HomeMy WebLinkAboutEF Brady Co Inc; 1986-02-06; 3006-6C/D;id @a Kecording Kequested BY an eturn LO:
1200 Elm Avenue
Carlsbad, CA 92008
City Clerk ui
NOTICE OF COMPLETION
To All Laborers and Material Men and to Every Other Pers
Interested:
YOU WILL PLEASE TAKE NOTICE that on January 13, 1987, t
project consisting of drywall at the Carlsbad Safety and Servi
Center, on which E. F. Brady Co. was the Contractor, v,
completed.
CITY OF CARLSBAD
PROJECT COORDINATOR
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the Ci
Council of said City on 27 , 1987, accepted t above described work as and ordered that a Notice
Completion be filed.
I declare under penalty of perjury that the foregoing
true and correct.
Executed on 28/ , 1987 at Carlsbad, California.
CITY OF CARLSBAD
City A L E* Clerk 'R A<E N-7
$? 065704
-."..,. rl-
.I t,
137 FEe - j fij 8. 3;%s
VEER !-. !-'{LE i*- I COUHTY RECOROEd
.?/ 2.f: , ^., . c, w /’
1 0 e ‘r,
- 1200 ELM AVENUE TEL
CARLSBAD, CALIFORNIA 92008 (619
Office of the City Clerk Mit~ af Mnrls bntb
January 30, 1987
Vera L. Lyle
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation are the following described documents:
8
Notice of Completion - Engineering
Elevatorsat Carlsbad Safety and Service
Center; Reliable Elevators Contractor
Notice of Completion - Engineering
HVAC at Carlsbad Safety and Service Center
Kinney Air Conditioning Contractor
Notice of Completion - Engineering
Fire Sprinklers at Carlsbad Safety and
Service Center; Orving Engineering Contractor
Notice of Completion - Engineering
Electrical at Carlsbad Safety and Service Center
Catton-McCutcheon Contractor
Notice of Completion - Engineering
Service Station Equipment at Carlsbad Safety
and Service Center; Lube Life Equipment Contractor
Notice of Completion - Engineering
Vehicle Wash at Carlsbad Safety and Service
Center; N/S Corporation Contractor
Notice of Completion - Engineering
Precast Concrete at Carlsbad Safety and Service
Center; Tecon Pacific Contractor
Notice of Completion - Engineering
Miscellaneous Metal at Carlsbad Safety and
Service Center; Tulsa Steel Manufacturing Contractor
0 0 \
Vera L. Lyle
County Recorder
January 30, 1987
Page 2
I
Notice of Completion - Engineering
Doors and Frames at Carlsbad Safety and Service
Center; Estrada Hardware Contractor
Notice of Completion - Engineering
Concrete Masonry at Carlsbad Safety and Service
Center; L.R. Hubbard Contractor
Notice of Completion - Engineering
Glass Block Ceilings at Carlsbad Safety and
Service Center; Dittman Masonry Contractor
Notice of Completion - Engineering
Toilet Partitions at CArlsbad Safety and Service
Center; Maloney Specialties Contractor
Notice of Completion - Engineering
Glazing at Cacrlsbad Safety and Service Center
Pacific Glass Contractor
Notice of Completion - Engineering
Aluminum Canopies at Carlsbad Safety and Service
Center; Construction Specialties Contractor
Notice of Completion - Engineering
Drywall at Carlsbad Safety and Service
Center; E.F. Brady Co. Contractor
Notice of Completion - Engineering
Roofing at Carlsbad Safety and Service Center
Hess Roofing Contractor
Notice of Completion - Engineering
Sheet Metal at Carlsbad Safety and Service
Center; California Sheet Metal Contractor
Notice of Completion - Engineering
Insulation at the Carlsbad Safety and Service
Center; Dittemore Brothers Contractor
Notice of Completion - Engineering
Ceiling Doors at Carlsbad Safety and Service
Center; Southern California Overhead Doors Contracto.
Notice of Completion - Engineering
Pneumatic Tubes at Carlsbad Safety and Service
Center; Air Link International Contractor
0 0 5
i Vera L. Lyle
County Recorder
January 30, 1987
Page 3
Notice of Completion - Engineering
Cabinets at Carlsbad Safety and Service Center
Bowser Cabinets Contractor
Notice of Completion - Engineering
Tile at Carlsbad Safety and Service Center
McCandless Tile Contractor
Notice of Completion - Engineering
Painting at Carlsbad Safety and Service Center
Simmons and Wood Contractor
Notice of Completion - Engineering
Carpets at Carlsbad Safety and Service
Center; Vincent Wentz Contractor
Notice of Completion - Engineering
Access Floorink at Carlsbad Safety and SErvice
Center; Tate Access Floors Contractor
Notice of Completion - Engineering
Folding Partitions at Carlsbd Safety and
Service Center; Advanced Wall Systems Contractor
Notice of Completion - Engineering
Window Coverings at Carlsbad Safety and Service
Center; Sheward ti Sons Contractor
Notice of Completion - Engineering
Lockers at Carlsbad Safety and Service Center
Goodale Co. Contractor
Our staff has determined that the recordation of these documents is
of benefit to the City; therefore, it is requested that the fees
be waived.
Thank you for your assistance in this matter.
g%xLF eputy City Clerk
Encs .
* Kecoraing Kequescea ay ar Kecurn io:
12,OO Elm Avenue City Clerk 6
.Carlsbad, CA 92008
NOTICE OF COMPLETION
To All Laborers and Material Men and to Every Other Pe
Interested:
YOU WILL PLEASE TAKE NOTICE that on January 13, 1987,
project consisting of drywall at the Carlsbad Safety and Ser
Center, on which E. F. Brady Co. was the Contractor,
completed.
CITY OF CHRLSBAD
PROJECT COORmATOR
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the I
above described work as ompleted and ordered that a Noticc
Council of said City on
Completion be filed.
27 , 1987, accepted -
I declare under penalty of perjury that the foregoinc
true and correct.
Executed on dE, 1987 at Carlsbad, Californi;
CITY OF CARLSBAD
A L ,ie k A<E Ae
City Clerk I
F;CATE S$ :S;SUZ:D A8 A MATTER OF BNFO'gaRI?3WT!ON ONLY A BARNEY 6 BARNEY
P.O. BOX 85638
SAN DIEGO, CA 92138
E.F. BRADY CO. INC./S.D.
P,O. BOX 968
LA MESA, CA 92041-0140
UGC-01-1031
EXPLOSlOM & COLLAPSE HAPARD
PRODUCTSICOMPLETED OPERATIONS
lNDEPENDENT CONTRACTORS
PERSONAL INJURY PERSONAL lNJURY
UAC-01-1031
ALL OWNED AUTOS (PRIV PASS )
ALL OWNED AUTOS (~&~~R~$~N)
NOM-OWNED AUTOS
GARAGE LIABILITY
UCF-01-1031
RE: PUBLIC SAFETY & SERVICE CENTER
CITY OF CARLSBAD C/O STEVE MAHONEY
2237 FARADAY AVE., STE. lOlC CARLSBAD, CA 92008
EFBlSD '. (0
€ F BRADY COMPANY INC
SAN DEGO
8100 Center Street
Post Office Box 968
La Mesa CA 92041 0140
619/462 2600
~ January 14, 1986
Mr. Steve Mahoney
City of Carlsbad
c/o Koll Construction
2237 Faraday Avenue, Suite lOlC
Carlsbad, California 92008
Reference: Public Safety & Service Center
EFB Job No. 2280
Dear Steve:
Enclosed please find four (4) copies of the signed contract
agreement along with all bonds, insurance certificate made
out to Koll Construction, a schedule of wages, and certi-
fication of compliance.
A certificate of insurance naming the City of Carlsbad was
mailed separately.
If you need any further information, please do not hesitate
to call.
Very truly yours,
EL-F. BRADY COMPANY, INC./SAN DIEGO k: * Lt Q3d/
;w:3L. ;oAs
Senior Estimator
cls
L
E ES ISSUED AS A ?&A;TER OF 9
8*0* %%X %58
&I mE2%p GA* %%w3-01$Q
“SB4P-PasJ
EXPLOSION 8i COLLAPSE HAZARD
PRODUCTS/COMPLETED OPERATIONS
INDEPENDENT CONTRACTORS
BROAD FORM PROPERP DAMAGE
PERSONAL INJURY PERSONAL INJURY
33&-Q%- PB3 I
ALL OWNED AUTOS (PRIV PASS )
ALL OWNED AUTOS ($&T/R&t$N)
NON-OWNED AUTOS
GARAGE LIABILITY
WORKERS’ COMPENSATION
~~~~~~~~~~
EFBISD 0
January 13, 198
CITY OF CARLSBAD, PUBLIC SAFETY AND SERVICE CENTER
c/o KOLL CONSTRUCTION
WAGE SCHEDULE H.W. PENSION
BENEFITS HOURLY
31-02 Lather/Framer/Hanger 20.785 4.08
Foreman 22 -285 4.08
San Diego Lathers Trust
Hanger - San Diego County, Carpenter & Drywall
Admin i s t r a t ion
35-02 Hod Carrier 18.370 4.59
Foreman 19.960 4.59
San Diego County Construction Laborers Trust and
San Diego Plaster Tenders Trade Promotion
33-02 Plasterer 18.720 4.49
Foreman 20.220 4.49
Benefits Paid to San Diego Plasterers Trust Fund
45-02 Taper 20.000 4.69
Foreman 21.000 4.69
San Diego & Desert Orange Belt Paint & Decorations
0 0
1200 ELM AVENUE TI
CARLSBAD, CA 92008-1989 (61
4Citp of 4CwrIs'lbab
PURCHASING DEPARTMENT
December 18, 1985
E.F. BRADY CO., INC.
P.O. Box 968
La Mesa, CA 92041
AWARD OF CONTRACT FOR LATH, PLASTER, METAL STUDS AND DRYWALL -
CONTRACT 3006 - 5C and CD
On December 17, 1985, the City Council awarded you the subject contract.
Enclosed are four (4) copies of the contract documents which should be execut
by you. Please return all copies within fifteen days to Koll Co., Attn: Ste
Mahoney, 7330 Engineer Road, San Diego, CA 92111, for review after which the
will be forwarded to the City for signature. Do not date the contract when y
sian it; this will be done when the contract is signed by the City. The bond
forms (labor and material and performance) should be completely filled out an
executed by you and your surety.
You must submit evidence of General and Excess Liability, Automobile Liabilit!
Blanket Contractual , Contractor's Protective, and Personal Injury Insurance, I
Completed Operations. The certificates shall be submitted through the
Constriiction Manager and must include the followinq:
1. The City of Carlsbad and Construction Manager (Koll Construction Co.) are
be named as an additional insured on the comprehensive general liability
insurance.
2. The limits of coveraae should not be less than S500,OOO combined sinale
limit.
\
3. Policies shall be endorsed as follows:
"It is hereby rinderstood and agreed that the oolicy to which this
Certificate refers may not he cancelled, materially changed, nor the amour
of coverage thereof reduced until thirty (30) days after receipt of writtc notice of such cancellation or reduction in coverage by the City Clerk of _. the City of Carlsbad. Coverage under this policy shall be primary and nor
contributinq with any other i.nsurance available to the City of Carlsbad."
4 0 0
AWARD OF CONTRACT
DECEMBE R 18, 1985
PAGE 2
In addition to evidence of liability insurance, the City requires a certificai
showing current coverage for Workers ' Compensation, and City of Carlsbad
business license.
After the Contract has been fully executed, a Purchase Order will be issued fc
the amount of the Contract. To help us expedite your payment, please indicatc
the Purchase Order nunber on all invoices that are sent to the City c/o the
Construction Manaqer. Please utilize the enclosed invoice forms for all billings submitted on this pro;ject. The oriqinal and a copy of your invoice t
all that are necessary to send to the Construction Manaqer. It is not necess
for you to enclose a self-addressed envelope with our invoice or statement si
the City uses a standard window envelope to facilitate the mailinq of all
checks. The Finance Department attempts to make payments within 30 days afte
receipt of invoices or statements.
As outlined in the bid packaqe, the Construction Manaqer shall establish a
closure date for the purpose of making monthly payments. Each month, the
Construction Manaqer will determine the percentaqe of work performed to the
closure date, and estimate the value based on the contract breakdown (schedull
of values) furnished by the Contractor and approved by the Construction
Manager. The schedule of values is a basic breakdown of the contract amount
into specific cateqories of work associated with each trade. Once approved,
the schedule of values should be listed on the enclosed invoice forms, and
utilized as the basis for monthly payment applications.
Also requested is a rouqh schedule to complete the work as contracted, and
specific workman classifications associated with your trade, which correspond
prevailing wage determinations.
Please submit contracts, bonds, insurance certificates, contract breakdown,
schedule and workman classifications as a complete package to the Constructio
Flanaaer within fifteen days.
If you have any auestions, please call 438-5530.
, f~(yax-fL -T RUTH FLETCHER Purchasing Officer
RFIds
encl: (4)
0 0
Page I
CONTRACT
THIS AGREEMENT, made and entered into this day of 9 19- by and between the City of Carlsbad, California, a municipal corporation
(hereinafter called Yity"), and E.F. Brady, Co. Inc.
(hereinafter called "Contractor".')!-
City and Contractor aqree as follows:
1. Description of Work. Contractor shall perform all work specified in the
contract documents for:
Lath, Plaster, Metal Studs and Drywall
(hereinafter called "project")
2. Provisions of Labor and Materials. Contractor shall provide all labor,
materials, tools, equipment and personnel to perform the work specified
the contract documents .
3. Contract Documents. The contract documents consist of this contract; tt
bid documents, including the notice to bidders, instructions to bidders
contractors proposal; the Dlans and specifications and all proper'
amendments and changes made thereto in accordance with this contract or
plans and specifications; and the bonds for the project; all of which a1
e.C incorporated herein by this reference.
4. Payment. As full compensation for Contractors performance of work unde
-contract, City shall make payment to Contractor per the terms out1
in the Notice Invitinq Bids, Item 13. Contract amount F- 3 464,600 thousand six hundred dollars
Payment of undisputed contract amounts shall be contingent upon Contraci
furnishing City with a release of all claims aqainst City amd Construct
Manager arising by virtue of this contract as it relates to those amoun'
Extra compensation equal to SO percent of the net savings may be paid tc
Contractor for cost reduction chanqes in the plans or soecifications ma
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.
5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions under the jobsite, an
all other conditions that miqht affect the progress of the work, and is
aware of those conditions. The contract price includes payment for all
work that may he done by Contractor in order to overcome unanticipated
underground conditions. Any information that my have been furnished t
Contractor by City about underground conditions or other job condition5
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.
- 0 e
Page I!
LABOR AND MATERIAL BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 8298 adopted December 17, 1985 , has awarded
5s the llPi.incipalll, a contract for: F- Rrad\r Pa Tnr , hereinafter designat
in the City of Carlsbad, in strict conformity with the drawings and
specifications and other contract documents now on file in the Office of the
City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said contract and
the term5 thereof reauire the furnishing of a bond with said contract, providi
that if said Principal or any of his/her or its subcontractors shall fail to F
for any materials, provisions, provender or other supplies or teams used in,
upon for or about the performance of the work agreed to be done, or for any wc
or labor done thereon of any kind, the Surety on this bond will pay the same t
the extent hereinafter set forth.
NOW; THEREFORE, WE, as Principal, hereinafter designated as the "Contractor", and
as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of
I Dollars ($ 232,300
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 successors
and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if person or his/her
subcontractors fail to pay for any materials, provisions, provender or other
supplies, or teams used in, upon, for, or about the performance of the work
contracted to be done, or for any other work or labor thereon of any kind, or
for amounts due under the Unemployment Insurance Code with respect to such WOI or labor, that the Surety or Sureties will pay for the same, in an amount not
exceeding the sum specified in the bond, and also, in case suit is brouqht up
the provisions of Section 4202 of the Government Code of the State of
California.
Ttvo hundred thirty two thousand three hundred
' the bond, a reasonable attorney's fee, to be fixed by the court? as required
@ e
Page 2
PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, by
Resolution No. 8298 adopted December 17, 1985 , has awarded
E.F. Brady, Co., Inc. , hereinafter designa % the "Principal", a contract for:
Lath, Plaster, Metal Studs and Drywall
in the City of Carlsbad, in strict conformity with the drawinqs and
specifications and other contract documents now on file in the Office of the
City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said contract and
the terms. thereof require the furnishing of a bond for the faithful performanc
of said contract;
NOW, THEREFORE, WE,
as Principal, hereinafter designated as the "Contractor", and
as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of
said sum beinq equal to 100 percent (100%) of the estimated amount of the
contract, to be paid to the said City or its certain attorney, its successors
and assiqns; for which payment, well and truly to be made, we bind ourselves,
our heirs, executors and administrators, successors or assigns, jointly and
severally, firmly hy these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor,
his/her or its heirs, executors, administrators, successors or assiqns, shall
all things stand to and abide by, and wet1 and truly keep and perform the
covenants, conditions, and aareements in the said contract and any alteration
thereof made as therein provided on his/her or their part, to he kept and
performed at the time and in the manner therein specified, and in all respects
according to their true intent and meaning, and shall indemnify and save
harmless the City of Carlsbad, its officers and aqents, as therein stipulated,
then this obligation shall become null and void; otherwise it shall remain in
full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no
chanqe, extension of time, alteration or addition to the terms of the contract
or to the work to be performed thereunder or the specifications accanpanyinq t
same shall affect its obligations on this bond, and it does hereby waive notic
of any chanqe, extension of time, alterations or addition to the terms of the
contractor or to the work or to the specifications.
Four h&dred sixty four thousand six, hundred Dollars ($ 464,600
e 0 pi
LETTER OF TRANSMIT1
-1 TO r
+
pttn. : m-3 _I
WE ARE SENDING YOU: - dA t t ac hed 0 under separate cover via the folla
17 Prints c? Shop drawings 0 Plans 0 Specifications 0 Samples
0 Changeorder Copy of letter 0
THESE ARETRANSMITTED AS CHECKED BELOW:
0 Approved as submitted
0 Approved as noted
0 Returned for corrections
0 Resubmit -copies for apl
0 Submit -copies for distri
0 Return-..--corrected prints
0 For review and comment 0
FOR BIDS DUE 19-0 PRINTS RETURNED AFTER LOAN T(
K-163 1185
If enclosures are not as noted kindly notif
5 es lPSUED AS
B*P. WT 433. %HE.
~O~~~~T~~T~~~~~~ WWV WEQCBREKEN?, TERM OR C<>MD!TiOX OF WHQ C8;1:1WA@T OR OTICER BOCUTEkT WBTH RESPECT TO WMECH TXUS CEMS
~~-~~u~~~~
PRODUCTSICOMPLETED OPERATIONS
INDEPENDENT CONTRACTORS
PERSONAL INJURY PERSONAL INJURY
w%-BP-1@32
ALL OWNED AUTOS (PRIV PASS )
ALL OWNED AUT~S~~~$R&&~)
NON-OWNED AUTOS
GARAGE LIABILITY
VCF-03 -2 4x33.
BxEG€l* c3.. 921x3
* e
AFFIDAVIT OF SIGNATURE AUTHORIZATION
I, Vince Lombardo
(NAME )
as General Manager of E. F. Brady Company, Inc.15
( TITLE ) (COMPANY NAME)
being duly sworn, deposes and says:
That this affidavit is made for and on behalf of
the Company; that the affiant states that by appro-
priate resolution, the following listed persons
have been duly authorized by this Company to execute
subcontracts, change orders, lien waivers and any
and all other documents that require an officers
signature; that the affiant has read and knows the
content of this affidavit and has executed same on
behalf of the Company.
Authorized Signators :
1.
2. Larry Barnes Dir. of Estimating AL!kw
( Name ) (Title) ( SignMre )
3.
( Name ) (Title) (Signature)
4.
( Name )
CORPORATE ACKNOWLEDGMENT --
State of CALIFORNIA On this the---day 7th of October ______ 192
T. A. Bevan County of -_-___. ~__--- SAN DIEGO
the undersigned Notary Public, personally appeared
-_._____-.--- Vince Lombardo --
LX personally known to me
[_ proved to me on the basis of satisfactory evidence
to be the person(s) who executed the within instrument as
or on behalf of the corpc - General __ ._-- __ Mmr
named, and acknowledged to me that the corporation exec
WITNESS my hand and official seal.
OFFICIAL SEAL
Notary &d*&U s Signature
NATIONAL NOTARY ASSOCIATION 23012 Venlura Rlvd 9 PO BOX 462’ 7120 122
.
?I !: $e e
i,
t
.c
CITY OF CARLSBAD
SAN DIEGO COUNTY
C A L IFQ RN PA
BIDDING DOCUMENTS
FO R
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 Drywall;
Roofing , Waterproofing and Insulation; Sheet Metal and
Accessories; Building Insulation; Coiling and Sectional Doors ; Pneumatic Tube System; Finish Carpentry; Site Maintenance
Contract or
For information relative to this project contact:
KOLL CONSTRUCTION COMPANY
7330 Engineer Road
San Diego, CA 92111
Steve Mahoney, Project Manager
(619) 292-5550
t '* e el
(1 4
.,
Page CONTRACT
9 19-
45.. THIS AGREEMENT, made and entered into this ~~ day of
by and between the City of Carlsbad, California, a munici
(hereinafter called "City"), and E.F. Brady, Co. Inc.
(hereinafter called "Contractor".7
City and Contractor aqree as follows:
1. Description of Work. Contractor shall perform all work specified in tht
contract documents for :
Lath, Plaster, Metal Studs and Drywall
(hereinafter called "project" 1
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; 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 or
plans and specifications; and the bonds for the project; all of which a -- incorporated herein by this reference.
4. Payment. As full compensation for Contractors performance of work unde
thisntract, City shall make payment to Contractor per the terms out1 in the Notice Invitina Bids, Item 13. Contract amount FOW hundred S&
$ 464,600 thousand six hundred dollars
Payment of undisputed contract amounts shall be contingent upon Contrac furnishinq City with a release of all claims aqainst 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 ma
pursuant to a proposal bv Contractor. The net savings shall be determi
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, 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 he done by Contractor in order to overcane unanticipated
underground conditions. Any 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 warrant that the
conditions are as thus indicated. Contractor -is' satisfied will all.jok
conditions, includinu underground conditions and has not relied on
information furnished by City.
\ -0 0.
i t
t
Page 16
6, Contractor Responsible for Unforeseen Conditions. Contractor shall be - responsible for all loss or damaqe arising out of the nature of the work o from t;he action of the elements or from any unforeseen difficulties which
may arise or be encountered in the prosecution of the work until its
accept;ance by the City. Contractor shall also be responsible for expenses
incurred in the suspension or discontinuance of the work. However,
contractor shall not tae responsible for reasonable delays in the completia
of the work caused by acts of God, stormy weather, extra work, or matters
which the specifications expressly stipulate will be borne by City.
7. Change Orders. City may, without 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 withot
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 deleti
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 thc work shall nevertheless proceed and the amount shall be determined by arbitration or litigation. The only person authorized to order changes o
extra work is the City Engineer. excess of $5,000.00 shall be effective unless approved by the City
Council.
However, no change or extra work order
8. Prevailing Wa e. Pursuant to the Labor Code of the State of California, mity + ouncil has ascertained the general prevailing rates of per diem
wages for each craft or type of worker needed to execute the contract and
schedule containing such information is in the City Clerk's office and is
incorporated by reference herein.
contractor shall pay prevailinq wages. Contractor shall post copies of a
apolicable prevailing wages on the job site.
Pursuant to Labor Code Sect ion 1774
9, Indemnity. Contractor shall indemnify, hold harmless and defend the
Construction Manager and the City and its officers and employees, and eac
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 of responsibill
for neqliqence. The expenses of defense include all costs and expenses,
including attorneys fees, of litiqation, 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 evidencinq coverage ir
amounts not less than the following:
\ -0 or
c
?
Page 17
Cover age Combined Sinqle Limits
Automobile L i ab i 1 it y $ 500,000
General Liability 500,000 Product s/Completed Ope rat ions 500,000
B I.anke t Contract ural 500,000
Contractor's Protective 500,000
Personal Injury 500,000
Excess Liability ~ 5O0,OOO
Other
Contractor may be required to increase the limits of liability insurance j
the size and nature of the project require excess coverage.
Contractor shall cause the City and Construction Manaqer to be named as ar
additional insured on all policies concerning the subject matter or performance of this contract.
=08n 3/00 of the California Labor Code.
the defense and indemnify and save harmless the City and Construction
Manager and its officers and employees from all claims, loss, damage,
injury and liability of every kind, nature and description brouqht by any
person employed or used by Contractor to perform any work under this
contact reqardless of responsibility for negligence.
tonstruction Manager, certification of the policies mentioned in Paraqrapt
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 expiratic of at least thirty (30) days after written notice of such cancellation ha: been cjiven 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(s1 may be entered in ar
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.
11. Workers Compen-sation. Contractor shall comply with the requirements of
Contractor shall also assume
12. Proof of Insurance. Contractor shall submit to the City through the
13. Any controversy or claim in any amount up to $100,000 arisir
14. Maintenance .of Records. Contractor shall maintain and make available to
theC1-ity, upon request, records in accordance with Section$ 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.
-6 I\ *-e 0
*
Page 18
1%. Labor Code Provisions: The provisions of Part 7, Chapter I commencina wit section 1720 of the California Labor Code are incorporated herein by
reference.
Securja. WTappropriate securities may be substituted for any monies withheld bq
City to secure performance of this contract or any obligation established
by this contract.
forth in the "General Provisions" or "Special Provisons" attached hereto
and made a part hereof.
16. Pursuant to the requirements of law (Government Code Section
17. Additional Provisions.. Any additional provisions of this agreement are SE
E.F. BRADY COMPANY. INC.
Contractor
i (SEAL)
(Notarial acknowledqement of BY c's( /Stc,r& & t WL&,
execution by ALL PfUNCIPALS
must be attached. 1 Director of Estimatinu
Larry Bsnes
title
BY
I
Title
8100 Center Street
La Mesa, California 93.041 Contractor's Principal Place of Busines
CITY 0 CARSBAD, C IF0 IA
BY ?7iw fL
Mayor
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 that code, and I
will comply with such provisions before commencing the performance of the work
of this contract .I1
CORPORATE ACKNOWLEDGMENT
On thisthe 15 dayof 1986 b State of California January
* Countyof San Dieqo Cindy Kinq
the undersigned Notary Public, personally appeared
Larry Barnes
E personally known to me
C proved to me on the basis of satisfactory evidence
to be the person@) who executed the within instrument as
Dir- of Estimating oron behalf of the corporatic
named, and acknowledged to me that the corporation executed
4 P 'P r
NATIONAL NOTAT
x
7120 122
9. \EYEC~TED ,1 IN ONE COUNT WRT ~~JIIIIl~. -@1-4073
Page 19
LABOR AND MATERIAL BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, by
Resolution No. 8393 I adopted , has awarded t
E.F. BRA,DY COMPANY, INC. , hereinafter designate
as the "Principaln, a contract for:
PUBLIC SAFETY & SERVICE CENTER
COMBINATION BID 6L01
in the City of Carlsbad, in strict conformity with the drawings and
specifications and other contract documents now on file in the Office of the
City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said contract and
the terms thereof reauire the furnishinq of a bond with said contract, providir
that if said Principal or any of his/her or its subcontractors shall fail to p2
for any materials, provisions, provender or other supplies or teams used in,
upon for or about the Derformance of the work aqreed to be done, or for any WOI
or labor done thereon of any kind, the Surety on this bond will pay the same tc
the extent hereinafter set forth.
NOW, THEREFORE, WE,
as Principal, hereinafter designated as the "Contractor", ad
INDUSTRIAL INDEMNITY COMPANY .
*@&fy&!)!)&q-f@8 10 ................................. Y HOU3AdD THREE
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 successors and assigns; for which payment, well and truly to be vade, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and
severally, firmly by these presents.
THE CONDITIOt\l OF THIS OBLIGATION IS SUCH that if person or his/her
subcontractors fail to pay for any materials, provisions, provender or other
supplies, or teams used in, upon, for, or about the performance of the work
contracted to be done, or for any other work or labor thereon of any kind, or
for amounts due under the Unemployment Insurance Code with respect to such worl
or labor, that the Surety or Sureties will pay for the same, in an amount not
exceeding the sum specified in the bond, and also, in case suit is brouqht up0
the bond, a reasonable attorney's fee, to be fixed by the court; as required t:
the provisions of Section 4202 of the Government Code of the State of
California.
E.F. BRADY COMPANY, INC.
1 bou d tnto the City of Carlsbad, in the sum of
Dollars ($ 232,300.00
.. *
I 0 0 $- . \.'
\ Paqe 2(
This bond shall insure to the benefit of any and all persons, companies and
corporations entitled to file claims under Section 1192.1 of the Code of Civil
Procedure so as to qive a riqht of action to them or their assigns in any suit
brought upon this bond, as required by the provisions of Section 4205 of the Government Code of the State of California.
In the event that any Contractor above named executed this bond as an
individual, it is aqreed 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 dul executed by the Contractor ar 85 7 19 Surety above named on the 31ST day of DEikMBER
E.F. BRADY COMPANY, INC.
0 BY:, ;L ~~~LS?~ u Larry Barnes, Director of ESI
(Notarize or Corporate
Seal for Each Sianer) tontr actor
Surety
CORPORATE ACKNOWLEDGMENT
On thisthexdayof .TT==-,~~ 19~, k
Cindy Kinq
the undersigned Notary Public, personally appeared
Larry Barnes
4 personally known to me
C proved to me on the basis of satisfactory evidence
to be the person(s) who executed the within instrument as
On ____ QEg 8 k %85 __ ---.---) before me, the cnderr
Notary Public of said county and state, personally appeared, pc State of CALIFORNIA
County of RIVERSIDE
SS. I
~ _--___ - - __
known lo De 10 be the Attorney-in-Facl of
______~___ ____ __
ihe Corporation thxt executed the within instrument, and know]
be the person who executed the said instrument on beha
Gorporathn therein named, and acknowledged to me that sucl
ation executed the same.
BOND NO. Y 1-4073 WRT PREMIUM $690.00
z- .,'EX&UTED IN ONE COUNTE , *-
\ Paqe 2
PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, by
Resolution No. 8292 ad npt ed
E.F. BRADY COMPANY, INC. p hereinafter designat
as the "Principal", a-contract for: PUBLIC SAFETY & SERVICE CENTER
COMBINATION BID 6L01
I_ , has awvarded
in the City of CarLsbad, in stript confomity with the drawlnqs and
specifications and other contract documents now on file in the Office of the
City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said contract and
the terms thereof require the furnishinq of a bond for the faithful performancc
of said contract;
NOW, THIIEFORE, WE,
as Principal, hereinafter designzed as the "ContTztor", and
as Suret are held and firmly hound unto the City of Carlsbad, in the sum of
said sum beinq equal to 100 percentmTof the estimated amcilnt of the
contract, to be paid to the said City or its certain attorney, its successors
and assiqns; for Aich payment, well and truly to De made, we bind ourselves,
our heirs, executors and administrators, successors or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor,
hislher or its heirs, executors, administrators, successors or assiqns, shall
all thinas stand to and abide by, and well and truly keep and perform the
covenants, conditbns, and aarements in tk said contract and any id teratlon
thereof made as therein provided on his/her or their part, to he kept and
performed at the time and in the manner therein specified, and in all respects
according to their true intent and meaning, and shall indemnify and save
harmless the City of Carlsbad, its officers and aqents, as therein stipulated,
then this obligation shall become nu11 and void; otherwise it shall remain in full force and virtue.
And said Scrrety, for value received, hereby stipulates and aqre- that no
change, extei-sion of time, alteration or addition to the tens of the coritract
or to the work to be perfqmed therounder or the specifications accmmpanyiqg tl same shall affect its obligations on this bond, and it does hereby Naive noticc
of any chanqe, exterision of tjme, alterations or addition to the terms of the
contractor or to the work or to the sxciffcations.
E.F. BRADY COMPANY, INC.
P
INDUSTRIAL INDEMNITY COMPANY C_l__i.- .%-e..--- .--^_3_1- -*-----
RED SIXTY-FOUR THOUSAND, SIX HUNDRED Dollars ($464,600.00 W%*&--,- ---- --A --- ----.--
z
'x *,. I.' 0 e
Page 2
In the event that any Contractor above named executed this bond as an
individual, it is agreed that the death Of any such Contractor shall not
exonerate the Surety from its obliqations under this bond*
IN WITNESS WEREOF, this instrument has been duly executed by the Contractor a
t 19 85 Surety Aave named on the 31ST day Of DECEMBER -
E.F. BRADY COMPANY, INC.
d
(Notarize or Corporate Seal for Each Signer) Contractor
INDUSTRIAL
-__PI--.
---.----- -- Surety
State of CALIFORNHA
County of RIVERSIDE
- ---- ------ -- _________ ~-__ - ___
hQWn eQ ?ne to be Eht, Attorn::y-~n-P;zel of
~~~~~~~~~~ ~~2~~~~~~ ~~~~~~~
- - -- .-____. __ ----_ --__
----- -I_-- _.____- -
-ax-"""
CORPORATE ACKNOWLEDGMENT
California On this the 1 5 day of -r17 19- bl
County of Sari Diego Cindy Kinq
the undersigned Notary Public, personally appeared
E4 personally known to me
0 proved to me on the basis of satisfactory evidence
to be the person(s) who executed the within instrument as
Dir- of Estirnatin9 oronbehalfofthecorporatio
named, and acknowledged to me that the corporation executed
WITNESS my hand and official seal.
d Industrial
a Crum and Forsti . \’?6ber of @tornep e #1805 II)
HOME OFFICE SA
P $nu53 811 men bQ these preeenfe:
That INDUSTRIAL INDEMNITY COMPANY, a corporation organized and existing under the laws of the State o
and having its principal office in the City of San Francisco, State of California, does hereby make, constitute and appoint
its true and lawful attorney-in-fact for it and in its name, place and stead to execute on its behalf as surety, bonds, undertz
lations, consents and all contracts of suretyship and to attach its corporate seal to such obligations in favor of all obligt
that the liability of the Company as surety under his authority in no one instance shall exceed the sum of ----- UNLIMl
...................................... MICHAEL D. STONG----------------------------
..................................................................................
and reserving to itself full power of substitution and revocation.
This Power of Attorney is made and executed in accordance with the resolution adopted by unanimous consent of tl
Committee of the Board of Directors of INDUSTRIAL INDEMNITY COMPANY on January 3, 1983, reading as follows:
“RESOLVED, that the Chairman of the Board or President or Executive Vice President or Senior Vice President or V
of the Company, in conjunction with the Secretary or an Assistant Secretary of this Company, or the Secretary’s designe
hereby is, authorized to execute, acknowledge or verify Powers of Attorney qualifying selected attorneys-in-fact to ac
Powers of Attorney to execute on behalf of Industrial Indemnity Company bonds, undertaking, stipulations, consents and
of suretyship, and to attach the corporate seal thereto; “RESOLVED, FURTHER, that the signatures of said officers so authorized by this Company may be printed fac
graphed or otherwise reproduced, and that the facsimile signature of any person who shall have been such officer of this
the time of such execution, acknowledgment or verification may continue to be used for the purpose hereinabove state
binding on this Company, notwithstanding the fact that he may have ceased to be such officer at the time when such instx
be issued.”
In witness whereof, INDUSTRIAL INDEMNITY COMPANY has caused these presents to be signed and its corpor;
affixed by its proper officers, at the City of San Francisco, California, this 9th day of March
Attest: INDUSTRIAL INDEMNITY COMPANY
California State of
county of San Francisco the undersigned Notary Public, personally appeared Kenneth N. Ryan and Mary Mueller a personally known to me 0 proved to me on the basis of satisfactory evidence
to be the person(s) who executed the within instrument as
Vice President and Designated secretary
ll~~~*~~~~~~~~~i~~~~~~~~~~~~~l~~~lllll,l~ c. H. BROwa 1 NOTAaY PUBLIC - CAUFORMIA i
Clry 8 cou~ OF SAN ~R&#QSCO ::
My Commission Expires JUJY 7, 1987: E
%!WHtr~~~~~g&~ed, and acknowledged to me that the corporation executed it, and that tl
referred to in the preceding instrument is a true and correct copy of the resolution adopted by unanimous consent of t
Committee of the Board of Directors of INDUSTRIAL INDEMNITY COMPANY on January 3, 1983 and that the same is and effect. c- d.b Witness my hand and official seal.
Notary’s Signature
I, Mary Mueller, Designated Secretary of INDUSTRIAL INDEMNITY do hereby certify that I have compared the Power of Attorney granted herein and the resolution recited herein with the <
on file in the principal office of said Company, and that the same are correct transcripts therefrom and of the who1
originals, and that said Power of Attorney has not been revoked but is still in full force and effect.
In witness whereof, I have hereunto subscribed my name as such officer and affixed the seal of INDUSTRIAL I
COMPANY at the City of San Francisco, California, this
SEAL
,19 85 . DECEMBER 3 1 ST day of
(YO41 R8A (8/831
< 0 0
Page 2:
GENERAL PROVISIONS
1. PLANS AND SPECIFICATIONS
The specifications for the work shall consist of the latest edition of tht Standard Specifications. for Public Works Construction hereinafter
designated SSPWC, as issued by the Southern Chapters of the American Publi
Works Association, the City of Carlsbad supplement to the SSPWC, the Contract documents and the General and Special Provisions attached
thereto.
The Construction Plans consist of 15 sheet(s).
utilized for this project are the San Diego Area Reqional Standard
Drawings, hereinafter desiqnated SbRS, as issued by the San Diego County
Department of Transportation, toqether with the City of Carlsbad
Supplemental Standard Drawings. Copies of pertinent standard drawings ar
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 and
materials and performing all oDerations necessary to complete the project work as shown on the project plans and as specified in the specifications
3. EFINITIONS AND INTENT
A. Architect:
The word "Engineer" shall mean the architect or his approved
represent at ive .
9. Construct ion Manager:
The word "Construction Manager" shall mean Koll Construction Company.
C. Reference to Drawings:
Where words llshownll, "indicated", "detailed", "noted", "scheduled" 01
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 "directedf1, designated", "selected" or words of similar imDort are used, it shall be understood that the direction, desiqnat
or selection of the Construction Manager is intended tinless stated
otherwise. The word "required" and words of similar import shall be
understood to mean "as required to properly complete the work as
required and as approved by the Construction Manager" unless stated otherwise.
0 0; .
?
Paqe 2
E) Equals and Approvals:
Where the words "equal", "approved equal", "equivalent" and such word
of similar import are used, it shall be understood such words are
followed by the expression "in the opinion of the Arhitect" unless
otherwise stated. Where the words "approved", "approval",
flacceptance", 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, a 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 the
Contractor, at heP/his expense, shall furnish and install the work,
complete in place and ready to use, includinq furnishina of necessary
labor, materials, tools equipment and transport ation.
4. CODES AND STANDAROS
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 or
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 each
activity. The Contractor shall review with the Construction Manaqer
monthly the Construction Schedule to insure completion of the hole or an)
part of the work.
The Contractor shall hegin work after being duly notified by an issuance (
a "Notice to Proceed" and shall diliqently prosecute the work to canpletic
in connection with the construction schedule as approved by the
Construction Manager.
6. NONCONFORMING WORK
The Contractor shall remove and replace any work not conforming to the
plans or specifications upon writ ten order by the Construct ion Manaqer.
Any cost caused by reason of this nonconforming work shall be borne bv the
Contract or.
0 0
*
Paae 2'
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 durina the
guarantee period shall be repaired or replaced by the Contractor.
8. MANUFACTURER'S INSTWCTIONS
Where installation of work is required in accordance with the oroduct
manufacturer's directions, the Contractor shall obtain and distribute the necessary copies of such instructions, including two copies to the
Construct ion Hanager.
9. INTERNAL COMBUSTION ENGINES
All internal combustion engines used in the construction shall be equippec 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 this contract.
11. PROVISIONS EOUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to be inserted
in this contract shall be deemed to be inserted herein and the contract
shall be read and enforced as thouqh it were included herein, and if,
through mistake or otherwise, any such provision is not inserted, or is n correctly inserted, then upon application of either party the contract
shall forthwith be physically amended to make such insertion or
correct ion.
12. INTENT OF CONTRACT DOCUMENTS
The Contractor, her/his subcontractors and materials suppliers shall
provide and install the work as indicated, specified and implied by the
contract documents, Any items of work not indicated or specified, but
which are essential to the completion of the work, shall be provided at t
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 decisi
relative to said intent will be final and bindina. Failure of the
Contractor to apprise her/his subcontractors and materials suopliers of
this condition of the contract will not relieve her/him of the
responsibility of compliance.
.. 0 0
t
Page i
13. SUBSTITUTION. OF- MATERIALS
The Proposal of the Bidder shall be in strict conformity with the drawinc and specifications and based upon the items indicated or specified. The Contractor may offer a substitution for any material , apparatus, equipmei
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, i
physical, chemical or other characteristics, and its durability, finish,
efficiency, by a testing laboratory as selected by the City. If the
substitute offered is not deemed to be equal to that so indicated or
specified, then the Contractor shall furnish, erect, or install the
material, apparatus, equipment or process indicated or specified. Such
substitution of proposals shall be made prior to beginning of constructil
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. ECOW) 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 chang
from the original drawinas and specifications and the exact "as-built"
locations , sizes and kinds of equipment, underground pipinq, valves, and all other work not visible at surface grade. Prints for this puroose ma
be obtained from the Architect at cost. This set of drawings shall be ke
on the job and shall be used only as a record set. Upon completion of t
work, and prior to release of retention, the Contractor shall transpose
"as-built" information on to a set of reproducible sepias. Drawinqs sha be drafted in a professional manner and shall locate by dimension and
elevation all concealed work, and chanqes in manufacturer information.
llAs-builtslT for the sitework (bid package number 1) shall be prepared by
the engineer of record.
15. PERMITS
The general construction, electrical and plumbing permits will be issued
the City of Carlsbad at no charge to the Contractor.
responsible- for all other required licenses and fees.
The Contractor is
a a
P
Page i
16. QUANTITIES IN THE SCHEDULE
The City reserves andl shall have the riqht, when confronted with
unpredicted conditions, unforeseen events, or emergencies, to increase 01 decrease the quantities of work to be perforwed under a scheduled unit price item or to entirely omit the performance thereof, and upon the decision of the City to do so, the Construction Manager will direct the Contractor to proceed with the said work as so modified. If an increase
the quantity of work so ordered should result in a delay to the work, tht Contractor will be given an equivalent extension of time.
SAFETY & PROTECTION OF. WORKERS AND PUBLIC
The Contractor shall take all necessary precautions for the safety of
employees on the work and shall comply with all applicable provisions of
Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about or adjacent to the premises whe
the work is being performed. He/she shall erect and properly maintain a 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
materials.
17.
18. SURVEYING
Column control lines, offset outside the perimeter of the building, and
vertical control (benchmark) will be furnished by others. Contractors
shall perform their own engineering (survey staking) including elevation
as required.
Survey staking for the sitework (bid package number 1) shall be provided
the City. Rough grade stakes at 501-0" centers minimum to or toe-of-slo
as required, surface and underqround improvements at 25'-01' to 50'-0"
centers including critical points with offsets, and blue tops for buildi
and facility pads.
19. CODES, ORDINANCES, REGULATIONS & ABBREVIATIONS
Reference to codes, ordinances and requlations are to editions
in effect as to date of proposals. Abbreviations are used for
agencies issuing standard specifications as follows :
bgency 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
Arne rican Concrete Institute ACI
0 or
P
Paqe ;
20. STORAGE
Space for storage and temporary buildings will be allocated by the
Construction Manager as job conditions permit. Temporary offices or she(
shall be constructed of fire resistant materials. Material and layout m(
be approved by the Construction Manager prior to installation.
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 agent
during inspections at a fabricating plant and/or on the jobsite and shall
provide ladders, platforms, scaffolds andfor safe accessibility to the W(
for such inspections and/or tests.
22. SCAFFOLDING AND HOISTING
The price shall include all costs for the following:
ab 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 io
with the execution of the work by collecting and depositing said material
and rubbish in locations or containers as designated by the Construction Manaqer .
24. TEMPORARY FACILITIES
Temporary toilet facilities and drinking water for the use of all trades
will be provided.
25. FORCE. REPORTS
Force reports indicating trade and personnel per trade shall be submitted to the Construction Manager daily. A brief description of work performed
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. Power
will be single phase at 208 volts or 240, and 120 volts. It is the Contactor's responsibility to provide extension cords and/or wiring frm
central distribution points. Power will not be provided for high voltaqe or heavy amperaqe type equipment such as weldinq machines and any special power requirements shall be provided and paid for by the Contractor.
0 e
r
Page 2
27. BACKFILL AND COMPACTION
Backfill and compaction of trenches shall be in conformance with the 1975
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 test
failures due to improper compaction. Backfilling of trenches and
excavations shall not be undertaken until required tests and inspections
have been completed, "as-builtVV location notes have been verified, and
authority to start the backfill has been granted by the inspector and
super in t e nde nt .
0 0
?
Paae 1
CERTIFICATION OF COMPLIANCE
I hereby certify that E.F. BRADY COMPANY, INC.
in performing under the contract awarded by the City of Carlsbad, will comply with the County of San Diqo Affirmative Action Proqram adopted by the Board c
Supervisors, including all current amendments.
Leaal Name of Contractor
i 113 k9 d&LLd& QrLA/nt?L4
Bate Signature (Gal) Larry G. Barnes
(NOTARIZE OR CORPORATE SEAL) Director of Estimatinu fitle
(Notorial acknowleduement of execution by all principals must be attached).
* m
>
*
Page 3'
ALUMINUM ENTRANCES,, STOREFRONTS, WINDOWS AND GLAZING -, Bid Item 6A
1. Base bid to include all aluminum entrances; storefronts; operable and fixe windows and complete glazing for the police/fire administration building a
service center buildinq.
2. Provide and install all blue-green reflective qlass, plate/float Qlass, wi
Include one way
glass and bullet resistant alass.
cabinet elevations for all counter top glass/frame units.
vision glass between roans 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 applicat
details per sheet A-21.
4. Exterior operable windows including metal drip, trim, cladding and window
anchors. Reference miscellaneous details sheet A-22. Installations shou
accommodate story drift as outlined below. Operable windows shall be hin!
at bottom and open to inside of building.
5. Additional specialty requirements and specification modifications that sh
be a part of this bid package are as follows:
a. Reference Specification Section 8520-2.4.2-Outswinging Windows. See
Item 4 above.
b. Specification 8520-2.4.1. Delete Kynar finish and substitute clear
A nodi zed A 1 umi nu rn .
c. Reference Oetail 19/A22 - lube Steel panel supports are 2-1/2" x 2-11
centered 3-3/4" inside face of precast panel located only_ at the firs
level and on1 two per typical 12' wide precast panel and 4' from eac
first floor precast panels and requires aluminum cladding all around
except on the building interior where perpendicular part it ions occur,
d. Window contractor will furnish and install as part of his window sysl
additional aluminum mullions or steel tubes with alurrlinum cladding o
the south and west elevations to support the sunscreens by others.
These supporting 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. -Ti is tube steel is the structural support for the top of
- -
e. The sunscreens will be anchored at the top of the mullions and brace1 an the bottom imposing a load at the first floor of f- at the second floor.
f. All window and mullion connections must provide for a seismic story
drift of 1-1/2".
8 e
7
Page 3
g. 50% of the windows on the first and second floors will be operable. 1
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 simil
to police building. Hollow metal frames shall be provided and installed t
others where specified only.
7. Glass Contractors shall include all scaffolding, glazing qaskets, caulking and special finishes for a complete installation. Coordination with othez
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 I four (4) square feet per opening. determined at future time. Glass per door schedule sheet A-20.
Provide alternate additive cost to furnish and install smoked glass mirro
in elevator #l per detail sheets attached and made a part of this bid
package.
9.
ALUMINUM SUNSCREENS AND CANOPIES - Bid Item 68
1. Base bid to include furnishing and installation of solid canopies and louvered sunscreens per plans and specification section 10700.
2. Additional specialty requirements and specification modifications that sh
be a part of this hid package are as follows:
a. Specification 10700-2.4.1 - Delete Kynar finish and add clear Anodize1
Aluminum.
b. Sunscreen Louver blades will be approximately 5 1/2" spaced to orovidl
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 he a minimum of 2' radius to a maximu
of 3' radius and will not protrude below the window sill mullions, wi not interfere with window operation. Anchor attachment will be concealed inside the sunscreen outriqqers using stainless steel
hardware. The second floor sunscreens will he 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 k
part of this contract. Engineered drawings and calculations siqned t
registered engineer shall be required for review/approval.
0 0
>
Page 3
LATH AND PLASTER - Bid Item 6C
1. Base bid to include furnishing and installation of lath and plaster per plans and specification sections 9207 and 9220 for all building facilitia
2. Police/Fire Building:
a. Interior walls andl ceiling of sally port 8138 and evidence vehicles
8136. Coordinate with access hatches provided and installed by other5
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 lic
of treated wood ground.
b.
c. Exterior applications at meeting area per sections 2,5/A-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 OVI
meeting area,
d. Include lath and scratch at walls and ceilings of showers.
e. Include smooth plaster skim coat over block walls in cells 8142, 8145
#I 46.
3. Service Center Ruilding: Plaster ceilings as designated on sheet A-52.
4. Protection of other work, clean up and removal of all debris relating to
lath and plaster is specifically included.
STEEL STUDS AND DRYWALL - Bid Item 60
1, Base bid to include furnishing and installation of steel studs and drywal
per plans and specification sections 6100, 9100 and 9250 for all building
facilities. Additional requirements specified within these special
provisions may require review of other specification sect ions.
2. Police/Fire Building:
a. All light qauge and structural stud framing includinq furring, channc
hanger wires, welding and required bracing. Refer to structural plar and clarification drawings for framing requirements at meeting area
entry and split level roof. Include all framing for lath and plaster
installations. Per drawina SR-4 also include bent plate and tension
straps to support stud framing.
b. Include flute filler plugs and 16 gauge metal straps at underside of
deck per details sheet A-5.
0 0
** ,
paqe 3
c. Furnish and install all fire treated wood and steel/metal backing as
required for other trades. Contractor shall coordinate with other
trades, i.e., finish carpentry; cabinets; toilet accessories and partitions; fire rated curtains; roof access ladders; etc., to assure
that all required backing is installed properly prior to closinq up
walls. Doublinq 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 colurnns/tubes, skylite shafts, boxing of fixtures,
etc., for a complete installation. Secretary offices f258, 8264 and
adjoininq corridor shall be one hour construction in lieu of that shown.
e.
f. Include receivinq , storing, protecting , sort inq, 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, requii
weldinq, bracing and settinq plumb for installation of doors and glas
by others. Coordination will also be required with the electrician fc
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 blocking and backing, shape1
as required for installation of sheet metal and other work by others.
Reference is made to details 1, 2, 5, 7/A-7, 26/A-9, 5/A-15, A/21, A/,
etc. A standard plaster qround shall be installed by others in lieu treated wood cleat at parapet cap.
h. Where conflicts occur hetween the large and small scale drawings, the
most restrictive and expensive conditions will qovern. Example: R.l
#I35 show 6" studs on floor plan A-I, but 3 5/8" studs on 1/4" scale
drawing sheet A-19.
i. Base bid shall also include quard rail at perimeter of second floor
atrium, stair no. 2, and 2nd floor lobby area per 27/A-16. Include necessary angles to attach framing to structural steel. Angle brace
shall be. supplied by others, however, actual installation at wall and deck shall be by this Contractor includinq anchors/bolts. Provide ar
install bolts at top of quard rail for installation of wood plate and
hardwood cap by others.
Cell ceilinqs per section on A-23 - not per finish schedule. j.
0
Page 3
Wall bracing/installation requirements would remain th
3. Provide alternate deduct if guard rail specified in Item 2i is contructed
per detail 7/A-23.
same .
4. Service Center Buildinq shall include same basic requirements as Police/Fi
Building.
5. Protection of other work, clean up and removal of all debris relating to
drywall and stud framing is specifically included.
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 fc
all building facilities.
Include below grade waterproofing of planters and walls around entry to Police/Fire Building; and mechanical equipment enclosure. 2.
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 crm
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. Possibility exists that
initial roof inq operation shall precede installation of perimeter precast
concrete panels. Rooffing 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 installation of items listed above pel plans and specification sections 5030, 7600, 7720, 10200, and 10990 for
-building facilities.
2. Sheet AC-3: Parapet cap assembly and complete louver assembly prefinsihc
Reqlet, flashing and drips at mechanic building and site retaining walls.
Sealant as required.
0 0
Page 3
3. Po1ic.e Building:
a. Prefinished and standard sheet metal as indicated on A-7. Roof hatche
skylites, fascia panel, sheet metal backing and guard rail flashing pe
(6/A-7), pitch pockets, parapet cap, flashings, etc., for complete
installation. Sealant as required.
b. Removalbe and fixed louvers, and fascia panels as indicated on
elevations (A-9, A-10) flashing per 26/A-9.
c. Flashing per 5/A-14.
d. Reglet, flashing and expansion joint per 5/A-15. See clarification
drawings SR-4 dated 9-24-85 for modification of details 8/A-15.
e. Prefinished metal door drips per sheet A-21.
f. Flashings which are an integral part of glass and glazing work shall I
by others. (27/A-9 and typical details A-22.)
g. Expansion joint (29/A-22), and prefinished metal drips sheet A-22
(except at windows 1/A-22).
h. Stainless steel trays or other specialties associated with cabinet
drawings are N.I.C.
4. Service Building:
a. Roof hatch, skylites, flashinq and reglet system, door drips; and
prefinsihed parapet cap and louvers as specified. Sealants as
required.
5. Vehicle Wash Building:
a. Reglet and flashing system; gravel stop; and gutter and pipe down spot
system indicated on sheet A-60A. Sealants as required.
BUILDING^ INSULATION - Bit Item 6G
I. Base bid to include furnishing and installation of all required insulatio
and fire safing per plans and specifications section 7210. Exterior wall
of stair no. 2 and complete elevator shafts shall be included.
2. Acoustical partition designated on sheet A-52 shall he extended to includ
wall separating men's locker roan 004 from lounge 002.
COILING AND SECTIONAL GRILLES, DOORS AND CURTAINS - Bid Item 6H
I. Base bid to include furnishing and installation of all coilinq and sectio
doors per plans and specifications, 8330, 8340 and 8360, includina weldin
as required.
0 0
1
Page 3
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 coiling qrilles at sally port. Include required connection to steel support framinq provided by others per detail 23/?
9. Include required connection arwles and jamb guides welded to steel
colums.
3. Service Center Building:
a. Sectional doors with complete installation of track assemblies, weldii as required, and specified liqhts.
PNEUMATIC TUBE SYSTEM - Bid Item 61
1. Base bid to include furnishing and installation of a pneumatic tube systa
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 drilling
decks shall be included.
FINISH CARPENTRY - Bid Item 63
1. Base bid to include furnishing and installation of finish carpentry items
and wood doors as outlined per plans, specification sections 6200 and 821
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.
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 hardware requirr Doors no. 148 and 149 will require provision to install wire from electr: mortise lock to opposing jamb.
6. Include receiving, storing, protection, sorting, placinq and installatior all hollow metal doors, wood doors and required hardware for each. Spec.
coordination will be required with electrical contractor. Hardware schec
currently beina revised to reflect electric locks at doors 148 and 149 01 Balance shall be converted to electric strikes. All frames shall be
0 e
?
Page 31
provided and set by others.
provided by others.
Hollow metal doors ad hardware shall be
7. Provide alternate additive cost to furnish and install red oak ventwood
ceiling and acrylic sheet in elevator no. 1 per attached detail sheets dat
IO- 8-85
SITE MAINTENANCE CONTRACTOR - Bid,Item 6K
1. The General Condition Contractor, hereinafter called "The Contractor", sh2
furnish all labor, material, equipment, services, plant tools, applicances
and all other things necessary to perform the General Condition Work when
and as directed by the Construction Manager. -
2. The Contractor shall organize, monitor, coordinate and direct the General
The Contractor shall furnish a competent Condition Work to be performed.
Foreman if and when required on the jobsite nho will coordinate all
activities with the Koll Project Superintendent.
Contractor will be qiven at least 24 hour notice each time men and materi<
are required at the jobsite with the exception of urgently needed safety I
damaae protect ion work.
The General Conditions
3. The Contractor shall submit a percent of fee, in the Bidder's Form, that I
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.xx4;).
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 and expenses.
c. Main office supplies.
d. Sales expenses, advertising and publicity.
e. Charitable contributions and subscriptions.
f. Membership and dues to engineering society.
g. Repair, maintenance, depreciation and utilities at the Contractor's
-
off ice and lor plant.
h. General Superintendent, Superintendent and General Foreman.
e 0
~
Page 3
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 a
rented to the Project. j.
k. Small tools. Items considered to be small tools are hammers, saws, screwdrivers, squares, levels and such other items which are normally used by a carpenter and/or laborer to perform his work. power screwdrivers, shovels, picks, sledge hammers, etc. shall be
purchased, if required for the work and authorized by the Constructior Manager, by the Contractor and shall become a cost of the work. All such tools, as well as other materials, so purchased shall become the
property of the City of Carlsbad.
Power saws,
1. Insurance cost related to the Project. (Insurance which is carried bs
the Contractor which covers the home office business operation and
facilities such as fire and theft, health and welfare insurance progr,
for home office employees and/or other similar insurance wich the
Contractor may wish to charge and/or prorate and assign as attributab
to the Project.)
m. Taxes, telephone and telegraph charges, (except jobsite telephone).
The type of reimbursable work that may be anticipated to be performed and
which shall be on an "as needed" basis is as follows:
a. Construction of temporary enclosures for toilets, hoisting facilities
4.
temporary power panels, temporary wood doors for storage areas, etc.
b. Dust palliation, pumoing and water diversion.
c. Cleanup and providinq rubbish containers.
d. Drinking water for jobsite personnel, including distribution of water
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 r eq uir eme nt s e
Any other work as may be authorized by the Construction Manager. k.
e e
'7
f
Page L
When directed by an authorized representative of the Construction Manager
the Contractor shall perform the "General Condtions" work. The value of I
work shall be established as follows:
LAB0 R a- -
The actual net cost to the Contractor of field labor, in accordance w
Prevailing Wage Rates, including required union benefits, premiums thc
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. M4TERIAL
5.
The actual cost to the Contractor of materials and such other direct
costs as may be approved by the Construction Manager, less all saving discounts, rebates and credits. All material shall become the proper
of the City of Carlsbad. Sales and/or Use Taxes are reimbursable on
materials and/or eauipment which have been authorized to be pur&ased
rented by the Construct ion 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 amour
of Ten Thousand Dollars ($10,000.00).
The Bidder to whom award is made will be required to furnish a
Performance and a Labor & Material Bond each in the amount of Twenty
Five Thousand Dollars ($25,000.00).
* e
1
Page 4
The cost for bonds shall become a cost of the Work.
f. PEWITS -
Permits of any type, if required, shall be obtained and paid for by th
Contractor. The cost of same shall become a cost of the Work.
9. SUBLET OF WORK
The subletting of work and/or services, such as watchman services, shz
be subject to the approval of the Construction Manager.
three bids for work and/or services shall be required,
work is sublet, the Contractor shall be permitted to only add a combir
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 for
the performance of the Work and authorized by the Construction Manage] shall become a cost of the Work.
A minimum of
In the event
h.
6. Billing shall be monthly on or before the 25th of each month. The
Contractor shall submit copies of payroll summaries with signed time
vouchers, material invoices and other invoices or bills of payment incurrr as job costs.
accordance with instruct ions received from the Construction Manager
The following are modifications, clarifications and/or deletions to the b
package for the General Conditions Work.
a. Notice Inviting Bids:
The Contractor shall submit the monthly billing in a form
7.
1. Item 8 - Bidders shall submit $IO,c)OO 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 la
and material bond shall be furnished.
Item.13 - Payments to the General Conditions Contractor will not
subject to retent ion.
3.
4.
b. Contract:
1. Items 1 & 2 - Contractor shall perform all work as directed by tt
Construction Manager.
2. Item 4 - Extra compensation provision is not applicable.
0 0
6.
*
Page 4
C. General Provisions :
Item 2 - All work shall be as requested by the Construction Manager. 1.
2. Item 5 thru 16, 18 thru 24, 26, 27 - Not applicable.
0 0
.I -. ..
*
Paqe 4
LIST OF CONTRACT DOCUMENTS
I. Contract documents prepared by Ruhnau, McCavin, Ruhnau/Associates, 5751 Palmer Way, Suite C, Carlsbad, CA 92008 (619) 438-5899. Plans dated
September 16, 1985.
a. Architectural Site Plans Sheets AC-1 thru AC-3
b. Architectural Public Safety Center Sheets A-I thru A-36
Public Service Center Sheets A-51 thru A-60A
c. Equipment Plans Sheets EQ-1 and EO-2
d. Structural Plans Sheets S-1 thru S-16 (10A thru 11
- e. Mechanical Plans Sheets M-I thru M-10
f. Plumbinq Pjans Sheets P-I thru P-8
q. klectrical Plans Sheets E-I thru E-20
11. Project manual (specifications) for the construction of the City of Carlsbad Public Safety and Service Center prepared by Ruhnau, 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.
J,
BRANDOW -e<&- it 30 STON ASSOCXATES s-=5c
C 0 .I S U LT 8 .) m 8 T a y -7 Y I A L: 8 .) Q S L) 8 8 DS
la.0 W- tXlIlP ST, Lo8 ANG- UUIORNIA e4417
'ttfun-s ILLO..O MIA COOS ais J EV15ED ERr*LEFwE EEv!
City of Carlsbad Public Safety & Service Center 2arlsbad. California
I I
]ob no. dr 21201 L
revision sc
Architam Pko-
WHNAU McGAVIN RUHNAU/ASSOClATES
3775 Tam S&- 1207 Eh A- a,-s* CA gzmi-xwo CJW 0 97008-199S
714,684-4664 619*US-?tJ4- - __
.sheet
S
L -
&G<&- L5L BRANDOW & JO STON ASSOCIATES
~*mSV&T8ma s+ruc7rmr%: RmclSmSSa8
T-Orrlt IU8S80 AIR- woe ass
.-
Ia.0 W. THIRD W.. La8 ANOlLLL ULJVOW4lA SO017 !J RR/ls m ME F%f=vA?lC
I revision City of Carlsbad Public Safety 2% Service Center . job no.
21 201 Carlsbad, California
1
C
A&w&L3~HL... S-95G BRANDOW & JO STOPI ASSOCIATES .*
C m m rn W LT t I- mtmw -T m AL: Sa:I I RS m8
**SO W. ntRO R, LO8 AMU.LLL UUlroRNIA BO017
.IIIlCWO)IC 1u8m# MLI am. aft !!!J WISED SECTION @
revision City of Carlsbad 1
AlChdOCtS pf8#lM
RUHNAU McGAVlN RUHNA U/ASSOClATES
377s rrnm Sklm Rwuto.. a 9fsuOr-35s9 1207 Ekn A- ca- CA 9xlod-l995
:she0
4 9
/o *
&-.-- 3-95G BRANDOW a 30 NSTON ASSOCIATES
CI L) II 1 L7I IO 011 YltU m A&' 6- aa I...*
8e.O W. =SUO m- US AXU- C*urORNlA 80087 TLUMOU. rlLL.s.9 ARLI woe ala
.T?EVEED SKTlON 8
.-
Public Safety & Service Center
C ark b ad. Calif or nia 'job no. 21 20f
Arthrlucfi Pf8nnm
RUHNAU McGAVlN RUHNAU/ASSOClATES
3775 TW SCCrr fto?Ekn*m
Rrrrrsrd. CA 92901-%69 carkb+d u gnX#-l*
she
'* 0 0
,
i pHPl B w nopp>q GWFT 4= ALWI6
L -- (qfy? pJwm2
et7 /p+ vBp&S*
I ,3
'LcB$w BW,G
t-llpfwz ..--- -
- . . . _-. --. -
i - 4."
CF i r;i
G%
________-_____._____.___-.. -----.---
EL8J47bt &.I . '
&
10 *
f3 - A%L-
%&k, t. 3,
__~ -___ __ - - --- - ---
\I I L-- mr4* eL ~ ---\
.
D --.-
I
Jf5wLEG+ T L c
am% 2-, -- -
' ___ I ------+
mm- i &?r
CCXE
(qj 1
T p-%\ J f-ELE w i
1 _-
r
a 0
kweu,tD4/-EI3, lr mh-l-w @l- w
.,
I.
-6 qfll
*fPw.IEW * 4t
rafdTW WE t=wwn&w
wm
1
4y #+ w
I ~ 52"*-- --
I qw w
! 3l.k GIJamra Ab. I
M
.I
b
e+ (,me rn “d’)
4Gk bbb -
Emm do. I
5t-k
/
U
* a; . ,Y
.J
I 3.
b
. ', ; *'
b
*GW w MI WP-
e@%
li i\ii I,\, ~gjiiij 11 i [T7 , +\ I[\ 11 \\I !i i \&,I$
\a\ !?+e Pm+L *F4 "A'
I i
'mu layan -.
!/g
\?< !,
'I , n m mL Cntw w "1