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