently prosecute the work to comple
in connection with the construction schedule as approved by the
Construction Manager.
6. NONCONFORMING WO RK
The Contractor shall remove and replace any work not conforming to the
plans or specifications upon written order by the Construction Manaqer.
Any cost caused by reason of this nonconforming work shall be borne by
Contractor.
0 e
Paae 2
7, GUARANTEE
All work shall be guaranteed for one year after the filing of a "Notice c
Completion" and any faulty work or materials discovered durinq the guarantee period shall be repaired or replaced by the Contractor.
8. MANUFACTURER'S INSTRUCTIONS
Where installation of work is required in accordance with the Droduct
manufacturer's directions, the Contractor shall obtain 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 equipp
with mufflers in qood repair when in use on the project with special attention to Carlsbad Municipal Code, Chapter 8.48.
IO, CITY INSPECTORS
AI1 work shall be under the observation of a City Construction Inspector Inspectors shall have free access to any or all parts of work at any timt
Contractor shall furnish Inspectors with such information as may be necessary to keep her/him fully informed regarding proqress and manner 01
work and character of materials. Inspection of work shall not relieve Contractor from any obliqation to fulfill this contract.
PROVISIONS EOUIFED 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 thouqh it were included herein, and if,
through mistake or otherwise, any such provision is not inserted, or is I correctly inserted, then upon application of either party the contract
shall forthwith be physically amended to make such insertion or
correct ion.
11.
12. INTENT OF 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 1
Contractor's expense to fulfill the intent of said documents. In all
instances throughout the life of the contract, the City will be the interpreter of the intent of the contract documents and the City's decis relative to said intent will be final and bindinp. Failure of the Contractor to apprise her/his subcontractors and materials suDpliers of
this condition of the contract will not relieve her/him of the responsibility of cmpli ance .
e 0
I.
Page
13. SUBSTITUTION OF- MATERIALS
The Proposal of the Bidder shall be in strict conformity with the drawir
and specifications and based upon the items indicated or specified. Thc
Contractor may of fer a substitution for any material, apparatus, equipm
or process indicated or specified by patent or proprietary names or by
names of manufacturer which she/he considers equal in every respect to
those indicated or specified. The offer made in writing, shall include
proof of the State Fire Marshal's approval (if required), all necessary
information, specifications and data. If required, the Contractor, at
her/his own expense, shall have the prooosed substitute, material,
apparatus, equipment or process tested as to its quality and strength,
physical, chemical or other characteristics, and its durability, finish
efficiency, by a testinu 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 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. RCORD 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 chan from the original drawinqs and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground pipinq, valves, ar
all other work not visible at surface grade. Prints for this purpose n
be obtained from the Architect at cost. This set of drawings shall be k 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 st- be drafted in a professional manner and shall locate by dimension and
elevation all concealed work, and chanqes in manufacturer information.
"As-builts" for the sitework (bid package number 1) shall be prepared t
the engineer of record.
15. PERMITS
The general construction, electrical and plumbing permits will be issuf the City of Carlsbad at no charge to the Contractor. The Contractor i:
responsible- for all other required licenses and fees.
e a
Page
le. QUANTITIES IN THE SCHEDULE
The City reserves and shall have the riqht, when confronted with
unpredicted conditions, unforeseen events, or emergencies, to increase
decrease the quantities of work to be performed under a scheduled unit
price item or to entirely omit the performance thereof, and upon the
decision of the City to do so, the Construction Manager will direct the
Contractor to proceed with the said work as so modified. If an increas
the quantity of work so ordered should result in a delay to the work, t
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 01
Federal, State and Municipal safety laws and building codes to prevent
accidents or injury to persons on, about or adjacent to the premises whc
the work is being performed. He/she shall erect and properly maintain 4 all times, as required by the conditions and progress of the work, all
necessary safequards for the protection of workers and public and shall
post danger siqns warning against hazards created by such features of construction as protruding nails, hoists, well holes and falling ma teri a1 s .
18. SURVEYING
Column control lines, offset outside the perimeter of the building, and
vertical control (benchmark) will be furnished by others. Contractors
shall perform their own engineering (survey staking) including elevatior
as required.
Survey staking for the sitework (bid package number 1) shall be providec
the City. Rough grade stakes at 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 build:
and facility pads.
19. CODES, ORDINANCES, EGULATIONS, & ABBEVIATIONS
Reference to codes, ordinances and requlations are to editions
in effect as to date of proposals. Abbreviations are used for
agencies issuing standard specifications as follows:
.Agency Abbreviation
American Society for Testing Materials AS TM
U.S. Government Fed. Spec.
National Board of Fire Underwriters NBFU
American Institute of Steel Construction AI sc
American Standards Association ASA
Underwriters Laboratories, Inc. UL
Department of Commerce Standards cs
American Concrete Institute ACI
0 0
Paqe
20. STORAGE
Space for storage 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 age1 during inspections at a fabricating plant and/or on the jobsite and sha
provide ladders, platforms, scaffolds and/or safe accessibility to the 1
for such inspections and/or tests.
221. SCAFFOLDING AND HOISTING
The price shall include all costs for the following:
a. Scaffolding and shoring required for the Contractor's work.
b. Hoisting required for the Contractor's work.
23. CLEAN UP
The Contractor shall keep the premises free at all times from all waste
materials, packaging materials and other rubbish accumulated in connect
with the execution of the work by collecting and depositing said materi
and rubbish in locations or containers as designated by the Constructio
Manaqer .
24.. TEMPORARY FACILITIES
Temporary toilet facilities and drinking water for the use of all 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 of 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 andfor wirinq fro
central distribution points. Power will not be provided for high volta
or heavy amperaae type equipment such as welding machines and any speci
power requirements shall be provided and paid for by the Contractor.
0 0
Page
21. BACKFILL AND COMPACTION
Backfill and compaction of trenches shall be in conformance with the 19
edition of "Standard Specifications for Public Works Construct ion".
Backfill material shall be approved by the soils engineer. Contractors
shall pay all costs for retesting required as the result of density tes
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 u pe r i n t e nde n t .
-- ~ i ~ ;_- - II__^-~--E-
__I_ - -- __--- _. .l_~*__rL--i
I__ ------~~ _--_ ~
~ ______- - -- Iss. STATE OF CALIFORNIA 1 COUNTY OF Sari Diego
On this 6th day of February , in the
before me, the undersigned, a Notary Public in and for said State, persor
~
Pat Brady - Wal t e rs
, personall]
(or proved to me on the basis of satisfactory evidence) to be the person- v
is subscribed to the within instrument, and acknowledged to n
executed it
WITNESS my hand and official seal.
1
r
i
1 --- I!-.---- _LI-I__L1___..
? I
ACKNOWLEDGMENT-General-Wolcotts Form 233CA-Rev 5 82
~-II__
_-I
~--___ __p__l____l_-
~ 01982 WOLCOT~~~class 8 2)
0 0
Paa e
CERTIFICAT.ION OF COMPLIANCE
I hereby certify that
in performing under the contract awarded by the City of Carlsbad, will compl!
with the County of San Dieqo Affirmative Action Proqram adopted by the Board
Supervisors, including all current amendments.
'Leual Name of Contractor' I
P&** - d-
1 Date Signature (Seal)
(NOTARIZE OR CORPORATE SEAL)
(Notorial acknowledgement of execution by all principals must be attached).
v
0 0
Page
ALUMINUM ENTRANCES., STOREFRONTS, WINDOWS AND GLAZING - Bid Item 6A
1. Base bid to include all aluminum entrances; storefronts; operable and fi: windows and complete glazing for the police/fire administration building
service center buildinq.
2- Provide and install all blue-green reflective qlass, plate/float qlass, glass and bullet resistant qlass.
cabinet elevations for all counter top glass/frame units.
vision glass between rooms 222 and 223.
south end of atrium. Hollow metal frames by others.
Tempered as required by code. Review
Include one w Include curved acrylic sheet at
3. Fixed windows at main entry and storefront systems to police buildinq pe
sheet A-9. Include aluminum claddinq of steel members, steel aluminum
stiffners as required and metal drip at head per detail 27. Also applic
details per sheet A-21.
4, Exterior operable windows including metal drip, trim, cladding and windo
anchors. Reference miscellaneous details sheet A-22. Installations sho
accommodate story drift as outlined below. Operable windows shall be hl at bottom and open to inside of building.
5, Additional specialty requirements and specification modifications that s
be a part of this bid package are as follows:
a. Reference Specification Section 8520-2.4.2-Outswinging Windows. See Item 4 above.
b. Specification 8520-2.4.1. Delete Kynar finish and substitute clear
A nod i zed A lumi nu m .
c. Reference Detail 19/A22 - Tube Steel panel supports are 2-1/2" x 2-1
centered 3-3/4" inside face of precast panel located only- at the fir level and on1 two per typical 12' wide precast panel and 4' from ea
first floor precast panels and requires aluminum cladding all around
except on the building interior where perpendicular part it ions occur
d. Window contractor will furnish and install as part of his window sys
additional aluminum mullions or steel tubes with aluqinum cladding c the south and west elevations to support the sunscreens by others.
These supporting mullions are also required at the end of each windc run (not shown in Detail 1/A-22) and must occur at an 8' on center maximum.
panel end. --T# is tube steel is the structural support for the top of
- -
e. The sunscreens will be anchored at the top of the mullions and brace ar the bottom imposing a load at the first floor of I- at the second floor.
f. All window and mullion connections must provide for a seismic story
drift of 1-1/2".
0 0
t
Page
g. 50% of the windows on the first and second floors will be operable.
operable windows on the second floor will be stacked one above the
other.
h. Enqineered drawings and support calculations signed by a registered
engineer shall be required for review/approval.
6. Vehicle maintenance building glass installation and aluminum framing sim:
to police building. Hollow metal frames shall be provided and installed
others where specified only.
7. Glass Contractors shall include all scaffolding, glazing qaskets, caulkir
and special finishes for a complete installation. Coordination with othe
trades shall be a definite requirement.
8. Provide and install glass lite in door L per sheet A-20. Provide and
install glass lites in door numbers 142, 143, 144 and 145. Minimum size
four (4) square feet per opening. Actual size/configuration shall be determined at future time. Glass per door schedule sheet A-20.
Provide alternate additive cost to furnish and install smoked glass mirrc
in elevator fl per detail sheets attached and made a part of this bid
package.
9.
ALUMINUM SUNSCEENS AND CANOPIES - Bid Item 68
1. Base bid to include furnishing and installation of solid canopies and louvered sunscreens per plans and specification section 10700.
2. Additional specialty requirements and specification modifications that SI-
be a part of this hid package are as follows:
a. Specification 10700-2.4.1 - Delete Kynar finish and add clear Anodize
Aluminum.
Sunscreen Louver blades will be approximately 5 1/2" spaced to provid
sun cutoff angle of 75 degrees from the horizontal and visual obscuri
when viewed from a horizontal vantaqe point.
b.
c. The first floor sunscreens will he a minimum of 2' radius to a maximi
of 3' radius and will not protrude below the window sill mullions, wi not interfere with window operation. Anchor attachment will he concealed inside the sunscreen outriqqers using stainless steel hardware. The second floor sunscreens will be a 4' radius.
d. Canopy/sunscreens shall be attached to support members outlined in Bi
Packaqe 6A - Items 5c, d, and e. All connection requirements shall b
part of this contract, Engineered drawings and calculations siqned b
registered engineer shall be required for review/approval.
0 0
Page
LATH AND PLASTER - Bid Item 6C
2, Base bid to include furnishing and installation of lath and plaster per
plans and specification sections 9207 and 9220 for all building faciliti
2,. Police/Fire Building:
a. Interior walls and ceiling of sally port 11138 and evidence vehicles
11136. Coordinate with access hatches provided and installed by othe
Typical inside face of parapets per 1,7/A-7, and at deck area per
6,14/A-7. Provide and install industry standard plaster ground in 1
of treated wood ground.
b.
c. Exterior applications at meeting area per sections 2,5/A-14. Ground
Item b above. Also include clarification drawing SR-4 dated 9/24/85
which requires plaster wall separating upper and lower roof levels o
meeting area.
d. Include lath and scratch at walls and ceilings of showers.
e. Include smooth plaster skim coat over block walls in cells 11142, W14
8146.
3, Service Center Ruilding:
4,. Protection of other work, clean up and removal of all debris relating to
Plaster ceilings as designated on sheet A-52.
lath and plaster is specifically included.
STEEL STUDS AND DRYWALL - Bid Item 60
1, Base bid to include furnishing and installation of steel studs and drywa per plans and specification sections 6100, 9100 and 9250 for all buildin
facilities. Additional requirements specified within these special provisions may require review of other specification sections.
2, Police/Fire Building:
a. All light qauge and structural stud framing includinq furring, chann
hanger wires, welding and required bracing. Refer to structural pla
and clarification drawings for framing requirements at meeting area
entry and split level roof. Include all framing for lath and plaste
installations. Per drawing SR-4 also include bent plate and tension straps to support stud framing.
Include flute filler plugs and 16 gauge metal straps at underside of
deck per details sheet A-5.
b.
-3 0 0
Paqe
Furnish and install all fire treated wood and steellmetal backing as
required for other trades. Contractor shall coordinate with other
trades, i.e., finish carpentry; cabinets; toilet accessories and partitions; fire rated curtains; roof access ladders; etc., to assure
that all required backing is installed properly prior to closinq up
walls.
c.
Doubling of studs and welding of backing plates as required.
d. Furnish and install all access panels in drywall and plaster as specified, and install those furnished by others.
e. All drywall for exterior and interior walls (rated as specified),
enclosing of steel columnsltubes, skylite shafts, boxing of fixtures# etc., for a complete installation. Secretary offices 111258, 1'1264 and
adjoininq corridor shall be one hour construction in lieu of that
shown .
f. Include receiving, storing, protecting, sortinq, placing and
installation of all hollow metal door and window frames within drywa partitions and exterior precast openings (door, transom frames and
hollow metal transom panels). Include installation of free standing hollow metal door and window frames (curved sections too), around
perimeter of atrium area. Installations shall include anchors, sequ
welding, bracing and settinq plumb for installation of doors and gla by others. Coordination will also be required with the electrician installation of conduit and/or wire within frames for specialty hardware. Hollow metal frames shall be furnished F.O.B. Jobsite by others.
g. Furnish and install all fire treated wood blockina and backing, shap as required for installation of sheet metal and other work by others Reference is made to details 1, 2, 5, 7/A-7, 26/A-9, S/A-15, A/21, A
etc. A standard plaster qround shall be installed by others in lieu treated wood cleat at parapet cap.
h. Where conflicts occur between the large and small scale drawings, th most restrictive and expensive conditions will qovern. Example: W
W135 show 6" studs on floor plan A-I, but 3 5/8" studs on 1/4" scale
drawing sheet A-19.
i. Base bid shall also include quard rail at perimeter of second floor
atrium, stair no. 2, and 2nd floor lobby area per 27/A-16. Include necessary angles to attach framing to structural steel. Angle brace
shall be supplied by others, however, actual installation at wall ar deck shall be by this Contractor includinq anchors/bolts. Provide i
install bolts at top of quard rail for installation of wood plate ar
h ard wood cap by others .
Cell ceilinqs per section on A-23 - not per finish schedule. j.
.. 0 0
Page
4. Provide alternate deduct if guard rail specified in Item 2i is contructed
Wall bracing/installation requirements would remain t per detail 7/A-23.
same .
4. Service Center Buildinq shall include same basic requirements as Police/F
Building.
5. Protection of other work, clean up and removal of all debris relating to drywall and stud framing is specifically included.
ROOFING, WATERPIPROOFING AND INSULATION - Bid Item 6E
1. Base bid to include furnishing and installation of roofing, waterproofing
and insulation per plans and specification Sections 7120, 7220 and 7510 f
all building facilities.
2. Include below grade waterproofing of planters and walls around entry to Police/Fire Building; and mechanical equipment enclosure.
3. Waterproofing of deck area over police sally port.
4. Coordinate installation of roofing system to accommodate roof mounted accessories supplied by other trades.
5. Include fill for pitch pockets at typical grab rails for roof hatch ace:
6. Include "walk top" surface pads as shown on A-7.
7. Install complete roofing system at all buidinqs to achieve indicated cra
slopes and positive drainage patterns to roof drains.
8. Provide alternate additive price to complete roofing operation at
Police/Fire Buildinq as two move-on process.
initial roofinq operation shall precede installation of perimeter precas
concrete panels. Roofinq Contractor would be required to install rigid
insulation and initial asphalt cap to provide watertight lid so that
interior improvements could proceed.
roof would be complete.
Possibility exists that
After precast installation, halanc
SHEET METAL, FLASHING, LOUVERS AND ROOF ACCESSORIES --Bid Item 6F
1. Base bid to include furnishing and installation of items listed above pe
plans and swcification sections 5030, 7600, 7720, 10200, and 10990 for .building facilities.
-
2,, Sheet AC-3: Parapet cap assembly and complete louver assembly prefinsih
Reqlet, flashing and drips at mechanic building and site retaining walls
Sealant as required.
0 0
Page
3. Police Building:
a. Prefinished and standard sheet metal as indicated on A-7. Roof hatch skylites, fascia panel, sheet metal backing and guard rail flashing F
(6/A-7), pitch pockets, parapet cap, flashings, etc., for complete
installation. Sealant as required.
b. Removalbe and fixed louvers, and fascia panels as indicated on
elevations (A-9, A-10) flashing per 26/A-9.
c. Flashing per 5/A-14.
d. Reglet, flashing and expansion joint per 5/A-15. See clarification
drawings SR-4 dated 9-24-85 for modification of details 8/A-15.
e. Prefinished metal door drips per sheet A-21.
f. Flashinqs which are an integral part of qlass and glazinu work shall by others. (27/A-9 and typical details A-22.)
g. Expansion joint (29/A-22), and prefinished metal drips sheet A-22
(except at windows 1 /A-22).
h. Stainless steel trays or other specialties associated with cabinet
drawings are N.I.C.
4, Service Ehildiy:
a. Roof hatch, skylites, flashinq and reglet system, door drips; and
prefinsihed parapet cap and louvers as specified. Sealants as
required.
5. Vehicle Wash Buildinq:
a. Reglet and flashing system; gravel stop; and gutter and pipe down SF system indicated on sheet A-60A. Sealants as required.
BUILDING,INSULATION - Bit Item 6G
1. Base bid to include furnishing and installation of all required insulatj
and fire safing per plans and specifications section 7210. Exterior wal
of stair no. 2 and complete elevator shafts shall be included.
Acoustical partition designated on sheet A-52 shall be extended to inch
wall separating men's locker roan 004 from lounge 002.
COILING AND SECTIONAL GRILLES, DOORS AND CURTAINS -.Bid Item 6H
1. Base bid to include furnishing and installation of all coilinq and sect
doors per plans and specifications, 8330, 8340 and 8360, includina weld
as required.
2.
e
Page
2. Police/Fire Building:
a. Rated coiling door at property and evidence roan including track
assembly per 1,2/A-23.
b. All interior fire rated curtains with fusible link. Include overhead
bracing/support as required.
C. Electrically operated coilinq qrilles at sally port. Include require connection to steel support framing provided by others per detail 23, 9. Include required connection anqles and jamb guides welded to stec
columns.
3. Service Center Building:
a. Sectional doors with complete installation of track assemblies, weld
as required, and specified liqhts.
PNEUMATIC TU% SYSTEM - Bid Item 61
1. Base bid to include furnishing and installation of a pneumatic tube syst per plans and specifications section 14580. Floor plans and cabinet key plans should be cross referenced for sending/receiving stations.
2,, Furnish and layout all required floor and/or wall sleeves. Core drillinl
decks shall be included.
FINISH CAWENTRY - Bid Item
1. Base bid to include furnishing and installation of finish carpentry iterr
and wood doors as outlined per plans, specification sections 6200 and 82 and these special provisions.
Include wood caps at quard rails per 3/A-16 inclusive of 2x block.
Include hardwood sill at meeting roan windows only per 3/A-14.
63
2.
3.
4. Include wood base and handrails throughout police facility per details C
H/A-36, and per attached elevator no. 1 detail sheets.
5. Include all wood doors with louvers and/or glass lites as specified. Wc
doors shall be pre-machined to accommodate all specialty hardware requi~
Doors no. 148 and 149 will require provision to install wire from elect]
mortise lock to opposing jamb.
6. Include receiving, storing, protection, sorting, placinq and installatic all hollow metal. doors, wood doors and required hardware for each. Spec
coordination will be required with electrical contractor. Hardware schc
currently beina revised to reflect electric locks at doors 148 and 149 ( Balance shall be converted to electric strikes. All frames shall be
e m
Page
provided and set by others.
provided by others
ceiling and acrylic sheet in elevator no. 1 per attached detail sheets dz
Hollow metal doors and hardware shall be
7, Provide alternate additive cost to furnish and install red oak ventwood
I 0- 8-85
SITE MAINTENANCE CONTRACTOR - Bid,Item 6K
1. The General Condition Contractor, hereinafter called "The Contractor", st
furnish all labor, material, equipment, services, plant tools, applicancc
and all other things necessary to perform the General Condition Work - wher
and as directed by the Constructiqn Manager.
The Contractor shall organize, monitor, coordinate and direct the General
Condition Work to be performed. The Contractor shall furnish a canpeten
Foreman if and when required on the jobsite who will coordinate all
activities with the Koll Project Superintendent. The General Conditions
Contractor will be qiven at least 24 hour notice each time men and mater
are required at the jobsite with the exception of urgently needed safety
damaae protect ion work.
2.
3- The Contractor shall submit a percent of fee, in the Bidder's Fonn, that
will accept as full payment for the services, duties, obligations and
responsibilties which shall be applied to all direct costs as defined
herein.
The percent of fee submitted in the Bidder's Form shall be to the second
decimal (xx . xx%) .
The percent of fee shall be a combination of overhead and profit and - shz
include items such as listed below.
a. Officers' salaries and expenses.
b. Project Manager's and Engineer's salary ad expenses.
C. Main office supplies.
d. Sales expenses, advertising and publicity.
e. Charitable contributions and subscriptions.
f. Membership and dues to engineering society.
g. Repair, maintenance, depreciation and utilities at the Contractor's
off ice and lor plant.
h. General Superintendent, Superintendent and General Foreman.
.I e 0
Page
i. Salaries and expenses of personnel in accountinq, estimating,
purchasing, clerical and secretarial work.
Repair and maintenance of equipment which is owned by the Contractor
rented to the Project. j.
k. Small tools. Items considered to be small tools are hammers, saws,
screwdrivers, suuares, levels and such other items which are normally
used by a carpenter and/or laborer to perform his work. power screwdrivers, shovels, picks, sledge hammers, etc. shall be
purchased, if required for the work and authorized by the Constructic Manager, by the Contractor and shall become a cost of the work. Al:
such tools, as well as other materials, so purchased shall become the
property of the City of Carlsbad.
Power saws,
1. Insurance cost related to the Project. (Insurance which is carried t
the Contractor which covers the home office business operation and
facilities such as fire and theft, health and welfare insurance progi for home office employees and/or other similar insurance wich the
Contractor may wish to charge and/or prorate and assign as attributat
to the Project.)
m. Taxes, telephone and telegraph charges, (except jobsite telephone).
The type of reimbursable work that may be anticipated to be performed am
which shall be on an "as needed" basis is as follows:
a. Construction of temporary enclosures for toilets, hoisting facilitie
temporary power panels, temporary wood doors for storage areas, etc.
4.
b. Dust palliation, pumDing and water diversion.
c. Cleanup and providinq rubbish containers.
d. Drinking water for jobsite personnel, including distribution of wate
cans and the furnishinq of cups and other accessories.
e. Providing of chemical toilets.
f. Incidental maintenance and protection of work in place.
g. Providing watchman service.
h. Operating engineers for elevators.
i. Maintenance of temporary roads and site utilities.
j. Temporary protection and barricades which shall be installed in
accordance with CAL/OSHA requirements.
Any other work as may be authorized by the Construction Manager. k.
.I e e
Page
When directed by an authorized representative of the Construction Manage1 the Contractor shall perform the "General Condtions" work. The value of
work shall be established as follows:
LAB0 R a* -
The actual net cost to the Contractor of field labor, in accordance \ Prevailing Wage Rates, including required union benefits, premiums tf Contractor is required to pay for Workmen's Compensation and Liabilil Insurance and payroll taxes on such labor.
Labor charges shall be established by daily time vouchers which shal
signed daily by authorized representatives of the Construction Man*( and shall include the various classes of employees.
5,
b. WTERIAL
The actual cost to the Contractor of materials and such other direct
costs as may be approved by the Construction Manager, less all savin
discounts, rebates and credits. All material shall become the prope
of the City of Carlsbad. Sales and/or Use Taxes are reimbursable on
materials and/or equipment which have been authorized to be purchase( rented by the Construction Manager.
The Contractor shall obtain competitive bids for all materials. A
minimum of three bids shall be required.
Material vouchers shall be signed by an authorized representative of Construction Manager on the day material is delivered to the Project
The Owner reserves the right to furnish and/or purchase materials as be required for the Work.
c. EQUIPMENT
Charges for rental equipment shall be at the prevailinq rates of
equipment in the City of Carlsbad.
d. FRIEGHT
Cartage shall be charged at the net actual rate of same.
e. BONDS - -
The Contractor shall submit a Bid Bond with his proposal in the amou
of Ten Thousand Dollars ($10,000.00).
The Bidder to whom award is made will be required to furnish a Performance and a Labor & Material Bond each in the amount of Twenty
Five Thousand Dollars ($25,000.00).
0 0
Page
The cost for bonds shall become a cost of the Work.
f. PERMITS -
Permits of any type, if required, shall be obtained and paid for by t
Contractor. The cost of same shall become a cost of the Work.
9. WBLET OF WORK
The subletting of work and/or services, such as watchman services, st be subject to the approval of the Construction Manager. A minimum 01
three bids for work and/or services shall be required. In the event
work is sublet, the Contractor shall be permitted to only add a cmbj
allowance, for overhead and profit, a maximum of five (5) percent (01
the quote and fee, whichever is lower) on all sublet work and/or
services in lieu of the fee as stipulated to be applied for all othei
costs fo the Work.
Any other items which are used and/or required specifically in or foi
the performance of the Work and authorized by the Construction Managc
shall become a cost of the Work.
h.
6. Billing shall be monthly on or before the 25th of each month.
Contractor shall submit copies of payroll summaries with signed time
vouchers, material invoices and other invoices or bills of payment incur
as job costs. The Contractor shall submit the monthly billing in a form
accordance with instruct ions received from the Construct ion Manager.
The following are modifications, clarifications and/or deletions to the
package for the General Conditions Work.
a. Notice Inviting Bids:
The
7,)
1. Item 8 - Bidders shall submit $10,000 cash, certified check or bidder's bond.
2. Item 9 - Designation of Subcontractors is not applicable to this
item.
Item 12 - A faithful performance bond of $25,000 and a $25,000 1
and material bond shall be furnished.
Item.13 - Payments to the General Conditions Contractor will not
subject to retent ion.
3.
4.
b. Contract:
1. Items 1 & 2 - Contractor shall perform all work as directed by 1
Construct ion Manaqer .
Item 4 - Extra compensation provision is not applicable. 2.
e a
-
Page
c. General Provisions:
1. Item 2 - All work shall be as requested by the Construction
Manager.
2. Item 5 thru 16, 18 thru 24, 26, 27 - Not applicable.
0 0
Paqe
LIST OF CONTRACT DOCUMENTS
1, Contract documents prepared by Ruhnau, McGavin, Ruhnau/Associates, 575
Palmer Way, Suite Cy Carlsbad, CA 92008 (619) 438-5899. Plans dated
September 16, 1985.
a. Architectural Site Plans Sheets AC-1 thru AC-3 b. Architectural
Public Safety Center Sheets A-I thru A-36 Public Service Center Sheets A-51 thru A-60A c. Equipment Plans Sheets EQ-1 and EQ-2 d. Structural Plans Sheets S-I thru S-16 (10A thru
f. Plumbinq Plans Sheets P-I thru P-8
q. tlectrical qlans Sheets E-I thru E-20
Project manual (specifications) for the construction of the City of
Carlsbad Public Safety and Service Center prepared by Ruhnau, McGavin,
Ruhnau/Associates dated September 16, 1985.
Clarification drawings SR-2 thru SR-5 dated September 24, 1985 attachel
hereto and made a part hereof.
- e. Mechanical Plans Sheets M-I thru M-10
11.
1111.
IV. Elevator No. 1 finish drawinas (elevations and details) sheets 1 thru
dated October 8, 1985 attached hereto and made a part hereof.
a,
4%Auwrd€<&-- 495a BRANDQW dk JO STON ASSOCIATES Ev15w wf=wfEEvb
City of Carlsbad Pubfic Safety & Service Center Zarfsbad. California
revision S
]ob no. d
21 201
Architufa Pf8nn+n
WHNA U McGAVIN RUHNA U/ASSOCIA TES
377s Term Strewt
ilrrrrtld. c192WT-3669 CJ- CA 92OCU-1995 1207 Em A-
-- 714.684-4684 619,729-7T44
-sheel
C h
k%.&Z.dG<d- S-95L BRANDOW a jo STON .. ASSOCIATES
CIISILI~U~ mtrum7urAL: 8m.L@-.=.*
ioso w. MIRD mr- -8 AXQ- auroamIA moan
7mCm. 4a.sso ARLI COOK .I% !J
pR/1= m ME =EM
City of CarIsbad
Carlsbad, CaIifornia Public Safety & Service Center -
r avirion
lob no.
21 201
Archrtwfa Pbnm
RUHNAU McGAVIN RUHNA U/ASSOCIA TES
3775 rCmn ShUd 1107 Eh AnnCr.
R-W 0 gz~i-3669 Car- 0 9KXld-t- 619,729-7T44 714,684-4661
:she
L-
-5- ' S--25G BRANI)OW a JO STON ASSOCIATES .-
CORSULtaim m+nuryrrA&: S1*8~%%~8
la80 W- THIRD m, LDS AXULLL.. ULfmIIwIA DO017
TIPJMOwC 1uammo ARru COO. .a. !!J RE\/IS€D SECTION @
City of Carlsbad
Pubtic Safety & Service Center Carlsbad, Cafifornia
1 revision
job no. 4
21 201
Archdocla Pf8WM
RUHNAU McGAVIN RUHNAU/ASSOClATES
377s 7- Skcrr Rwuw. (2 92501-3669 If 1, ar-466r 6lQ. 7>0-?144
1207 Em *.wu Cam C4 92OW-f995
wshea
4
1
*
&& _- 3-95G ERANDOW & JO NSTON ASSOCIATES
C 0 n I CT I I a a T I u (T I) I A L' Sa S.1 a S S 88
1a.O W. TUIlP m, LO8 -0- C?UIORNIA e0017
X€VEED SBSlKXl@ .-
City of CarIsbad ' Pubtic Safety & Service Center
rev Won
'job no.
Archit.cn Pbnnm
RUHNA U McGAVIN RUHNA U/ ASSOCIA TES
377s fm sh# 1207 Eh A-
Rmsajo CA 92SQl-3669 Car- u 91006-1m
'Sh4
.. r* e
*
pow 4 w nopd .*
b'- hll - . . . . - - .___ . . .. - __ -_____
7
4 I
Gt+e&T q= pce?(tlL.
\
V'Gt
k -1- -3 %I
I I
I I
I
!
i .!
L -- ppMc'7 pd*L-E2 I
1 %P ,3w- vE+P.AYi-i?i
1
I
, i
I
i - flpf=VE ....-- !
1 ! i i - -
-F W-dr ImFiCf-
d*WP- itpClLWL w ZeWb */A-~%.
T-
I!
e3 WP- dPLi/
- 1 - 63
\111 IC I i 51 I $1
i
L 4'
9 iP
G
__ __. ___-_-_____-__.____..- - -- -. -------
ELar476C &.\ - ,
A.
IC
-___ -___ __ - - - ____ - - --
J I L-- wr-lL&?5 *L - --> - - '~ p-tm - m-3
*&b+ c I4
7rnblLS5 /--- 1 T -+
-L -p -- -
y' . __ @P
(5p
______L3
-w1 ov
1 T P%lr\! _- d
L
i
0 0
tUw,w,tdm mw M
\
\ Jr I \
r
J 7'
rb I i
f---rnG q
Pw.(ISW w mmw 0
Fww&Lc
m
! : WPI) pdEL5,
rnP MBPL emrl- -I,
4y ow I3
1 1 - 5z"*-- --
%e L\b4tt, I
I P - ,fi ... r 1. I
tx i ____-- -
-
I +--- L+ q yvmw t$Si\deE- I
if5-6- 16 WLy mJ@t,
4P~!5W pp% -P e= ~wrw am=
w-l-k= WlPk-rE.
q
I I
L,
c ---"--- p4.m W,I b
1 ___ -- -- -___-- - _- __ - _- - _- 4y LW - -c7.jzp -/-
1.
J
I d e ., I, :-
r c
4
<L
t
',\ we FewL TFtN 'k'
!
'me gm rimb 'BoDa2p -. !
rn mL Cktw "6" Q v
&bf- d-1
w c L. i 23 a
w
a7
c3 $JJ a