Loading...
HomeMy WebLinkAboutIntermountain Specialty Equipment Co; 1986-01-23; 3006-6J3: 805 0 87 --..”. . 137818 0;. i f’i f ;j !I, f38f X@ f 7 fij, Kecoraing nequesced By and Keturn LO: City Clerk 1200 Elm Avenue Carlsbad, CA 92008 <<I ’ i..j,’,!- j:i ,,:,.; 0 i-: Jf EA4 ‘-I . . t (1,) ”pi,&,; &:;/;$ ij-b{;i;& NOTICE OF COMPLETION To All Laborers and Material Men and to Every Other Person - Interested: YOU WILL PLEASE TAKE NOTICE that on February 24, 1987, the Engineering project consisting of finish carpentry on the Carlsbad Safety and Service Center on which Intermountain Sepcialties was the Contractor, was completed. CITY OF CARLSBAD MICHAEL BROOKS Project Manager VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad; the City Council of said City on 3 , 1987, accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing Executed on M-,/L 4 , 1987 at Carlsbad, is true and correct. California. CITY OF CARLSBAD dA3L 4. % ALETHA L. RAUTENKRANZ City Clerk * 0 0 w 1200 ELM AVENUE TELE CARLSBAD, CALIFORNIA 92008 (61 9) Office of the City Clerk Mitt! af ~arls baa March 6, 1987 Vera L. Lyle County Recorder P.O. Box 1750 San Diego, CA 92112 Enclosed for recordation are the following described documents: Notice of Completion Alcorn (Atlas Fence Company), Contractor Security Fence for Carlsbad Safety and Service Center Notice of Completion; Construction Hardware, Contractor Door Hardware at the Carlsbad Safety and Service Center Notice of Completion Intermountain Specialties, Contractor Finish Carpentry on Carlsbad Safety and Service Center Our staff has determined that the recordation of these documents is of benefit to the City; therefore, it is requested that the fees be waived. Thank you for your assistance in this matter. $gL,-zy*-- EN R. NDT Deputy City Clerk Encs . d "LL"LUL"6 A.cyIucu ccu UJ CLlLU X\CCULL' 1.". 0 0 City Clerk 1200 F'lm Avenue Caxlsbad, CA 92008 NOTICE OF COMPLETION To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on February 24, 1987, the Engineering project consisting of finish carpentry on the Carlsbad Safety and Service Center on which Intermountain Sepcialties was the Contractor, was completed. CITY OF CARLSBAD j MICHAEL BROOKS Project Manager VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad; the City Council of said City on 3 , 1987, accepted the above described worG as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing Executed on m-k q , 1987 at Carlsbad, is true and correct. California. CITY OF CARLSBAD &&AL 4. - ALETHA L. RAUTENKRANZ City Clerk ;i a e 3'i , Page 1 CONTRACT 'c THIS AGREEMENT, made and entered into this 2% day o , 19& by and between the City of Carlsbad, California, a munic (hereinafter called llCityll), and Int~x-~~~untain Special (hereinafter called contractor".^ City and Contractor aqree as follows: 1. Description of Work. Contractor shall perform all work specified in the contract documents for: Finish Carpentry (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment and personnel to perform the work specified b the contract documents . 3. Contract Documents. The contract documents consist of this contract; the bid documents, including the notice to bidders, instructions to bidders a contractors proposal; the Dlans and specifications and all proper' amendments and changes made thereto in accordance with this contract or t 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 mntract, City shall make payment to Contractor per the terms outlir in the Notice Invitina Bids, Item 13. Contract amount One hundred six thousand four hundred one dollars $106,401 Payment of undisputed contract amounts shall be contingent upon Contractc furnishing City with a release of all claims against City arnd Constructic Manager arising by virtue of this contract as it relates to those amount: Extra Compensation equal to 50 percent of the net savings may be paid to Contractor for cost reduction chanqes in the plans or soecifications made pursuant to a proposal bv Contractor. The net savings shall be determinc 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, 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 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 0 .I 1' + \ 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 01 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 completior of the work caused by acts of God, stormy weather, extra work, or matters which the specifications expressly stipulate will be borne by City. 7. Chanae Orders. City may, without affectinq the validity of this contract, order change;, modifications, deletions and extra work by issuance of written change orders. 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 the contract price shall be reduced by a fair and reasonable amount. work shall nevertheless proceed and the amount shall be determined by arbitration or litigation. extra work is the City Engineer. excess of $5,000.00 shall be effective unless approved by the City Council. Contractor shall also be responsible for expenses Contractor shall make no change in the work without If the parties are unable to agree on the amount of reduction the The only person authorized to order changes or However, no change or extra work order ir 8. Prevailing Wage. Pursuant to the Labor Code of the State of California, 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 2 schedule containing such information is in the City Clerk's office and is incorporated by reference herein. Pursuant to Labor Code Section 1774 contractor shall pay prevailina wages. Contractor shall post copies of all apolicahle prevailinq wages on the job site. 9. Indemnity. Contractor shall indemnify, hold harmless and defend the Construction Manaqer and the City and its officers and employees, and each of them, from any and all liability or loss resultina from any suit, claim or other action brought aqainst the City, or for any other losses of whatever nature, directly or indirectly arising from the acts of Contractor or its officers, employees or aqents done in the construction of this profect or in the performance of this contract regardless of responsibility 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 to indemnify City for losses caused by the active neqliqence bf City. IO. Contractor shall provide Certificates of Insurance evidencing coveraqe in amounts not less than the following: 4 a 0 ** c \ Paqe 17 Cover age Combined Sinqle Limits Au tomo bi le L i ab i 1 it y $ 500,000 General Liability 500,000 Products /Completed Ope rat ions 500,000 Blanket Contractural 500,000 Contractor ' s Protect ive 500,000 Personal Injury 500,000 Excess Liability 5O0,OOO Other Contractor may he required to increase the limits of liability insurance i' the size and nature of the project require excess coveraqe. Contractor shall cause the City and Construction Manaqer to be named as an additional insured on all policies concerning the subject matter or performance of this contract. 31. Workers Co-mpensation. Contractor shall comply with the requirements of 'Section 3/00 of the California Labor Code. the defense and indemnify and save harmless the City and Construction Manager and its officers and employees from all claims, loss, damaqe, injury and liability of every kind, nature and descriotion brought by any person employed or used by Contractor to perform any work under this contact reqardless of responsibility for negligence. Proof of Insurance. Construction Manager, certification of the policies mentioned in Paraqraph: 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 Drovide that the insurance will not be cancelled until the expiratior of at least thirty (30) days after written notice of such cancellation has been qiven to the City. Arbitration. out of or relating to this contract or the breach thereof may, at the option of City, be settled by arbitration in accordance with the construction industry rules of the American Arbitration Association and judqment upon the award rendered by the arbitratorb) may be entered in any California court having jurisdiction thereof. The award of the arbitrator(s) shall be supported by law and substantial evidence as provided by the California Code of Civil Procedure, Section 1296. 14. Maintenance of Records. Contractor shall maintain and make available to Contractor shall also assume 12. Contractor shall submit to the City throuqh the 13. Any controversy or claim in any amount up to $100,000 arisinc 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 chanqe of address of such records. STATE OF COLORADO ) ) ss. COUNTY OF ARAPAHOE ) I do hereby certify that I have witnessed the signature of David C. Necker, Vice President of Operations of Intermountain Specialty Equipment Co., Inc. this 10th day of Januar , 1986. 'I . L/ . )? , /I2 L,L 7 && otary. Public' (( 4% My commission expires: pi" 1 9 dj 0 .: 5 a OP .. x Page 18 15. Labor Code Provisions: The provisions of Part 7, Chapter 1 commencinq with section 17 20 of the California Labor Code are incorporated herein by reference. md-propriate 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 17. Additional Provisions: Any additional provisions of this agreement are set forth in the "General Provisions" or "Special Provisons" attached hereto and made a part hereof. I~JTERMOUNTAIN SPECIALTY EOUIPMENT co., 71 ont r ac t o r (Notarial acknowledqement of execution by ALL PRINCIPALS must be attached. 1 BY Title I h 33 Inverness Dr. E., Enqlewood, Contractor's Principal Place of Business CITY OF CANSBAD, CALIFOWIA 8. Ei&!AQ- 1 >/*P Mayor J By /tfld/U-+ 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 1 undertake self -insurance in accordance will comply with such provisions befor of this contract." I 4 0 0 < Page 19 LABOR AND MATERIAL BOND Bond NO. YS877-27 r KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 8298 adopted kcenher 17, 1985 , has awarded t INTERMOUNTAIN, SPECIALTY EQUIPMENT COMPANY, INC . , hereinafter designate as the "Principal" , a contract for: public Safety and Service Center, Carlsbad, California - Bid Package No. 6 - Finish Carpentry, Item 6J, Contract NO. 3006 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, providinl 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, INTERMOUNTAIN SPECIALTY EQUIPMENT COMPANY, INC. as Principal, hereinafter designated as the "Contractor", and LNDusTRlAL INDEMNITY COMPANY ? as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of 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 work 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 brcuqht upon the bond, a reasonable attorney's fee, to be fixed by the court; as required by the provisions of Section 4202 of the Government Code of the State of C a1 i f or ni a. c FIFTY THREE THOUSAND "0 HUNDRED AND 50/100 ------- Dollars ($ 53,200.50 1 ( # 1 0 e Paqe 20 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 assiqns 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 obliqations under this bond. IN WITNESS WHEEOF, this instrument has been duly exe C' ted by the Contractor ar , 19 y.Tb . Surety above named on the [&X day of 1 trb% By: 42 8 A'ITEST JA LLG // /" ,/$ ,&,&f,qf G $4 (Notarize or Corporate Seal for Each Sianer) Contractor c INJIUSTRIAL INDEMNITY COMPANY - J. R. Richards, Attorney-in-Fact Surety the Talbert CQrpOratiQn SURETY BONDS AND INSURANCE P 0 BOX 9364, DENVER, CO 80209 AREA CODE 3031839.1773 \ . 0 Q Paqe 24 PERFORMANCE BOND Bond No. YS877-2769 c - 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 t INTERMOUNTAIN SPECIALTY EQUIPMENT COMF'ANY, IXC. , hereinafter designate as the "Principal", a contract for: Public Safety and Service Cater, Carlsbad, California - Bid Package No. 6 - Finish Carp-kry, Item 6J, Contract No. 3006 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 performance of said contract; NOW, THEREFORE, WE, -~-j-w,~y EO- co as Principal, hereinafter designated as the "Contr- INDUSTRIAL INDEMNITY CWANY Y as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of ONE HUNDRED SIX THOUSND FOUR HUNDRED ONE AND NO/lOO Dollars ($106,401.00 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 hich 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, his/her or its heirs, executors, administrators, successors or assiqns, shall ii all things stand to and abide by, and well 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 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 Carlsbad, its officers and aqents, as therein stipulated, 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 aqrees 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 acccmpanyinq thf same shall affect its obliqations on this bond, and it does hereby waive notice of any chanqe, extension of time, alterations or addition to the terms of the contractor or to the work or to the specifications. rnC. 1 ( < .r) p.1 0 e Page 22 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 WHEFEOF, this instrum nt has been duly e ecuted by the Contractor ar Surety above named on the . I' ' $t"E.- day of 9ca,. f 19 gk . r \I ATTEST BY:L &/e- i , r 3 ,/,/ply,qk~ (Notarize or Corporate Seal for Each Signer) Contract or INDUSTRIAL INDEMNITY COMPANY c - J. R. Richards, Attomev-in-Fact Surety - the Talbert corporation SURETY BONDS AND INSURANCE p 0 BOX 9364, DENVER CO 80209 AREA CODE 3031639 1773 (\ State 01 Colorado County of Denver \ ss On therein, duly commissioned and sworn. personally appeared J. R. Richards , before me, a Notary Public in and ior sald County and State, I known to me to be Attorney-in-Fact of the corporation described in and that executed the within and toregoing Instrument. and known to me to be the person who e the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the sa INDUSTRIAz; mFJQJITy CoMpANy IN WITNESS WHEREOF, I have hereunto set my band and affixed my offiaal seal, the day and year stated in th>s certificate abc -__- March 12, 1989 My Commission Expires Celeste Moore 3602 12-6-66 ~- 7 * Industdal atnm.rdL9cP. WOCFCE tu ttornq 61969 Q - rtob’rtll meet bg f\tw prmtnte: ‘ Thai INDUSTRIAL INDEMNITY COMPANY, a corporation organized and existing undcr the laws of the State oj md having its principal office in the City of San Francisco, State of California, docs hereby make, constitute and appoint its true and lawful attorney-in-fact for it and in its namc, place and stead to exccutc on its behalf as surety, bonds, underta htions, consents and all contracts of suretyship and to attach its corporate real to such obligations b favor of all oblige that the liability of the Company as surety undcr his authority in no one instance shall exceed the rum of --UNLIMITED ................................... J. R. RICURDS ................................ .................................................................................. and reserving to itself full power of substitution and revocation. This Power of Attorney is madc and executed in accordancc with the resolution adopted by unanimous consent of th Committee of the Board of Directors of INDUSTRIAL INDEMNITY COMPANY on January S, 1983, wading as follows: “RESOLVED, that the Chairman of the Board or President or Executive Vice President or Senior Vice President or Vi1 of the Company, in conjunction with the Seuctary or an Assistant Secretary of this Company, or the Secretar).’~ designee hereby is, authorized to execute, acknowlcdge or verify Powers of Attorney qualifying sekcted attorneys-in-fact to act Powers of Attorney to execute on behalf of Industrial Indemnity Company bonds, undertaking, stipulations, consents and < sf rurctyship, and to attach the corporate sed thereto; “RESOLVED, FURTHER, that the signatures of said officers so authorized by this Company may be printed facs graphed or otherwise reproduced, and that the facsimile signature of any person who shall havc been such officcr of this t thc time of such exccution, acknowledgment or verification may continuc to be used for the purpose hereinabove stated binding on this Company, notwithstanding the fact that he may have ceased to be such officer at the time whcn such instn be issued.” In witness whereof, INDUSTRIAL INDEMNITY COMPANY has caused these presents to be signed and its corpora affixed by its proper officers, at the City of San Francisco, California, this 6th day of February EMNITY COMPANY .--- on February 6, 1985 I the undersigned Nom Public, personally appeared Kenneth N. Ryan and Mary Mueller D pcrsonaIly known to me 0 proved to nac on the basis of satisfactory cvidena to be the person(s) who executed the within instrument as P C. H. Brow San Francisco #x- Vice President and Desimated Secretary or on behalf of thc corporation therein named, and acknowledged to me that the corporation executed it. and that thc referred to in the preceding instrument is a true and correct copy of the resolution adopted by unanimous consmt of th Committee of the Board of Directors of INDUSTRIAL INDEMNITY COMPANY on January 3,1983 and that the same is and effect. E d-b Witness my hand and official seal. Notary’s Signature I, Mary Mueller, Designated Secretary of INDUSTRIAL-~NDEMNITY ( do hereby certify that I have compared the Powcr of Attomcy granted herein and the nsoIution recited herein with the or on file in the principal office of said Company, and that the same arc correct transcripts therefrom and of the whole originah, arid that said Power of Attorney has not been revoked but is still in full force and effect. P,n witness whereof, I have hereunto subscribed my name as such officer and affued the real of INDUSTRIAL Ih COMPANY at the City of San Francisco, California, this day of * 19 SEAL lYO41 RIA (I/I3) I e - .. . c Page 23 GENERAL, PROVISIONS 1. PLANS AND SPECIFICATIONS The specifications for the work shall consist of the latest edition of the c Standard Specifications- for Public Works Construction hereinafter designated SSPWC, as issued by the Southern Chapters of the American Public Works Association, the City of Carlsbad supplement to the SSPW, 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 SDRS, as issued by the San Diego County Department of Transportation, toqether with the City of Carlsbad Supplemental Standard Drawings. Copies of pertinent standard drawings are enclosed with these documents. A detailed list of the plans and specifications are attached hereto and made a part hereof. The standard drawings 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. DEFINITIONS AND INTENT A. Architect: The word "Engineer" shall mean the architect or his approved represent at ive . B. Construction Manager: The word "Construction Manager" shall man 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 referen is made to the plans accomoanying these provisions unless stated otherwise. D. Direct ions : Where words "directed", designatedg', ?'selected" or words of similar imDort are used, it shall be understood that the direction, desiqnati or selection of the Construction Manager is intended mless 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 Manaqer" unless stated otherwise. \ e e' >. . < Paqe 24 E) Equals and Approvals: Where the words "equal", "approved equal", "equivalent" and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Architect" unless otherwise stated. Where the words "approved", "approval", D1acceptance", 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 llperformll 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 herlhis expense, shall furnish and install the work, complete in place and ready to use, includinq furnishinq of necessary labor, materials, tools equipment and transport ation. 4. CODES AND STANDARDS Standard specifications incorporated in the requirements of the soecifications by reference shall be those of the latest edition at the time of receiving bids. It shall be understood that the manufacturers or producers of materials so required either have such specifications available for reference or are fully familiar with their requirements as pertaininq to their product or material. 5. CONSTRUCTION SCHEDULE The Contractor shall provide Consruction Manager with a Construction Schedule indicating work activities and lenqth of time reauired for each activity, The Contractor shall review with the Construction Manaqer monthly the Construction Schedule to insure completion of the whole or any part of the work. The Contractor shall hegin work after being duly notified by an issuance c a "Notice to Proceed" and shall diliqently prosecute the work to canpletic 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 Construction Manaer. Any cost caused by reason of this nonconforming work shall be borne bv the Contractor. 4 0 e* I< 5 Paae 25 7. GUARANTEE All work shall be guaranteed for one year after the filing of a "Notice of Completion" and any faulty work or materials discovered durina the guarantee period shall be repaired or replaced by the Contractor. 8, MANUFACTURER'S INSTRUCTIONS Where installation of work is required in accordance with the Droduct manufacturer's directions, the Contractor shall obtain and distribute the necessary copies of such instructions, including two copies to the Construct ion Planager . 8, INTERNAL COMBUSTION ENGINES All internal combustion engines used in the construction shall be equipped with mufflers in qood repair when in use on the project with special attention to Carlsbad Municipal Code, Chapter 8.48. 10. 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 KOUIRED 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 though 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 the 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 decision relative to said intent will be final and bindina. Failure of the Contractor to apprise her/his subcontractors and materials suDpliers of this condition of the contract will not relieve her/him of the responsibility of compliance. % e ai . Page 26 13. SUBSTITUTION, OF- MATERIALS The Proposal of the Bidder shall be in strict conformity with the drawinqs and specifications and based upon the items indicated or specified. The Contractor may of fer 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. 14. ECORD- DRAWINGS The Contractor shall provide and keep up to date a complete 'las-builtll 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 all "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 all concealed work, and chanqes in manufacturer information. "As-builts" for the sitework (bid package number 1) shall be prepared by the enqineer of record. 15. PERMITS The general construction, electrical and plumbing permits will be issued by the City of Carlsbad at no charge to the Contractor. The Contractor is responsible- for all other required licenses and fees. 4 0 0 .I 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 the quantities of work to be perforfled 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 i 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 8t 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 when the work is being performed. He/she shall erect and properly maintain at 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 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-slopt as required, surface and underground improvements at 25'-0" to 50'-0" centers including critical points with offsets, and blue tops for buildirx and facility pads. 19. CODES, OFDINANCES, FEGULATIONS~ & ABBREVIATIONS Reference to codes, ordinances and requlations are to editions in effect as to date of proposals. Abbreviations are used for agencies issuing standard specifications as follows : Agency Abbreviation American Society for Testing Materials AS TM U.S. Government 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 4 e et Page 2E 20. STORAGE Space for storage and temporary buildings will be allocated by the Construction Manager as job conditions permit. Temporary offices or shed: shall be constructed of fire resistant materials. Material and layout mu: 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 agenc during inspections at a fabricating plant and/or on the jobsite and shall provide ladders, platforms, scaffolds and/or safe accessibility to the wo for such inspections and/or tests. 22. SCAFFOLDING AND HOISTING The price shall include all costs for the following: a. Scaffoldinq and shoring required for the Contractor's work. b. Hoisting required for the Contractor's work. 23. CLEAN UP The Contractor shall keep the premises free at all times from all waste materials, packaging materials and other rubbish accumulated in connect io with the execution of the work by collecting and depositinq 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 performer 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. Powe will be single phase at 208 volts or 240, and 120 volts. Contactor's responsibility to provide extension cords and/or wiring from central distribution points. Power will not be provided for high voltaqi or heavy amperaae tyDe equipment such as welding machines and any spcia power requirements shall be provided and paid for by the Contractor. It is the - \ i or i 0 *. Page 25 27. BACKFILL AND COMPACTION Backfill and compaction of trenches shall be in conformance with the 1979 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 he undertaken until required tests and inspections have been completed, "as-builtgl location notes have been verified, and authority to start the backfill has been granted by the inspector and superintendent. < 0 0: Paae 30 CERTIFICATION OF COMPLIANCE I hereby certify that Intermountain Ssecialtv Ecr uiPment Cot., Inc. in performing under the contract awarded by the City of Carlsbad, will comply with the County of San Dieqo Affirmative Action Proqram adopted by the Board of Supervisors, including all current amendments. ‘Leual Name of Contractor \-\ 0 d 5$ Date - (NOTARIZE OR CORPORATE SEAL) D.$!BD sa !<EC1(ER, 3g!p ~~~~~~~~~~ Title (Notorial acknowledgement of execution by all principals must be attached). < 0 0 .. Page 31 ALUMINUM ENTRANCES,, STOREFRONTS, WINDOWS AND GLAZING - Bid Item 6A T. Rase bid to include all aluminum entrances; storefronts; operable and fixed windows and complete glazing for the police/fire administration building an service center buildinq. 2. Provide and install all blue-green reflective qlass, plate/float qlass, wir 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 rewired by code. Review Include curved acrylic sheet at Include one way 3. Fixed windows at main entry and storefront systems to police buildinq per sheet A-9. Include aluminum cladding of steel members, steel aluminum stiffners as required and metal drip at head per detail 27. details per sheet A-21. Also applicabll 4. Exterior operable windows including metal drip, trim, cladding and window anchors. Reference miscellaneous details sheet A-22. Installations should accommodate story drift as outlined below. Operable windows shall be hinge at bottom and open to inside of building. 5. Additional specialty requirements ad specification modifications that shal. be a part of this bid package are as follows: a. kference Specification Section 8520-2.4.2-Outswinging Windows. See Item 4 above. b. Specification 8520-2.4.1. Delete Kynar finish and substitute clear Anodized 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 floor precast panels and requires aluminum cladding all around except on the building interior where perpendicular part itions occur e panel end. + is tube steel is the structural support for the top of th d. Window contractor will furnish and install as part of his window system additional aluminum mullions or steel tubes with aluqinum 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 maximum. - - e. The sunscreens will be anchored at the top of the mullions and braced a the bottom imposing a load at the first floor of and at the second floor. f. All window and mullion connections must provide for a seismic story drift of 1-1/2". < 0 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. h. Enqineered drawings and support calculations signed by a registered engineer shall be required for review/approval. Vehicle maintenance building glass ins tallation and aluminum framing simila to plice building. Hollow metal frames shall be provided and installed by others where specified only. Glass Contractors shall include all scaffolding, glazing qaskets, caulking and special finishes for a complete installation. Coordination with other trades shall be a definite requirement. 6. 7. 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 of four (4) square feet per opening. determined at future time. Provide alternate additive cost to furnish and install smoked glass mirror in elevator AI per detail sheets attached and made a part of this bid package . Glass per door schedule sheet A-20. 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 shal be a part of this hid package are as follows: a. Specification 10700-2.4.1 - Delete Kynar finish and add clear Anodized Aluminum. b. 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. c. The first floor sunscreens will he 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 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 Bid Package 6A - Items 5c, d, and e. All connection requirements shall be part of this contract, Engineered drawings and calculations siqned by registered engineer shall be required for review/approval. e 0 Page 33 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 facilities. 2. Police/Fire Building: a. Interior walls and ceiling of sally port #I138 and evidence vehicles N36. Coordinate with access hatches provided and installed by others. b. Typical inside face of parapets per 1,7/A-7, and at deck area per 6,14/A-7. of treated wood ground. Provide and install industry standard plaster ground in lieu 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. Include lath and scratch at walls and ceilings of showers. Also include clarification drawing SR-4 dated 9/24/85 d. e. Include smooth plaster skim coat over block walls in cells #142, 8145, #I 46. 3. Service Center Building: 4. Protection of other work, clean up and removal of all debris relating to Plaster ceilings as designated on sheet A-52. lath and plaster is specifically included. STEEL STUDS AND DRYWALL - Bid Item 60 1. Base hid 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 sections. 2. Police/Fire Building: a. All light qauge and structural stud framing includinq furring, channels hanger wires, welding and required bracing. Refer to structural plans and clarification drawings for framing requirements at meetina area entry and split level roof. Include all framing for lath and plaster installations. Per drawinu 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. e 0- .. Paqe Y 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 columns/tubes, skylite shafts, boxing of fixtures, etc., for a complete installation. Secretary offices %256, 6264 and adjoininq corridor shall be one hour construction in lieu of that shown. e. f. Include receivinq, storing, protecting, sortinu, placing ad installation of all hollow metal door and window frames within drywall 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, require welding, bracing and settinq plumh for installation of doors and glass by others. Coordination will also be required with the electrician fox 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 hlockina and hacking, 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, A/23 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: M 11135 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/bolVs. 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. Provide and j. , e e .L Page 35 Wall bracing/installation requirements would remain the 3. Provide alternate deduct if guard rail specified in Item 2i is contructed per detail 7/A-23. s ame . 4. Service Center Buildinq shall include same basic requirements as Police/Firc 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 for all building facilities. 2. Include below grade waterproofing of planters and walls around entry to Police /Fir e Bui 1 di nq ; 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. Include fill for pitch pockets at typical grab rails for roof hatch access. 5. 6. Include "walk top" surface pads as shown on A-7. 7. Install complete roofing system at all buidinqs to achieve indicated cross slopes and positive drainage patterns to roof drains. Provide alternate additive price to complete roofing operation at Police/Fire Buildinq as two move-on process. initial roofinq operation shall precede installation of perimeter precast concrete panels. Roofinq Contractor would be required to install rigid insulation and initial asphalt cap to provide watertight lid so that interior improvements could proceed. After precast installation, balance o roof would be complete. 8. Possibility exists that 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 louver assembly prefinsihed. Reqlet, flashinq and drips at mechanic building and site retaininq walls. Sealant as required. 0 0 Page 36 T. Police BuildinF a. Prefinished and standard sheet metal as indicated on A-7. Roof hatches skylites, fascia panel, sheet metal backing and guard rail flashing pel (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 8tA-15. e, Prefinished metal door drips per sheet A-21. f. Flashings which are an integral part of qlass and glazinq work shall tx by others. (27/A-9 and typical details A-22.) g. Expansion joint (29/A-22), and prefinished metal drips sheet A-22 h. Stainless steel trays or other specialties associated with cabinet (except at windows 1 /A-22). drawings are N.I.C. 4. Service Buildi\ng: 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 spout system indicated on sheet A-60A. Sealants as required. RUILPING 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 AN0 CURTAINS - Bid Item 6H 1. Base bid to include furnishing and installation of all coilinq and sectioni doors per plans and specifications, 8330, 8340 and 8360, includina weldinq as required. 0 0 vc Page 37 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 bracinglsupport as required. C. Electrically operated coiling qrilles at sally port. Include required connection to steel .support framinq provided by others per detail 231s- Sa. Include required connection angles and jamb guides welded to steel columns. 3. Service Center Building: a. Sectional doors with complete installation of track assemblies, welding 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 sendinglreceiving stations. 2. Furnish and layout all required floor and/or wall sleeves. Core drilling c 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 8210, and these special provisions. Include wood caps at quard rails per 3/14-16 inclusive of 2x block. Include hardwood sill at meeting room windows only per 3lA-14. 2. 3. 4. Include wood base and handrails throughout police facility per details G ar 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 t 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 ( all hollow metal doors, wood doors and required hardware for each. Special coordination will be required with electrical contractor. Hardware schedu: currently beina revised to reflect electric locks at doors 148 and 149 onl! Balance shall be converted to electric strikes. All frames shall be e 0: Page 38 provided and set by others. Hollow metal doors and hardware shall be provided by others. 7. Provide alternate additive cost to furnish and install red oak ventwood ceiling and acrylic sheet in elevator no. 1 per attached detail sheets date 10-8-85. SITE MAINTENANCE CONTRACTOR - Bid,Item 6K 1. 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 Constructiqn. 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 +++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 uraently needed safety am damaae 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, obliqations 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 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 - office and /or plant. h. General Superintendent, Superintendent and General Foreman. 9 0 \. Page 35 i. Salaries and expenses of personnel in account inq , estimating , purchasing, clerical and secretarial work. Repair and maintenance of equipment which is owned by the Contractor ai 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 Construction Manaqer, 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. 1. Insurance cost related to the Project. (Insurance which is carried by the Contractor which covers the home office business operation and facilities such as fire and theft, health and welfare insurance progran for home office employees and/or other similar insurance wich the Contractor may wish to charge and/or prorate and assign as attributablf to the Project.) Power saws, 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 providing rubbish containers. d. Drinking water for jobsite personnel, including distribution of water cans and the furnishinu of cups and other accessories. e. Providing of chemical toilets. f. Incidental maintenance and protection of work in place. g. Providing watchman service. h. Operating engineers for elevators. i. Maintenance of temporary roads and site utilities. j. Temporary protection and barricades which shall be installed in accordance with CAL /OSHA requirements . Any other work as may be authorized by the Construction Manager. k. 0 0 .* Page 4( When directed by an authorized representative of the Construction Manager, the Contractor shall perform the "General Condtions" work. work shall be established as follows: LAB0 R a* - The actual net cost to the Contractor of field labor, in accordance wi' 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 I signed daily by authorized representatives of the Construction Manager and shall include the various classes of employees. b. MATERIAL 5. The value of tt 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 propert of the City of Carlsbad. Sales and/or Use Taxes are reimbursable on materials and/or eauipment which have been authorized to be purchased rented by the Construction Manager. The Contractor shall obtain competitive bids for all materials. minimum of three bids shall be required. Material vouchers shall be signed by an authorized representative of t Construction Manager on the day material is delivered to the Project. The Owner reserves the right to furnish and/or purchase materials as rn be required for the Work. A ' c. EQUIPMENT 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 - 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 Performance and a Labor & Material Bond each in the amount of Twenty Five Thousand Dollars ($25,000.00). e* - 0 a; .~ Page 41 The cost for bonds shall become a cost of the Work. f. PERPIITS - 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. g. WBLET OF WO-RK The subletting of work and/or services, such as watchman services, shal be subject to the approval of the Construction Manager. A minimum of three bids for work and/or services shall be required. work is sublet, the Contractor shall be permitted to only add a combine 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 Manager shall become a cost of the Work. 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 incurred as job costs. The Contractor shall submit the monthly billing in a form in accordance with instructions received from the Construction Manager. 7. The following are mdifications, clarifications and/or deletions to the bid package for the General Conditions Work. a. Notice Inviting Bids: 1. Item 8 - Bidders shall submit $10,000 cash, certified check or bidder's bond e 2. Item 9 - Designation of Subcontractors is not applicable to this bic item. Item 12 - A faithful performance bond of $25,000 and a $25,000 laboi and material bond shall be furnished. 3. 4. Item.13 - Payments to the General Conditions Contractor will not he subject to retent ion. b. Contract: 1. Items 1 & 2 - Contractor shall perform all work as directed by the Construction Manaqer. 2. Item 4 - Extra compensation provision is not applicable. a of Page 4; c. General Provisions: 1. Item 2 - All work shall be as requested by the Construction Manager. 2. Item 5 thru 16, 18 thru 24, 26, 27 - Not applicable. e 0 -, - Paqe 4 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 Public Safety Center Sheets A-I thru A-36 Public Service Center Sheets A-51 thru A-60A c. Equipment Plans Sheets EQ-1 and EQ-2 d. Structural Plans Sheets S-I thru S-16 (10A thru 14 e. Me chanical Plans Sheets M-I thru M-10 f, Plumbinq Plans Sheets P-I thru P-8 q. tlectrical vlans 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 Selstember 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 drawinas (elevations and details) sheets 1 thru 6 dated October 8, 1985 attached hereto and made a part hereof. ~ d, 4L&wdde<&-* 495c ‘ BRANDOW 1 JO STON ASSOCIATES CIImU)Lw*.Ie OtrucTWr&b: 8RSIRL8D. EvI5m ~f=RaSul~EEvATl revision ]ob no. City of Carlsbad Public Safety & Service Center 21 20 1 hrlsbad, California TSC. datr 9- hi3 Archtt.cn PIann+rr ?UHNAU McGAVlN RUHNAU/ASSOClATES 3775 rem3 S8b.l ?to7 E- *m Rm~rd. U 92Wl-3669 C.hbrd C197W-1WS -‘sheet n SF A&-&?adG<d- S-95L BRANDOW a JO STOPI .. ASSOCIATES COI~U~TVIQ mrmus7ur.r: K-*I-..~* mea w. MIRP rz, us ANQ~SS. UUIORNIA soot7 WIS w ME aEVA?tC revision City of Carisbad Carlsbad, CaIifornia 2.1 201 Public Safety & Service Center . lob no. .C I di AlChJWC~ Pf8n- RUHNAU McGAViN RUHNAU/ASSOCIATES 3775 rcmn SkM 1207EmA*.nu 714.6W.4664 a,-,- u 93901.3~~9 CHM u 9zoo6-rm (lT9,?29-7114 -sheat C h L- - City of Carlsbad Public Safety & Service Center Carlsbad, CaIifarnia sc c - revision L )ob no. dl 21 201 AfC))((.Ch PkmW8 RUHNAU McGAVIN RUHNAU/ASSOClATES 377s 7- SRW ?a7 Ekn *mu R-14. U 92501-3669 Cam a 91ocd-199S !sheet s I .! .* ,(I 1. -e .. ._ - - - . -__- -- - @ Ill - e d- < > 0. -I - -.--/ 0 * -.- 3-95c BRANDOW & 30 NSTON ASSOCIATES c m rn 0 I) LT a I) TI Y s 7 1 A L' s w ea IS I 1. taao w. -sin ST, LDS man c*uroun~r eo017 Tmoc(C 4-8S.9 MLI CDO. ala 32.EVEED SECTION @ .- Public Safety & Service Center Cartsbad. California 1 t 'job no. 21 201 AirChttuCn Plannm RUHNAU McGAVlN RUHNAUIASSOCIATES 1775 T- ShM 1207EknA- Rmrsd. C.4 92Sl-3669 a(- C.4 gm-1m 'rhea < -m %' 9 , 0 e I" pHrt B w "p32 rsttem q= u,fw . - . . . . -. __ .. ._ ___ __ L -- vm42 f%WWiJ %p (++ veflJ.lX.2 7+ ic '''~~5mD PLp(,iL fllwiz .-.--- WE ZEfPd', t+/!A-P+,* WTa im g3 __ __ _____-lll.---- - ------- --- - ---- ELeJ47ac zIc8. I dkm IO. 8. e3 w+ dW -- -_- - J I L-- qPl* *L - ----y '?,,,L, /--- -L 2-/ -- - _______3 T pJb, \i r wm-e &?Y - A 1 L mK z - _-- ("-.iL. 1 <- VLE. wr I t 0 0' w-,uwu,t 4- mw w rnG Ir;Wlr 76 WAFW * - raidTtsrp 04B rn vIcM1 w-7 MIWF RrJW 4y #+- m !- 52'' -- U.W-4 %e w i jttw gorbww! &. I ! I,q ,? 4y w - -( It i L ___ - -- -___-- -- - -- - $3 .._- - .- -l ?' ' .L /" ;* . p,w 3* s c /- T t i t I ,? % * .I, - 9- c L 4 - 'SI E?-6 G-lq%L 7F)W 54 I m rnL *leti "t" Q Ad VI , r. nlrt L, 'q, ' Name & Address of pdrty to whom thls Certificate IS issued: CITY OF CXRLSW, CALEO~~ 1200 Elm Avenue Carlsbad, California Name & Address of Insured: llTEF?!WWAIN SPECIALTY EQUlPMENT CO. P.O. Box 6849 - 33 Invemess Drive Ea FhglewDoa, Colorado 80155 Co. Letter A B B B *Absence Type of Insurance * Policy Number Policy Term Limits of Liability Workmen's Compensation & Employers' Liability _____________._________. -x.- KC80106244 STATUTORY - In conformance wit the Compensation Law of the State of: cTU;IFoRNLA 7-1-85/86 Coverage s 100,000. Comprehensive General Liability Including: ** Premises/Operations ______.___~________~.-X- Independent Contractors -.-.-....... X each OCCL Collapse Hazard --............-.....---~ -... & Explosion/Blasting Hazard _________ ...X !5 1,000,000. aggregate Underground Hazard -....-.....-...-...._x_ PROPERTY DAMAGE: s Included each OCCL Broad Form Property Damage ...... & s Included aggregate Contractual: Blanket ............-. ___-_______ ___ ____ ~ _____ x Specific Contract ____ ___ ________________ - BODILY INJURY: ProductsiCompleted Operations--.X MXX80080477 7-1-85/86 s ~,OOO,OOO. .. or Comprehensive Auto Liability Including: BOD1 LY INJURY: MxTi80014426 7-1-85/86 S ----- each persc s 1 000 000. each occui each occu X xLB170-9782 7-1-85/86 $ s 2,000,000. 2,000,000~ each occu aggregate Owned Automobiles _._____________ -----.A Non-Owned Automobiles ____ _____ ---.z Hired Automobiles _____ ~ _________________ 2- PROP^ RTY' DAMAG E : -S Included Excess or Umbrella Liability ---------. KOLL CONSTRUCTION CO. Other **ADDITIONAL INSURD: THE CITY OF Cm SBAD ANI: THIS INSURANCE IF Pm of an "x" in the spaces indicating coverage means insurance is not provided. .- INSURED POLICY NU\lBER SEQUENTIA PRODUCER I~RMOUNTMN SPECIALTY EQUIPMENT CO., INC. MXX80080477 EFFECTIVE DATE THE TALBERT CORPORATION 1-10-8 6 Name & Address of party to whom this Certificate IS issued: CITY OF CAIU$;mr CALJTO~~ 1200 Elm Avenue carlsbad, California Name & Address of Insured: llTEXM3Nm SPECIALTY EQUIPMENT CO P.O. Box 6849 - 33 Invemess Drive E Englewood, Colorado 80155 Co. Letter Type of Insurance .3t Policy Number Policy Term A Employers' Liability _.___ ~ __________________ -.x- W80106244 7-1-85/86 Workmen's Compensation & Comprehensive General Liability Including: ** PremisesiOperations _..___._._._._._____ . -X, Independent Con tractors..-. .......... & ProductsiCompleted 0perations-X MXX80080477 7-1-85/86 Collapse Hazard -x- ExplosioniBlasting Hazard ............ .-x- Underground Hazard .................... 1L Broad Form Property Damage % Contractual: B ........................... ...... B [an ket ....................................... x or Specific Contract ________ _______________.- Comprehensive Auto Liability Including: MXA80014426 7-1-85/86 ..................... B Owned Automobiles x Hired Automobiles ....................... Non-Owned Automobiles Excess or Umbrella Liability ............. .......... B X W170-9782 7-1-85/86 Other **ADDITIONAL INSLJm: T'l!€E CITY OF cm SBAD ANIl THIS INSURANCE IF ~~ *Absence of an "x" in the spaces indicating coverage means insurance is not provided. Limits of Liability STATUTORY - In conformance M the Compensation Law of the Statc of: ~1FORNI.A Covera s 100,000. BOD1 LY INJURY: s 1, ~~~,~~~ - each 01 s 1,000,000. aggreg: s Included each o s Included aggregi PROPERTY DAMAGE: .. BOD1 LY IN JURY: S ----- each pi each oi s 1 000 000. each 01 s Included $ 2,000,000. each o aggreg' s 2,000,000~ KOLL CONSTRUCTION CO . PROP~RTY'DAMAGE: .- SEQUENTIA INSURED POLICY NUSIBER Mxx80080477 INTERMOUNTAIN SPECIALTY EQUIPMENT CO., INC. THE TALBERT CORPORATION 1-10-86 PRODUCER EFFECTIVE DATE Name & Address of party IO whom this Certificate is issued: CITY OF CASILsm, C"ORNIA 1200 Eh Avenue carlsbad, California Description of Project or Operations: E>ublic Sakety an6 Name & Address of Insured: IITEZMlUN'I'AIN SPECIALTY EQUIPPJSENF CC PA. Box 6849 - 33 Inverness Drive E Englewood, Colorado 80155 Service Cats Co. Letter Type of insurance -E Policy Number Workmen's Compensation & Employers' Liability _____ ~ ______________.__. -.x- KC80106244 A Comprehensive General Liability Including: ** Prernises/Operations _____________ ~ _____ ~. 1L x Independent Contractors..-. _____ ~ ___. ProductsiCompleted 0perations-X MXX80080477 Collapse Hazard ...A ExplosioniBlasting Hazard . ...........x Underground Hazard ...................._x_ Broad Form Property Damage & Contractual : B ......................... ...... x Blanket Specific Contract ........ ................- ....................................... or Comprehensive Auto Liability Including: MXA80014426 B Owned Automobiles _________ ~ __.__ ~ ___.. x Hired Automobiles-. ..................... -x- Non-Owned Automobiles _________ ---.A .......... Excess or Umbrella Liability B X XLB170-9782 Other **mDITIOW INSURD: THE CITY OF THIS INSURANCE 13 pm *Absence of an "x" in the spaces indicating coverage means insurance Policy Term Limits of Liability STATUTORY - In conformance v the Compensation Law of the Stat1 of: CALIFORNIA Covera 7-1-85/86 s 100,000. BOD1 LY IN JURY: 7-1-85/86 s 1 ,ooo,ooo. each o s 1,000,000. a9greg .s Included aggreg PR 0 PE RTY DAMAGE: s Included each o .. BOD I LY INJURY: 7-1-85/86 S ----- each p s 1 000 000. each o each o .S Included s 2,000,000. each o aggreg PROP~RTY'DAMAGE: 7-1-85/86 s 2,000,000~ KOLL CONSTRUCTION CO. cm SBAD AN1; is not provided. .- r INSURED POLICY NUklBER SEQUEXTI INTERMOUNTAIN SPEIALTJ EQUIPMENT COS, INC. MXX80080477 PRODUCER EFFECTIVE DATE THE TALE3ERT CORPORATION 1-10-86 L