HomeMy WebLinkAboutLR Hubbard Construction Co; 1985-11-06; 3006-5A0 0
1200 ELM AVENUE TELE
CAR LSBAD, CALIFORN I A 92008 (619)
Office of the City Clerk
attg of Qhtrls ha8
January 30, 1987
Vera L. Lyle
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation are the following described documents:
1
Notice of Completion - Engineering
Elevators at Carlsbad Safety and Service
Center; Reliable Elevators Contractor
Notice of Completion - Engineering
HVAC at Carlsbad Safety and Service Center
Kinney Air Conditioning Contractor
Notice of Completion - Engineering
Fire Sprinklers at Carlsbad Safety and
Service Center; Orving Engineering Contractor
Notice of Completion - Engineering
Electrical at Carlsbad Safety and Service Center
Catton-McCutcheon Contractor
Notice of Completion - Engineering
Service Station Equipment at Carlsbad Safety
and Service Center; Lube Life Equipment Contractor
Notice of Completion - Engineering
Vehicle Wash at Carlsbad Safety and Service
Center; N/S Corporation Contractor
Notice of Completion - Engineering
Precast Concrete at Carlsbad Safety and Service
Center; Tecon Pacific Contractor
Notice of Completion - Engineering
Miscellaneous Metal at Carlsbad Safety and
Service Center; Tulsa Steel Manufacturing Contractor
e d 4 I
‘Vera L. Lyle
(County Recorder
.January 30, 1987
Page 2
Notice of Completion - Engineering
Doors and Frames at Carlsbad Safety and Service
Center; Estrada Hardware Contractor
Notice of Completion - Engineering
Concrete Masonry at Carlsbad Safety and Service
Center; L.R. Hubbard Contractor
Notice of Completion - Engineering
Glass Block Ceilings at Carlsbad Safety and
Service Center; Dittman Masonry Contractor
Notice of Completion - Engineering
Toilet Partitions at CArlsbad Safety and Service
Center; Maloney Specialties Contractor
Notice of Completion - Engineering
Glazing at Ca’rlsbad Safety and Service Center
Pacific Glass Contractor
Notice of Completion - Engineering
Aluminum Canopies at Carlsbad Safety and Service
Center; Construction Specialties Contractor
Notice of Completion - Engineering
Drywall at Carlsbad Safety and Service
Center; E.F. Brady Co. Contractor
Notice of Completion - Engineering
Roofing at Carlsbad Safety and Service Center
Hess Roofing Contractor
Notice of Completion - Engineering
Sheet Metal at Carlsbad Safety and Service
Center; California Sheet Metal Contractor
Notice of Completion - Engineering
Insulation at the Carlsbad Safety and Service
Center; Dittemore Brothers Contractor
Notice of Completion - Engineering
Ceiling Doors at Carlsbad Safety and Service
Center; Southern California Overhead Doors Contract01
Notice of Completion - Engineering
Pneumatic Tubes at Carlsbad Safety and Service
Center; Air Link International Contractor
e a
Vera L. Lyle
Csunty Recorder
January 30, 1987
Page 3
f
Notice of Completion - Engineering
Cabinets at Carlsbad Safety and Service Center
Bowser Cabinets Contractor
Notice of Completion - Engineering
Tile at Carlsbad Safety and Service Center
McCandless Tile Contractor
Notice of Completion - Engineering
Painting at Carlsbad Safety and Service Center
Simmons and Wood Contractor
Notice of Completion - Engineering
Carpets at Carlsbad Safety and Service
Center; Vincent Wentz Contractor
Notice of Completion - Engineering
Access Flooring at Carlsbad Safety and SErvice
Center; Tate Access Floors Contractor
Notice of Completion - Engineering
Folding Partitions at Carlsbd Safety and
Service Center; Advanced Wall Systems Contractor
Notice of Completion - Engineering
Window Coverings at Carlsbad Safety and Service
Center; Sheward 6 Sons Contractor
Notice of Completion - Engineering
Lockers at Carlsbad Safety and Service Center
Goodale Co. Contractor
Our staff has determined that the recordation of these documents is
of benefit to the City; therefore, it is requested that the fees
be waived.
Thank you for your assistance in this matter. yiiiYx57 eputy City Clerk
Encs.
il), Recording Requested By an
1’280 Elm Avenue .‘ ‘Carlsbad, CA 92008
eturn To:
City Clerk 91
NOTICE OF COMPLETION
To All Laborers and Material Men and to Every Other Pers
Interested:
YOU WILL PLEASE TAKE NOTICE that on January 13, 1987, t
project consisting of concrete masonry at the Carlsbad Safety a
Service Center, on which L. R. Hubbard was the Contractor, w
completed.
CITY OF CARLSBAD
PROJECT COORDINATOR
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the Cit , 1987, accepted tt
above described work as comp et d an ordered that a Notice (
Council of said City on
Completion be filed. w+
I declare under penalty of perjury that the foregoing .
true and correct.
Executed on & 2 r , 1987 at Carlsbad, California.
1
CITY OF CARLSBAD
ALETHA M-- L. RAUTENKRANZ
City Clerk
TW!S CERTTFSGIZTE .$ :$SUED AS A %$ATfEW OF INFORP~ABBOM ONLY W
7485 Ronson Road
San DVqp, 68 92111
LIABLllW LIMITS i
PRODUCTS/COMPLETED OPE RATIONS
PERSONAL INJUR\;
T=.P"9081LZ LEA3:ILIi-V
ALL OWNED AUTOS (PRIV PASS )
ALL OWNED AUTOS ($$;''&2tN)
MON-OWNED AUTOS
GAMGE LIABILITY
#A &$ ~
\
'I Li X' !&.i.&~~ &b15*k(j-ZV[ c
Bidder's Name
CITY OF CARLSBAD
SAM DIEGO COUNTY
CALIF0 RN IA
1
61oDING DOChEfNTS '
FOR
PUBLIC SAFETY AND SERVICE CENTER
CONTRACT NO. 3006
BID PACKAGE NO. 5
FOR: Concrete; Masonry; Aluminum Storefronts,
Entrances, Windows and Glazing; Metal and
Acoustical Ceilings -
For information relative to this project contact:
KOLL CONSTRUCTION COMPANY
2237 Faraday Avenue, Suite 101C
Carlsbad, CA 92008
Steve Mahoney, Project Manager
(619) 438-8866
ELM AVENUE 7
CARLSBAD, CA 92008-1& (6
Citg of $arI$fisb
PURCHASING 13 EPA RTM EN T
October 11, 1985
ADDEWDUXNO. 1
PIio3M3T: BID PACKAGE NO. 5 CARLSBAD PuBz;IC SAFETJ AND SEWICE CDJIEF?
This addendum acknowledgemnt must be attached to proposal fom.
when bid is submitted.
g&*KL
mR, PuIzcHAsIN2 OFFICER
CITY OF CARLsFJlD
I acknowledge receipt of Addendm Pa. 1 to Bid Packaqe No. 5.
BIDDER' S SIGNATLTRE
-
- CJ
RUHNAU McGAVlN RUHNAUIASSCCIATES
4 5 75 1 Pa /mer Way Carisbad, CA 92008 6 791438-5899 -II -
October 11, 1985
ADDENDUM NO. 1
To the Contract Documents for
THE CITY OF CARLSBAD PUBLIC SAFETY
CONTRACT NO. : 3006
BID PACKAGE NO. 5
FOR:
AND SERVICE CENTER (2-1 2-01
-
Concrete; Masonry; A1 umi num Storefroni Entrances, Windows and G1 azing; Metal
and Acoustical Cei lings
CITY OF CARLSAD, CALIFORNIA
NOTICE TO BIDDERS:
All work affected by the following provisions shall conform to the plans and
specifications for the City of Carlsbad Public Safety and Service Center,
Bid Package No. 5, For: Concrete, Masonry; Aluminum Storefronts, Etrances, Windows and Glazing; Metal and Acoustical Ceilings.
Delete, or modify each of the following items wherever appearing on drawings,
and/or in any section of the specification. Acknowledge receipt of Addendum
No. 1 in the space provided on the Contractor's Proposal. Failure to do so may subject bidder to disqualification.
Item #1 - Revise project manual (Specifications).
a) SECTION 09510 - Acoustic Ceilings, Pg. 09510-3, Sub-paragraph 2.1.2.1(4)
"Similar to Armstrong Minatone #715A Add the following: or equal .'I
Revise as follows: Delete I' 1" Wide," Insert "9/16" Wide"
Sub-paragraph 2.2.3.3: Revise as follows: Delete
b) SECTION 09510 - Acoustic Ceilings, pg. 09510-3, Subparagraph 2.2.3.2,
II 1 11 x 3/410 11 . -
Item #2 - Revise Project Construction Drawings as Follows:
a) Dwg. AC-'I - At walk pads adjacent to stair No. 2 of Police
81 Fire Bldg., add the following note: 4" thick
concrete walk pads 4' X 4'.
- Add detail paving/edge concrete - 25 as shown on accom-
panying sketch AR-1
Addendum No. 1, Bid Package No. 5
Page 1
b) DWg. AC-2
RUHMU McGAVlN RUHNAUIASSOCIATfS 71";
-.- -
Item #2 - Revise Project Construction Drawings as Follows: (Cont.)
c) Dwg. A-52 - At legend - description of suspended acoustic ceiling panels Delete "2 X 4 Grid," insert "2 X 2 Grid."
d) Dwg. A-52 - At Ceiling Plan: Revise grid layouts as required by item c) above.
e) Dwg. S-1lA Add the following note: 6. vapor barrier under all concrete slab on grade, see spec. 7 f) Dwg. S-1'4 Add detail Section ST14 as shown on the accompanying Sketch Sheet SR-6.
9) Dwg. S-14 Add detail Section 9/S.14, as shown on the accompanying Sketch Sheet No SR-7.
ITEM #3 - Revise Information to Bidders Booklet, Special Provisions/
a) Page 31, Concrete-Bid Item 5A - After Sub-heading Police Buildinq
Specifications, as follows:
Sitework add the following: 'I- See also attachment "A' forwork limits."
b)
c)
d)
Page 33, Masonry - Bid Items 5B - Paragraph 1, add the following:
Page 33, Masonry - Bid Item 5B - Paragraph 5, after the word 'installatic
Page 33, Masonry - Bid Item 5B - Paragraph 6. Delete the entire sentence
"Glass Unit Masonry work is _y not included in this Bid Item."
insert the following: "and layout'!
add the following new sentence: "Install and grout all hollow metal door, louver and window frames which occur in masonry wall construction .Ii
Page 34, Masonry - Bid Item 58 - Paragraph 10, Add the following new e) sub paragraph: 'IC . See Attachment 'A' for Sitework Limits."
END OF ADDENDUM - 22% David Ruhnau, AIA of Ruhnau McGavin Ruhnau/Associ ates
BM/c a 2-1 2-01 Addendum No. 1, Bid Package 5 Page 2
Attachments: Noted Above
&J -,
b
GONG, CUKE
--e-
*c
--
,-
-.
.. .
.. __ -_--_ - - - .
- :.pw~~- E DGE/CO-NC .-----------
a-
J. I
- Prom, . ‘Itk PAVING EDGE/ zriz .ol S -w 5/wqp,-
RUHNAU McGAVlN RUHNAUIASSOCIATES c wZT.’s
R#rrrY) u 92501-~9 C8rw u 9m 1995 ?;% 1:ou
-
Arsnn.sU PWlm 0.1.
3775 rem saw
714/Ij64.4664 619 729 ?144
1107 Em A-
Archttuts PIanW
RUHNAU McGAVlN RUHNAU/ASSOC/ATES
3775 rcMh Sew lZO?EM*Hnu R)rwr$a CA 92wf-mg CJItlbM 0 9m-fm
,-s ha
i
1
BRANDOW AAa&Z&&%. & ,J STON ASSOCIATES S-=c
e 0 a om &TO I) 0. e v mwu a&* 8 n:a I 8 8
I.00 W. m1mo m- m AM^- C*LUOIWIA moo17
fUtCnOCIS &.C.@..) MU COOS alS ~!!iii
CLARIFICATfoNOF 5ECTIOI
revision
)ob no.
City of Carlsbad PubJic Safety & Service Center Carlsbad. California 21 WI
Archituta Phnua ,
RUHNAU McGAVlN RUHNA WASSOCIATES
3775 TeM ShH 1207EhAnnu
- 8h0(
(
!
____ ArchKects Planners
RUHNAU McGAVlN RUHNAUIASSOCIATES
1 3775 Terfh 8m-f 5757 Palmer WJY Hermar 0 FfversiU? @ 92501-3669 CJfisbJd, CA 92008 David Rlini
Gary L Mcl
J
714 6W-4664 6791438-5899
October 11, 1985
ADDENDUM NO. 2
To the Contract Documents for
THE CITY OF CARLSBAD PUBLIC SAFETY AND SERVICE CENTER (2-12-01
CONTRACT NO.: 3006
BID PACKAGE NO. - 5
FOR: Concrete; Masonry; A1 uminum Storefront Entrances, Windows and G1 azing; Metal and Acoustical Cei 1 ings
CITY OF CARLSAD, CALIFORNIA
NOTICE TO BIDDERS:
All work affected by the following provisions shall conform to the plans and specifications for the City of Carlsbad Public Safety and Service Center,
Bid Package No. 5, For: Concrete, Masonry; Aluminum Storefronts, Etrances, Windows and Glazing; Metal and Acoustical Ceilings.
Delete, or modify each of the following items wherever appearing on drawings, and/or in any section of the specification. Acknowledge receipt of Addendum
No. 2 in the space provided on the Contractor's Proposal. Failure to do so may subject bidder to disqual if icati on.
Item #1 - Revise Information to Bidder's Booklet, Special Provisions/Speci-
a) Page 34 .- Delete Bid Item 5C - ALUMINUM ENTRANCES, STOREFRONTS, WINDOWS,
- fications, as follows:
AND GLAZING.
END OF ADDENDUM
E?+e David Ruhnau, w AIA of
Ruhnau McGavi n Ruhnau/Associ ates
BM/c a
Addendum No. 2, Bid Package No. 5 Page 1
I
I
..
TABLE OF CONTENTS
Item - P% -
NOTICE INVITCNG RIDS 1-
PROPOSAL 6 - I(
BIDDER' S INN13 TO ACCOMPANY PROPOSAL 11
DESIGNATION OF SUBCONTRACTORS 12
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 13
BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE 14
15 - 1 CONTRACT
LABOR AND MATERIALS BOND 19 - 2
PERFORMANCE 80ND 21 - 2
GENERAL PROVISIONS 23 - i
CERTIFICATE OF COMPLIANCE 30
SPECIAL PROVISIONS /SPEC IF IC AT IONS 31 - ~
LIST OF CONTRACT DOCUMENTS 36
-
I.
Page 1
CITY OF CARLSBAD
PUBLIC SAFETY AND SERVICE CENTER
NOTICE INVITING BIDS
The City of Carlsbad invites bids for performing the following work:
Bid Package f5 - Concrete; Masonry; Aluminum Storefronts, Entrances,
Windows and Glazing; Metal and Acoustical Ceilings
1. Sealed bids for performing the work shall be received at the office of th Purchasing Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, until
. 4:OO PM on the 16th day of October, 1985 at which time they will be opene and read aloud.
The work shall be performed in strict conformity with the specifications
therefor as approved by the City Council of the City of Carlsbad on file
the Engineering Department. , Reference is hereby made to said
specifications for full particulars and description of the work.
2.
.
3. The work, a portion of the total Public Safety and Service Center Project
involves complete sitework development of twenty-six (26) acres including grading, underground utilities, and surface improvements, etc. A fully
improved Police and Fire Administration Building, Vehicle Maintenance Facility, car wash and fuel island shall also be constructed as a part of
the Phase One construction program.
4. Koll Construction Company will provide construction management services t the Cit:y of Carlsbad and shall organize, monitor, coordinate and direct a
phases of the construction at the Public Safety and Service Center.
5. Plans, specifications and bidding documents may be obtained at the
Purchasing Department, City Hall, Carlsbad, California, after September 3
1985 at no cost to licensed Contractors for the first set. Additional se
are available for a non-refundable fee of $50.00 per set. ahead to reserve your documents, (619) 438-5601.
A pre-bid conterence will be held at the City Council Chambers at 1O:OO 2
on October IO, 1985 to discuss bidding requirements.
If information is required regarding the bid package, drawings and/or
specifications, the bidder SHALL NOT contact the City of Carlsbad nor the
architect. Koll Construction Company, (619) 438-8866, Steve Mahoney.
Please call
6.
7.
All questions and requests for information shall be directed
8. No bid will be received mless it is made on the proposal form included
with these bidding documents. Each bid must be accompanied by cash, certified check or bidder's bond made payable to the City of Carlsbad for
L
.. L
Page i
the exact dollar amount of 10% of the amount bid. If the exact amount i:
not known at the time the bond is issued, the bidder's bond should read, follows: "10% of the bid amount not to exceed dollars ." The
number in the blank must exceed ten percent of the bid amount. Said
guarantee to be forfeited should the bidder to whom the contract is awarc
fail to furnish the required bonds and to enter into a contract with the
City within the period of time provided for by the bid documents.
bidders' security of the second and third lowest responsive bidders may t
withheld until the contract has been fully executed. The cash, cashier's
check or certified checks submitted by all other unsuccessful bidders shz
be returned to them within ten (IO) days after the receipt of bids, and
their bidders' bond shall be of no further effect.
The documents included within the sealed bids which require completion ar
execution are the following:
1. Proposal
2. Bidder's Bond
3. Designation of Subcontractors
4. Bidder's Statement of Financial Responsibility
5. Bidder's Statement of Technical Ability and Experience
The entire bid package shall be executed and submitted prior to the time
for the bid opening.
Said document shall be affixed with the appropriate notarized signatures
and titles of the persons signing on behalf of the bidder. For
corporations, appropriately notarized signatures of the person authorized
by the corporate by-laws are required and the corporate seal shall be
affixed to all documents requiring signatures. In the case of a
partnership, the properly notarized signature of at least one general
partner is required.
No bid shall he accepted from a Contractor who has not been licensed in
accordance with the provisions of Chapter 9, Division 3 of the Business a
Professions Code. The Contractor shall state his/her license number and
classification in the proposal.
The
9.
IO. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids.
Bids shall not modify or contain any recapitulation of the work to be don
Alternate proposals will not be considered unless called for. No oral or telegraphic changes to the bidding documents will be considered.
-
11.
12. The amount of bond to be given for the faithful performance of the contra1 for said work shall be one hundred percent (100%) of the contract price
therefor, and an additional bond in the amount equal to fifty percent (50
of the (contract price for said work shall be given to secure the payment
the claims for any material or supplies furnished for the performance of
1
..
Page 3
the work contracted to be done by the Contractor for any work or labor of
any kind done thereon. within the bid package. Sureties shall be licensed and registered in the State of California and subject to approval by the City.
Bonds shall be prepared on the forms included
13. Insurance requirements are specified within the contract section of the I: package, Items IO, 11 and 12. Insurance carriers for Contractors
performing work under this contract are required to be licensed to do
business within the State of California.
14. Partial and final payments on this contract shall generally be in
accordance with Section 9 of the 1979 edition of “Standard Specifications For Public Works Construction”, as herein modified.
The Construction Manager will, after award of ‘contract, establish a closu
date for the purpose of making monthly progress payment.
Each month, the Construction Manager will make an approximate measurement
of the work performed to the closure date and as a basis for making month
payments, estimate its value based on the contract breakdown furnished bq
the Contractor and approved by the Construction Manager.
From each progress estimate, ten percent (10%) will be deducted and
retained by the agency, and the remainder less the amount of all previous
payments will be paid to the Contractor. After fifty percent (5a) of tt-
work has been completed and if progress on and quality of the work is
satisfactory as determined by the Construction Manager, the deduction to
made from the remaining progress payments and from the final. payment will
be limited to $500 or ten percent (10%) of the first half of the total
contract amount, whichever is greater.
Final payment for value of work completed under this contract, unless
Notice of Leins or unpaid bills are on file with the City, shall be made
thirty-five (35) calendar days after acceptance of the completd work.
City Council approval and filing of a Notice of Completion shall constitu
said acceptance. Application for payments and dispersement of funds will
be made through the Construction Manager.
The Contractor may, at his/her option, substitute securities, as specific
by Government Xode Section 16340, for the retention held on this contract
At the request and expense of the Contractor, securities equivalent to tt
amount withheld may be deposited with the City or with a state or federal
chartered bank as the escrow agent who shall pay such monies to the
Contractor upon satisfactory completion of the contract.
shall be the beneficial owner of any securities substituted for monies withheld and shall receive any interest on the monies.
The Contractor
L
.. -
Page 4
15. The bid documents are intended to be complementary so that any work callec for in one and not mentioned in the other, or vice versa, is to be executc
the same as if mentioned in all said documents. The intention of the
documents is to include all labor, materials, equipment, transportation ai
services necessary for the proper execution of the work.
16. If any person contemplating submitting a bid for the proposed contract is
in doubt as to the true meaning of any part of the plans, specifications I
other proposed contract documents, or finds discrepancies in, or omission
from the drawings or specification, a request may be submitted to the
person named on the title page of the contract documents for the
interpretation or correction thereof.
the proposed documents will be made by addendum duly issued by the City,
and a copy of such addendum will be mailed or delivered to each person
receiving a set of such documents. The City will not be responsible for
any other explanation or interpretation of the proposed documents.
17. Any addenda issued by the City during time of bidding, or forming a part
the documents delivered to the Bidder, shall be covered in the bid and
shall, be made a part of the Contract., Bidders are advised to verify ‘the.
issuance of all addenda and receipt tnereof one day prior to bidding. -
Submission of bids without acknowledgement of addenda may be cause for rejection of bid.
No person, firm or corporation shall be allowed to make or file or be interested in more than one (1) bid for the same work, unless alternate bids are called for. A person, firm or corporation submitting a subproposal to a bidder, or who has quoted prices on materials to a Biddt
is not thereby disqualified from submitting a subproposal or quoting pric to other bidders.
Any interpretation or correction o
..
18.
19. Bidders are required to inform themselves fully of the conditions relatir to construction and labor under which the work will be or is now being performed, and so far as possible, the Contractor must employ such methoc
and means in carrying out the specified work as will not cause any interruptions or interference with any other Contractor.
The Contractor shall comply with the provisions of California Labor Code
Part 7, Chapter 1, commencing with Section 1720.
20. -
21. The Contractor shall not pay less than the specified prevailing rates of wages established pursuant to Section 1773.2 of the California Labor Cod
A copy of the current applicable wage rates is on file in the Office of
Carlsbad City Clerk.
1
c- *
Page 5
Contract may be awarded at the election of the City on one or a combinati
of base bids, and alternate or combination of any alternates that might h
offered. The City reserves the right to reject this proposal and it shal remain open and not be withdrawn for a period of sixty (60) days from the
date prescribed for its opening.
22.
Approved by the City Council of the City of Carlsbad California, by Resolutic
No. si 19 !, adopted on the ad day of .A.pit 1%
%?ki Date
-
-."
1
-- *
Page 6
CITY OF CAWXIAD
PUBLIC SAFETY AND SERVICE ENTER
CONTRACT NO. 3006
PROPOSAL
City Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
The undersigned declares he/she has carefully examined the location of the wor
read the Notice Inviting Bids, examined the plans and specifications, and herd proposes to furnish all labor, materials, equipment, transportation and servic required to do all the work to complete Contract No. 3006 in accordance with
the Plans and Specifications of the City of Carlsbad, and the specidl provisions, to wit:
The following proposal form includes work associated with the project bid
package #5, items A through D.
1. Proposals for the work shall include separate prices for each item of wor bid: Bid #5A, or Bid %50, etc. A proposal for work may include a bidder
combination for any or all items of work, but must also include bids for
each separate item. Award on a combination bid will only be made if it i
the lowest of any possible combination of bids and is lower than the tota
bids of the lowest responsible bidders on the particular items of work
making up that combination bid. The City reserves the right to (a) award
separate contracts for each bid item, or each combination of bids, or (b)
make no award at all.
Note: If not bidding on an item of work, the bidder shall state "no bidqf
Proposals for the work in each bid package shall be complete per the plar
specifications and contract documents. Items listed in the special
provisions are-for clarifcation only and shall not be considered as a
complete list of all the required work.
Quantities of materials used on the plans are for permit purposes only.
All bidding contractors are required to complete their own quantity take
offs, and submit lump sum bids for all work unless specific unit prices i
requested within the special provisions.
4. Addendum(a1 No(s). 1 has/have been received and is/are
-
2.
3.
included in this proposal.
I!
-* -
Page 7
8 id
Item # -
CONCRETE
5A- 1 Complete balance of concrete work for the lump sum amount of - THREE HUNDRED EIGHT THQUSAND EIGHT HUNDRED TWENTY ONE & OO/lOO------ - . $308,821.00
per special provisions (Item 48) for the lump sum amount THIRTY THOUSAND & OO/lOO--------------------------------------------.
5A-2 Deductive cost from Bid Item SA-1 to delete concrete retaining walls
- ($ 30,000.00 -
5A- 3 Deductive cost from Bid Item 5A-1 to delete free standing concrete wz er special provisions (Item 40) for the lump sum amount of RENTY FIVE THOUSAND & oo/ioo---------- ---------_____________________
($ 25,000.00
YASONRY - /r)o &7 *- - - -- -
58- 1 Complete masonry work for the lump sum amount of - S- -
58-2 Additive cost to bid item 58-1 to construct free standing wall in blc
per special provisions (Item 10A) for the lump sum amount - - (S -
58-3 Additive cost to bid item 58-1 to construct radius restraining walls
block per special provisions (Item 108) for the lump sum amount of - - (5 -
ALUMINUM ENTRANCES, STOEFRONTS , WINDOWS AND GLAZING Nt7 & c
5C- 1 Complete aluminum and glazing work for the lump sum amount of - $ -
-- ,
I-
Page 8
Bid
Item #
5c-2
P
Deductive cost from Bid Item X-I to change exterior glass for the lur
sum amount of - ($ 7 -
a. Alternate glass type:
1 b. Alternate glass type: - Deduct ($ .,
c. Alternate glass type: Deduct ($ .,
METAL AND ACClUSTICAL CEILINGS - g0 4) e
5D-1
c-"?
- Complete metal and acoustical ceilings for the lump sum amount of
S
-
-.
I
-. *
Page 9
All bids are to be computed on a lump sum basis with separated unit price
when requested, as indicated in this proposal. In case of a discrepancy
betweerr words and figures, the words shall prevail.
The Undersigned has checked carefully all of the above figures and
understands that the City will not be responsible for any errors or
omissions on the part of the undersigned in making up this bid.
5.
6.
7. The undersigned agrees that in case of default in executing the required
contract with necessary bonds and insurance policies within twenty (20)
days from the date of award of contract by City Council of the City of
Carlsbad, the proceeds of check or bond accompanying this bid shall becon the property of the City of Carlsbad.
8. Contractors shall be licensed in accordance with the Statutes of the Sta' of California providing for the registration of Contractors.
9. The undersigned bidder hereby represents as follows:
a. That no Council Member, offic?r, agent: or employee of the City oi Carlsbad is personally 'interested, directly or indirectly, in th' contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents or employees, has induced him/her to enter into
this contract, excepting only those contained in this form of contract and the papers made a part hereof by its terms; and
b. That this bid is made without connection with any person, firm o
corporation making a bid for the same work, and is in all respec fair and without collusion or fraud.
IO. The undersigned is aware of the provisions of Section 3700 of the Labor
Code which require every employer to be insured against liability for
workers' compensation or to undertake self-insurance in accordance with
provisions of that code, and agrees to comply with such provisions befor
commencing the performance of the work of this contract.
The unidersigned is aware of the provisions of the State of California La
Code, Part 7, Chapter 1, Article 2 relative to the general prevailing ra
of wages for each craft or type of worker needed to execute the contract
and agrees to comply with its provisions.
11.
* - -
Onthisthe 15 day of October 1985,
I
CORPORATE ACKNOWLEDGMENT
I
County of San Diew Lee A. Drewery
the undersigned Notary Public, personally appeared
Georqe H. Byrom, Jr.
@ personally known to me
c1 proved to me on the basis of satisfactory evidence
to be the person(s) who executed the within instrument as
or on behalf of the corporati
named, and acknowledged to me that the corporation execute1
LEE A. DREWERY NOTARY PUBLIC . CALIFORNIA
PRINCIPAL OFilCE IN
SAN DlEGO COUNTY
7120 122 NATIONAL NOTARY ASSOCIATION 23012 Ventura Blvd PO Box 4625 Ww
Y
-.
-
Page 11
Accompanying this proposal is Bid Bond
-(Cash, Certified Check, Bond or Cashier's Check1
for the exact dollar amount of ten percent (10%) of the total bid price.
the exact amount is not known at the time the bond is issued, the bidder's bon should read, as follows: "10% of the bid amount not to exceed
dollars.'' The nunber in the blank must exceed ten percent of the bid amount.
If
L.R. Hubbard Construction Co., Inc. 407654 95-3631187
Bidder ' s Name State License No. Employer I.D. No
7485 Ronson Road
Bidder's Address Name G. H. Byrom, Jr. President
San Diego, California 9
61 9-277- 9308 - . Phone No.
Corporation
Type of Organization (Individual, Corporation, Partnership)
List below names of President; Secretary; Treasurer; and corporation, and names of all partners, if a partnership:
G. H. Byrom, Jr. President
L. R. Hubbard, I11 Secretary
(PLEASE ATTACH NOTOPIAL
ACKNOWLEDGEMENT OF
EXECUTION BY ALL
PRINCIPALS. 1
(CORPORATE SEAL)
-.
I +. .. --
ATTORNEY- IN-FACT ACKN~GEDGEXEXZ
OF SURETY
1 (ss.
1
CALI FORNlA
SAN DlEGO
STATE OF
COUNTY OF
On this '4'' day of OCTOBER , 193 before me, JUDITH S. KING
, a notary public in and for said County and State per-
sonally appeared FRANK G. CAVIGNAC
known to me to be the person whose name is subscribed to the within instrument as thi
attorney-in-fact of theUNlTED STATES FIDELITY AND GUARANTY COMPANY
the corporation named as Surety in said instrument, and acknoxledged to me
subscribed the n to as Sure , and his own n e
attorney- in- fact
No tw a4
PRINC~PAL OfFGi IN
SAN DIEGO COUNTY SAN DlEGO ,State of Ca: _-
I
-.
...
Page 1
BIDDER’S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERTjNS BY THESE PRESENTS:
That we, L, R. HUBBARD CONSTRUCTION CO, INC. , as Principal, am
UNITED STATES Fll DELI TY AND GUARANTY COMPANY as Surety, are held and firmly bcm
unto the City of Carlsbad, California, in the sum of TEN PER CENT (10%) OF
THE TOTAL AMOUNT BID--------------- Dollars ($------lo%------) , lawful money o
the United States for the payment of which sum well and truly to be made, we
bind ourselves, jointly and severally, firmly be these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH:
That if the proposal of the above-bounden principal for: PUBLIC SAFETY AND S
CENTER- BID PACKAGE # 5- Concrete; Masonry; Aluminum Storefronts, Entrances,
Windows and Glazaing; Metal and Acoustical Ceilings.
in the City of Carlsbad, is accepted by the City Council of said City, and if the above-bounden Principal shall duly enter into and execute a. contract . including required bonds and insurance policies within twenty (20) days from’ t
date of award of contract by the City Cauncil of the City of Carls’bad, being
duly notified of said award, then this obligation shall become null and void;
otherwise, it shall be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event any Principal above named executed this bond as an individual, it
is agreed that the death of any such Principal shall not exonerate the Surety
from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 14TH day of
19 85 . OCTOBER -9
UNITED STATES FIDELITY AND GUARANTY COMPANY L. R. HUBBARD CONSTRUCTION CO., IN
Surety Principal
Title ATT
(Attach acknowledgement of
Attorney in Fact)
(Notarial acknowled
execution by all P -
(Corporate Seal if corporation)
-.
(CERTIFIED COPY) ..
GEBEML POWER OF PJTORNEY
No.. ........... BO2 5 3.. ...............
Knoio all Men by these Presents:
That UNITED STrZTES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the lav
State of Maryland, and having its principal officc at the City of Baltimore, in the State of Maryland, does hereby constitute and
Frank G . Cavignac
of the City of San Diego , State of California
its true and lawful attorney in and for the State of California
for the following purposes, to wit:
Tu sign its nome as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perfonn
ali acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUl COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED
FIDELITY AND GTJARANTY CO&IPANY, through us. its Board of Directors, hereby ratifies and oonfirma all and whatsoever
Frank G. Cavignac
may 1awfulIy do in the premises by virtue of these presents.
sealed with its corporate seal, duly attested by the signatures of its Vice-President and Assistant Secretary, this
In Wirness Thereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrum
9th May v k D. 1%~
UNITED STATES FIDELITY AND GUARANTY CC
(Signed) By. John D. Heafey ............................................
Yice- Pres1
(Signed) ..............................................
Assistant Secr
J. E. Dallam (SEAL)
) ss: STATE OF MARYLAND,
BALTIMORE CITY,
, A. D. 1%~ , before me person
, Vice-President of the UNITED STATES FIDELITY AND GU , Assistant Secretary of sz.2 Company, wi COMPANY and
whom I am persondly acquainted, who being by me severally duly sworn, said that they resided in the City of Bakimore, ? were 11 that they, the said John D. Healey and
the Vice-president and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY CO?IIPANY
Foration described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation
sea] affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of sai
tion, and that they signed their names thereto by like order as Vice-president and Assistant Secretary, respectiveIy, of the
May On this 9th day of
John D. Healey
J. E. Dallam
J. E. Dallarn
hIy commission expires tre first day in Juiy, A. D. 19.69.. ..
(SEAL) (Signed) ..... f!.er.bar.~...3.~..L.uAf ............... Notary t } Sct. STATE OF hlARYjLAND
BALTIMORE CITY,
1. Robert H. Bouse , Clerk of the Superior Court of Baltimore City, which . LClu Court of Record, and has a seal, do hereby certify that Herbert J. Aull whom the annexed affidavits were made, and who has thereto subscribed IS name, was at the time of 80 doing a Notary Pu;
State of hIaryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oath:
acknonledgments, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting o
Sotary, and verily believe the signature to be his genuine signature.
In Testimony Whereof, I hereto set my band and &x the seal of the Superior Court of Baltimore City, the same bei: , A. D. 19 69 May of Record, this 9th day of
(SEAL) ( Signed) .............. Ro.b.er.t..L. .F.ousC.. ..........
Clerk of the Superior Court cf B.2::;-
FS 3 (9-67)
..I
,*
Page 1,
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies helshe has used the subbids of the following listed Contractors in making up his/her bid and that the subcontractors listed will bc
used for the work for which they bid, subject to the approval of the City
Engineer, and in accordance with applicable provisions of the specifications.
No changes m(ay be made in these subcontractors except upon the prior approval (
the City Engineer or the City of Carlsbad.
required for each subcontractor. Additional pages can be attached, if
required:
The following information is
Work Company Name
Joint seal exeansion .ioints in ut.h ut. Spa1
walks and 6" pavinq. -
*-
-
I_
-
_+
-*
Page I!
BIDDER'S STATEMENT OF FINANCIAL ESPONSIBILITY
The undersiqned submits herewith a notarized or sealed statement of his/her
financial responsibility. Either a current audited income tax or profit/loss
statement .
On file with Dunn and Bradstreet.
-
(Notarize or
Corporate Seal 1
_c
-4 -
Page 14
BIDER'S STATEMENT OF
TECHNICAL ABILITY AND EXPERIENCE
The Bidder is required to state &at work of a similar character to that
included in the proposed contract hefshe has successfully performed and give
references, with telephone numbers, which will enable the City to judge his/hei responsibility, experience and skill. An attachment can be used if notarized (
sealed.
Date Name and Phone No. Contract Name and address of Person Amount 01
(Notarize or Corporate Seal 1
.r
_.
Page 15 CONTRACT
THIS AGREEMENT, made and entered into this k* day of , 19fJ
by and between the City of Carlsbad, California, a munici (hereinafter called "city"), and L.R. HUBBARD CONSTFUJCTION CO., INC.
(hereinafter called "Contractor".>
City and Contractor agree as fallows:
1. Description - of Work. Contractor shall perform all work specified in the
contract documents for:
Contract No. 3006-5A - Concrete, Public Safety and Service Center
(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;g the plans 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
this contract, City shall make payment to Contractor per the tens outlir
in the Notice Inviting Bids, Item 13. Contract amount Two Hundred Fifty Three Thousand Eight Hundred Twenty One and OO/lOO
Payment of undisputed contract amounts shall be contingent upon Contractc furnishing City with a release of all claims against City amd Constructic
Manager arising by virtue of this contract as it relates to those amount:
Extra cmnpensation equal to 50 percent of the net savings may be paid to
Contractor for cost reduction changes in the plans or specifications madc
pursuant to a proposal by Contractor. The net savings shall be determinc
by City.
s 253,821.00
No payment shall be made unless the change is approved by the
city. -
5. Independent Investigation. Contractor has made an independent
investfgation 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 overcome 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
conditlons are as thus indicated. Contractor is satisfied will all job conditlons, including underground conditions and has not relied on
information furnished by City.
_-
-. L
Page 11
6. Contractor Responsible for Unforeseen Conditions. Contractor shall be
responsible for all loss or damage arising out of the nature of the work 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. Contractor shall also be responsible for expense incurred in the suspension or discontinuance of the work. However,
contractor shall not be responsible for reasonable delays in the completi
of the work caused by acts of God, stormy weather, extra work, or matters
which the specifications expressly stipulate will be borne by City.
7. Change .- Orders. City may, without affecting the validity of this contract order changes, modifications, deletions and extra work by issuance of
written change orders. Contractor shall make no change in the work witk
the issuance of a written change order, and Contractor shall not be
entitled to compensation for any extra work performed unless the City ha!
issued a written change order designating in advance the amount of
additional compensation to be paid for the work. If a change order dele! any work the contract price shall be reduced by a fair and reasonable amount, If the parties are unable to agree on the amount of reduction tl
work shall nevertheless proceed. and the amount shall be' determined by '
arbitration or liti7ation.
extra work is the City Engineer. However, no change or extra work order
excess of $5,000.00 shall be effective unless approved by the City
Council.
.
The only person authorized to order changes
8. Prevailing - Wage. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per die wages for each craft or type of worker needed to execute the contract an schedule containing such information is in the City Clerk's office and i incorporated by reference herein. hrsuant to Labor Code Section 1774 contractor shall pay prevailing wages. Contractor shall post copies of
applicable prevailing wages on the job site.
9. --- Indemnity. Contractor shall indemnify, hold harmless and defend the
Construction Manager and the City and its officers and employees, and ei
of them, from any and all liability or loss resulting from any suit, cla
or other action brought against the City, or for any other losses of
whatever nature, directly or indirectly arising from the acts of Contrac
or its officers, employees or agents done in the construction of this project or in-the performance of this contract regardless of responsibi for negligence. The expenses of defense include all costs and expenses including attorneys fees, of litigation, arbitration or other dispute
resolution method. Nothing in this paragraph shall require contractor
indemnify City for losses caused by the active negligence of City.
Contractor shall provide Certificates of Insurance evidencing coverage
amountts not less than the following;
IO.
.-
-. .,
Page 17
Coverage Combined Single Limit:
Automobile Liability .$500,000 -
Product s/Completed Operations 500,000
Blanket Cont r actur a1 500,000 Contractor 's Protective 500,000
Personal Injury 500,000 Excess Liability 500,000
Other
General Liability 500,000
Contractor may be required to increase the limits of liability insurance
the size and nature of the project require excess coverage.
Contractor shall cause the City and Construction Manager to be named as a additional insured on all policies concerning the subject matter or performance of this contract.
11. Workers Compensation. Contractor shall comply with the requirements of
Section 3700 of the California Labor Code. Contractor shall also assume
the defense and indemnify and save-harmless the City and Constfuction . Manager and its officers and employees frm all claims, loss, damage, -
injury and liability of every kind,. nature and description br'ought by any
person employed or used by Contractor to perform any work under this contact regardless of responsibility for negligence.
Proof -- of Insurance. Contractor shall submit to the City through the
Construction Manager, certification of the policies mentioned in Paragrap IO and 11 or proof of workers' compensation self insurance prior to the start of any work pursuant to this contract. Certificates of insurance
shall provide that the insurance will not be cancelled until the expirat1
of at least thirty (30) days after written notice of such cancellation ha been given to the City.
Arbitration. out of or relating to this contract or the breach thereof may, at the
option of City, be settled by arbitration in accordance with the
construction industry rules of the American Arbitration Association and
judgment upon the award rendered by the arbitrator(s) may be entered in e
California court having jurisdiction thereof. The award of the
arbitrator(s) ehall be supported by law and substantial evidence as
provided by the California Code of
-
12.
13. Any controversy or claim in any amount up to $100,000 arisl ---
Civil Procedure, Section 1296.
14. Maintenance of Records, Contractor shall maintain and make available to
the City, upon request, records in accordance with Sections 1776 and 181,
of Part 7, Chapter 1, Article 2 of the California Labor Code. If the
Contractor does not maintain the records at Contractor's principal place
business as specified above, Contractor shall so inform the City by
certified letter accompanying the return of this contract. Contractor
shall notify the City by certified mail of any change of address of such
record:;.
CORPORATE ACKNO'WLEDGMENT
c p ./-=-- - 2,- . i r -_i 4P
State of a 1 i f ornia On thisthe 31 day of -19fi, be
County of San D.ieso Lee A. Drewery
the undersigned Notary Public, personally appeared
IX personally known to me
;? proved to me on the basis of satisfactory evidence
to be the person(s) who executed the within instrument as
or on behalf of the corporatic
named, and acknowledged to me that the corporation executed
President
OFF:. .1AL SEAL LEE 4:. ..;tg'rciERY
rIOT,:il CJu8..i', . C.%?liilRNIA
FRItJCiPli: WiCi IN
SAN DIEGO COUNTY
7120 122 NATIONAL NOTARY ASSOCIATION 23012 Ventura Blvd P.O. Box 4625 Wo(
-
Page 18
The provisions of Part 7, Chapter 1 commencing wit 15. Labor Code - Provisions:
section 1720 of the California Labor Code are incorporated herein by
reference.
45 -g7--4: 0 appropriate 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. Addition ional provisions of this agreement are se or "Special Provisons" attached hereto
(Notarial acknowl
execution by ALL
BY
Title
4 Contractor's Principal Place of f3usines
CITY OF CAXSBAD, CALIFORNIA
BY gwd &A
Mayor
ATTEST:
i
- city c
Contractor's Certification of Awareness of Workers Compensation Responsibilit)
"I am aware of the provisions of Section 3700 of the Labor Code which require
every employer to be insured against liability for workers compensation or to
undertake self-insurance in accordance with the provisions of that code, and
will comply with such provisions before commencing the performance of the wor
of this contract."
i
e
Page 1
Bond No. 40-01 20-1 091 4- LABOR AND HATERIAL BC"
KNOW ALL PE%ONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, by
Resolution No. 8235 adopted October 22, 1985
L-R- HUI3EVUI.I CONSTRUCI'ION CO., m- as the "Principal", a contract for:
, has awarded , hereinafter designat
contract m- 3006-5A - Concrete, Public Safety a Service center
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 th,ereof require the furnishing of a bond with said contract, providl
that if said Principal or any of his/her 07 its subcontractors shall failato J 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 f0.r any w( or labor done thereon of any kind, the Surety on this bod will pay the same 1
the extent hereinafter set forth.
NOW, THEREFORE, \E, L. R. HUBBARD CONSTRUCTION co., INC.
as Principal., hereinafter designated as the "Contractor", and
as Siirety,- ace -held and firmly bound unto the City of Carlsbad, in the sum of
said sum being eqL;aL to 50 percent (5%) of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors
and assigns; for nfiich 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, OF 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 wc or labor, that the Surety or Sureties will pay for the same, in an amount not
exceeding the sum specified in the bond, and also, in case suit is brought uf
the bond, a reasonable attorney's fee, to be fixed by the court, as required
the provisit:,ns of Section 4202 of the Government Code of the State of C a1 if o r nia .
..
UNITED STATES FI DFI I TY URANTY rnMPANY
ONE HUNDRED TWENTY-S I X THOUSAND NINE HUNDRED TEN AND 50/1 Od3o11ars ($126,910.50
L-
Page 20
This bond shall insure to the benefit of any and all persons, canpanis and
corporations entitled to file cl-aims under Section 1192.1 of the Code of Civil
Procedure so as to give a right of action to them or their assigns in any suit
brought upon this bond, as required by the provisions of Section 4205 of the Government Code of the State of California-
In the event that any Contractor above named executed this bond as an
individual, it is agreed that the death of any such Contractor shall not
exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, t been duly executed by the Contractor an Surety above named on of OCTOBFR 9 l9 85
(Notarize or Corporat
Seal for Each Signer
__
ATTORNEY- IN-FACT ACDTOWLEDGE>ENT
OF SURETY
STATE OF CALI FORN !,A )
(ss.
1 SAN DlEGO COUNTY OF
On this 28TH day of OCTOBER y 1985 before me, JUDITH s. KING
s a notary public in and for said County and State per-
~ sonally appeared- FRANK G. CAVlGNAC
known to me to be the person whose name is subscribed to the within instrument as 1
attorney-in-fact of thexlTED STATES FIDELITY AND GUARANTY COMPANY
the corporation name
subscribed the name
a t t orne y-in- fact .
nstrument, and acknogledged to me that he
,State of ( SAN DlEGO 'b'a%%~w%>'8%.* a-r?ri%"-'dk%~l~~
(CERTIFIED COPY)
GENWtE PO R OF ATTO
No.. ........... .8Q253.. ...............
Knot0 all Men by these Presents:
That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the Ian
State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and
Frank G. Cavignac
of the City of San Diego ,State of California
its true and lawful atrorney in and for the State of California
for the following purposes, to wit:
To sim i?s nnme as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perfonn
ai1 acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUA
COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED S
TIDELITY AND GUARANTY COMPANY, through us, its Board of Directors. hereby ratifies and confirms a11 and whatsoever
Frank G. Cavignac
may lawfully do in the premises by virtue of these presents.
sealed with its corporate seal, duly attested by :he signatures of its Vice-president and Assistant Secretary, this
In Witness IlVher~~f, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrume
9th May , A. D. 1969
UNITED STATES FIDELITY AND GUARANTY CO!
(Signed) By John D. HeaPey ..............................................
Vice-Pres&
J. E. Da-llam ( SEAL)
(Signed) ...............................................
Assistant Szcre
STATE OF NARYL,AND,
BALTIMORE CITY, } ss:
, A. D. 1969 , before me persona
, Vice-president of the UNITED STATES FIDELITY AND GUF , Assistant Secretary of said Company, wit1 COMPANY and
whom I am personally acquainted, who beingi%y ne severally duly sworn, said that they resided in the Gp of Bzltimore, h'
that they, the said John D. Healey and J. E. DalParn were re
the Vice-president 2nd the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPASY,
poration described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation;
seal affixed to said Power of Attorney was such corporate seal, that it w2s so fixed by order of the Board of Directors of said
tion, and that they signed their names thereto by like order as Vim-President and Assistant Secretary, respectively, of the (
May On this 9th day of
John D. Healey
J. E. D llam
illy commissiois expires the first day in Juiy, A. D. 19.69.. ...
(SEAL) (Signed) ..... .&.e r.bar.t. .J.. . &A 6. ...............
Notary PI ) Sct. STATE OF MARYLAND
BALTIMORE CITY,
1, lbbsrt X. Bouse , Clerk of the Superior Court of Baltimore City, which (
Court of Record, and has a seal, do hereby certify that , Esqui
whom the annexed .&davits were made, and who has thereto subscribed h~ name, was at the time of so doing a Notary Pub
State of hlaryland, in and for the City of Baltimore, duly commissioned and sworn and author2ed by law to administer oaths
acknowledgments, or proof of deeds to be recorcied therein. I further certify that I am acquainted with the handwriting of
Notary, and verily believe the signature to be his genuine signature.
Herbert J, Aka11
In Testimony Whereof, I hereto set my hand and affix the seal of the Superior Court of BaItimore City, the same bein , A. D. 19 69 of Record, this 9th day of May
( SEAL) ( Signed) .............. RO.bEX'.%. .@A. .B.QWM.. .............
Clerk of the Superior Court of Bdtimore
FS 3 (9-671
COPY OF ItESOLUTION
Thnt Whereas, it is necessary for the effectual transaction of husiness that this Company appoint agents and attorneys with 1
and authority to act for it and in its name in States other than Alaryland, and in the Territories of the United States and in the Pro1
of the Dominion of Canada and in the Colony of Newfoundland.
Therejore, be it Resolved, that this Company do, and it hereby does, authoriLe and empower its President or either of its
Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or PC
as attorney or attorneys-in-fact, or agent or agents of said Company, in its name and as its act, to execute and deliver any and a1
tracts guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts
Lhn insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedin
by law allowed, and
Also, in its name and as its attorney or attorneys-in-fact, or agent or asents to execute and guarantee the conditions of any a
bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may 11
municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces
Dominion of Canada or of the Colony of Newfoundlaad, or by the rules, regulations, orders, customs, practice or discretion of any
bcdy, organization, office or officer, local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken,
tendered, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation, body, office, in
municipality or other association or organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not
of anything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation, or undettakii
an) thing in the nature of either of the same.
1, George R, Downer , an Assistant Secretary of the UNITED STATES FIDELITY
GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney
by said Company to
Framk G. Cavignac
of San Diego, California , authorizing and empowering him to sign bonds as then
forth, which power of attorney has never been revoked and is stiil in full force and efieet.
And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting
Board of Directors of said Company, duly called and held at the office of the Company in the City of Ba!!imore, on the 11th
July, 1910, at which meeting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy
resolution, and the whole thereof as recorded in the minutes of said meeting.
COMPANY on OCTOBER 28, 1985% In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUAR
(Date)
LM A&&& Amstunt Secretary
I
Page 21
Bond No. 40-0120-10914-8
Premium: $3,046.00 PERFORMANCE BOND
KNOW ALL PER5iNS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 8235 adopted October 22, 1985 , has awarded 1
L.R. HUBBARD CONSTRUCTION CO., INC. , hereinafter designate
as the "Principal", a contract for:
Contract No. 3006-5A - Concrete, Public Safety and Service Center
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 require the furnishing of a bond for the faithful performanc of said contract; ...
NOW, THEREFORE, WE, as Principal, hereinafter designated as the "Contractor", and
as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of
said sum being equal to 100 percent (100%) of the estimated amount zdf 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 the above bounden Contractor
his/her or its heirs, executors, administrators, successors or assigns, shall all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements 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 respect
according ta their true intent and meaning, and shall indemnify and save harmless the City dc Carlsbad, its officers and agents, as therein stipulated
then this obligation shall become null and void; otherwise it shall remain in
full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no
change, extension of time, alteration or addition to the terms of the contrac
or to the work to be performed thereunder or the specifications accompanying same shall affect its obligatfons on this bond, and it does hereby waive noti
of any change, extension of time, alterations or addition to the terms of thc
contractor or to the work or to the specifications.
L. R: HUBBARD CONSTRUCTION CO.,INC.
UNITED STATES FIDELITY AND GUARANTY COMPANY
TWO HUNDRED FIFTY-THREE THOUSAND EIGHTY HUNDRED TWENTYONE Dollars ($ 7c; 871 nn
*_
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 obligations under this bond.
as been duly executed by the Contractor ani IN WITNESS WHEREOF, t Surety above name Of OCTOBFR 7 l9 85
(Notarize or Corporate Seal for Each Signer) Contractor
.. ...
Surety
ATTORNEY- IN-FACT ACKNOWLEDGEFENT
OF SURETY
STATE OF CALIFORNIA - 1
(ss.
1 SAN DIEGO COUNTY OF
On this 28TH day of OCTOBER , 1985 before me, JUDITH S. KING
-l a notary public in and for said County and State per-
sonally appeared FRANK G. CAVIGNAC
known to me to be the person whose name is subscribed to the within insrrument as t
attorney-in-fact of the
the corporario
subscribed the
attorney- in- fa
UNITED STATES FIDELITY AND GUARANTY COMPANY
,State of C: SAN Dl EGO
(CERTIFIED COBY 1
GErnML POWER OF RnQmEY
No ............. 80253 .................
Know all Men by these Presents:
State of Maryland, and having its principal officc at the City of Baltimore, in the State of Maryland, does hereby constitute and
Frank G. Cavignac
That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the lalrr
of the City of San Diego ,State of California
its true and lawful attorney in and for the State of California
for the following purposes, to wit:
To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perfoml
all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUA
CO;ZZPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED S
FIDELITY AND GUAFUNI” COMPANY, through us, its Board of Directors, hereby ratifies and confime all and whatsoever
Frank G. Cavignac
may lzwfully do in the premises by virtue of these presents.
sealed with its corporate seal, duly attested by the signatures of its Vice-president and -4ssistant Secretary, this
In Witness 1t7hcrcof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrume
9th May , A. D. 1969
UNITED STATES FTDELITY AND GU-4RANTY CO.”
(Signed)
(Signed) ...............................................
By.. ... John .?.:. .r;i.ealex.. ................
Vice-Presic;
J. E. Dallam (SEAL)
Assistant Seere, } OS:
STATE OF MARYLAND,
BALTIMORE CITY,
, A. D. 1%~ , before me persona , Vice-president of the UNITED STATES FIDELITY AND GUA , Assistant Secretary of said Company, wit1
whom I am personally acquainted, who being%y me severally duly sworn, said thzt the7 resided in the City of Beirimore. i\
that they, the said John D. Healey and J. E. Dallarn . were re
the Vice-president and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUAR4NTY COMPANY,
poration described in and which executed the foregoing Power of Attorney; thst they each knew the seal of said corporation;
sea] affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said
tion, and that they signed their names thereto by like order as Vice-president and Assistant Secretary, respectively, of the t
On this 9th day of May John D. Healey
COMPANY and J. E.. D llam
BIy commission expires the first day in July, A. D. 19.69.. ...
( SE+) (Signed) ..... ilr.er.bnr.~..~.:,-c4~Xt.. ..............
Notary PI } Sct. STATE OF MARYLAND
BALTIMORE CITY,
I, Robert H. Bouse , Clerk of the Superior Court of Baltimore City, which (
Court of Record, and has a seal, do hereby certify that Herbert 3. Aull , Esqui
whom the annexed affidavits were made, and who has thereto subscribed his name, was at the time of SO doing a Notary Pub
State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by 18W to administer oaths
acknow&dgments, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of
Notary, and verily believe the signature to be his genuine signature.
In Testimony Whereof, I hereto set my hand and affix the seal of the Superior Court of BaItimore City, the same bein , A. D. 19 69 of Record, this 9th day of Hay
(SEAL) ( Signed) ............. .RO.bJsr.t..U.. . .B.OUsE ...............
Clerk of the Superior Court cf Bsltimore
FS 3 WE7)
COPY OF RESOLUTION
That Whereas, it is necessary for the effectual transaction of business that this Conipany appoint agents and attorneys wit1
and authority to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the PI
of the Dominion of Canada and in the Colony of Newfoundland.
Therefore, be it Resolved, that this Company do, and it hereby does, authorize and empower its President or either of i
Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or
as attorney or attorneys-in-fact, or agent or agents of said Company, in its name and as its act, to execute and deliver any and
tracts guaranteeing the fidelity of persons holding positions of public or private trust, guarantecing the performances of contrac
than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceed
by law allowed, and
Also, in its name and as its attorney or attorneys-in-fact, or agent or agents to execute and guarantee the conditions of any
bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may
municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Province
Dominion of Canada or of the CoIony of Ne~vfoundlaad, or by the rules, regulations, orders, customs, practice 01 discretion of an]
body, organization, office or officer, local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken
tendercd, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation, body, oEce,
municipslity or other association or organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or nc
of anything or any conditions which may he provided for in any such bond, recognizance, obIigation, stipulation, or undertal
anything in the nature of either of the same.
1, George R. Downer , an Assistant Secretary of the UNITED STATES FIDELI'I
GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attornc
by said Company to
Frank G. Cavignac
of San Diego, California , authorizing and empowering him to sign bonds as thc
forth, which power of attorney has never been revoked and is still in full force and effect.
And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meetinr
Board of Directors of said Company, duly called and held at die office of the Company in the City of Baltimore, on the 11th
July, 1910, at which meeting a quorum of the Board of Directors was present, 2nd that the foregoing is a true and correct copy
resolution, and the whole thereof as recorded in the minutes of said meeting.
In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUA
COMPANY on OCTOBER 28, 1985.
(Date)
Assistunt Secrctcir
..
1
d
Page 23
GENERAL PROVISIONS
1. PlANS AND SPECIFICATIONS
The speciPications for the work shall consist of the latest edition of the
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 SSPWC, the
Contract documents and the General and Special Provisions attached
thereto.
The Construction Plans consist of 15 sheet(s). The standard drawings
utilized for this project are the San .- Diego Area - Regional Standard --
Drawings, hereinafter designated SDRS, as issued by the San Diego County Department of Transportation, together with the City of Carlsbad
Supplemental Standard Drawings. enclosed with these documents. A detailed list of the plans and specifications are attached hereto and made a part hereof.
Copies of pertinent standard drawings are
- 2. WORK TO E!€ DONE -- --
The work to be done shall consist of furnishing all labor, equipment and
materials and performing all operations necessary to complete the project
work as shown on the project plans and as specified in the specifications.
3. DEFINITIONS AND INTENT
A. Architect:
The word "Engineer" shall mean the architect or his approved
representative.
B. Construction Manager:
The word "Construction Manager" shall mean Koll Construction Company.
C. Reference to Drawings:
Where words "shown", "indicated", "detailed", "noted", "scheduled" or
words of similar import are used, it shall be understood that referen
is made to the plans accompanying these provisions unless stated
otherwise.
D. Directions:
Where words "directed", designated" , "selected" or words of similar
import are used, it shall be understood that the direction, designat.
or selection of the Construction Manager is intended unless stated
otherwise. The word "required" and words of similar import shall be
understood to mean "as required to properly complete the work as
required and as approved by the Construction Manager" unless stated
otherwise.
..
I
d
Page 24
E) Equals and Approvals:
Where the words 1lequal119 "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",
"acceptance", or words of similar import are used, it shall be
understood that the approval, acceptance, or similar import of the
Architect is intended.
F) Perform and Provide:
The word "perform" shall be understood to mean that the Contractor, at
her/his expense, shall perform all operations, labor, tools and
equipment, and further, including the furnishing and installing of materials that are indicated, specified, or required to mean that the Contractor, at her/his expense, shall furnish and install the work,
comp1.ete in place and ready to use, including furnishing of necessary labor, materials, tools equipment and transportation.
a-.
4. CODES AND STANDARDS
Standard specifications incorporated in the requirements of the specifications by reference shall be those of the latest edition at the time of receiving bids.
producers of materials so required either have such specifications
available for reference or are fully familiar with their requirements as
pertaining to thefr product or material.
It shall be understood that the manufacturers or
5. - CONSTRUCTION SCHEDULE
The Contractor shall provide Consruction Manager with a Construction Schedule: indicating work activities and length of time required for each activity. The Contractor shall review with the Construction Manager monthly the Construction Schedule to insure completion of the whole or an
part of the work.
The Contractor shall begin work after being duly notified by an issuance a "Notice to Proceed" and shall diligently prosecute the work to completil
in connection with the construction schedule as approved by the
Construction Manager.
6. NONCONFORMING -- WORK
The Contractor shall remve and replace any work not conforming to the
plans or specifications upon written order by the Construction Manager. Any cost caused by reason of this nonconforming work shall be borne by tf-
Contractor.
-*
I
.c
Page 25
7. GUARANTEE -
All work shall be guaranteed for one year after the filing of a "Notice of
Completian" and any faulty work or materials discovered during the
guarantee period shall be repaired or replaced by the Contractor.
8. MANUFACTUER'S INSTRUCTIONS -- --
Where installation of work is required in accordance with the product
manufacturer's directions, the Contractor shall obtain and distribute the
necessary copies of such instructions, including two copies to the
Construction Manager.
9. _. INTERNAL COMBUSTION ENGINES
All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special
attention to Carlsbad Municipal Code, Chapter 8.48.
1 0. CITY INSPECTORS
All work shall be under the observation of a City Construction Inspector.
Inspectors shall have free access to any or all parts of work at any time.
Contractor shall furnish Inspectors with such information as may be
necessary to keep her/him fully informed regarding progress and manner of
work and character of materials.
Contractor from any obligation to fulfill this contract.
Inspection of work shall not relieve
11. PROVISIONS REQUIED 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 nc
correctly inserted, then upon application of either party the contract
shall forthwith be physically amended to make such insertion or
correction.
12. INTENT OF CONTRACT DOCUMENTS
The Contractor, her/his subcontractors and materials suppliers shall provide and install the work as indicated, specified and implied by the contract documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at t
Contractor's expense to fulfill the intent of said documents. In all instances throughout the life of the contract, the City will be the interpreter of the intent of the contract documents and the City's decisi
relative to said intent will be final and binding. Failure of the Contractor to apprise her /his subcontractors and materials suppliers of this condition of the contract will not relieve her/him of the res pons ib il i ty of compliance .
.I
*.
Page 26
13. SUBSTITUTION OF MATERIALS
The Proposal of the Bidder shall be in strict conformity with the drawings and specifications and based upon the items indicated or specified.
Contractor may offer a substitution for any material, apparatus, equipment or process indicated or specified by patent or proprietary names or by
names of manufacturer which she/he considers equal in every respect to
those indicated or specified. The offer made in writing, shall include
proof of the State Fire Marshal's approval (if required), all necessary
information, specifications and data. If required, the Contractor, at
her/his own expense, shall have the proposed substitute, material,
apparatus, equipment or process tested as to its quality and strength, its physical, chemical or other characteristics, and its durability, finish, a
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 constructior
if possible, but in no case less than ten (IO) days prior to actual installation. Substitution shall also include a statement of credit to*be
issued.
The
14. ECORD DRAWINGS
The Contractor shall provide and keep up to date a complete "as-built" record set of plans, which shall be corrected daily and show every change
from the original drawings and specifications and the exact "as-built"
locations, sizes and kinds of equipment, underground piping, 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 kep
on the job and shall be used only as a record set. Upon completion of th
work, and prior to release of retention, the Contractor shall transpose a
'las-builttll information on to a set of reproducible sepias. Drawings shal
be drafted in a professional manner and shall locate by dimension and
elevation all concealed work, and changes in manufacturer information.
llAs-builtslt for the sitework (bid package nurrber 1) shall be prepared by
the engineer of record.
15. PERMITS
The general construction, electrical and plumbing permits will be issued
the City of Carlsbad at no charge to the Contractor.
responsible for all other-required licenses and fees.
The Contractor is
*.
Page 27
16. - QUANTITIES IN THE SCHEDULE
The City reserves and shall have the right, when confronted with unpredicted conditions, unforeseen events, or emergencies, to increase or
decrease the quantities of work to be performed under a scheduled unit
price item or to entirely omit the performance thereof, and upon the decision of the City to do so, the Construction Manager will direct the
Contractor to proceed with the said work as so modified.
the quantity of work so ordered should result in a delay to the work, the
Contractor will be given an equivalent extension of time.
If an increase ir
17. SAFETY & PROTECTION OF WORKERS AND PUBLIC
The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent
accidents or injury to persons on, about or adjacent to the premises where
the work is bein,g performed. He/she shall erect and properly maintain at
all times, as required by the conditions and progress of the work, all . necessary safeguards for the 'protection af workers and public and shall - post danger signs warning against hazards created by such features of -
construction as prothding nails, hoists, well holes and falling
materials.
18. SURVEYING
c--
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 nuder 1) shall be provided I the City. Rough grade stakes at 50'-0" centers minimum to or toe-of-slopc as required, surface and underground improvements at 25'-0" to 50'-0"
centers including critical points with offsets, and blue tops for buildin and facility pads.
19. CODES, ORDINANCES, EGULATIONS & ABEREVIAlIONS
Reference to codes, ordinances and regulations are to editions
in effect as to date of proposals. Abbreviations are used for
agencies issuing standard specifications as follows :
Abbreviation Agency -
American Society for Testing Materials ASTM U.S. Government Fed. Spec.
National Board of Fire Underwriters NB FU
American Institute of Steel Construction AI SC
American St and ards As soci at ion ASA Underwriters Laboratories, Inc. UL
Department of Commerce Standards cs
ACI American Concrete Institute
.L
I(
I. 7
Page 28
20. STORAGE --
Space for storage and temporary buildings will be allocated by the
Construction Manager as job conditions permit. Temporary offices or sheds
shall be constructed of fire resistant materials. Material and layout mus'
be approved by the Construction Manager prior to instal lation.
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 agency
during inspections at a fabricating plant and/or on the jobsite and shall
provide ladders, platforms, scaffolds and/or safe accessibility to the wor
for such inspections and/or tests.
22. SCAFFOLDING AND HOISTING
The price shall include all costs for the following:
a. Scaffolding and shoring required. for the Contractor's work..
b. Hoisting required for the Contractor's work.
23. - CLEAN UP
The Contractor shall keep the premises free at all times from all waste
materials, packaging materials and other rubbish accumulated in connectior with the execution of the work by collecting and depositing said material: and rubbish in locations or containers as designated by the Construction
Manager u
24. TEMPORAFlY FACILITIES
Temporary toilet facilities and drinking water for the use of all trades
will be provided.
25. FORCE EPORTS -
Force reports indicating trade and personnel per trade shall be submitted
to the Construction Manager daily. A brief description of work performed
shall be included.
26. ELECTRICAL POWER
Electrical power will be provided in the building for the use of the Contractor for special lighting and operation of small tools only.
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 voltagc
or heavy amperage type equipment such as welding machines and any special
power requirements shall be provided and paid for by the Contractor.
PoweI
It is the
d
>I
J
Page 29
27. BACKFILL AND COMPACTION -
Backfill and compaction of trenches shall be in conformance with the 1979 edition of "Standard Specifications for Public Works Construction".
Backfill material shall be approved by the soils engineer. Contractors shall pay all costs for retesting required as the result of density test failures due to improper compaction. Backfilling of trenches and
excavations shall not be undertaken until required tests and inspections have been completed, "as-built" location notes have been verified, and authority to start the backfill has been granted by the inspector and
s u pe r i n t end e n t .
.-.
4
JI
Page 30
CERTIFICATION OF COMPLIANCE
I hereby cert-ify that
in performing under the contract awarded by the City of Carlsbad, will comply
with the County of San Diego Affirmative Action Program adopted by the Board of
Supervisors, including all current amendments.
L. R. HUBBARD COWSTRUCTIUN GO., iNC.
Legal Name of Contractor
(NOTARIZE OR C
(Notorial acknow on by all principals must be attached).
CORPORATE ACKNOWLEDGMENT --- - --
California Onthisthe 31 dayof October 1985, t
County of Sari DJ-ego Lee A. Drewery
the undersigned Notary Public, personally appeared
George H. Byrom, Jr.
E personally known to me
0 proved to me on the basis of satisfactory evidence
to be the person(s) who executed the within instrument as
or on behalf of the corporati
7120 122 NATIONAL NOTARY ASSOCIATION 23012 Ventura Blvd PO Box 4625 Wo
-.*
e
Page 31
- SPECIAL PROVISIONS/SPECIFICATIONS
Construction of the project facilities has already commenced. completion is anticipated for the third quarter of 1986.
contractors should visit the job site to review current progress, conditions, and include all costs associated with the anticipated completion date within
their bids.
CONCRETE - Bid Item 5A
Project
All bidding
---- -
1. Concrete work shall include the service center building, wash and storage
Concrete work associated wil facility and concrete sitework as specified.
the police and fire administration building, and mechanical equipment
enclosure - has already been bid and awarded.
2. Base bids for concrete work shall include complete excavations, grade preparation, slab underlayment , forming and backfilling. Excess spoils generated under this contract shall be relocated to on-site areas designated by the Project Superintendent, thus returning received grades original elevations. work.
Concrete Contractors shall include a $5,000.00 allowance within the base
bid for possible solid rock encountered during footing/foundation
excavations. Random boulders and hard digging shall not be a part of
specified allowance, and should be included as part of the Contractor's
responsibility. Methods of monitoring allowance expenditure shall be
developed by the Contractor and Construction Manager.
encountered, a deductive change order shall be issued for the entire
allowance amount.
The following is a brief list of work to be included within the base bid
Police Building Sitework
A.
Provide all clean up associated with the concrete
a
3.
Should rock not bt
4.
--
Complete exterior plaza area of police building (AC-1 thru AC-3).
Include all flatwork, stairs, landings, walls, planters, flagpole footings, bollards, PVC sleeves and drainage lines, weep holes and backfill. All concrete walls shall be colored (1 lb/sack) and sand blasted (medium). Bollards finished to match walls. Concrete flatv to be natural with specified finish.
6. Provide deductive cost from base bid for two (2) radius concrete
retaining walls which contain southwest quadrant of police assembly
wing. (AC-2, Detail 7/AC-3). Walls to be bid as masonry, too.
Walls commence approximately 35 lineal feet from southwest corner o
assembly wing and continue around building to the east. Deductive
to include complete wall construction per 7 and 14/AC-3 (sandblast color), with exception of footing, specified backfill and drainage line.
4
2.'
e-
Page 32
C. Sidewalks as follows: (AC-1 thru AC-3)
1. !Sidewalk around complete exterior of assembly wing adjacent to
building.
2. Sidewalk adjacent to stairs and adjoining retaining walls.
Sidewalk adjacent to upper loop road to point of curb return shall
be by others. --
3. Sidewalk adjacent to parking stalls adjoining plaza area.
4. Sidewalk adjacent to north building entry including walk across
street adjoining policelfire parking area. Include walk pads
around perimeter of enclosed stairs to electric roan.
D. Provide deductive cost from base bid for construction of free standing concrete wall (sandblast and color), which adjoins northwest corner of
police building and screens driveway and partial perimeter of policelfire parking area. Deductive cost should not include footing o spoil removal requirement. . Reference' AC-1 for location;' detail 1/A-2.
Service Center Building
A. Complete footings and slab work including depressions; recessed pits per 27, 28/S-I0A and 3, 81S-lIA; stairs to pit area; louver sill per
27/A-58, and locker bases per 17/A-34.
B. Concrete pilasters per 4, 5, 12/S-lIA.
C. Concrete fill at mezzanine including necessary shoring/forming of pour
stop as required.
D. Exterior concrete aprons adjoining building - six (6) inches concrete
over four (4) inches class I1 base. Provide smooth bar dowells and
expansion caps per 22/S-I0A.
Footing and fill for pipe guards per 9/A-51. E.
F. Pits/trenches associated with lifts and hoists, details 29, 30/S-I0A
shall be constructed by Service Station Equipment Contractor.
Coordinate slab installation with recesses installed by others.
Vehicle Wash Building
A. Complete footfng and slab work including pits and trench drains.
B. Precast trench drain system similar to "ACO drain" and ltPolycast" are
.- -
acceptable substitute for detail 17/S-I0A, when property attached to
and supported by the slab.
..
I, .
Page 33
C. Include concrete apron - six (6) inches over four (4) inches class I1
base around entire perimeter of wash facility and fuel island.
installation of fuel island shall be by others, coordinate
installation.
Reference attached clarification drawings SR-6 and SR-7 dated 9-24-85
for recessed pits at vehicle wash.
Actual
D.
5. Concrete bid shall also include the following requirements:
A. Construction, control and weakened plane joints including expansion
material as necessary.
Special sealer and/or hardener as required. 8.
C. Groutingjdrypack of steel column base plates.
D. Receiving, storing and setting of sleeves, embeds and anchor bolts.
E. Provide all reinforcing steel lines, grades and templets fo'r masonry
construction.
Provide and maintain safety protection at slab openings. F.
Footings, slab and apron for trash enclosure located north of service
center building including base underlayment . Reference sheet AC-1 and
detail 11/A-2.
6.
MASONRY - Bid Item 58 - --
1. Rase bid to include masonry construction of the mechanical equipment
enclosure including retaining wall; vehicle service center building and
trash enclosure; vehicle wash facility; and interior mechanical roan and
detention area walls within the police/fire administration building, including blockouts for recessed cabinets.
Provide all shoring of openings as required. 2.
3. Provide and install all rebar, mortar, and grout as required. Reference
special details: 4, 11, 13, 15 and 16/S-10A.
Provide and install added rebar dowells per details 4, 5 and 12/S-1Ia4.
Concrete pilaster and rebar cage shall be by others.
Include installation of dl miscellaneous anchor bolts and plates supplic
by others and grouting of same. Anchor bolts at masonry parapet shall be
supplied and installed by masons.
Provide and install all setting and grouting of hollow metal door, louve
and window frames.
4.
5.
(4/AC-3, 6/A-53).
6.
.
I ' ^a
Page 34
7.
8. Include sandblasting as specified in Section 07175 and all clean up
Include masonry control joint detail 6/S-I3A and 23fA-22.
associated with masonry work.
9. Masonry Contractors shall be required to coordinate their work with other
trades, especially structural steel, concrete and metal deck.
IO. Provide alternate -- additive prices to base bid as follows:
A. Construct free standing wall which adjoins northwest corner of police
building and screens driveway and partial perimeter of police/fire
parking area, utilizing masonry. Cost to include block rebar, grout,
mortar, cap, sandblasting, division stem (14/AC-3) and installation of
embed hardware for operable gates. Concrete footing shall be by others.
B. Construct two (2) radius retaining walls which contain southwest quadrant of police assembly wing (AC-2, detail 22/AC-3). Walls
assembly wing and continue around building to the east. Cost to include items listed in 10A above and weep holes. Footings by others.
. . commence approximately thirty-five (35) feet.from southwest cornec of
__ ALUMINUM ENTRANCES, STOFEFRONTS, WINDOWS AND GLAZING - Bid Item X .-
1. Base bid to include all aluminum entrances; storefronts; operable and fix€
windows and complete glazing for the policeffire administration building
and service center buiding .
2. Provide and install all blue-green reflective glass, plate/float glass,
wire glass and bullet resistant glass.
Review cabinet elevations for all counter top glass/frame units. Include
glass and glazing of slotted pass thru window in roan #165, and one way
vision glass between rooms 222 and 223.
south erid of atrium.
Tempered as required by code.
Include curved acrylic sheet at
3. Fixed windows at main entry and storefront systems to police building per
sheet A-9. Include aluminum cladding of steel members, steel aluminum stiffners as required and metal drip at head per detail 27. Also applicable details per sheet A-21.
4. Exterior operable windows including metal drip, trim, cladding and bent
plate window anchors. Reference miscellaneous details sheet A-22.
5. Vehicle maintenance building glass installation and aluminum framing similar to police building.
6. Class Contractors shall include all scaffolding, glazing gaskets, caulki
and special finishes for a complete installation. Coordination with othl
trades shall be a definite requirement.
Provide and install glass lites in doors K and L per sheet A-20. 7.
d
L ' _'
"
Y
Page 35
8. Provide alternate deductive price to change exterior glass from blue-greer
reflective to a reflective glass with same basic shading coefficient and
light transmission qualities. List most cost effective (if any) as main
alternate. (a) Additional types for owner/architect review should also f
listed.
METAL AND ACOUSTICAL CEILINGS - Bid Item 5D -- --
I. Provide and install all metal and acoustical ceilings as specified for all
building facilities. (Sections 9510, 9515 and related work.)
2. Coordination with other trades shall be a definite requirement.
3. Ceiling starting points have been established so that fire sprinkler heads
will be centered within tiles. Contractors shall maintain alignment as
required.
4. Typical wire hanger requirements and general details per sheet A-5. Metal
ceiling shall be installed with radius as shown.
Coordinate ceiling installatioris with' required access panels. 5.
P '-4 . '* .
I
d
Page 3t
LIST OF CONTRACT DOCUMENTS
P
I. Contract documents prepared by Ruhnau, McGavin 9 Ruhnau/Associates, 5751
Palmer Way, Suite C, Carlsbad, CA 92008 (619) 438-5899. Plans dated
September 16, 1985.
a. Architectural Site Plans Sheets AC-3 thru AC-3
b. ArchitecturaP Public Safety Center Sheets A-I thru A-36
Public Service Center Sheets A-51 thru A-6OA
c. Equipment Plans Sheets EQ-1 and E&-2
d. Structural Plans Sheets S-3 thru S-16 (IOA thru 14A e. Mechanical Plans Sheets M-1 thru M-IO
f. fiumbing Plans Sheets P-I thsu P-8 Electrical Plans Sheets E-1 thru E-20 g* __-
-- - -
- --_ -
- --
11. Project manual (specifications) for the construction of the City of
Carlsbad Public Safety and Service Center prepared by Ruhnau, McGavin,
Ruhnau/Associates dated September 16, 1985.
L . BRANDOW 0&&w%de,sA dt JO STOR ASSOCIATES s-95c
CIIO~V)L~~IOO m17rut7vmrr: =a=mm..=.
TKLYnOWK 4U-..SO ut.r COOS .it 1.00 W. MlRO rt, LO8 ANU- CALIFORNIA m0017
CLARI FICA1 ION OF SECl
1
City of Carlsbad
Cartsbad, California Public Safety & Service Center .
revision .
'job no.
21 201
Archrlwh Pf8nm
RUHNA U McGAVIN RUHNAU/ASSOCIATES
1107 Eh Avbw CarW CA 92006-1995 3775 Tenm ScW ~wmsd CA 92~01-3669
714,681-4664 619.729-7144 -. .-
she1
4 q
-. .
-
. - .*-.I @ f'IOI1335 .=.jo NollWlJ:~3
ti.ioolmnu* , ' eB..Wl ¶No
S3,~VI30SSV. NOLS r 1 Aoa1
L1008 VlNMOLTtY¶ hlfONV 8- -- OYaU 3
mm~~rn8rnam ;*vunamnmam rnnn~~m
7s-5 -mys-