HomeMy WebLinkAboutDittemore Brothers; 1986-01-23; 3006-6629 PP c;: Recording Requested By an
City Clerk
l.200 Elm Avenue
Carlsbad, CA 92008
eturn To:
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, 1
project consisting of insulation at the Carlsbad Safety i
Service Center, on which Dittemore Brothers was the Contract(
was completed.
CITY OF CARLSBAD
4&&&&&ML
PROJECT COORDINATOR
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the Ci
Council of said City on - $7 , 1987, accepted t
above described work aspompletef and ordered that a Notice
Completion be filed.
I declare under penalty of perjury that ths foregoing
Executed on 4- dB', 1987 at Carlsbad, California.
true and correct.
/ CITY OF CARLSBAD
Li?Lz&. ,[ k7&
I ALETHA L. RA TENKiANZ
City Clerk
87
.fi '7 ESut Fg -5 &I 2: 28
8
Rf CQRCER A LEOON; - Y .- VERA L. LYLE
e 0 c
J!
4
1200 ELM AVENUE TEI
CARLSBAD, CALIFORNIA 92008 (61!
Office of the City Clerk
Mita nf anrlsbab
January 30, 1987
Vera L. Lyle
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation are the following described documents:
I
Notice of Completion - Engineering
Elevators at Carlsbad Safety and Service
Center; Reliable Elevators Contractor
Notice of Completion - Engineering
HVAC at Carlsbad Safety and Service Center
Kinney Air Conditioning Contractor
Notice of Completion - Engineering
Fire Sprinklers at Carlsbad Safety and
Service Center; Orving Engineering Contractor
Notice of Completion - Engineering
Electrical at Carlsbad Safety and Service Center
Catton-McCutcheon Contractor
Notice of Completion - Engineering
Service Station Equipment at Carlsbad Safety
and Service Center; Lube Life Equipment Contractor
Notice of Completion - Engineering
Vehicle Wash at Carlsbad Safety and Service
Center; N/S Corporation Contractor
Notice of Completion - Engineering
Precast Concrete at Carlsbad Safety and Service
Center; Tecon Pacific Contractor
Notice of Completion - Engineering
Miscellaneous Metal at Carlsbad Safety and
Service Center; Tulsa Steel Manufacturing Contractor
b 0 0
Vera L. Lyle
County Recorder
January 30, 1987
Page 2
Notice of Completion - Engineering
Doors and Frames at Carlsbad Safety and Service
Center; Estrada Hardware Contractor
Notice of Completion - Engineering
Concrete Masonry at Carlsbad Safety and Service
Center; L.R. Hubbard Contractor
Notice of Completion - Engineering
Glass Block Ceilings at Carlsbad Safety and
Service Center; Dittman Masonry Contractor
Notice of Completion - Engineering
Toilet Partitions at CArlsbad Safety arid Service
Center; Maloney Specialties Contractor
Notice of Completion - Engineering
Glazing at Carlsbad Safety and Service Center
Pacific Glass Contractor
Notice of Completion - Engineering
Aluminum Canopies at Carlsbad Safety and Service
Center; Construction Specialties Contractor
Notice of Completion - Engineering
Drywall at Carlsbad Safety and Service
Center; E.F. Brady Co. Contractor
Notice of Completion - Engineering
Roofing at Carlsbad Safety and Service Center
Hess Roofing Contractor
Notice of Completion - Engineering
Sheet Metal at Carlsbad Safety and Service
Center; California Sheet Metal Contractor
Notice of Completion - Engineering
Insulation at the Carlsbad Safety and Service
Center; Dittemore Brothers Contractor
Notice of Completion - Engineering
Ceiling Doors at Carlsbad Safety and Service
Center; Southern California Overhead Doors Contract01
Notice of Completion - Engineering
Pneumatic Tubes at Carlsbad Safety and Service
Center; Air Link International Contractor
e e
L
Vera L. Lyle
County Recorder
January 30, 1987
Page 3
Notice of Completion - Engineering
Cabinets at Carlsbad Safety and Service Center
Bowser Cabinets Contractor
Notice of Completion - Engineering
Tile at Carlsbad Safety and Service Center
McCandless Tile Contractor
Notice of Completion - Engineering
Painting at Carlsbad Safety and Service Center
Simmons and Wood Contractor
Notice of Completion - Engineering
Carpets at Carlsbad Safety and Service
Center; Vincent Wentz Contractor
Notice of Completion - Engineering
Access Floorink at Carlsbad Safety and SErvice
Center; Tate Access Floors Contractor
Notice of Completion - Engineering
Folding Partitions at Carlsbd Safety and
Service Center; Advanced Wall Systems Ccntractor
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 tkat the fees
be waived.
Thank you for your assistance in this matter.
?jiii%XZ7 eputy City Clerk
Encs .
e Recording Requested By an turn To:
1200 Elm Avenue
City Clerk e
. *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 insulation at the Carlsbad Safety
Service Center, on which Dittemore Brothers was the Contract
was completed.
CITY OF CARLSBAD
-c
PROJECT COWmOR
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the Ci
Council of said City on _rd 7 , 1987, accepted t
above described work as and ordered that a Notice
Completion be filed.
I declare under penalty of perjury that ths foregoing
true and correct.
Executed on 4- 4 p, 1987 at Carlsbad, California.
/ CITY OF CARLSBAD
Li!eLZ& ;a- I_ ALETHA L. RA TENKkANZ J
City Clerk
INFBRMATIOK ONLY Ai
ANDERSON AND ANDERSON INSURANCE BROKERS, INC.
2495 CAMPUS DRIVE IRVINE, CA 92705
NG GOVEBAGE
BEL: [anq 752-2255
8390 MIRAMAR PLACE, SUITE D SAN DIEGO, CA 92121
PRODUCTSKOMPLETEO OPERATIONS
IKDEPENOEWT CONTRACTORS
BilOAD FORM PROPERTY DAMAGE
PERSONAL INJURY PERSONAL INJUPY
ALL OWNEO AUTOS (PRIV PASS )
ALL OWNED AUTOS ($$:R$tN)
NON-OVV”ED AUTOS
GARAGE LiaBim
KR 861 4369
KOLL COMPANY
0 .Certificate of Insurance 0
ationwide Mutual Insurance Company 01 the Nationwide Mutual Fire Insurance Company certlfies that the insurance afforded by the policy (
and described below is in force as of the effective date of this certificate and that this Certificate of Insurance does not amend extend w other
and conditions of insurance coverage contained in any poky or policies numbered and described below.
r KOLL COMPANY
Certicate Holder's Name and Address
7330 ENGINEER ROAD SAN DIEGO, CA 92111
do Comprehensive Form do Premises-Operations
0 Explosion and Collapse Hazard
0 Underground Hazard do ProductslCompleted Operations
GI Contractual Insurance
I3 Broad Form Property Damage Ol Independent Contractors
73 SM 004 060 0002
73 BA 004 060 0001
i . P.PERAT.IONS. . .
Insurance in torce only for hazards indlcsted by X
a- any ol the above descnw pdcns be cadM befoce * expram ate ttwm w tnwance conpaw w edaw 10 mall
Csrtrtlcate Holder, hi fatlure to mail such nota shall impose m obhgatm of baWy d my lurid Upon the WnY"
30 - bfi nitten mtm to ttw
This artl(cate ts executed by Natmmde Mutual lnuaanca Carpany fl sad company has tsswd
the poky to whuh ttrs certnlcate IS attacheQ it IS executed by Natlonwde Mutual Fin Insurance
canpirny n sad cmpanyhas wed the pobcy to which thts certntcate IS attached
~ktc mmte ISM 3/28/87
NATIONWIDE MUTUAL INSURANCE COMP NATIONWIDE MUTUAL FIRE INSURANCE CO1 lnds Nun and Mdress Columbus Ohio 1
@A %&&U.J satcm ~ L aaA
L -I =.;"/g[,,----
~DITTEMORE BROS., INC. 8390 MIRAMAR PLACE SUITE D SAN DIEGO, CA 92121 AVM Canterslgwal Santa Ana, CA /+--
Ed T.ierney #2 0
& 0 0 a
This endorsement forms a part of the policy to which attached, effective on the inception date of the policy unlm otherwise stated herei
(The following information is rquired only when this endorsement is issued subsequent to preparation of poticy.)
Endorsement No Endorsement effective 3/3 1/86 POIICYNO 73 SM 004 060 0002
Named Insured DITTEMORE BROS. , INC.
7, Countersigned Iiy
I,* i
ED TIERNI
relating to the following
COMPREHEMSIYE GENERA
ADDITIONAL INSURED
(Owners or Lessees)
It is agreed that
1 The "Persons Insured" provision is amended to include as an insured the person or organization named beiow but on!: with resp out of operations performed for such insured by or on behalf of the named insured.
2 The applicable limit of the company's liability for the insurance afforded under the Contractu21 Liability inwrance Coverage Part 1 policy shall be reduced by any amount paid as damages under this endorsement on behalf of the person or organintion named below
Name of Person or Organization (Additional Insured)
KOLL COMPANY THE CITY OF CARLSBAD C/O 7330 ENGINEER ROAD SAN DIEGO, CA 92111
GL20100173
fls v
' 6' e 0'
'j c
Page CONTRACT
THIS AGREEMENT, made and entered into this 3- day of ? 19q by and between the City of Carlsbad, California, a munici&a
(hereinafter called "City"), and Dittemre Brothers (hereinafter called ltContractortt.J
City and Contractor aqree as follows:
?. Description of Work. Contractor shall perform all work specified in the
contract documents for :
Building Insulation
(hereinafter called "oroject")
Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment and personnel to perform the work specified
the contract documents .
2.
3. Contract Documents. The contract documents consist of this contract; tl
bid documents, including the not ice to bidders, instruct ic ns to bidders
contractors proposal; the plans ad 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 ai
--a incorporated herein by this reference.
4. Payment. As full compensation for Contractors performance of work undei
this contract, City shall make payment to Contractor per the terms outl:
in the Notice Invitinq Bids, Item 13. Contract amountFourt-
%4,767 thousand seven hundred sixty seven
Payment of undisputed contract amounts shall be contingent upon Contraci
furnishing City with a release of all claims against City amd Construct
Manager arising by virtue of this contract as it relates to those amounl
Extra Compensation equal to 50 percent of the net savings may be paid t
Contractor for cost reduction changes in the plans or srxcifications ma
pursuant to a proposal bv Contractor. The net savings shdl be deteni
by City. No payment shall be made unless the chanae is approved by the
City.
5. Independent Investiqation. Contractor has made an independent
investigation of the jobsite, the soil conditions under the jobsite, an
all other conditions that might affect the progress of tht: work, and is
aware of those conditions. The contract price includes payment for all
work that may he done by Contractor in order to overcme unanticipated
underground conditions. 4ny information that my have been furnished t
Contractor by City about underground conditions or other job conditions
for Contractor's convenience only, and City does not warrmt that the
a conditions are as thus indicated. Contractor is satisfied will all job
conditions, includina underground conditions and has not relied on information furnished by City.
‘a 7
-\ 0 0’
4 ‘,‘
~
Page 1
6. Contractor Responsible for Unforeseen Conditions. Contractor shall be
responsible for all loss or damaqe arisinq out of the nature of the work from the action of the elements or from any unforeseen difficulties hich
may arise or be encountered in the prosecution of the work until its
acceptance by the City. Contractor shall also be responsible for expense
incurred in the suspension or discontinuance of the work. However,
contractor shall not be responsible for reasonable delays in the completi
of the work caused by acts of God, stormy weather, extra work, or matters
which the specifications expressly stipulate will be borne by City.
7. Chanae Orders. City may, without affectinq the validity of this contract order change;, modifications, deletions and extra work by issuance of
written change orders. Contractor shall make no change in the work witha
the issuance of a written change order, and Contractor shall not be
entitled to compensation for any extra work performed unless the City has
issued a written chanqe order designating in advance the amount of
additional compensation to be paid for the work. If a change order delet
any work the contract price shall be reduced by a fair and reasonable
amount. If the parties are unable to agree on the amount of reduction tt work shall nevertheless proceed and the amount shall be determined by
arbitration or litigation. The only person authorized to arder changes (
extra work is the City Engineer. However, no change or extra work order
excess of $5,000.00 shall be effective unless approved by the City
Council.
8. Prevailing Wage. Pursuant to the Labor Code of the State cf California,
the City Council has ascertained the general prevailing rates of per dien
wages for each craft or type of worker needed to execute the contract anc
schedule containing such information is in the City Clerk’s office and i:
incorporated by reference herein.
contractor shall pay prevailina wages. Contractor shall post copies of i
applicable prevailinq wages on the job site.
Pursuant to Labor Code Section 1774
9. Indemnity. Contractor shall indemnify, hold harmless and rlefend the
Construction Manaqer and the City and its officers and employees, and ea<
of them, from any and all liability or loss resultina from any suit, clai
or other action brought aqainst the City, or for any other losses of whatever nature, directly or indirectly arising from the acts of Contract
or its officers, employees or aqents done in the construction of this project or in the performance of this contract regardless cif responsibilj
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 Of City.
IO. Contractor shall provide Certificates of Insurance evidenci nq coveraae ir
amounts not less than the following :
"r e eb
\
Paqe 1
Coverage Combined Sinqle Limit
Automo bi le L i ability 7; 500,000 General Liability 500,000
Product s/Completed Ope rat ions 500,000
B la nke t Co nt r ac tur a1 500,000
Contractor's Protective 500,000
Personal Injury 500,000 Excess Liability 5O0,OOO
Other
Contractor may he required to increase the limits of liability insurance
the size and nature of the project require excess coveraqe.
Contractor shall cause the City and Construction Manaqer to be named as a
additional insured on all policies concerning the subject matter or performance of this contract.
11. Workers Compensation. Contractor shall comply with the requirements of
Section 3700 of the California Labor Code.
the defense and indemnify and save harmless the City and Construction
Manager and its officers and employees fran all claims, loss, darnaqe,
injury and liability of every kind, nature and description brouqht by any
person employed or used by Contractor to perform any work uqder this
contact regardless of responsibility for negligence.
tonstru'ction Manager, certification of the policies mentioned in Paraqrap
10 and 11 or proof of workers' compensation self insurance prior to the
start of any work pursuant to this contract. Certificates of insurance
shall provide that the insurance will not be cancelled until the expirati of at least thirty (30) days after written notice of such cancellation ha
been given to the City.
Arbitration. out of or relating to this contract or the breach thereof may, at the
option of City, be settled by arbitration in accordance with the
construction industry rules of the American Arbitration Association and
judqment upon the award rendered by the arbitrator(s) may be entered in a
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.
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 arisi
14. Maintenance of Records. Contractor shall maintain and make available to
the City, upon request, records in accordance with Sections 1776 and 1812
of Part 7, Chapter 1, Article 2 of the California Labor Code. If the
Contractor does not maintain the records at Contractor's principal place 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.
CORPORATE ACKNOWLEDGMENT
P
/
the undersigned Notary Public,’personally appeared
I3 personally known to me
at the corporation execute
P
7120 122 NATIONAL NOTARY ASSOCIATION 23012 Ventura Blvd PO BOX4625 Woodland
-1
*< , 0 e:
Page I€
The provisions of Part 7, Chapter 1 commencina wit 15. Labor Code Provisions:
section 1720 of the California Labor Code are incorporated herein by
reference.
dpropriate securities may be substituted for any monjes withheld b!
City to secure performance of this contract or any obligaticm established
by this contract.
forth in the "Generaf Provisions" or "Special Provisons" attached hereto
and made a part hereof.
16. Securit . Pursuant to the requirements of law (Government Code Section
17. Additional Provisions; Any additional provisions of this aqreement are sf
DITTFNORE BROS . , INC.
to nt r ac tor
(SEAL)
BY Vice President 6 (Notarial acknowledqement of
execution by ALL PRINCIPALS
must be attached.)
title
BY
Title
Contractor's Principal Place of Busines
CITY 0 CAKSBAD, C IFOREIIA
lI BY kALLv B &Ld<
\ t*f&*
Mayor /
L
9 ATTEST:
Contractor's Certification of Awareness of Workers Compensation Responsibility
"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 th,it code, and I
will comply with such provisions before commencing the performance of the work
of this contract." I
. L
-. c
en; no. 918601P Premium included .
Performance bond
@
1
Page
LABOR AND MATERIAL EOtaD __.
KNOW ALL PERSONS BY THESE PRESENTS:
WHEFEAS, the City Council of the City of Carfsbad State of California, by
Resolution No. 8298 adoptedDeca* 17, 2365 9 has awarde Dittmre Brotners , herezafter design
as the "Principal", a contract for:
Buil.ding Insulation
in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents now on file in the Office sf the
City Clerk of the City of Carlsbad,
WHEREAS, said Principal has executed or is about to execute said contract an
the terms thereof reauire the furnishinq of a bond with said cmtraet, prwi
that if said Principal or any of hisfher or its subcontractors shall fail to
for any materials, provisions, provender or other supplies or terns used in,
upon for or about the performance of the work agreed to be dons, or for any
or labor done thereon of any kind, the Surety on this bond will pay the same
the extent hereinafter set forth.
NOW; MEEFOE, WE, Dittemore Bros., Inc.
as Principal, hereinafter designated as the "Contractor", ad
as Surety, are held and firmly bound unto the City of CarPsbad, in the sm o
Seven thousand three hundred eighty three
said sum being equal to 50 percent (50%) of the estimated anouiit 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 ad administrators, scjccessors or assigns, jointiy ad
severally, firmly by these presents.
THE COHDITIUbl 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 flar the same, in an amount no
exceeding the sum specified in the bond, and also, in case siji4: is broJcjht u
the bond, a reasonable attorney's fee, to be fixlzd by the court; as required
the provisions of Section 4202 of the Goverrunent Code of the S';ate of
California.
Indemnity Company of California -
Dollars ($7,383 -
'
C 0- F\ 0
%
1
Paqe
Phis bond shall insure to the benefit of any and all persons, companies and
corporations entitled to file claims under Section 1192.1 of the Code of Civi
Procedure so as to qlve a riqht of action to them or their assiqns in any sui brought upon this bond, as required by the provisions of SectioT 4205 of the
Government Code of the State of California.
In the event that any Contractor above named executed this bond as an
fndividual, it is asreed that the death of any such Contractor shall not
exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been dilly executed by tk Contractor
9 1986 . Surety above named OR the 3rd day of January -
Dittemomre Bros.. , Ir c.
(Notarize or Corporate Seal for Each Sianer) tont r ac tor
Indemnity Company clf Californi
By : w--
David C. Banfer
At t ci rne y - in - F a c t
_I_ Strrety IE CORPORATION
#
d
, before me the undersigned a Notary Public in and for said State.
I SS
STATE OF CALIFORNI -' -- L- -- COUNTY OF LQRANGE
On January 3, 1986
u 2 personally appeared David C - Banfer
Z
W
-1
b ' c
VI
personally known to me (or proved to me on the basis of satlsfactory
evidence) to be the person who executed the wlthin instrument as Attorney
in Fact on behalf of Indemnity Company of California, the corporatlon
therein named, and acknowledged to me that the corporatlon executed it
WITNESS my hand and official seal
-I------ ------.--- ------ OFFICIAL SEAL --I
LAURIE E3. EPNER 1 NOTARY puBLl; CBLiF.,trNIAt
PRINCIFAI. OFFICE IN I
'I 1 ,MY COMM~SS!ON EXPIRES ORANG[: APRIL cowry 22,1988 1 I
I
Signature d* f&245% _____________----I--------*
i
ICC 304 (REV. 2/85) This area for qfficid Notarial Seal
-\ i 0 er
6 1
Paqe ;
This bond shall insure to the benefit of any and all persons, ccmpanies and corporations entitled to file claims under Section 1192.1 of the Code of Civil
Procedure so as to qive a riqht of action to them or their assiqns in any suit
brought upon this bond, as required by the provisions of Sectior 4205 of the
Government Code of the State of California.
Im the event that any Contractor above named executed this bond as an
€ndividual, it is aareed that the death of any such Contractor zhall not
exonerate the Surety from its obliqations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor <
Surety above named on the day of 9 19 -
DITTEMORE BROS., INC.
(Notarize or Corporate DITTEMORE BROS . , INC .
Seal for Each Sianer) t ont r act or
Surety
918601P
* 0 Premi Bond rn $222.00
> c
Paqe
PE WO RMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WEREAS, the City Council of the City of Carlsbad, State of California, by
Resolution No. 8298 - ad 0 p t ed 3~5 . ~ 9 has awarded
Dittamre Brothers , hereinafter designa
as the "Principal", a contract for:
BUILDING INSULATION
in the City of tarfsbad, in strict conformity with the drawi~gs and
specifications and other contract documnts now tin file in the Office of the
City Clerk of the City of Carlsbad.
WEREAS, said Principal has executed or is about to execute said contract am
the terms thereof require the furnishing of a bond for the faithful perfomar
of said contract;
NOW, THEWORE, WE, Dittemore BTOS., Inc.
as Principal, hereinafter designated as the "Cont;raetor" 9 ad Indemnity Company of California
as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of
I_ Dollars ($14,767
? estimated amount of the
contract, to be paid to the said City or its certain attorney, its successor:
and assiqns: for which payment, well and truly to be nrade, we tLnd ourselves,
our heirs, executors and administrators, siccessors or assigns, jointly and
severally, firmly hy these presents.
TYE CONDITION OF THIS OBLIGAYIOH IS SUCH that if the above bourden Contracton
his/her or its heirs, executors 9 adrninistrators, SUCC~SSO~S OF assiqns, shall
211 things stand to and abide by, and well 3rd ti-uly keep and ;~rforln the
covenants, conditions, and aareements in the said contract and any alteratioi
thereof made as therein provided on hislher or their part, to le kept and
performed at the tlm and in the manner therein yxcifiedd, and in all respec'
according to their true intent and meaning, and shall indemnify and save
harmless the City of Carlsbad, its officers and (aqents, as therein stipulate(
then this obliqation shall become null and void; otherwise it :,nail remain ii
full force and virtue.
And said Surety, for value received, hereby stipulates and aqr:.es that no
chanqe, extension of time, alteration or addition to the terms of the contra
or to the work to be performed thereunder or the specifications accmDanyinq
same shall affect its obliqations on this bond, and it does hereby baive not
of any chanqe, extension of time, alterations or addition to the terms of thc
contractor or to the Hork or to the sxcificatioiis.
-4
%, 0 e
\
Page i
In the event that any Contractor above nahed 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 WEEOF, this instrument has been duly executed by the Contractor 2
9 19 86 Surety above named on the 3rd day of January -
-~ Ditte<more Bros. , Inc.
(Notarize or Corporate Seal for Each Signer) Contractor
Indemnity Company of California
By. *p”---
David C. Banfer
Attorney-in-Fact
LI Surety
I CORPORATlOh
STATE OF CALIFORNIA
COUUTY OF
%A- . - ALr - L0RANG-E - , Jss
, before me the undersigned a Notary Piblic in and for said State, On January 3, 1986
w z personally appeared David C . Ban f er
I
*------------------------. OFFICIAL SEAL I t LAURIE 8. EPNER f
I ORANGE COUNTY i
‘MY COMMiSSION EXPIRES APRLL-’2ZL1_g8_!
NOTARY PdBLlC . CALIFJHNIA; PRINCIPAL OFFICE IN I
I-----------------
This area for Qycial Noranal Seal *
.“
/ne/L i~ x
w
a 2
persondy known to me (or proved to me on the basis of satisfactory
evldence) to be the person who executed the within instrument as Attorney
in-Fact on behalf of Indemnity Company of California, the corporation
therein named, and acknowledged to me that the corporation executed it
WITNESS my hand and official seal
cl
v)
Signature dl fi
ICC 304 (REV 2/85)
I
-\ @ e-
,*
Page 2;
In the event that any Contractor above named executed this bond ds 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 Contractor ai
Surety above named on the day of 9 19
-
A-&d&d$ ut e &e, ice President
(Notarize or Corporate DITTEMORE BROS. , ITiC.
Seal for Each Signer) Contractor
- Surety
.. 6 N!? 5871 INDEMNITY COMPANY OF CALIFORNIA
Anaheim, California 92801 @ (714) 999-1471
POWER OF ATTORNEY
David C. Banfer
Home Office: 333 Wilshire ..
KNOW ALL MEN BY THESE PRESENTS. that Indemnity Company of California, does hereby make, consti:ute and appoint
its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver for and on its behalf as surety, all bonds or undertakings i before June 30, 1986;
and to bind INDEMNITY COMPANY OF CALIFORNIA thereby and all of the acts of said Attorney(s)-in-Fact, pursuant to these presents, ratified and confirmed. This Power of Attorney is granted and is signed by fascimile under and by the authority of the following Resoluti by the Board of Directors of INDEMNITY COMPANY OF CALIFORNIA at a meeting duly called and held on the 143th day of August, 1976
This power of Attorney does not cover the following: Bank depository bonds, mortgage deficiency bonds, mortgage guarantee bonds, guarantees of installment paper, note guarar bonds on financial institutions, lease bonds, insurance company qualifying bonds, warehouse bonds. sl?lf-insurer’s bonds, fide bail bonds, wage law bonds, and bonds of Ne Exeat or fiduciary bonds.
“RESOLVED, that the Chairman of the Board, the President, any Vice President of the Company, be, and :hat each or any of ther authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to ixecute in behalf of Ir COMPANY OF CALIFORNIA, bonds, undertakings and all contracts of suretyship; and that any Secretary or any Assistant Secretary I: each or any of them hereby is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Cory
“FURTHER RESOLVED, that the signature of such officers and the seal of the Cornpany may be affixed tcs any such Power of Ati any certificate relating thereto by facsimile, and any such Power of Attorney or certifi’cate bearing such facsivile signatures shall b binding upon the Company when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to attached.”
MOTICE: 1. This Power void if altered or erased. 2. Power of attorney should not be returned to Attorney-in-Fact, Dut should remain a permanent part of the obligee’s records.
In Witness Whereof, INDEMNITY COMPANY OF CALIFORNIA has caused its official seal to be hereuntc affixed, and these pre signed by its President and attested by its Secretary this 23rd Day of April, 1985.
INDEMNITY COMPAN” OF CALIFORNIA
ATTEST: 77f-AB (L&- <
/ Jerome J. Sweeney 1- Y-5z.2- Paul E. Griffin 5. Secretary BY
STATE OF CALIFORNIA
COUNTY OF ORANGE } ss’
On April 23, 1985, before me, the undersigned, a Notary Public in and for said State, personally appeared Jerome J. Sweeney; Griffin, Jr., personallyknown tome(orprovedtomeon the basisofsatisfactoryevidence:i to bethepersonswhoexecutedthewithin ins President and Secretary on behalf of Indemnity Company of California, the corporation therein named, and acknowledged torr corporation executed it.
WITNESS my hand and official seal. -- -c -- ..I-- ---. - - - - ___ - - ---.
i O1:FICIAL SEAL f LAURIE 8. E6)NER I t $ t NOTARY F’UBCIC - CALIFGHNIA; 4 Signature #& Bd&2&.& * PRINCIPAL OFFiCE IN 1 ORANGE COUNTY ; Notary Public / i
;MY COMMtSSION EXPlflES APRIL 22, 1988 f
Laurie B. Epner .^-----_----__---I--____^_
STATE OF CALIFORNIA )
COUNTY OF ORANGE )
CERTl FlCATE
I, the undersigned, executive vice president of INDEMNITY COMPANY OF CAL.IFORNIA, DO HEREBY CERTIFY that the fort attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the provisions of the Resolutions of tive Committee of the Board of Directors set forth in the Power of Attorney, are now in force.
Signed and sealed in the City of Anaheim, California, this 3rd day 01 January ,19 86
WARNING! seals reproduction are readable, This is prohibited. is a text copyrighted is in THIS brown document. POWER ink, signatures IS Any VOID unauthorized are unless in blue the w -&>fF ink and warning IS in red ink.
ICC-2 Rev. 6-30-85 Thomas H. Tyrell, Jr. Executive Vice
e 0-
Page 2
GENERAL PROVISIONS
1. PLANS AND SPECIFICATIONS
The specifications for the work shall consist: of the latest edition of th
r Standard Specifications for Public Works Construction herelnafter
designated SSPWC, as issued by the Southern Chapters of the American Pub1 Works Association, the City of Carlsbad supplLement to the SSPIVC, the
Contract documents and the General and Special Provisions attached
thereto.
The Construction Plans consist of 15 sheet(s'1.
utilized for this project are the San Diego Area Reqional Standard
Drawings, hereinafter desiqnated SbRS, as' issued by the SarlCCounty
Department of Transportation, toaether with the City of Carlsbad
Supplemental Standard Drawinqs. Copies of pertinent standard drawings ai
enclosed with these documents. A detailed List of the plans and specifications are attached hereto and made (3 part hereof.
The standard drawinqs
2. WORK TO BE DONE .
The work to be done shall consist of furnishing all labor, equipment and
materials and performing all operations necessary to complete the projecl
work as shown on the project plans and as specified in the specification:
3. DEFINITIONS AND INTENT
A. Architect:
The word "Engineer" shall mean the architect or his approved
represent at ive .
B. Construct ion Manager:
The word "Construct ion Manager" shall man Koll Construct ion Company
C. Reference to Drawings:
Where words "shown", "indicated", "detailed", "noted", ttschedul.edtt o
words of similar import are used, it shall be understood that refere is made to the plans accompanying these provisions unless stated
otherwise.
D. Direct ions :
Where words "directed", designated", "selected" or words of similar imuort are used, it shall be understood that the direction, desiqnat
or selection of the Construction Manager is intended ri?less stated
otherwise. The word l'required" and words of similar iinport shall be
understood to mean "as required to properly complete the work as
required and as approved by the Construction Manaqer" -Inless stated
otherwise.
0 0
Paae 2
E) Equals and Approvals:
Where the words "equal", "approved equal"', "equivalent1' and such word
of similar import are used, it shall be understood such words are
followed by the expression "in the opinion of the Architect" unless
otherwise stated. Where the words "approved", "approvalf1,
"acceptancet1, 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, 2
her/his expense, shall perform all operations, labor, tools and
equipment, and further, including the fwnishinq and installing of
materials that are indicated, specified, or required to mean that the
Contractor, at her/his expense, shall furnish and install the work,
complete in place and ready to use, includinq furnishinq of necessary
labor, materials, tools equipment and transportation.
4. CODES AND STANDAFUIS
Standard specifications incorporated in the irequirements of the
specifications by reference shall be those 01: the latest edition at the
time of receiving bids. It shall be understood that the manufacturers 01
producers of materials so required either have such specifications
available for reference or are fully familiar with their requirements as
pertaining to their product or material.
5. CONST RUCTIOIJ SCHEDULE
The Contractor shall provide Consruction Manager with a Coristruction
Schedule indicating work activities and length of time reaidred for each
activity. The Contractor shall review with the Constructicn Manaqer
monthly the Construction Schedule to insure completion of the hole or ai
part of the work.
The Contractor shall hegin work after being (duly notified hy an issuance a "Notice to Proceed" and shall diliqently prosecute the work to complet
in connection with the construction schedule as approved by the
Construction Manager.
6. NONCONFORMING WORK
The Contractor shall remove and replace any work not conforming to the
plans or spcif icat ions upon writ ten order by the Construct.ion Manaqer .
Any cost caused by reason of this nonconforming work shall be borne by tl
Contract or.
0 0 .' +,
Paae 25
7. GUARANTEE
All work shall be guaranteed for one year after the filing of a "Notice of
Completion'' and any faulty work or materials discovered dur.ina the
guarantee period shall be repaired or replaced by the Contrmtor.
8. MANUFACTUER'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 instruct ions, including two copies to the
Construct ion Manager.
9. INTERNAL COMBUSTION ENGINES
All internal combustion engines used in the construction shall be equippe
with mufflers in qood 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 time
Contractor shall furnish Inspectors with such information as may be
necessary to keep her/him fully informed regarding proqress and manner of
work and character of materials. Inspection of work shall not relieve
Contractor from any obliqation to fulfill thjis contract e
PROVISIONS REOUIRED BY LAW, DEEMED INSERTED
Each and every provision of law and clause required by law to be insertec
in this contract shall be deemed to be inserted herein and the contract
shall be read and enforced as though it were included herein, and if,
through mistake or otherwise, any such provision is not inserted, or is r
correctly inserted, then upon application of either party the contract
shall forthwith be physically amended to make such inserticn or
correct ion.
11.
12. INTENT OF CONTRACT DOCUMENTS
The Contractor, her/his subcontractors and materials suppli ers shall
provide and install the work as indicated, specified and implied by the
contract documents. Any items of work not iindicated or specified, but
which are essential to the completion of the work, shall hr! provided at Contractor's expense to fulfill the intent of said docrJment,s.
instances throughout the life of the contract, the City will be the
interpreter of the intent of the contract documents and the City's riecis
relative to said intent will be final and bindina. Failurr: of the
Contractor to apprise her/his subcontractors and materials suppliers of
this condition of the contract will not relieve her/him of the
responsibility of compliance.
In all
0 e .' 7*
Page
$3. 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 mad,e 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 proposedl 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 se1ec:ted by the City. If the
substitute offered is not deemed to be equal to that so indicated or
specified, then the Contractor shall furnish, erect, or install the material, apparatus, equipment or process indicated or specified. Such
substitution of proposals shall be made prior to beginning of constructi
if possible, but in no case less than ten (10) 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 chae
from the original drawinqs and specifications and the exact "as-built"
locations, sizes and kinds of equipment, unde~round pipinq, valves, an(
all other work not visible at surface grade,, Prints for this purpose mi
be obtained from the Architect at cost. This set of drawings shall be kf
on the job and shall he used only as a record set. Upon completion of 1
work, and prior to release of retention, the Contractor spa11 transpose
"as-built" information on to a set of reproducible sepias. Drawings sh,
be drafted in a professional manner and shal.1 locate by dimension and
elevation all concealed work, and chanqes in manufacturer information.
llAs-builts'l for the sitework (bid package number 1) shall be prepared b!
the encjineer of record.
15. PERMITS
The general construction, electrical and plumbing permits will be issuec
the City of Carlsbad at no charqe to the Contractor. The Contractor is
responsible. for all other required licenses and fees.
.. e 0
L
Page
16. QUANTITIES IN THE SCHEDULE
The City reserves and shall have the riqht, when confronted with
unpredicted conditions, unforeseen events, or emergencies, to increase o
decrease the quantities of work to be performed under a scheduled unit
price item or to entirely ornit the performance thereof, and upon the decision of the City to do so, the Construction Manager will direct the
Contractor to proceed with the said work as so modified. If an increase
the quantity of work so ordered should result in a delay to the work, th
Contractor will be given an equivalent exterision of time.
17. SAFETY & PROTECTION OF WORKERS AND PUBLIC
The Contractor shall take all necessary precautions for the safety of
employees on the work and shall comply with all applicable provisions of
Federal, State and Municipal safety laws ancl building codes to prevent
accidents or injury to persons on, about or adjacent to the premises whe
the work is being performed. Hefshe shall erect and properly maintain 2 all times, as required by the conditions ami progress of the work, all
necessary safeguards for the protection of workers and public and shall
post danger siqns warning against hazards created by such features of
construction as protruding nails, hoists, well holes and falling materials.
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 buildi
and facility pads.
CODES, OFUJINANCES, REGULATIONS & ABBREVIATIONS -
Reference to codes, ordinances and requlations are to editions in effect as to date of proposals. Abbreviations are used for
agencies issuing standard specifications as follows:
Agency - Aklbreviat ion
American Society for Testing Materials ASTM
U .S. Government Fed. Spec.
National Board of Fire Underwriters NBFU
American Institute of Steel Construct ion AISC
American Standards Association ASA
Underwriters Laboratories, Inc. UL
Department of Commerce Standards cs
19.
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 permi.t. Temporary offices or she
shall be constructed of fire resistant materials. Material and layout n
be approved by the Construction Manager prior to installation.
21. TESTING AND INSPECTION
Testing and inspection shall be as required by the Specifications. The
Contractor shall be required to cooperate fully with the inspecting ager
during inspections at a fabricating plant and/or on the jobsite and shal
provide ladders, platforms, scaffolds and/or safe accessibility to the v
for such inspections and/or tests.
22. SCAFFOLDING AND HOISTING
The price shall include all costs for the following:
a. Scaffoldinq 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 j
with the execution of the work by collectincy and depositirq said rnateric
and rubbish in locations or containers as designated by tbe Constructior
Manaqer .
24. TEMPO~RARY FACILITIES
Temporary toilet facilities and drinking water for the use of all trade2
will be provided.
25. FORCE FEP0RT.S
Force reports indicating trade and personnelt per trade shall be submittt to the Construction Manager daily. A brief description of work perfonc
shall be included.
26. ELECTRICAL POWER
Electrical power will be provided in the building for the use of the
Contractor for special lightinq and operation of small tools only. Powt
will be single phase at 208 volts or 240, aid 120 volts.
Contactor’s responsibility to provide extension cords andl’or wiring fror central distribution points. Power will not be provided l’or high voltac
or heavy amperaae type equipment such as welding machines and any spci<
power requirements shall be provided and paid for by the Contractor.
It is the
.. 0 0
+
Page
27. BACKFILL AND COMPACTION
Backfill and compaction of trenches shall be in conformancc: with the 1975
edition of "Standard Specifications for Public Works Consti~~ct ion".
Backfill material shall be approved by the soils engineer. Contractors
shall pay all costs for retesting required as the result 01' density test
failures due to improper compaction. Backfilling of trenches and
excavations shall not be undertaken until required tests and inspections
have been completed, "as-built" location notes have been verified, and
authority to start the backfill has been granted by the inspector and
s u pe r i n t e nde nt .
0 or
9.
Paae
CERTIFICATION OF COMPLIANCE -
I hereby certify that DITTENORE BROS., INC.
in performing under the contract awarded by the City of Carlsbali, will comply
with the County of San Diego Affirmative Action Proqram adopted by the Board
Supervisors, including all current amendments.
Legal Name of Contractor
&%&h;g~<~ge Date Signa tu r e
(NOTAfUZE OR CORPORATE SEAL) Vice President
Title
(Notorial acknowledgement of execution by all principals must be attached).
"
0 e
Page :
ALUMINUM ENTRANCES, STOREFRONTS, WINDOWS AND GLAZING - Bid It-em - 6A
1. Rase bid to include all aluminum entrances; storefronts; operable and fixt
windows and complete glazing for the police/fire administration building 4
service center buildinq.
2. Provide and install all blue-green reflective qlass, plate/Ploat qlass, w
Include one wa
glass and bullet resistant alass.
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 curved acrylic sheet at
3. Fixed windows at main entry and storefront systems to police buildinq per
sheet A-9. Include aluminum claddinq of steel members, steel aluminum
stiffners as required and metal drip at head per detail 27. Also applica
details per sheet A-21.
4. Exterior operable windows includinq metal drip, trim, cladding and windoH
anchors. Reference miscellaneous details sheet A-22, Installations shou
accommodate story drift as outlined below. Operable windows shall be hir at bottom and open to inside of building.
5. Additional specialty requirements and specification modifications that st
be a part of this bid package are as follows::
a. Reference Specification Section 8520-2.4,2-Outswinging Windows. See Item 4 above.
b. Specification 8520-2.4.1. Delete Kynar finish and substitute clear
Anodized Aluminum.
c. Reference Detail 19/A22 - Tube Steel panel supports arc 2-1/2" x 2-1,
centered 3-3/4" inside face of precast panel located or% at the fir!
level and on1 two per typical 12' wide iprecast panel%td 4' from ea(
first floor precast panels and requires aluminum claddj ng 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 alunlinum cladding 01
the south and west elevations to support the sunscreen!; by others.
These supportinq mullions are also required at the end of each windo
run (not shown in Detail 1/A-22) and must occur at an 8' on center
maximum.
panel end. --& is tube steel is the structural support ?or the top of
- -
e. The sunscreens will be anchored at the top of the mullions and brace an -A- the bottom imposing a load at the first floor of at the second floor.
f. All window and mullion connections must provide for a seismic story
drift of 1-1/2".
0 0
Page 1
. g. 50% of the windows on the first and second floors will he operable.
operable windows on the second floor will be stacked one above the
other.
h. Enqineered drawings and support calculations signed by 3 registered
engineer shall be required for review/approval.
6. Vehicle maintenance building glass ins tallation and aluminum framing simil
to police building. Hollow metal frames shall be provided and installed I
others where specified only.
7. Glass Contractors shall include all scaffolding , glazing qaskets, caulkinc
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
Actual size/configuration shall be
install glass lites in door numbers 142, 143, 144 and 145. Minimum size
four (4) square feet per opening.
determined at future time. Glass per door schedule sheet A-20.
9. Provide alternate additive cost to furnish ard install smoked glass mirra in elevator W1 per detail sheets attached and made a part of this bid
package .
ALUMINUM SUNSCEENS AND CANOPIES - Bid Item 66
1. Base bid to include furnishing and installation of solid canopies and
louvered sunscreens per plans and specification section 10700.
2. Additional specialty requirements and specification modifications that sh
be a part of this bid package are as follows:
a. Specification 10700-2.4.1 - Delete Kynar finish and add clear Anodize
Aluminum .
b. Sunscreen Louver blades will he approximately 5 1/2" spaced to provic
sun cutoff angle of 75 degrees from the horizontal and visual obscuri
when viewed from a horizontal vantaqe point.
c. The first floor sunscreens will be a minimum of 2' radius to a maximr
of 3' radius and will not protrude below the window sill mullions, w'
not interfere with window operation. Anchor attachment will he
concealed inside the sunscreen outriqqers using stainless steel
hardware. The second floor sunscreens will he a 4' rad'ius.
d. Canopy/sunscreens shall be attached to support members outlined in B Packaqe 6A - Items 5c, d, and e. All coiinection requirtements shall I
part of this contract. Engineered drawings and calculations siqned I
registered engineer shall be required for review/appro\ al.
-. 0 0
Page :
LATH AND PLASTER - Bid Item 6C
1, Base bid to include furnishing and installation of lath and plaster per
plans and specification sections 9207 and 9220 for all building facilitie!
2. Police/Fire Building:
a. Interior walls and ceiling of sally port #I38 and evidence vehicles
11136. Coordinate with access hatches provided and installed by other:
Typical inside face of parapets per 1,7/A-7, and at decc area per
6,14/A-7. Provide and install industry standard plaster ground in lii
of treated wood ground.
b.
c. Exterior applications at meetIng area per sections 2,5/,4-14. Ground
Also include clarification drawing SR-4 dated 9/24/85 Item b above. which requires plaster wall separating upper and lower roof levels ov
meeting area.
d. Include lath and scratch at walls and ceilings of showers.
e. Include smooth plaster skim coat over black walls in cells W142, 8145
81 46.
3. Service Center Building:
4. Protection of other work, clean up and removal of all debris relating to
Plaster ceilings as designated on sheet A-52.
lath and plaster is specifically included.
STEEL STUDS AND DRYWALL - Bid Item 60
1. Base bid to include furnishing and installatkon of steel studs and drywal
per plans and specification sections 6100, 91100 and 9250 for all building
facilities. Additional requirements specified within these special
provisions may require review of other specification sect ions.
2. Police/Fire Building:
a. All light gauge and structural stud framjing includinq furring, channc
hanger wires, weldinq and required bracing. Refer to ztructural plar
and clarification drawings for framing requirements at meetina area
entry and split level roof. Include all framing for lath and plastei installations. Per drawina SR-4 also include bent plate and tension
straps to support stud framing.
Include flute filler plugs and 16 gauqe metal straps at. underside of
deck per details sheet A-5. b.
0 0
Paqe
Furnish and install all fire treated wood and steellmetd 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.
All drywall for exterior and interior walls (rated as specified), enclosing of steel columnsltubes, skylite shafts, boxinq of fixtures,
etc., for a complete installation. Secretary offices 8258, #264 and
adjoininq corridor shall be one hour construction in lieu of that
shown.
e.
f. Include receivinq, storing, protecting, sortinu, placing and
installation of all hollow metal door and window frames within drywal
partitions and exterior precast openings (door, transom frames and
hollow metal transom panels). Include installation of free standing
hollow metal door and window frames (curved sections too), around
perimeter of atrium area. Installations shall include anchors, requi
weldinq, bracing and settinq plumb for installation of doors and glas
by others. Coordination will also be required with the electrician f
installation of conduit and/or wire within frames for specialty
hardware. Hollow metal frames shall be furnished F.O.E. jobsite by others.
g. Furnish and install all fire treated wood hlockina and backing, shapc
as required for installation of sheet metal and other Hork by others,
Reference is made to details 1, 2, 5, 7lA-7, 26/A-9, 5/A-15, A/21, A/
etc. A standard plaster qround shall be installed by others in lieu
treated wood cleat at parapet cap.
h. Where conflicts occur between the larqe md small scale drawings, thf
most restrictive and expensive conditions will qovern. Example: I34
#I35 show 6" studs on floor plan A-I, but 3 5/S'l 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 271A-16. Include necessary angles to attach framing to structural steel. Angle brace
shall be supplied by others, however, actual installatjon at wall am deck shall be by this Contractor includinq anchors/bolts. Provide ai
install bolts at top of quard rail for installation of wood plate an(
hardwood cap by others.
Cell ceilinqs per section on A-23 - not \per finish schedule. 5.
-. . e 0
Page :
3. Provide alternate deduct if guard rail specified in Item 2i is contructed Wall bracing/installation requirements would remain tl per detail 7/A-23.
s ame .
4. Service Center Buildinq shall include same basic requirements as Police/F
Building.
5. Protection of other work, clean up and removal of all debri:j relating to
ROOFING, WATEFPROOFING AND INSULATION - Bid Item - 6E /
1. Base bid to include furnishing and installation of roofing, waterproofing
and insulation per plans and specification Sections 7120, 7220 and 7510 fl
all building facilities.
drywall and stud framing is specifically included.
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 acces
6. Include "walk top" surface pads as shown on A-7.
7. Install complete roofing system at all buidinqs to achieve indicated cros
slopes and positive drainage patterns to roof drains.
8. Provide alternate additive price to complete roofing operation at
Police/Fire Building as two move-on process. Possibility exists that
initial roofing operation shall precede installation of perimeter precast
concrete panels. Roofing Contractor would be required to install rigid
insulation and initial asphalt cap to provide watertight lid so that
interior improvements could proceed. After precast installation, balance
roof would be complete.
SHEET METAL, FLASHING, LOUVERS AND ROOF ACCESSORIES - Bid Item, - 6F
1. Base bid to include furnishing and installati-on of items listed above per
plans and sFcification sections 5030, 7600, 7720, 10200, and 10990 for
.building facilities.
2. Sheet AC-3: Parapet cap assembly and complete louver assembly prefinsihe
Reqlet, flashinq and drips at mechanic buildj.ng and site retaininq walls.
Sealant as required.
.I . 0 0
L
Page
3. Police Buildinq
a. Prefinished and standard sheet metal as indicated on A-7. Roof hatch(
skylites, fascia panel, sheet metal backing and guard r3il flashing p (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 cllass and glazing work shall
by others. (27/A-9 and typical details A-22.)
g. Expansion joint (29/A-22), and prefinished metal drips sheet A-22
(except at windows 1/A-22).
h. Stainless steel trays or other specialties associated with cabinet
drawings are N.I.C.
4. Service Buildi,nq:
a. Roof hatch, skylites, flashing and reglet; system, door drips; ad
prefinsihed parapet cap and louvers as specified. Sealants as
required.
5. Vehicle Wash Building:
a. Reglet and flashing system; gravel stop; and gutter and pipe down spc
system indicated on sheet A-60A. Sealants as required.
BUILDING INSULATION - Bit Item 6G
'?. Base bid to include furnishing and installation of all required insulatic and fire safing per plans and specifications section 7210. Exterior wal
of stair no. 2 and complete elevator shafts *shall be included.
2. Acoustical partition designated on sheet A-52 shall be extended to incluc wall separating men's locker roan 004 from lounge 002.
COILING AND SECTIONAL GRILLES, DOORS AND CIJRTAIN!; - Bid Item 6t1
1 Base bid to include furnishing and installation of all coil inq and sect ic
doors per plans and specifications, 8330, 8340 and 8360, irrcludina weldii as required.
L e e
Page :
2. Police/Fire hilding:
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 require6
connection to steel support framinq provided by others per detail 23/
9. Include required connection anqles arid jamb guides welded to stee
columns.
3. Service Center Building:
a. Sectional doors with complete installation of track assemblies, weldi
as required, and specified liqhts.
PNEUMATIC TUBE SYSTEM - Bid Item 61
1. Base bid to include furnishing and installation of a pneumatic tube syste
per plans and specifications section 14580. Floor plans ard cabinet key
plans should be cross referenced for sendingjreceiving stat ions.
2, Furnish and layout all required floor and/or wall sleeves. Core drillina
decks shall be included.
FINISH CARPENTRY - Bid Item
1. Base bid to include furnishing and installation of finish carpentry item:
and wood doors as outlined per plans, specification sections 6200 and 82'
and these special provisions.
Include wood caps at quard rails per 3/A-16 inclusive of 2r. block.
Include hardwood sill at meeting room window:; only per 3/A-14.
63
2.
3.
4. Include wood base and handrails throughout police facility per details G
H/A-36, and per attached elevator no. 1 detail sheets.
5. Include all wood doors with louvers and/or glass lites as specified. Woc
doors shall be pre-machined to accommodate all specialty hmdware requir
Doors no. 148 and 149 will require provision to install wire from electr mortise lock to opposing jamb.
6. Include receiving, storing, protection, sorting, placing and installatio
all hollow metal doors, wood doors and required hardware for each. Spec
coordination will be required with electrical contractor. Hardware sche
currently beina revised to reflect electric locks at doors 148 and 149 o
Balance shall be converted to electric strikes. All frame's shall be
* 0
Page 3
provided and set by others.
provided by others
ceiling and acrylic sheet in elevator no. 1 per attached detail sheets dat
Hollow metal doors and hardware shall be
7. Provide alternate additive cost to furnish and install red oak ventwood
1 0- 8-85
SITE MAINTENANCE CONTRACTOR - Bid,Item 6K
1. The General Condition Contractor, hereinafter called "The Contractor", sh<
furnish all labor, material, equipment, services, plant too:ls, applicance: and all other things necessary to perform the General Condition Work when
and as directed by the Constructio,n Manager. -
2. The Contractor shall organize, monitor, coordinate and direct the General
Condition Work to be performed. The Contractor shall furni:jh a canpetent
Foreman if and when required on the jobsite who will coordinate all
activities with the Koll Project Superintendent. The Generd Conditions
Contractor will be qiven at least 24 hour notice each time inen and materi
are required at the jobsite with the exception of urgently needed safety
damaae protect ion work.
3. The Contractor shall submit a percent of fee, in the Bidder's Form, that
will accept as full payment for the services, duties, obligations and
responsibilties which shall be applied to all direct costs as defined
herein.
The percent of fee submitted in the Bidder's Form shall be to the second decimal (xx.xx%).
The percent of fee shall be a combination of overhead and profit and shal
include items such as listed below.
a. Officers ' salaries and expenses.
b. Project Manager's and Engineer's salary ;id 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 tit ilities at the Contractor's
office and lor plant.
h. General Superintendent, Superintendent and General Forcman.
0 e
Page
i. Salaries and expenses of personnel in accountinq, estimating,
purchasing, clerical and secretarial work.
Repair and maintenance of equipment which is owned by the Contractor
rented to the Project. j.
k. Small tools. Items considered to be small tools are hammers, saws,
screwdrivers, squares, levels and such other items which are normally
used by a carpenter and/or laborer to perform his work.
power screwdrivers, shovels, picks, sledqe hammers, etc. shall be
purchased, if required for the work and authorized by the Constructio
Manaqer, by the Contractor and shall beccme a cost of the work. AlJ
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 progr
for home office employees and/or other shilar insurance wich the
Contractor may wish to charge and/or prorate and assign as attributab
to the Project.)
m. Taxes, telephone and telegraph charges, (except jobsite telephone).
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, hoist inq facilitie
4.
temporary power panels, temporary wood doors for storage areas, etc.
b. Dust palliation, pumping and water diversion.
c. Cleanup and providing rubbish containers I,
d. Drinking water for fobsite personnel, including distribution of watei
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.
j.
Maintenance of temporary roads and site utilities.
Temporary protection and barricades which shall be installed in
accordance with CAL/OSHA requirements.
Any other work as may be authorized by the Constructiorl Manager. k.
.* 0 0
Page i
When directed by an authorized representative of the Constrl-lction Manager
the Contractor shall perform the "General Condtions" work.
work shall be established as follows:
5. The value of
LAB0 R a* -
The actual net cost to the Contractor of field labor, in accordance w
Prevailing Wage Rates, including required union benefits, premiums th
Contractor is required to pay for Workmen's Compensation and Liabilit
Insurance and payroll taxes on such labor.
Labor charges shall be established by daily time vouchers which shall
signed daily by authorized representatives of the Construction Manage
and shall include the various classes of employees.
b. MATERIAL
The actual cost to the Contractor of materials and such other direct
costs as may be approved by the Construction Manager, less all saving
discounts, rebates and credits. All material shall become the propel
of the City of Carlsbad. Sales and/or Use Taxes are reimbursable on materials and/or equipment which have been authorized to be purchasec
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 prevailincr 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 proposdl in the amoui
of Ten Thousand Dollars ($10,000.00).
The Bidder to whom award is made will be required to furnish a Performance and a Labor & Material Bond each in the amount of Twenty
Five Thousand Dollars ($25,000.00).
-
0 e
Page 1
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. YBLET OF WORK
The subletting of work and/or services, such as watchman services, sh
be subject to the approval of the Construction Manager. A minimum of
three bids for work and/or services shall be required.
work is sublet, the Contractor shall be permitted to only add a cmbi
allowance, for overhead and profit, a maximum of five (5) percent (or
the quote and fee, whichever is lower) on all sublet work and/or
services in lieu of the fee as stipulated! to be applied for all other
costs fo the Work.
Any other items which are used and/or required specifically in or foI
the performance of the Work and authorized by the Construction Manage
shall become a cost of the Work.
In the event
h.
6. Billing shall be monthly on or before the 25t:h of each month. The Contractor shall submit copies of payroll summaries with signed time
vouchers, material invoices and other invoice:s or bills of payment incurr
as job costs.
accordance with instructions received from the Construction Manager.
7. The following are modifications, clarifications and/or deletions to the f
The Contractor shall submit the monthly billing in a form
package for the General Conditions Work.
a. Notice Inviting Bids:
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 ard a $25,000 1,
and material bond shall be furnished.
3.
4. Item.13 - Payments to the General Conditions Contractor will not
subject to retent ion.
b. Contract:
1. Items 1 & 2 - Contractor shall perform all work as directed by t
Construction Manaqer .
2. Item 4 - Extra compensation provision is not applicable.
0 0
Page 1
C. General Provisions:
1. Item 2 - All work shall be as requested by the Construction
Manager.
Item 5 thru 16, 18 thru 24, 26, 27 - Not applicable. 2.
.* 0 0
I
Paqe 1
LIST OF CONTWCT DOCUME'NTS
1. Contract documents prepared hy Ruhnau, McGavin, Ruhnau/As aciates, 5751
-
Palmer Way, Suite C, Carlsbad, CA 92008 (619) 438-5899. Plans dated
September 16, 1985.
a. Architectural Site Plans Sheets AC-I thru AC-3
b. Architectural Public Safety Center Sheets A-I thru A-36
Public Service. Center Sheets A-51 thru A-6OA c. Equipment Plans Sheets EQ-1 and EQ-2
d. Structural Plans Sheets S-I thru S-16 (10A thru 1
- e. Mechanical Plans Sheets M-I thru M-10
f. Plumbinq Plans Sheets P-1 thru P-9
q. Wns Sheets E-I thru E40
11. Project manual (specifications) for the construction of the City of
Carlsbad Public Safety and Service Center prepared by Ruhiiau, McGavin,
Ruhnau/Associates dated September 16, 1985.
Clarification drawings SR-2 thru SR-5 dated September 24, 1985 attached
hereto and made a part hereof.
111.
IV. Elevator No. 1 finish drawings (elevations and details) sheets 1 thru 6
dated October 8, 1985 attached hereto and made a part hereof.
A,
' BRANDOW U€<d- d 30 STON ASSOCIATES 495c
C-I I)U%T) Ie #TIYltY IAL: CR*@ I..*@
1a.0 W, THllO ff, W8 ANCIFLLI. UUIOXNlA moot7
Lull CDO. 11s il TLLIMONS Au8m.0
EVI5ED EEPCEf=FV&E l5LEV
d45?&zdG<d- 5-95L BRMDOW a 30 STON .- ASSOCIATES
CIIS~LTOI~ aynuc7rrrr: RI.L*~~.*.
iaao w. TWRO rr, LOS ANQ~ UUVORMIA soaa7
ULI CDO. ais !J -0lls 1ua.80
WlSW m m.ME =EVA?
AAt@Yd<& s--956 BRANDOW a JO STON ASSOCIATES .. CmmmILT#mo atmuryrmrn.: 8.)*11SS.1*
8e.O W- TMlRD m, Lo8 AWU- CILtmllWtII DO017 !!J TU-XPUOUI 1U8S# AX- CDOC ai.
REVISED S€CTION @
I .. .’ I +Jr
c-
- -. .*. f .
-
- . -_-_---
(P utl
-d
.
4c I>
0.
-1
- -..-/ 0
*
&g--- 3-95c
BRAIYDOW & JO NSTON ASSOCIATES
CII~(ILTII~ m~rur7rrrL: =-m~nasn*
TrLKPwoaS ..U..# AREA CDOE ala tea0 W. TMtRP 87- -8 -0- VUIORWIA SO017
hh6-% : - .
-eVE)ED SEisTI(3N 8
-
i I ,
i :
I
I
i 1
i !
I i
I
i
! !
I
I - - - \ -
L -- VpMG qCdfpeE2
%? (++ vePKi*
,3
.'- ~qq$/LeD bW,G - flI pfv E .-.-.--
;
I--. . -. .e
c i
. . . -- .-_._ . - ..- :1' Q
~1 \
! i. h'
i i 31 TC. W-LC! 1+4?q?+- lmwre *tt-p;a(!,
% rem'/ tt/A-7AC,+
*st.1DL-+ c 4
J SI --- -.__ - - - - - - - - -
I L-- a?v r4- elvE L - -3
Ik
J,,,, T 1 r L
a=L --p -- -
* - __
mm - &?Y
@% -----+
T PXb, \i
c"-p
l=E w
1 _- -
HW,tp9/-Et3, r Am w.1- w
-mb y
*Pw.IE* /qqs WtJW a -LA
i p-
MIWP fldW
- 4y@w34 c
34
M
q
4 ---"-- -wm w, I I%
I
w
u
! I
*
c
B A,
.*. .. . e 0
*
IS w. GEmL 1FlF.J "PC'
!
!pPpfiM w r-?m+ 1- ! -'
, c
1
~ fweg pqp.& *w "t" Q w 7
~
&Z@/&f= &* I
--__I----- -.-_---_-
r40,: two1 Fi&T FEE
DA"?YD s, DHVTEfK.tWE
- 2 I 3-833-2g,fi45
70Tk;-
$3 TTEMORE BR!:i,IT'HE&S fMrJ: * ' L..J:-;~,! .- -, . .r ._- LC> ,h.T (3[js!?<E%s ic.C,,&,TlON):
$Ab! DIECO,, CA 9212t
---l-l--xIII, - --- Ill-x-
6tfEMQ PhRK, CA 90&20 2 f 3-264- t go
E,SS 833 <] +I x9 I,F,iiwsR =\+ .-.% PLBCE WITE i)
SAW L>Xj=Gi-J t f Cjq 32 f 21
FEE-S-.HEiii iz t r:.<- ...-
~ Lh. , L..r> 0
APPLfCAHT'S COPY
0
The Nationwide Mutila1 insurance Company or the Nationwide Mutual Fire Insurance Company certifies that the insurance afforded by the policy and described below is in force as oi the effective date of this certificate and that this Certificate of Insurance does not amend, extend or other
and conditions of insurance coverage contained in any policy or policies numbered and described below.
Certificate Holder's Name and Address:
'KOLL CONSTRUCTlON COMPANY 1
7330 ENGINEER ROAD
SAN DIEGO, CA 92111 k
This is to certify that p~iicies of insurance listed below have been isstied :o the insured named above and are in force a? this time.
A D ESC R I P' WE SC ti E 0 U LE
73 SM 004 060 0002
0 Expiosion and Collapse Hazard
D Underground Eazzrd d RoductsiCompieted Operations
!24 Contractua! Insurance
Cf Bmad Form Property Damage
C8 Independent Contractors
rxI Coinp!ehensive Form 73 i3k 004 060 0001
73 CU 004 060 0003
Additional Information:
..........................................
.....................................
Insurance in force only lor hazards indicate6 by X
"Should any 01 the above Gmribec! W1icii.S be cancelled before the explratlon date ;hereon the insurance company will endeavor to mail
CerPI1icZte Holder bc! fa?Ln!fl !o mal! SL'C~ noticf. sha!! inp3se nc obl;aa:im or liabi!ity o! any kind upor, :he Company"
30 - days written notice 10 th
Tw cer!ific3te is execu!ed Py NZ!ow% Mgtua' Insurance Company fi said cornpany has issliei
ihE Mky fr, which this Cerli!cate is attached 11 IS execute0 uy batronwlde Muttiai Flre lnsuralice
Cai;;~a;i. I! said company ilas iSw?d the poi~cy 16 which lhis Cerlilcate IS attacheO
Insilre$s kame an0 Address
ate Ceriificate Iswed 1/ 10/€16
FIATIONWIDE MUTUAL INSURAMCF COtJF
NATIONWIDE MUTUAi- FIRE INSURANCE CO Columbus, Ohio -l p.e.%&-L GQ,
L San Diego, GA 92121 _i A_ L k(L&$ -n TT--,h\-3~.!
DITTEMORE BROS., ]Pa@. 8390 Miramar Place Ssite D
r
.GrreioT -,
Countersigned at SANTA ,E.,)$, , CA , I
r
?his endorsement modifies wch tnw:once a$ IS afforded by t tSIQnS d tk gh>ifCy PebttK Iff the foil0
LtTY ~~~1~~~~~~
BDEFTY ~~$~~~~~~
e 0
P.Q. BOX 807, SAN FRANCISCO, CALIFORNIA 94101
CERTIFICATE OF WORKERS' COMPENSATION INSURANCE
POLICY NUMBER: <iCr
CEATlFlCATE EXPIRES: 3;
r
>z;: 1
L
ThIs is to certify that we have issued a valid Workers' Cornpensayion insurance policy in a form approved by the Californ
Insurance Commissioner to the employer named below for the poli
This policy is not subject to cancellation by the Fund except upon
We will ako give youXEM days' advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by tt
policies listed herein. Notwithstanding any requirement, term. or condition of any contract or other document wil
respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policii
described herein is subject to all the terms, exclusions and conditions of such policies.
_-
ritten notice to the employer.
.- I !.
-2 /-- &;..i RESIDENT
,. ., I:: ;I,-. . -
EMPLOY E R
r
L
r,- -.,, _-I- ?X?'< c': r - C-,- ,-,.-* ,-=\, -.?A\
e *
.-
p.0. BOX 807, SAN FRANCISCO, CALIFORNIA 94101
CERTIFICATE OF WORKERS' CO PENS AB10 N I NSlJ RANCE
POLICY NUMBEFI: '2
CERTIFICATE EXPIRES: 2.
1" -,.;> Oa>:b~..r>~ Y 7 1.
r
L
This is to certify that we have issued a vaiid Workers' Compensation insurance policy in a form apprpved by the Catiforn
Insurance Commissioner to the employer named below for the poli
This policy is not subject to cancellation by :he Fund except upon
We will also give yo&T& days' advance notice should this policy be cancelied prior to its normal ex Diration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by th
policies listed herein. Notwithstanding any requirement, term, or condition of any contract or Dther document wit
respect to which this certificate of insurance may be issued or may pertain, the insurance afhxded by the policie
described herein is subject to all the terms, exciusions and conditions of such poiicies.
--
ritten notice to the employer.
/. \:.
-3
c-
.. . .% ,'! -
EMP LO Y E R
_, i
r
L
.~ ......,..