HomeMy WebLinkAboutHess Roofing Inc; 1986-02-11; 3006-6Eow il \f Recording Requested By aaeturn To:
City Clerk
1200 Elm Avenue
Carlsbad, CA 92008 NOTICE OF COMPLETION
To All Laborers and Material Men and to Every Other Perso
Interested:
YOU WILL PLEASE TAKE NOTICE that on January 13, 1987, th
project consisting of roofing at the Carlsbad Safety and Servic
Center, on which Hess Roofing was the Contractor, was completed.
CITY OF CARLSBAD
- PROJECT COORDINATOR
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the Cit
above described work as $ompleted/and ordered that a Notice o
Completion be filed.
Council of said City on 17 , 1987, accepted th
I declare under penalty of perjury that the foregoing i
true and correct.
Executed on J&, 1987 at Carlsbad, California.
CITY OF CARLSBAD
ALETHA L. RAUTENKRANZ -\ -
City Clerk
id$I FEE -5 &.j 8. 37 FEIf
I i COUHTY RfCOEDtE: VERA L. LY!X
L----- d
+qf7 -?I W
.. .. .
7. ~
. . -_
-" I_
-. ..
6: :; I I,
. -1. -. ' _.
3 - .- ..,.
0 0
1200 ELM AVENUE TELEP
CAR LSBAD, CALI FORN I A 92008 (619) 4:
Office of the City Clerk
@CQ df Marl8 bnb
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
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 Caclsbad 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 contractor
Notice of Completion - Engineering
Pneumatic Tubes at Carlsbad Safety and Service
Center; Air Link International Contractor
e 0
Vera L. Lyle
County Recorder
January 30, 1987
Page 3
Notice of Completion - Engineering
Cabinets at Carlsbad Safety and Service Center
Bowser Cabinets Contractor
Notice of Completion - Engineering
Tile at Carlsbad Safety and Service Center
McCandless Tile Contractor
Notice of Completion - Engineering
Painting at Carlsbad Safety and Service Center
Simmons and Wood Contractor
Notice of Completion - Engineering
Carpets at Carlsbad Safety and Service
Center; Vincent Wentz Contractor
Notice of Completion - Engineering
Access Floorink at Carlsbad Safety and SErvice
Center; Tate Access Floors Contractor
Notice of Completion - Engineering
Folding Partitions at Carlsbd Safety and
Service Center; Advanced Wall Systems Contractor
Notice of Completion - Engineering
Window Coverings at Carlsbad Safety and Service
Center; Sheward & Sons Contractor
Notice of Completion - Engineering
Lockers at Carlsbad Safety and Service Center
Goodale Co. Contractor
Our staff has determined that the recordation of these documents is
of benefit to the City; therefore, it is requested that the fees
be waived.
Thank you for your assistance in this matter.
$iii%Xfi eputy City Clerk
Encs.
Recording Requested By a a eturn To: 8 City Clerk
.I200 Elm Avenue
NOTICE OF COMPLETION . Carlsbad, CA 92008
To All Laborers and Material Men and to Every Other Perso
Interested:
YOU WILL PLEASE TAKE NOTICE that on January 13, 1987, tt-
project consisting of roofing at the Carlsbad Safety and Servic
Center, on which Hess Roofing was the Contractor, was completed.
CITY OF CARLSBAD
- - PROJECT COORDINATOR
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the Cit
above described work as nd ordered that a Notice c
Completion be filed.
Council of said City on g7 , 1987, accepted th
I declare under penalty of perjury that the foregoing i
true and correct.
Executed on /cc* J&, 1987 at Carlsbad, California.
CITY OF CARLSBAD
ALETHA City Clerk L. RAUTENKRANZ -7
P.O. BOX 20160-X
SANDIEGO, CA 92120
FmMom INDEMNITY -
OLLAPSE HAZAE9
PERSONAL INJURY
INDEPENDENT CONTRHCTORS
BROAD FORM PROPERW DAUAGE
PE2SONAL INJURY
ALL OWNED AUTOS (PRIV ?ASS )
ALL OWNED AUTOS (Fiy$R&2$N)
NON-OWNED AUTOS
GARAGE LIABILITY
ShQUhS ANY 5F THE &30VE DESCRE BE CANCELLED BEF
P!RAT$O@ DATE THEWfBF, TKE . MPAN"i ?%?LE EM
IF1CATE HOLDER HA
I d- e o
(The Atidthing Clause need be Cornpicled only when lhrr endorsement is isrucd rubrtquenl lo plPpJf.lllOn 01 :he policy 1
L 945
(t-6 1-11
CL 20 09 (Ed 01 73)
LIABILITY C 116 IS0 GI16 ADDITIONAL INSURED
(Owners or Conlractors)
This endorsement modifies such insurance as is afforded by lhe provisions of the policy relating lo the lollowma
COMPREHENSIVE GENERAL LIABILITY INSURANCE
MANUFACTURERS' AN0 CONTRACTORS LIABILITY INSURANCE
*.
--- -1 __ I I -----J
This endorsement. effective 7/1/86 , forms a part of policy NO CMP008208
issued to
by GOLDEN EAGLE INSURANCE COMPAW
(12 01 A M , slandJrd lime)
(COVTRAGE UNDSR THIS POLICY SYA RUTING VIT VAILABLFT
HESS ROOFING, INC. PRIMARY & N
Schedule
Name of Person or Oraanizalion (Additional Insured) location of Covered OperJlionr
CITY OF CARLSBAD, PURCI-IASIVG DYPT. JO5: CONTRACT a3006 - ROOFIWG/
1200 EL AVENUE WATFRPROOFING/IVSULATION CARLSBAD, CA 92008-1989
Premium Bases Rates Advance Premium
Bodily lnlury Liability cost TO RE $100 of cost 5 SUBJECT
Property Oamaee Liability Cost DETTRMINSD 5100 of cos1 $TO AUDIT
Total Advance Premium 5
It is agreed that
I. The "Persons Insured" provision is mended io include as ai1 insured Ihe person or organiialion n,inied above (herein3lter called ~ddiliuii.il ii1wit-d
but only with respect to liability arising out of (1) operjtion: performed for the additional insured by the named insured 21 Ihe localion deqignalpd ybov or (2) acts or omissions of the addilion~l insured in connection with his general supervision of such operations
2 None of the exclusions of the policy except exclusions (a). (0, (f). (gl (I). (I) and (m). apply lo this insurance
3 Additional Exclusions Thi: insurance does not apply
(a) to bodily injury or property dmage occurring Jfler
(I) all work on Ihe project (olher thJn ;ervice. maintenance or repz,:?) lo he pcrforrned by or on behjlf 01 (he xldilion.il iri.itrf(f .I( Ihr cilr fll Ii
covered operations has been comple!cd or
(2) that portion of the named insured's work out of which [he inlu:y or damage arises has been pu; to its intended use 3y anv person or o:ganizalil olher than another contractor or subcontractor engaged in performing operalions for a principal as a part of the sJme Prolect
(b) to bodily injury or property damage arising out of any acl or omission 01 the additional insured or any of his employees olher lhan gciicrdl tupcr-fi~ii 01 work performed for the additional insured by the named insured.
(c) lo property dainifc lo
(1) property owned or occupied by or renled to the ~dditional insured
(2) property used by the additional inured
(3) property in the care custody or control oi the Jddit,onaI insured or as to which the addilional insured is for Jny piir2ote ervc tint PbTlC control, or
(4) work perlormed for the additional insured by thc named insured
4 Additional Definition When used in reference to this insur~nce. "work" includes malerials p~rts and equipment furnished in conneclinn Ihe,cnllh
. . . . . . . .. -.-. [I! UTH E ni Eo -. ....*. . . . .-
6/19/86pas - 6- 7/1/56-87
9p<lFIg I'.5['"[4''C' ',~&ca,cy
pf- FJ7; ?Ol.-<-X 'Z~LJGE J EC,GLF IPS CC :P1hY LFTTFR , 1
I j:'! )TEC;;I 73, '42123
I
NAME AND ADDRESS OF IRSURED
I
- .I y n E i- hi I T )'
3- IC\ ?iilhl/dtH
COMPREUENSIVE FORF,
PREMlStS OPERA- ORS Ph(IPF9-Y 3/
kXPLOS ON AND COLLAPSE
UNDERGROUND HAIARC
PRODUCTS LONPLFEJ OPERAT ONS HALASO
CONTRACTUAL IYSURAUCt
BROAC) FORM PROPERTY ,
INDEPENDENT CORTRALTORS
PERSONAL NJLRY P:HS2LA 1hJI Rb
EXCESS FIABIlPTY
iI VUINr3
UMBREl LA FORM
OTHER TIiAh UMBRELLA
1 1 I
T;g'i; ')::?I <G/'I ~t~'l~A~~ :- [- "; T 1 F I [z 2 T - T
car--? J . "!-> THIS
- -
Gcnco&E&&orn: %houId~a,y, ~!,;I;e,.,abo~e described policies be cancelle? before the exoira:i:)q date thereof, the issuing
pany vv.i"l~hhew~or +o mail 3 Q ~idys wril notice to ;he beiov>, i7ai-i-e~ cer;iiica~e ilcIaer$&8&% >' if-&.I KdJ&h>h6E.i &"ex& Mi $OkdJ&Wb r@&.k&l%br Kab G"' % r%/xol rPwv%&fi< Lk ti &td$ %>u/.
""\( _-- .,l s j L - '3';:Lc
aratlon of the pollcy.) '
L9
(:Ed. 1
0 rnplelcd only when this endorsement Is Issued subrequt
CL 20 09 (Ed. 01 73)
C 116
IS0 C116
'e (The Attaching Clduae 4. J" &
LIABILITY
ADDITIONAL INSURED I pi',
(Owners or Contracfors)
This endorsement modifies such insurance as is afforded by the provisions of the policy relating to the following:
COMPREHENSIVE GENERAL LIABILITY INSURANCE
MANUTACTURERS' AND CONTRACTORS' LIABILITY INSURANCE
, forms a part of policy NO. CMP008208 .. (12:Ol A. M.. rrrndard tlme)
1.
This endorsemen), effective 2/ 1/86
issued to HESS ROOFING, INC.
by GOLDEN EAGLE INSURANCE COMPANY
LP& &@92aflz-...-..
COMPANY 'WILL GIVE 30 DAYS WRITTEN NOTICE
FOR ALL COMPANY INITIATED CANCELLATIONS
OF PREMIUM.
.. . . . . ~. . . . . L. . . d2Z.. . . . ~- OTHER THAN CANCELLATION FOR NON-PAYMENT Author Ied epres a ive '
Schedule
Name of Person or Orfanintion (Additional Insured) Location of Covered Operations
CITY OF CARLSBAD JOB: CONTRACT $3006 - ROOFING, WATER
PURCHASING DEPARTMENT & INSULATION
1200 ELM AVENUE
CARLSBAD, CA 92008-1989 Premium Baser Rates Advance Premium I
8odily Injury Liability Cos! $140, 358. 00 . $100 of cost f SUBJECT TO Property Damage liability cost $140,358.00 $100 of cost ' AUDIT Total Advance Premium 5
It is agreed that:
1. The "Persons Insured" provision is amended to include as an insured the person or organization named above ,(hereinafter called "additional lnSu but only with respect lo liability arising out of (1) operations performed for the additional insured by the named insured at the location designated or (2) acts or omissions of the additional insured in connection with his general supervision of such operations.
2. None of the exclusions of the policy, except exclusions (a), (c). (t). (2). (i), (i) and (m). apply to this insurance.
3. Additional Exclusions This insurance does not apply:
b
(a) to bodily injury or property damage occurring afkr
(1) all work on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured at the site covered operations has been compleled or
(2) that portion of the named insured's work out of which the injury or damage arises has been put to its intended use by any person or oi'gan other than another contractor or subcontractor engaged in pertorming operations for a principal 3s a pait of the same projecl;
(b) lo bodily injury or property damate arising out of any act or omission of the additional insured or any of his tmployees. other than general rupe of work performed for the ;additional insured by the named insured:
(c) to property damage to
(1) ptoperty owned or occupied by or rented lo the addilbnal insured,
(2) property used by the additional insured,
(3) property in the care, custody or control of the additional insure:! x 2s to .af?ic? :he 3ddiiional insured Is for any purpose exercising p control. or
(4) work performed lor the additional insuied by the named insured.
4. Addilicnal Delinition When used in relerence to this insurance. "work" inc!udes materials. aarts and equipment furnished in connection there!
1/16/86nck - 10 - 10 / 21/85-t36
..e:..::::%' fpHEKTIC0
I ..... . ..I..*
I
I
PACIFIC rwiwuNcE AGENCY
P3 RUX 20160-X
SAY DIEGO CA 92120 I
NAME AND ADDRESS OF INSURED
INDEWYITY -
HESS ROOFING INC * 0 8EX 118
I SAXTEE CA 92071 ;CoU?AP.'I -- 1.rTTFR /- 1
-
201 ILY IUV3tR tALt
OCCJ9REVCE '
COMPREHEhSiVE FORkl date 10/21/F!
PREMlStS OPERAT OhS Pf.OPE3-I DANAL-
tXPLOSlON AND COLLAPSt
UNDERGROUhDHAZARD
PRODUCTSiCOMPLETED OPtRATIONS HAZARD
CONTRACTUAL INSLRANCE
BROAD FORM PROPERTY
INDEPENDENT CON-RACTOH'
PE*SOVAL INJURv
Incept i on date 10/2 P/8 60011Y Ih.JqY CDMPREHENS VE FORM
i O(LJHHIP\Ck
(( hiP'Nt 2
XCESS LIABIL:TY
UMBREl LA FORN
________~
___I
I JOB: CDKTRACT B13006 - RCOFIYG/WATER PPOOFTYG/INSUL4TI3N
CEPTIFICATF HCLDEP IS NAFED AS ACDITICINL'AL IhSURE3 AS I
QESPECTS THIS GONTRaCT ONLY COVERAGE UNDER THIS POLICY SHALL BE PI I
1 8.z NON- CONTRI BU_TI_N_G_41YILTH ANY QTHERINSURANCEAVAILABLEOT~E-€~T~~~
CancoOBo(:Bon: Should any of rhe above desc:Ibed policies be czncelled b$forz :he exp ra~ c:n dzte ihereoi, the iss~ina I
~ pany vvifi%M~kW& mail 3C days wricten nscice LzI t!3e be~sw qsneri certiiica:e ~olc!errX&8M
I
XMIXWX&&:X%XKX&X&XX @&@.%%a# ~r~~~i~[~~~~~~~~~~~~~r~i~~
~ATEW~IU Jan 16, 1986 H -
CITY OF CARLSf3AC
1200 FL AVENtlE
PLI2CHASIVG PEFAETFEBT
cAiuBar CA Q200~i-1989
i (The Attaching Clause n completed only when this endorsement is issued subsequen
CL 20 09 (Ed. 01 73)
G 116 IS0 6116 ADDITIONAL INSURED
(Owners or Contractors)
This endorsement modifies such insurance as is afforded by the provisions of the policy relating to the following:
COMPREHENSIVE CENERAL LlABllfTY INSURANCE
MANUFACTURERS' AND CONTRACTORS' LIABILITY INSURANCE
eparatlon of the policy.)
1
(Ed
* * s* -
LIABILITY
, forms a part of policy No. CMP008208 (12:Ol A. M., standard the)
1
This endorsemen?, effective JANUARY 16, 1986
issued to HESS ROOFING, INC.
by GOLDEN EAG:LE INSURANCE COMPANY .-.
COMPANY WILL GIVE 30 DAYS WRITTEN NOTICE f: FOR ALL COMPANY INITIATED CANCELLATIONS
OF PREMIUM.
OTHER THAN CANCELLATION FOR NON-PAYMENT
Schedule
Name of Person or Organization (Additional Insured) Location of Covered Operations
CITY OF CARLSBAD JOB: CONTRACT #3006 - ROOFING, WATE
PURCHASING DEPARTMENT & INSULATION
1200 ELM AVENUE
CARLSBAD, CA 92008-1989 Premium Bases Rates Advance Premium I
Bodily Injury Liability Cost $140, 358. 00 $100 of cost s SUBJECT TO
Property Damage Liability cost $140, 358. 00 $100 of cost ' AUDIT Total Advance Premium s
It is agreed that:
1. The "Persons Insured" provision is amended to include as an insured the person or organization named above (hereinafter called "additional ins:
but only with respect to liability arising out of (1) operations performed for the additional insured by the named insured at the location designatec
or (2) acts or omissions of the additional insured in connection with his general supervision of such operations.
2. None of the exclusions of the policy, except exclusions (a), (c), (f), (g), (i), (j) and (m), apply to this insurance.
3. Additional Exclusions This insurance does not apply:
(a) to bodily injury or property damage occurring after
(1) all work on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured at the sit€ covered operations has been completed or
(2) that portion of the named insured's work out of which the injury or damage arises has been put to its intended use by any person or orgai
other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project:
(b) to bodily injury or properly damage arising out of any act or omission of the additional insured or any of his employees, other than general sup1 of work performed for the: additional insured by the named insured;
(c) to properly damage ta,
(1) property owned 01 occupied by or rented to the additional insured,
(2) property used by the additional insured,
(3) property in the care, custody or control of the additional insured or as to which the additional insured is for any purpose exercising control, or
(4) work performed for the additional insured by the named insured.
4. Additional Definition When used in reference to this insurance, "work" includes materials, parts and equipment furnished in connection there
- 10 - 10/21/85-86
0 0
.,
> /' ,' ,' f, 7
i-- 4.- -,,L,,L /{c-4</,-, ', ', ,
6id'der's Name 8' p9j
CITY OF CARLSBAD
SAN DIEGO COUNTY
CALIF0 RHIA
BIDDING DOCUKNTS
FOR
PUBLIC SAFETY AND SERVICE CENTER
CONTRACT NO. 3096
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
C ont r ac t 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
1 : q 0 0
c
Page 15 +
C,ONT R4CT
THIS AGREEMENT, made and entered into this //& day of - 7 19& by and between the City of Carlsbad, California, a municipal corpofltion
(hereinafter called Yity"), and Hess Roofing 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:
ROOFING, WATERPROOFING AND INStiLATION
(hereinafter called "project")
Provisions of Labor and Materials.
materials, tools, equipment and personnel to perform the work specified b]
the contract documents.
2. Contractor shall provide all labor,
3. Contract Documents. The contract documents consist of this contract; the
bid documemts, including the notice to bidders, instructions to bidders ar
contractors proposal; the plans and specifications and all proper
amendments and changes made thereto in accordance with this contract or tt
plans and specifications; and the bonds for the project; all of which are
incorporated herein by this reference.
4. Payment. As full compensation for Contractors performance of work under
mntr'act, City shall make payment to Contractor per the terms outlinc
in the Notice Invitinq Bids, Item 13. Contract amount One hundred forty
thousand three hundred fifty eight dollars $ 140,358
Payment of undisputed contract amounts shall be contingent upon Contract01
furnishing City with a release of all claims aqainst City amd Constructior
Manager arising by virtue of this contract as it relates to those amounts.
Extra compensation equal to 50 percznt of the net savings may be paid to
Contractor for cost reduction chanqes in the plans or specifications made
pursuant tlo a proposal by Contractor. The net savings shall be determinec
by City.
City.
No payment shall be made ukrless the chanqe is approved by the
5. Independent Investigation. Contractor has made an independent
investigation of the jobsite, the soil conditions under the jobsite, and
all other conditions that might affect the progress of the work, and is
aware of those conditions. The contract price includes payment for all
work that may be done by Contractor in order to overcane unanticipated
underground conditions. Any information that may have been furnished to
Contractor by City about underground conditions or other job conditions i
for Contractor's convenience only, and City does not warrant that the
conditions are as thus indicated. Contractor is satisfied will all job
conditions, includinq underground conditions and has not relied on
information furnished by City.
i t' 0 0
I
"r
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 or
from the action of the elements or from any unforeseen difficulties which
may arise or be encountered in the prosecution of the work until its acceptance by the City.
incurred in the suspension or discontinuance of the work. However,
contractor shall not be responsible for reasonable delays in the completion
of the work caused by acts of God, stormy weather, extra work, or matters
which the specifications expressly stipulate will be borne by City.
7. Change Orders. City may, without affecting the validity of this contract,
order changlz, modifications, deletions and extra work by issuance of
written change orders. Contractor shall make no change in the work without
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 change order designating in advance the amount of
additional compensation to be paid for the work. If a change order deletes
any work thle contract price shall be reduced by a fair and. reasonable
amount. If the parties are unable to agree on the amount of reduction the
work shall nevertheless proceed and the amount shall be determined by
arbitration or litigation. The only person authorized to order changes or
extra work is the City Engineer. However, no change or extra work order ir
excess of $5,000.00 shall be effective unless approved by the City
Council.
Contractor shall also be responsible for expenses
8. Prevailing 'Wage. Pursuant to the Labor Code of the State of California, T the City Council has ascertained the general prevailing rates of per diem
wages for each craft or type of worker needed to execute the contract and E
schedule containing such information is in the City Clerk's office and is incorporated by reference herein.
contractor shall pay prevailinq wages.
apolicable prevailing wages on the job site.
Pursuant to Labor Code Section 1774
Contractor shall post copies of all
9. Indemnity. Contractor shall indemnify, hold harmless and defend the
Construction Manager and the City and its officers and employees, and each of them, from any and all liability or loss resultinu from any suit, claim or other action brought against the City, or for any other losses of
whatever nature, directly or indirectly arising from the acts of Contractor or its officers, employees or agents done in the construction of this
project or in the performance of this contract regardless of responsibilitj
for negliqence. The expenses of defense include all costs and expenses,
including attorneys fees, of litiqation, arbitration or other dispute
resolution method. Nothing in this paragraph shall require contractor to
indemnify City for losses caused by the active negligence of City.
IO. Contractor shall provide Certificates of Insurance evidencing coverage in
amounts not less than the following:
I’ i C” 0 0
,
c Page 17
Coverage Combined Single Limits
Automobile Liability $ 500,000
General Liability 500,000 Products /Complet ed Ope rat ions 500,000
Blanket Contractural 500,000
Contractor I s Protective 500,000 Personal Injury 500,000
Excess Liability 5O0,OOO
Other
Contractor may be required to increase the limits of liability insurance if
the size anld nature of the project require excess coverage.
Contractor shall cause the City and Construction Manager to be named as an
additional insured on all policies concerning the subject matter or
performance of this contract.
11. Workers Cplnpensation. 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 from all claims, loss, damage,
injury and liability of every kind, nature and description brought by any
person employed or used by Contractor to perform any work under this
contact regardless of responsibility for negligence.
tonstruction Manager, certification of the policies mentioned in Paragraph:
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 expiratior
of at least thirty (30) days after written notice of such cancellation has
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 an)
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.
Maintenance of Records.
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 of business as specified above, Contractor shall so inform the City by
certified letter accompanying the return of this contract. Contractor shall notify the City by certified mail of any change of address of such
records.
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 arisinq
14. Contractor shall maintain and make available to
STATE OF CALIFORNIA
COUNTY OF San Diego 1 ss
On JanuaryAl, 1986 , before me, the undersigned, a Notary Public in and for said State, personally
Arthur A. m. .Tr. ____ ___ personally known to me or pro
on the basis of satisfactory evidence to be the Virp President, and N!A
known to me to be the N/A Secretary of the Corporation that executed the within Instrument known to me to be tl who executed the within Instrument on behalf of the Corporation therein named, and acknowledged to me thai such Corporation executed the
acknowledged to me that such Corporation executed the within Instrument pursuant to its by laws or a resolution of its board of directors
WIT
/
if7 9 /+' / IS L (Seal)
#/ #/ '&4/P&~LLA=&&~+"L/ + (Notary Public's Signidre)
023077 9-82* 25 PS Corporation Notarial Acknowledgment
I < a* e 0
Page 18
15, Labor Code Provisions: The provisions of Part 7, Chapter 1 commencing with
section 1/20 of the California Labor Code are incorporated herein by
reference.
dpropriate securities may be substituted for any monies withheld by
City to secure performance of this contract or any obligation established
by this contract.
16. Securit . Pursuant to the requirements of law (Government Code Section
27. Additional Provisions-. Any additional provisions of this agreement are set
forth in the "Generaf Provisions'' or "Special. Provisons" attached hereto
and made a part hereof.
2 - li ,'---g&35 Contractor
(Not ari al acknow:ledgeme nt of
execution by ALL PRINCIPALS
must be attached.)
BY
Title
1)
Contractor's Principal Place of Business
CITY OF CARSBAD, CA IFORNIA d' &-L
3k
BY Mayor 1(;1
ATTEST:
Contractor's Certification of Awareness of Workers Compensation Responsibility.
"1 am aware of the provisions of Section 3700 of the Labor Code which require
every employer to be insured against liability for workers compensation or to undertake self-insurance in accordance with the provisions of that code, and I
will comply with, such provisions befor
of this contract."
c .. 1 a a
Page 19
LABOR AND MATERIAL BOND BOND NO. 505296
KNOW ALL PERSONS BY THESE PESENTS:
WHEFEAS,'the City Council of the City of Carlsbad Resolution No. 8343 adopted January 7, 1966 , has awarded tc
Hess Roofins In?. , hereinafter designata as the ''Principalp1, a contract for:
ROOFING, WATERPROOFING AND INSULATION
State of California, by
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 tens thereof require the furnishing of a bond with said contract, providin
that if said Principal or any of his/her or its subcontractors shall fail to pa
for any materials, provisions, provender or other supplies or teams used in,
upon for or about the performance of the work agreed to be done, or for any wor
or labor done thereon of any kind, the Surety on this bond will pay the same to
the extent hereinafter set forth.
NOW, THEREFORE, WE, HESS ROOFING, INC.
as Principal, hereinafter designated as the llContractor", and
as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of
said?%&%$%qual to 5yper
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 worf
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 brought up01
the bond, a reasonable attorney's fee, to be fixed by the court, as required b
the provisions of Section 4202 of the Government Code of the State of
C a1 i f o r ni a .-
OHIO FARMERS INSURANCE C.OMPANY Y
SPW t Ld nnp hi1 Dollars ($ 70,179 1 f the estimated amount of the
e
Cr :nis :~,e 21ST day of JANUARY 10&, befort
c A , ' - ,x,.-. -, Cocr.!;, s/ ;,-,.',a d -'-'+ TRISH DOMINIQUE
.+a ,,'- ,,,- -., e=-:-- -.,ci8sed Notar/ Public, perscnaliy appe3r.d
a oe:z.onsl!y :kno;vn to me
L c:cve6 :s me or, the basis of satisfactor{ evidence
:a te :;le ;ersc;n(s) who executed the ,oi;hin ins:rurrer,t as
ATTORNEY IN FACT or on 5ehaif of :be corpcra!ion :
named. and aciinowledged to ne :ha( :h; cor9a:ation oxecu:ed i:.
-
CcaPo2A:; AC:<:,~,~,~::,:~E.,: =:=-., 7.:: 252 NAT.ONAC .,c:~,a., rsscC'~':C*I. i3C:z '~t-:~,a ?'-e .vic~cli
0 1 -* ..
,- <
.I
Page 20
This bond shall irisure 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) give a riqht of action to them or their assigns in any suit brought upon this bond, as required by the provisions of Sectfon 4205 of the Government*Code of the State of California.
Sn the event that any Contractor above named executed this bond as an
fndividual, it is agreed that the death of any such Contractor shall not
exonerate the Surety from its obligations under this bond.
IN WITNESS WHEFEOF, this instrument has been duly executed by the Contractor and
Surety above named on the 21ST day of JANUARY 9 19 86
(Notarize or Corporate Seal for Each Siciner) tont r act or
Surety a
c
\
d
*
-
,p 0 0 G e-n er,a I
Power '
of Attorney Ohio Farmers Insurance C
CERTIFIED COPY Westfield Center, Ohio 81 -08
Know AlIMen by These Presents. That OHIO FARMERS INSURANCE COMPANY. a corporation dulyorganized and existing under the the Stateof Ohio, and having its principal office in Westfield Center, Medina County, Ohio, does by these presents make. constitute and a ..... WILLIAM .E.. . SP.IC.ER ,. GLEN ... .SEVERALLY.. ......................................... ..................................
of ..SAN..D.IEGO ................. andstateof .CALI,FORN,IA..
.... UNDERTAKINGS,. .O.R. .OTHER. .INSIURMENT.S. .OR. CONTRACTS.. OF. .SU.RETY.SHI P.. ...
. .DETHLO.FF., . ARTHUR. MAP ARET.. E ?. .tK. C.OB.B.,. . J.Ol.rJTIY.. C
............................................................................ ......................................
.... ........ nd lawful Attorney(s)-in-Fact, with full pov
authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver .'ANY. .AND. ALL. .BO.NDS., . RECOGNlZ!
..................................... .................................................................. ..................................... .............................. .............. ............ ...................................... ..................................... .................................. .................................................... .......................................
........................ ........................................... .................................. ........................................... ....................................... .............................
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President. sealed with the corporate the Company and duly attested by its Secretary. hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premise
' appointment is made under and by authority of the following resolutions adopted by the Board of Directors of the Ohio Farmers Insurance Cc
"Be It Resolved, that the President. any Vice-president. any Secretary or any Assistant Secretary shall be and is hereby vested v power and authority to appoint anyone or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Co subject to the following provisions: "Section 7. Attorney-in-Fact Attorney-in-fact may be given full power and authority for and in the name of and on behdlf of the Co
to execute, acknowledge and deliver. any and all bonds, recognizances. contracts. agreements of indemnity and other conditional or ob undertakingsand any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instrurr executed by any such Attorney-in-fact shall beas binding upon the Company as if signed by the President and sealed and attested by t porate Secretary." (Adopted at a meeting held on the 3rd day of July, 1957.)
"Be It Resolved, that the power and authority to appoint Attorney(s)-in-Fact granted to certain officers by a resolution of this Board 3rd day of July, 1957. is hereby also granted to any Assistant Vice-President." (Adopted at a meeting held on the 13th day of July
In Witness Whereof. OHIO FARMERSINSURANCECOMPANY hascaused these presents to besigned byit&\SSI.. .VICE. Pf?ES.IDE
and itscorporate seal to be hereto affixed this ........... .??th.. .... blB.ER .............. A.D.,l&.!.. ..
LOMS. .G'.'. GR~~~M,,. . JR ...;. .Als.s.r'sTANT. .V.~
. A.D.. I&.!. .. .beforemepersonallycame .Lo.u!.s. .G:. . GRAHAM., . JR..
...... ;thatheiJ.SS.T ... .V.IC,E. .PF
OHIO FARMERS INSURANCE COMPANY
By _..<,f c-, -c L 2d. L-:( (Z L A' ,: 1 L- i-, &+ .
................ ..... PRES I DENT t State of CALI FO
county of ............................. ORANGE ss.:
On this .... .?8.!h.. .. day of ..... .DE.cE?@.ER
to me known. who. being by me duly sworn. did depose and say, that he resides in . SA!!?!!. !!PIA of OHIO FARMERS INSURANCE COMPANY. the company described in and which executed the ve instrument: that he knows the seal Company; that the seal affixed to said insirurnent is such corporate seal: that it was so affixed by order of the Board of Directors of said Co
CERTIFICATE
1. .... J :. .C!?M!ES.. ........................... PSSISTANT. Secretary of the OHIO FARMERS INSURANCE COMPANY. do certify that the above and foregoing is a true and correct copy of a power of Attorney. executed by said Company. which IS still in full for effect; and furthermore. the resolutions of the Board of Directors, set out in the power of Aliorney are in full force and effect.
In Witness Whereof, I have hereuritoset my hand and affixed theseaiof said Company at Westfield Center, Ohio. this .................. 21 ST
dayof .............. JANUARY.. .... AD.. 19 .86. %fddA; 'KssI$.+A'NT ............ Serrrrtar
BD 5410 C (Rev 2-771
e rl) .a F-'
Page 21
PERFORMANCE E"D BOND NO. 505296 .. PREMIUM: $1,263.00
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, by
4%iiP1~~ririci~~.~~, a contract for:
f4OO F 1 NG , WATER PRO0 F I NG AND I NSULAT I ON
in the City of Ceirlsbad, in strict conformity with the drawings and specifications and other contract documents now on file in the Office of the
City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said contract and
the terms thereof' require the furnishing of a bond for the faithful performance of said contract;
\
Resolution No. 8343 adopted v 7- lclkfi . , has awarded tc
ofi na w. , hereinafter designatec
, NOW, THEREFORE, WE, HESS ROOFING, INC. 9
as Principal, hereinafter designated as the "Contractor", and
as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of
OHIO FARMERS INSURANCE COMPANY e
Dollars ($140,358 1, imated amount of the
contract, to be paid to the said City or its certain attorney, its successors
and assiqns; for vthich 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 the above bounden Contractor,
hisfher or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the
covenants, conditions, and aareements in the said contrhct and any alteration
thereof made as therein provided on hisfher or their part, to be kept and
performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save
harmless the City of Carisbad, its officers and agents, as therein stipulatenl,
then this obliqation shall become null and void; otherwise it shall remain in
full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no
change, extension. of time, alteration or addition to the terms of the contract
or to the work to be performed thereunder or the specifications accanpanying the
same shall affect its obligations on this bond, and it does hereby waive notice
of any chanqe, extension of time, alterations or #addition to the tens of the
contractor or to the work or' to the swcif'ications. '
e
State o: L~~Ic~E~E Cn :his the 21sTd,y of JANUARY 19&, be fore P-
TRiSH DOMINIQUE
;ne 3nco:si,;ned NG:ZP/ 'ublic, Sersznai!y aqpear~c!
il V@:?c. .I 4s A?q= '.-. 2; pL&--m
13 sersznai::/ !knc%,v; io ,72
L: prcved !c ~TE! On :he jasis of satisiactcry evident?
to ,be :he ,zerxci;(s) ";TO zxecuted :h~ xithyn ins:icnent 2s
-
ATTORNEY I N FACT cion 'zehali of :he coraorakion th
--
!tic :a,-!'~ z;~;a;zr2
c02xii;i: ;C:<.r;Cvl~~.~~;c~~IT =.zi;:A 7>zn 3:72 ~;;:z,v~t- v~7;? ~S32C:i::Czr - Z:ClZ'i?nl;r3 jlrc. .7:c~cld
..
e W I /' .* ,
Page 22
In the event that any Contractor above named executed this bond as an
individual, it, 1s agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond.
IN WITNESS'WHEEOF, this instrument has been duly executed by the Contractor and Surety &ove named on the , 19 86 day Of ' ' JANUARY - 21~~
. HESS .ROOF .f NG; I NC. .... -~
(Notarize or Corporate
Seal for Each Signer) Contractor
,
Plllp FA:ARMERS INSURANCE COMPANY P. 0. Box 11995
'Surety
5-
A
e
I
t
..I -.
0 v d ,/ w.
G'e n e r;i I
Power x
of Attorney Ohio Farmers Insurance C
Westfield Center, Ohio CERTIFIED COPY 81 -08
Know A// Men by These Presents, That OHIO FARMERS INSURANCE COMPANY. a corporation dulyorganized and existing under the I
the State of Ohio, and having its principal office in Westfield Center, Medina County. Ohio, does by these presents make, constitute and a .... WILLIAM .E.. . SP.IC.ER,. .GLENN. .A. .DETHLC).FF. ,. ARTHUR. C.HAFIMAN,. MARGARET.. E.. .I% .C.O8.8., . J.OI.NILY.. .Q
of . .SAN.. D.I EGO.. ........ I.fORN.IA.. ............. its true and lawful Attorney(s)-in-Fact, with full pow
.............................................. .............................................. .......................................................................... ..............................................
xecute. acknowledge and deliver .'ANY. .AND. ALL. .BO.NDS., . RECOGNIZA S. .OR. CONTRACTS.. OF. .SU.RETY.SHI P.. ... .........................
.................................................................................................................................
............................................................................................ ....................... ...
................ ....................................................
................................................................................................ ........................ .......... ..............................................
........................................................ .........................
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President. sealed with the corporate the Company and duly attested by its Secretary. hereby ratifying and confirming all that the said A:torney(s)-in-Fact may do in the premise
* appointment is made under and by authority of the following resolutions adopted by the poard of Directors of the Ohio Farmers Insurance Co
"Be It Resolved, that the President, any Vice-president. any Secretary or any Assistant Secretary shall be and is hereby vesied w power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the COI subject to the following provisions: 'Section 1. Attorney-in-Fact. Attorney-in-Fact may be given full power and authority for and in :he name of and on behdlf of the COI to execute. acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or ob1 undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder. and any such instrum executed by any such Attorney-in-Fact shall beas binding upon the Company as if signed by the Presiden: and sealed and attested by ti porate Secretary." (Adopted at a meeting held on the3rd day of July, 1957.)
"Be It Resolved. that the power and authority to appoint Attorney(s)-in-Fact granted to certain officers by a resolution of this Board
3rd day of July. 1957. is hereby also granted to any Assistant Vice-President." (Adopted at a meeting held on :he 13th day of July,
In Witness Whereof, OHIO FARMERSlNSURANCECOMPANYhascaused these presentsto besigned byits!XST.. .VICE. pgES.IDE 29 th .... ... anditscorporaieseal to be heretoaffixedthis ........................... dayof .DEcE.k1g.E8.. ............ A.D.. lg.!.
OHIO FARMERS INSURANCE COMPANY
c-/ < c 2d. :<:'I. (2 A re- i i c. 0 /+ % By LO<& ~. . .GRAH~M.. . JR .-.;. .A3S.r'sTANT. 'V.1
9 ............................... ss.: PRESIDENT i State of CALIFORNIA
County of .... .ORANGE.. .............
to me known. who, being by me duly sworn. did depose and say, that he resides in . SAflTA. !!PIA. ......... ; that he ,$!SST.- . v.1 CE .pP On this ... ..??t.h .... dayof ..... .DE&E.k1B,ER.. ..... A.D.. 18.1.. ... beforeme personallycame .io.u~.s. .G:. . G!/!H&M., . JR.,
of OHIO FARMERS INSURANCE COMPANY. the company described in and which executed the above 1ns:rument: :hat he knows the seal
Company: that the seal affixed to said instrument is such corporate seal: that it was so affixed by order of the 3oard of Direc:ors of said Coi and that hesigned his name thereto by like order. re--. -A .'.W - - GAL 'SEAL -- 1 1 . .c?. .$. G!/4<1w id.. Notary ........... Public j
*Dl$&; I W: flr JL.. .'A.?S'It'TA'Nf ............ Svr0t-r
J. E. JERNIGAN
NOTARY PIJBUC. CALIFORNIA !
PRlliCl?Al OFFICE IN i
OftA. 'GE COUNTY I ISSICN EXPIRES JAN. 24. 1984 1
J/E . J RNTGAN, /J /
- ...... .--._ ""P
CERTIFICATE
I. ..JOHN.W,..COMBES ................... ... AS.SI.SfANT. Secretary of the OHIO FARMERS INSURANCECCMPANY. do certify that the above and foregoing is a true an effect; and furthermore, the resolutions of the Board of Directors, set out in the power of Attarney are in full force and effec:.
t copy of a power of Attorney. executed by said Company. which IS st111 in full for
21 ST In Witness Whereof, I have hereuntoset my hand and affixed theseal of said Company at Westfieid Center. Ohio. this ..................
day of ............. ARY ...... A.D..19 .?6.
BO 5410 C IRev. 2-77)
G 0 0
Page 23
GENERAL PROVISIONS
t. PLANS AND SPECIFICATIONS
The specifications for the work shall consist of the latest edition of the
Standard Specifi-cations, for Pub,lic Works Construction hereinafter
designated SSPWC, as issued by the Southern Chapters of the American Public
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).
dtilized for this project are the San Diego Area Regional Standard
Drawings, hereinafter designated SbRS, as issued by the San Diego County
Department of Transportation, toqether with the City of Carlsbad
Supplemental Standard Drawings.
enclosed with these documents. A detailed list of the plans and specifications are attached hereto and made a part hereof.
The standard drawings
Copies of pertinent standard drawings are
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 project work as shown on the project plans and as specified in the specifications.
3. DEFINITIONS AND INTENT
A. Architect:
The word "Engineer" shall mean the architect or his approved
represent at ive .
B. Cons truict ion Manager:
The word "Construction Manager" shall mean Koll Construction Company.
C. Reference to Drawings:
Where words "shown", "indicated", "detailed", "noted", "scheduled" or
words of similar import are used, it shall be understood that referencl
is made! to the plans accomoanying these provisions unless stated
otherwise.
D. Direct ions :
Where words "directed", desiqnated" , "selected" or words of similar
import are used, it shall be understood that the direction, designatio
or selection of the Construction Manager is intended unless stated
otherwise. The word "required" and words of similar import shall be
understood to mean "as required to properly cmplete the work as
required and as approved by the Construction Manager" unless stated
otherwise.
0 0
Paqe 24
E) Equals and Approvals:
Where the words "equal", "approved equal", "equivalent" and such words
of similtar 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",
"acceptance", or words of similar import are used, it shall be
understood that the approval, acceptance, or similar import of the
Architect is intended.
F) Perform and Provide:
The word "perform" shall be understood to mean that the Contractor, at
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 her/his expense, shall furnish and install the work,
complete in place and ready to use, includinq furnishing of necessary
labor , materials, tools equipment and transportation.
4. CODES AND STANDARDS
Standard specifications incorporated in the requirements of the
specifications by reference shall be those of the latest edition at the time of receiving bids.
producers of materials so required either have such specifications
available for reference or are fully familiar with their requirements as
pertaining to their product or material.
It shall be understood that the manufacturers or
5. CONSTRUC,TIOIN 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 Manager
monthly the Construction Schedule to insure completion of the whole or any
part of the work.
The Contractor shall begin work after being duly notified by an issuance of
a llNotice to Proceed" and shall diliqently prosecute the work to completior
in connection with the construction schedule as approved by the
Construct ion Manager.
6. NONCONFORMING WORK
The Contractor shall remove and replace any work not conforming to the
plans or specifications upon written order by the Construct ion Manaqer.
Any cost caused by reason of this nonconforming work shall be borne by the
Contractor.
a 0
Page 25
7. GUARANTEE
All work shall be guaranteed for one year after the filing of a "Notice of
Completion1' and any faulty work or materials discovered durinq the
guarantee period shall be repaired or replaced by the Contractor.
8. MANUFACTUER'S INSTRUCTIONS
Where installlation of work is required in accordance with the Product
manufacturer's directions, the Contractor shall obtain and distribute the
necessary copies of such instructions, including two copies to the
Construction Manager.
9. INTERNAL COMBUSTION ENGINES
All internal combustion engines used in the construction shall be equipped
with muffleirs 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 progress 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 not
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 tht
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 decisior
relative to said intent will be final and binding. Failure of the Contractor to apprise her/his subcontractors and materials suppliers of
this condition of the contract will not relieve her/him of the
responsibility of compliance.
e e
Page 26
13. SUBSTITUTION OF MATERIALS
The Prooosal of the Bidder shall be in strict conformity with the drawinqs
and speciffcations and based upon the items indicated or specified.
Contractor may offer a substitution for any material, apparatus, equipment
or process indicated or specified by patent or proprietary names or by
names of manufacturer which 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 proposed substitute, material,
apparatus, equipment or process tested as to its quality and strength, its
physical, chemical or other characteristics, and its durability, finish, o
efficiency,, by a testing laboratory as selected by the City. If the
substitute offered is not deemed to be equal to that so indicated or
specified, then the Contractor shall furnish, erect, or install the
material, apparatus, equipment or process indicated or specified. Such
substitution of proposals shall be made prior to beginning of construction
if possible, but in no case less than ten (IO) days prior to actual
installation. Substitution shall also include a statement of credit to be
issued.
The
14. FECOW) DRAWINGS -
The Contractor shall provide and keep up to date a complete "as-builtl'
record set of plans, which shall be corrected daily and show every change
from the original drawinqs 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 purpose may
be obtained from the Architect at cost. This set of drawings shall be kept
on the job and shall be used only as a record set. Upon completion of the
work, and prior to release of retention, the Contractor shall transpose a1
"as-built" information on to a set of reproducible sepias. Drawings shall
be drafted in a professional manner and shall locate by dimension and
elevation a11 concealed work, and chanqes in manufacturer information.
"As-builts" 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 b
the City 0% Carlsbad at no charge to the Contractor.
responsible for all other required licenses and fees.
The Contractor is
I e e
Page 27
16. QUANTITIES IN THE SCHEDULE
The City reserves and shall have the riqht, when confronted with
unpredicted conditions, unforeseen events, or emergencies, to increase or
decrease tihe quantities of work to be performed under a scheduled unit
price item or to entirely omit the performance thereof, and upon the
decision of the City to do so, the Construction Manager will direct the
Contractor to proceed with the said work as so modified. If an increase 1
the quantity of work so ordered should result in a delay to the work, the
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 where
the work is being performed.
all times, as required by the conditions and progress of the work, all
necessary safeguards for the protection of workers and public and shall
post danger signs warning against hazards created by such features of
construction as protruding nails, hoists, well holes and falling
ma teri a1 s .
17.
He/she shall erect and properly maintain at
18. SURVEYING
Column control lines, offset outside the perimeter of the building, and a
vertical control (benchmark) will be furnished by others. Contractors
shall perform their own engineering (survey staking) including elevations
as required.
Survey staking for the sitework (bid package number 1) shall be provided I:
the City. Rough grade stakes at 50'-0" centers minimum to or toe-of-slope
as required, surface and underground improvements at 25'-0" to 50'-0"
centers including critical points with offsets, and blue tops for building
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 :
A.gency Abbreviation
American Society for Testing Materials AS TM
U.S. Goverinment Fed. Spec.
National Board of Fire Underwriters NBFU American Institute of Steel Construction AISC
American Standards Association ASA
Underwriters Laboratories, Inc. UL Department of Commerce Standards cs
American Concrete Institute ACI
e 0
Page 28
20, STORAGE
Space for storage and temporary buildings will be allocated by the
Construction Manager as job conditions permit.
shall be constructed of fire resistant materials.
be approved by the Construction Manager prior to installation.
Temporary offices or sheds
Material and layout mus
2 1. TESTING ANI) INSPECTION
Testing and inspection shall be as required by the Specifications.
Contractor shall be required to cooperate fully with the inspecting agency
during inspections at a fabricating plant and/or on the jobsite and shall
provide ladders, platforms, scaffolds and/or safe accessibility to the wor
for such inspections and/or tests.
The
22. SCAFFOLDING AND HOISTING
The price shall include all costs for the following:
a. Scaffolding and shoring required for the Contractor's work.
b. Hoisting required for the Contractor's work.
23. CLEAN UP
The Contractor shall keep the premises free at all times from all waste
materials, packaging materials and other rubbish accumulated in connection
with the execution of the work by collecting and depositing said materials
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 lighting 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 from
central distribution points. Power will not be provided for high voltage
or heavy amperage type equipment such as welding machines and any special
power requirements shall be provided and paid for by the Contractor.
w 0
Page 29
27. BACKFILL AND COMPACTION
Backfill and compaction of trenches shall be in conformance with the 1979
edition of "Standard Specifications for Public Works Construction".
Backfill material shall be approved by the soils engineer. 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 he 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 entle nt .
STATE OF CALlFOilNlA
COUNTY OF- I ss San Diego
On January 31, 1986 , before me, the undersigned a Notary Public in and for said State, personally
personally known to me or pro ArthurA.-,.Tr.. -_________
on the basis of satisfactory evidence to be the Vi rp President, and N/ A-
known to me to be the N/b. who executed the within Instrument on behalf of the Corporation therein named, and acknowledged to me that such Corporation executed the acknowledged to me that such Corporation executed the within Instrument pursuant to its by laws or a resolution of its board of directors
Secretary of the Corporation that executed the within Instrument. known to me to be tt-
WITNESS my hand and official seal
(Seal) lyf~~&>AL
(Nota
02307 wledgrnent
e 0
Paue 30
CERTIFICATION OF COMPLIANCE
I hereby certify that .IbJ c.
in performing under the contract awarded by thedty of Carlsbad, will comply
with the County of San Diqo Affirmative Action Program adopted by the Board of
Supervisors, including all current amendments.
+/SA-
(NOTARIZE OR COfiPORATE SEAL)
(Notorial acknowledgement of execution by all principals must be attached).
d
S
)I^ 0 0
Page 31
ALUMINUM ENTRANCES, STOREFRONTS, WINDOWS AND GLAZING - Bi.d Item 6A
1. Base bid to include all aluminum entrances; storefronts; operable and fixed
windows and complete glazing for the police/fire administration building an service center building.
2. Provide and install all blue-green reflective glass, plate/float glass, wir
glass and bullet resistant glass.
cabinet elevations for all counter top glasslframe 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 Include one way
3. Fixed windows at main entry and storefront systems to police building per
sheet A-9. Include aluminum cladding of steel members, steel aluminum
stiffners as required and metal drip at head per detail 27. Also applicabl
details per sheet A-21.
4. Exterior operable windows including metal drip, trim, cladding and window
anchors. Reference miscellaneous details sheet A-22. Installations shoulc
accommodate story drift as outlined below. Operable windows shall be hingc at bottom and open to inside of building.
5. Additional specialty requirements and specification modifications that shd
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
An od i zed A lumi nu m .
c. Reference Detail 19/A22 - Tube Steel panel supports are 2-1/2" x 2-1/2'
centered 3-3/4" inside face of precast panel located only- at the first
level and on1 two per typical 12' wide precast panel and 4' from each
first f'l-oor precast panels and requires aluminum cladding all around
except on the building interior where perpendicular partitions occur.
panel end. -4 is tube steel is the structural support for the top of tl
d. Window contractor will furnish and install as part of his window syste
additional aluminum mullions or steel tubes with alunlinum cladding on
the south and west elevations to support the sunscreens by others.
These supporting mullions are also required at the end of each window
run (not shown in Detail 1/A-22) and must occur at an 8' on center
maximurn.
-- -
e. The sunscreens will be anchored at the top of the mullions and braced
I and 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".
e e
Page 32
g. 50% of 'the windows on the first and second floors will be operable. Th
operable windows on the second floor will be stacked one above the
other.
Enqineeired drawings and support calculations signed by a registered
engineer shall be required for review/approval.
h.
6. Vehicle maintenance building glass ins tallation and aluminum framing simila
to police building. Hollow metal frames shall be provided and installed by
others where specified only.
Glass Contractors shall include all scaffolding? qlazing gaskets, caulking
and special finishes for a complete installation. Coordination with other
trades shall be a definite requirement.
Provide and install glass lite in door L per sheet A-20.
install glass lites in door numbers 142, 143, 144 and 145. Minimum size of
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 mirror
in elevator #I per detail sheets attached and made a part of this bid
package.
7.
8. Provide and
Actual size/configuration shall be
9.
ALUMINUM SUNSCREENS AND CANOPIES - Bid Item 6B
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 shal
be a part 01' this bid package are as follows:
a. Specification 10700-2.4.1 - Delete Kynar finish and add clear Anodized
Aluminum.
Sunscreen Louver blades will be approximately 5 1/2" spaced to provide
sun cutoff angle of 75 degrees from the horizontal and visual obscurity
when viewed from a horizontal vantaqe point.
b.
c. The firljt floor sunscreens will be a minimum of 2' radius to a maximum
of 3' radius and will not protrude below the window sill mullions, will
not interfere with window operation. Anchor attachment will he
concealed inside the sunscreen outriqqers using stainless steel
hardware. The second floor sunscreens will be a 4' radius.
Canopy/sunscreens shall be attached to support members outlined in Bid
Packaqe 6A - Items 5c, d, and e. All connection requirements shall be
part of this contract. Engineered drawings and calculations signed by
registeired engineer shall be required for review/approval.
d.
9 w
Page 33
LATH AND PLASTEF! - 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 facilities.
2. Police/Fire Building:
a. Interior walls and ceiling of sally port W138 and evidence vehicles
11136. Coordinate with access hatches provided and installed by others.
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 lieu
of treated wood ground.
b.
c. Exterior applications at meeting area per sections 2,5/A-14. Ground pe
Item b above.
which requires plaster wall separating upper and lower roof levels over
meeting area.
Also include clarification drawing SR-4 dated 9/24/85
d. Include lath and scratch at walls and ceilings of showers.
e. Include smooth plaster skim coat over block walls in cells 8142, lf145,
#I 46.
3. Service Center Building: 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 6D
1. Base bid to include furnishing and installation of steel studs and drywall
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 gauge and structural stud framing including furring, channels
hanger wires, welding and required bracing. Refer to structural plans
and clarification drawings for framing requirements at meeting area
entry and split level roof. Include all framing for lath and plaster
installiitions. straps to support stud framing.
Per drawing SR-4 also include bent plate and tension
b. Include flute filler plugs and 16 gauge metal straps at underside of deck per details sheet A-5.
0 0
Page 34
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 closing up walls.
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 columns/tubes, skylite shafts, boxing of fixtures, etc., for a complete installation. Secretary offices 11258, W264 and
adjoininq corridor shall be one hour construction in lieu of that
shown .
Doublinq of studs and welding of backing plates as required.
d.
e.
f. Include receiving, storing, protecting, sorting, placing and
installation of all hollow metal door and window frames within drywall
partitions and exterior precast openings (door, transom frames and
hollow metal transom panels).
hollow metal door and window frames (curved sections too), around
perimeter of atrium area. Installations shall include anchors, require
welding,, bracing and settinq plumb for installation of doors and glass
by others. Coordination will also be required with the electrician for
installation of conduit and/or wire within frames for specialty
hardware. Hollow metal frames shall be furnished F.O.B. jobsite by
others.
Include installation of free standing
g. Furnish and install all fire treated wood blocking and backing, shaped
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, AI23
etc. A standard plaster qround shall be installed by others in lieu of
treated wood cleat at parapet cap.
h. Where conflicts occur between the large and small scale drawings, the most restrictive and expensive conditions will qovern. Example: R1
8135 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 guard 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 and
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.
m 0
Page 35
3. Provide alternate deduct if guard rail specified in Item 2i is contructed
per detail 7/A-23.
s ame . Wall bracing/installation requirements would remain the
4. Service Center Building shall include same basic requirements as Police/FiI
Building.
5. Protection of other work, clean up and removal of all debris relating to
drywall and stud framing is specifically included.
ROOFING, WATERPROOFING 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 foJ
all building facilities.
2. Include below grade waterproofing of planters and walls around entry to
Police/Fire Building; and mechanical equipment enclosure.
3. Waterproofing of deck area over police sally port.
4. Coordinate installation of roofing system to accommodate roof mounted accessories supplied by other trades.
5. Include fill for pitch pockets at typical grab rails for roof hatch access.
6. Include "walk top" surface pads as shown on A-7.
7. Install complete roofing system at all buidings to achieve indicated cross
slooes 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 roofinq operation shall precede installation of perimeter precast
concrete panels.
insulation and initial asphalt cap to provide watertight lid so that
interior improvements could proceed.
roof would be complete.
Roofing Contractor would be required to install rigid
After precast installation, balance o
SHEET METAL, FLASHING, LOUVERS AND ROOF ACCESSORIES - Bid Item 6F
1. Base bid to include furnishing and installation of items listed above per
plans and specification sections 5030, 7600, 7720, 10200, and 10990 for a1
-building facilities.
2. Sheet AC-3: Parapet cap assembly and complete lQuver assembly prefinsihed.
Reglet, flashing and drips at mechanic building and site retaining walls.
Sealant as required.
0 0
Page 36
3. Police Built%
a. Prefinished and standard sheet metal as indicated on A-7. Roof hatches
skylites, fascia panel, sheet metal backing and guard rail flashing per
(6/A-7), pitch pockets, parapet cap, flashings, etc., for complete
instalhtion. 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 be
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 kildi~ng:
a. Roof hatch, skylites, flashing 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 spout
system indicated on sheet A-60A. Sealants as required.
BUILDING INSULATION - Bit Item 6G
1. Base bid to include furnishing and installation of all required insulation and fire safing per plans and specifications section 7210. Exterior walls of stair no. 2 and complete elevator shafts shall be included.
2. Acoustical partition designated on sheet A-52 shall be extended to include wall separating men's locker room 004 from lounge 002.
COILING AND SECTIONAL GRILLES, DOORS AND CURTAINS -,Bid Item 6H
1. Base bid to include furnishing and installation of all coiling and section;
doors per plans and specifications, 8330, 8340 and 8360, including weldinq as required.
@ 0
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 grilles at sally port o Include required
connection to steel support framing provided by others per detail 23/S-
9. Include required connection angles and jamb guides welded to steel
columns.
3. Service Center Building:
a. Sectional doors with complete installation of track assemblies, weldin<!
as required, and specified lights.
PNEUMATIC TUBE SYSTEM - Bid Item 61
1. Base bid to include furnishing and installation of a pneumatic tube system
per plans and specifications section 14580. Floor plans and cabinet key
plans should be cross referenced for sending/receiving stations.
Furnish and layout all required floor and/or wall sleeves.
decks shall be included.
2. Core drilling c
FINISH CARPENTRY - Bid Item
1. Base bid to include furnishing and installation of finish carpentry items
63
and wood doors as outlined per plans, specification sections 6200 arid 8210,
and these special provisions.
Include woold caps at quard rails per 3/A-16 inclusive of 2x block.
Include hardwood sill at meeting room windows only per 3/A-14.
2.
3.
4. Include wood base and handrails throughout police facility per details G an
H/A-36, and per attached elevator no. 1 detail sheets.
5. Include all wood doors with louvers and/or glass lites as specified. Wood
doors shall be pre-machined to accommodate all specialty hardware required.
Doors no. 148 and 149 will require provision to install wire from electric
mortise lock to opposing jamb.
6. Include receiving, storing, protection, sorting, placing and installation o
all hollow metal doors, wood doors and required hardware for each. Special
coordination will be required with electrical contractor. Hardware schedull
currently beina revised to reflect electric locks at doors 148 and 149 only
Balance shall be converted to electric strikes. All frames shall be
0 0
Page 38
provided and, set by others. Hollow metal doors and hardware shall be
provided by others.
7. Provide alte:rnate additive cost to furnish and install red oak ventwood
ceiling and acrylic sheet in elevator no. 1 per attached detail sheets data
10-8-85.
SITE MAINTENANCE CONTRACTOR - Bid, Item 6K
5. The General Condition Contractor, hereinafter called "The Contractor", shal
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 Constructi0.n. 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 amd when required on the jobsite &IO will coordinate all
activities with the Koll Project Superintendent.
Contractor will be qiven at least 24 hour notice each time men and material:
are required at the jobsite with the exception of urgently needed safety am
damage protect ion work.
The General Conditions
3. The Contractor shall submit a percent of fee, in the Bidder's Form, that he
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 shall
include iterris 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. Membershdp and dues to engineering society.
g. Repair, maintenance, depreciation and utilities at the Contractor's
--
-
off ice aind /or plant.
h. General Superintendent, Superintendent and General Foreman.
a 0
Page 35
i. Salaries and expenses of personnel in accountinq, estimating,
purchasing, clerical and secretarial work.
j. Repair and maintenance of equipment which is owned by the Contractor ar
rented to the Project.
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 Construction
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.
Insurance cost related to the Project.
the Contractor which covers the home office business operation and facilities such as fire and theft, health and welfare insurance program
for home office employees and/or other similar insurance wich the
Contractor may wish to charge and/or prorate and assign as attributable to the Project.)
Power saws,
1. (Insurance which is carried by
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, pumping and water diversion.
c. Cleanup and providing rubbish containers.
d. Drinking water for jobsite personnel, including distribution of water
cans and the furnishing of cups and other accessories.
e. Providing of chemical toilets.
f. Incidental maintenance and protection of work in place.
g. Providing watchman service.
h. Operating engineers for elevators.
i. Maintenance of temporary roads and site utilities.
j. Temporary protection and barricades which shall be installed in
accordance with CAL/OSHA requirements o
Any other work as may be authorized by the Construction Manager. k.
e 0
.
Page 40
5. When directled by an authorized representative of the Construction Manager,
the Contractor shall perform the "General Condtions" work.
work shall be established as follows:
The value of th
LAB0 R a* -
The actual net cost to the Contractor of field labor, in accordance wit1
Prevailing Wage Rates, including required union benefits, premiums the
Contractor is required to pay for Workmen's Compensation and Liability Insurance and payroll taxes on such labor.
Labor charges shall be established by daily time vouchers which shall bl
signed daily by authorized representatives of the Construction Manager
and sha:Ll 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 savings
discounts, rebates and credits. All material shall become the property
of the City of Carlsbad.
materials and/or equipment which have been authorized to be purchased 01
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 tht
Construction Manager on the day material is delivered to the Project.
The Owner reserves the right to furnish and/or purchase materials as ma)
be required for the Work.
Sales and/or Use Taxes are reimbursable on
c. EQUIPMEMT -
Charges for rental equipment shall be at the prevailing rates of
equipment in the City of Carlsbad.
d. FRIEGHT
Cartage shall be charged at the net actual rate of same.
BONDS e* -
The Contractor shall submit a Bid Bond with his proposal in the amount
of Ten Thousand Dollars ($10,000.00).
The Bidder to whom award is made will be required to furnish a
Performamce and a Labor & Material Bond each in the amount of Twenty
Five Thousand Dollars ($25,000.00).
0 a
4 Page 41
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 the
Contractor. The cost of same shall become a cost of the Work,
SUBLET OF WORK
The subletting of work and/or services, such as watchman services, shal
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 combina
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 fcb 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 Manager
shall become a cost of the Work.
~- 9.
A minimum of
In the event
h.
6. Billing shal.1 be monthly on or before the 25th of each month.
Contractor :;hall submit copies of payroll summaries with signed time
vouchers, material invoices and other invoices or bills of payment incurred as job costs. The Contractor shall submit the monthly billing in a form in
accordance with instructions received from the Construction Manager,
The following are modifications, clarifications and/or deletions to the bid
package for the General Conditions Work.
a. Notice I[nviting Bids:
The
7.
1, Itern 8 - Bidders shall submit $10,000 cash, certified check or
bidder's bond.
2. Itern 9 - Designation of Subcontractors is not applicable to this bi
i tern.
Item 12 - A faithful performance bond of $25,000 and a $25,000 laba
and material bond shall be furnished.
3.
4. Itern 13 - Payments to the General Conditions Contractor will not be
subject to retent ion.
b. Contract :
1. Items 1 & 2 - Contractor shall perform all work as directed by the
Construction Manager.
2. Item 4 - Extra compensation provision is not applicable.
a e
Page 42
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
,
* Page 43
LIST OF CONTRACT DOCUMENTS
I. Contract documents prepared by Ruhnau, McGavin, Ruhnau/Associates, 5751 Palmer Way, Suite C, Carlsbad, CA 92008 (619) 438-5899. Plans dated
September 16, 1985.
a. Architectural Site Plans Sheets AC-1 thru AC-3
b. Architectural
Publicfety Center Sheets A-1 thru A-36
c. Equipment Plans Sheets EQ-I and EQ-2
d. Structural Plans Sheets S-I thru S-16 (10A thru 14A
e. KZZnical Plans_ Sheets M-1 thru M-10
f. Plumbjtng Plans Sheets P-1 thru P-8
q. Electrical P1:ns Sheets E-1 thru E-20
Project manual (specifications) for the construction of the City of
Carlsbad Public Safety and Service Center prepared by Ruhnau, McGavin,
Ruhnau /As :joci ates dated September 16, 19 85.
Clarification drawings SR-2 thru SR-5 dated September 24, 1985 attached
hereto and made a part hereof.
-
Public Service Center Sheets A-51 thru A-60A
-
11.
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.
City of Carlsbad Public Safety & Service Center Carlsbad, California
revision .C.l
‘job no. data
b3
‘21201 9-
&A- s-952 BRANDOW & JO !STOH ASSOCIATES .- c o II sa LT 8 a a7 8 Y ~TU I A%.: SI ai I as 88
'ILLL1.n-s 4u.sso ut- COO. att
LG<
18.0 W. mall0 ST, Lo8 AHUU UUFORMlA 8OQtY !lJ =I= m ME SEVA?IoI
1
City of Carlsbad Pubtic Safety & Service Center
Carlsbad, California .
revision sca
obno. drl
&
7 21201 L
Archrmcfa PbnMn
RUHNAU McGAVIN RUHhIAU/ASSOCIATES
377s rm Sheet 1207 Eh A- R-M u 92~001-3669 Car- u 92009-r9%
714,684-4664 619,729-7144
-sheat f
S
C (. a 0 1 LT 8 am TI Y 4.1 m 8 Ab: 8 .)a* .) 8 S n 8
also w. mimm lrr, LDS AMCZXUS, qut0-m soot7
TIELYWOUK 48.4-8.80 JULI am. a ta
revision City of Carlsbadl Public Safety & Service Center job no. 21 201 C ark bad. California
sic1 3
d.1
BRANDOW a 30 IYSTON ASSOCIATES &&-: 3-95G
c m n I L t n I 0 'I I M .t t Y A L 1 I n a.a I s s 1 a
wao W. MIRO 8~ ws ~wuuza WIORNIA e0017
- EVEED SB2TlOhl -. 8
revision
'job no.
City of Carfsbad --
Carisbad. California 21 aof Public Safety & Service Center
%I
d
RUHNAU McGAVlN RUHNAU/ASSOC1ATES
3175 Ttnm ShW Rwtrd. CA 92501-3649
1207 Ekn Am e- (3 9m-fw
c L
0 0
~-,uwu,twPwm F1.l-w
YlpenG Mr
+Pps.lEp &?s - WN-EP s/!a - -4.71
uQ b w-7
4y G)d.9L m -
w?5 w
&Lorc)TcQ Ab. I 3b
M e.
(3
I\ I
!! -- __ --
r
/
I I I
I
yw-elb lq-liFJ*2’
-“my lwwt I
pjp&4&-~ F5-6- 16
*?A&W MP -P e= r0JM-W CV- - WtF\JA’l-E*
’v
1- , Fpb.I&” -
,
1-
-* PlF
4--- -- p”5
l/rVl
t - - __ - -- -- -_ - __ --_
1
--- -- -_- ___ 4y # - -/ ___e- 1- .r
1.9 wl-73 '"~
+------
i
f
f
T