Loading...
HomeMy WebLinkAboutMODULAR BUILDING CONCEPTS; 1984-11-06; 3165CITY OF CARLSBAD San Diego County Californi a CONTRACT DOCUMENTS & SPECIFICATIONS for CITY HALL MODULARS CONTRACT NO. 3165 AUGUST 1984 TABLE OF CONTENTS ITEM . PAGE NOTICE INVITING BIDS 1 PROPOSAL 3 BIDDER'S BOND TO ACCOMPANY PROPOSAL 6 DESIGNATION OF SUBCONTRACTORS 7 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 9 BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE 10 CONTRACT 11 LABOR AND MATERIALS BOND 16 PERFORMANCE BOND 18 GENERAL PROVISIONS 20 SPECIAL PROVISIONS 27 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasing Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, until 4:00 PM on the \Z day of SgPTgMBER . -1984 , at which time they will be opened and read for performing the work as follows: CITY HALL MODULARS CONTRACT NO. 3165 The work shall be performed in strict conformity with the speci- fications therefor as approved by the City Council of the City of Carlsbad on file in the Engineering Department. Reference is hereby made to the specifications for full particulars and description of the work. No bid will be received unless it is made on a proposal form furnished by the Engineering Department. Each bid must be accompanied by security in a form and amount required by law. The bidders' security of the second and third next lowest responsive bidders may be withheld until the contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten days after the contract is awarded. Pursuant to the provisions of law (Government Code Section 4590), appropriate securities may be substituted for any money deposited with the City to secure any obligation required by this notice. The documents which must be completed, properly executed, and notarized are: 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 All bids will be compared on the basis of the Engineer's estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's estimate is $ 140,000 No bid shall be accepted from a Contractor who has not been licensed in accordance with the provisions of State law. The Contractor shall state his or her license number and classification in the proposal. One set of plans, special provisions, and contract documents may be obtained at the Engineering Department, City Hall, Carlsbad, California, at no cost to licensed contractors. Additional sets are available for a nonrefundable fee of $ 10.00 per set. Page 2 The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the contract shall be those as determined by the Director of Industrial Relations pursuant to the Sections 1770, 1773, and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor Code, a current copy of applicable wage rates is on file in the Office of the Carlsbad City Clerk. The Contractor to whom the contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the contract. The Prime Contractor shall be responsible to insure compliance with provisions of Section 1777.5 of the California Labor Code. The provisions of Part 7, Chapter 1, of the California Labor Code commencing with Section 1720 shall apply to the contract for work. Bidders receipt without bid. are advised to verify the issuance of all addenda and thereof one day prior to bidding. Submission of bids acknowledgment of addenda may be cause for rejection of Bonds to secure faithful performance of the work and payment of laborers and materials suppliers each in an amount equal to one hundred percent (100%) of the contract price shall be required for work on this project. Approved by the City Council of the City of Carlsbad, by Resolution No. *77° */ » adopted on the / L/+ 4 , 19 f«f . California, day of Date Aletha L. Rautenkranz, City /Qlerk CITY OF CARLSBAD CONTRACT NO. 3165 PROPOSAL Page 3 City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 3165 in accordance with the Plans and Specifications of the City of Carlsbad, and the Special Provisions and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: Article Lump Sum w/Unit Price or Written in Words Approximate Quantity & Unit Unit Price TOTAL Construction of Modular per plans and complete in place, including L.S. Ramp and Stairs per Lump Sum. at _dol lars cents Total amount of bid in words: Total amount of bid in numbers: S Addendum (a) No(s) -~has/have been received and is/are included in this proposal. Page 5 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the Bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. 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. 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 become the property of the City of Carlsbad. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. Dealer license #91717 Identification . The Undersigned bidder hereby represents as follows: 1. That no CounciImember, officer, agent or employee of the City of Carlsbad is personally interested, directly or indirectly, in this 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 2. That this bid is made without connection with any person, firm or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is . N/A (Cash, Certified Check, Bond, or Cashier's Check) in an amount of not less than ten percent (10%) of the total bid price. Page 6 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 the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract . The Undersigned is aware of the provisions of the State of California Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the contract and agrees to comply with its provisions. (619) 294-9940 Phone Number 9 b Modular Buildin Conceptsild Biddder's, Name 11/6/84 Date ^uthorized Signature 1335 Hotel Circle So. Su 208 San Diego, CA 92108 Bidder's Address Authorized Signature Individual Type of Organization (Individual, Corporation, Partnership) List below names of President; Secretary; Treasurer; and Manager, if a corporation; and names of all partners, if a partnership: Ken Kerper, Owner (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST BE ATTACHED) (CORPORATE SEAL) N/A Page 7 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we. />..'-? ->v>.-7^/^j^r i^^v Kf'/^;c-.^ , as Principal, and ' - ~as Surety, are held and firmly bounduntothe City of Carlsbad,California, in the sum of Pol 1 ars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH: That if the proposal of the above-bounden principal for: CITY HALL MODULARS CONTRACT NO. 3165 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 the date of award of contract by the City Council of the City of Carlsbad, 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 h-erein 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 day of , 19 . Corporate Seal (If Corporation) Principal By. Title (Notarial acknowledgement of execution by all PRINCIPALS and (Attach acknowledgement of SURETY must be attached.) Attorney in Fact) Page 8 DESIGNATION OF SUBCONTRACTORS The undersigned certifies he/she has used the subbids of the following listed Contractors in making up his/her bid and that the subcontractors listed will be 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 may be made in these subcontractors except upon the prior approval of the City Engineer of the City of Carlsbad. The following information is required for each subcontractor. Additional pages can be attached, if required: Items Work of Full Company Name . , Installation Callahan Mobile Home Service CK. &P Complete Address w/Zip Code Phone No. w/Area Code 8SQO PrnHnrM'nn San Diego, CA 92121 S78-91AQ Page 9 DESIGNATION OF SUBCONTRACTORS continued The bidder is to provide the following information on the subbids of all the listed subcontractors as part of the sealed bid submission. Additional pages can be.attached if required. Type of State Carlsbad Amount Contracting Business of Full Company Name License & No. License No.* Bid ($ or %) Callahan Mobile Home Service -?*/ 3- II o I /• *Licenses are renewable annually by January 1st. If no valid license indicate "NONE". Valid license must be obtained prior to submission of signed contracts. Bidder's Company Name (Notarize or _^ ^ / /-*, •* • s ^ # (Corporate Seal) ' >>:- .'\-<j.</>' y^^--^ :.. 'z <J t Bidder's Complete Address Authorized Signature Page 10 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a notarized or sealed statement of his/her financial responsibility. Signature (Notarize or Corporate Seal) Page 11 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE The Bidder is required to state what work of a similar character to that included in the proposed contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience, and skill. An attachment can be used, if notarized or sealed. Date Contract Completed Name and address of the Employer Name and Phone No. of Person to Contact Amount 01 Type of Work Contrac" / X'^X- (Notarize or Corporate Seal) Signature' ' .- Stateo.f CALIFORNIA County of SAN DIEGO ss. ... :r. isj:^.- r.'.:-y -V i 535 ; .. .._ __„ .. .„...,—.v^-.».. r^^ftft* X. On this the _6Lbday of NQVF.MBF.R 19 K4 . before me, SUSAN J. PEHAR the undersigned Notary Public, personally appeared GENERAL ACKNOWLEDGMENT FORM 7110052 KENNETH R. KERPER Z personally known to me X; proved to me on the basis of satisfactory evidence to be the person(s),whose name(s) within instrumem/'and acknowledged that XE executed it. WITNESS my hand and official/seal. Notary>Signature / NATIONAL NOTARY ASSOCIATION • 23012 Ventura Blvd. • Woodlano Hills. CA 91364 State of Ca.li f ornia. County of San Diego IWWRY pueucounmu SAN DIEGO MCWY My Commission Expires Dae. 20,19841 SS. On this the 18th Hay Of October 19 84. before me, the undersigned Notary Public, personally appeared Kenneth R. Kerper dba: Modular Building Concepts subscribed he known to me to be the person(lQ whose name(j0 to the within instrument and acknowledged that executed the same for the purposes therein contained. IN WITNESS WHEREOF, I hereunto set my hand and official seal. Fred A. Norman, Sr. SIGNATURE. JURISDICTION. EXPIRATION DATE AND ADDRESS OF NOTARY PUBLIC 5 zC £02 k T3 £ Individual Acknowledgment STATE OF CALIFORNIA COUNTY OF '> ss. before me, the undersigned, a Notary Public in and for said County and State, personally appeared !\J-'1\ 'X-U' ^-' •- known to me to be the person whose name acknowledged that ' -^ executed the same. WITNESS my hand and official seal. Notary Public in and for said County and State . subscribed to the within instrument and Notary Seal OFFICIAL SEAL GAIL E. WALTERS NOTARY PUBLIC CALIFORNIA PRINCIPAL OFFICE IN SAN DIEGO COUNTY My Commission Eipires Nov. 11, 1986 Page 12 CONTRACT - PUBLIC WORKS This agreement is made this 6th day of November , 19 84 , by and between the CITY OF CARLSBAD, Cal iforni a, a municipal corporation, (hereinafter called "City"), and Modular Building _ Concepts » whose principal place of business is 1335 Hotel Circle So., Su. 208 San Diego. CA 92108 _ (hereinafter called "Contractor" . ) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the contract documents for: CITY HALL MODULARS CONTRACT NO. 3165 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the contract documents. 3. Contract Documents. The contract documents consist of this contract; the bid documents, including the Notice to Bidders, instructions to bidders' and Contractors' proposals; the plans and specifications, and all proper amendments and changes made thereto in accordance with this contract or the plans and specifications, and the bonds for the project; all of which areincorporated herein by this reference. 4. Payment. As full compensation for Contractor's performance of work under this contract, City shall make payment to Contractor as follows: In the total amount of $ T.0 to be made in a lump sum not later than 35 days from the date of the filing of the Notice of Completion. Page 13 Payment of undisputed contract amounts shall be contingent upon Contractor furnishing City with a release of all claims against City arising by virtue of this contract as it relates to those amounts. Extra compensation equal to 50 percent of the net savings may be paid to Contractor for cost reduction changes in the plans or specifications made pursuant to a proposal by Contractor. The net savings shall be determined by City. No payment shall be made unless the change is approved by the City. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions under the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The contract price includes payment for all work that may be done by Contractor in order to overcome unanticipated underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions, and has not relied oo information furnished, by City. Contractor Responsible for Unforeseen Conditions. Contractor shall be responsible for all loss or damage arising out of the nature of the work or from the action of the elements or from any unforeseen difficulties which may arise or be encountered in the prosecution of the work until its acceptance by the City. Contractor shall also be responsible for expenses incured in the suspension or discontinuance of the work. However, Contractor shall not be responsible for reasonable delays in the completion of the work caused by acts of God, stormy weather, extra work, or matters which the specifications expressly stipulate will be borne by City. Change Orders. City may, without affecting the validity of thi s contract , order changes, modifications, deletions, and extra work by issuance of written change orders. Contractor shall make no change in the work without the issuance of a written change order, and Contractor shall not be entitled to compensation for any extra work performed unless the City has issued a written change order designating in advance the amount of additional compensation to be paid for the work. If a change order deletes any work, the contract price shall be reduced by a fair and reasonable amount. If the parties are unable to agree on the amount of reduction, the work shall nevertheless proceed and the amount shall be determined by arbitration or litigation. The only person authorized to order Page 14 changes or extra work is the City Engineer. However, no change or extra work order in excess of $5,000.00 shall be effective unless approved by the City Council. 8. Prevailing Wage. Pursuant to the Labor Code of the State of California, the City Council has . ascertained the general prevailing rates of per diem wages for each craft or type of worker needed to execute the contract and a schedule containing such information is in the City Clerk's office and is incorporated by reference herein. Pursuant to Labor Code Section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. 9. Indemnity. Contractor shall assume the defense of and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from the performance of the contract or work regardless of responsibility for negligence; and from any and all claims, loss, damage, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. The expenses of defense include all costs and expenses, including attorneys fees, for litigation, arbitration, or other dispute resolution method. Nothing in this paragraph shall require Contractor to indemnify City for losses caused by the active negligence of City. 10. Insurance. Contractor shall maintain insurance covering the 11 ability stated in Paragraph 9 in the amount acceptable to the City Council and shall cause the City to be named as an additional insured on any policy of liability or property damage insurance concerning the subject matter or performance of this contract taken out by Contractor. 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 its officers and employees from all claims, loss, damage, injury, and liability of every kind, nature and description brought by any person employed or used by Contractor to perform any work under this contract regardless of responsibility for negligence. 12. Proof of Insurance. Contractor shall submit to the City certification of the policies mentioned in Paragraphs 10 and 11 or proof of workers' compensation self-insurance prior to the start of any work pursuant to this contract. 13. Arbitration. Any controversy or claim in any amount up to $100,000 arising 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 Page 15 of the American Arbitration Association and judgment upon the award rendered by the arbitrator(s) may be entered in any California court having jurisdiction thereof. The award of the arbitrator(s) shall be supported by law and substantial evidence as provided by the California Code of Civil Procedure, Section 1296. 14. Maintenance of Records. Contractor shall maintain and make available to the City, upon request, records in accordance with Sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the California Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this contract. Contractor shall notify the City by certified mail of any change of address of such records. 15. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with Section 1720 of the California Labor Code are incorporated herein by reference. 16. Security. Pursuant to the requirements of law (Governement Code Section 4590), appropriate securities may be substituted for any monies withheld by City to secure performance of this contract or any obligation established by this contract. 17. Additional Provisions. Any additional provisions of this agreementare set forth in the "General Provisions" or "Special Provisons" attached hereto and made a part hereof. Contractor Z7 x* (Seal) (Notarial acknowledgement of By ^/&sywi6&y /c ^/"2f4£6i execution by ALL PRINCIPALS must be attached.) Title_ By Title - CITY OF CARLSBAD, CALIFORNIA F. D. Aleshire City Manager Page 16 Contractor's Certification of Awareness of Workers' Compensation Responsibility. "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." Contractor BOND NO. CA103790 Page 17 LABOR AND MATERIAL BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. adopted , KENNETH has awarded to R.KERPER DBA: MODULAR BUILDING CONCEPTS hereinafter designated as the "Principal",a contract for: CITY HALL MODULARS CONTRACT NO. 3165 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 with said contract, providing that if said Principal or any of his/her or its subcontractors shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon for or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. KENNETH NOW, THEREFORE, WE, R. KERPER DBA: MQDUIAR BUILDING CONCEPTS as Principal, hereinafter designated as the "Contractor",and MERCHANTS BONDING COMPANY (Mutual) as Surety, are heT3 firmly bound unto the City of Carlsbad in the sum of NINETY SEVEN THOUSAND TWO HUNDRED FIFTY AND NO/100-—--— -— Doll 3TS ($ 97,250.00) Said SUITI being one hundred per cent(100%) of the estimated amount payable by the City of Carlsbad under the terms of the contract, 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 person or his/her subcontractors fail to pay for any materials, provisions, provender, or other supplies, or teams used in, upon, the performance of the work contracted to be done, or work or labor thereon of any kind, or for amounts due Unemployment Insurance Code with respect to such work that the Surety or Sureties will pay for the same, in exceeding the sum specified in the bond, and also, in brought upon the bond, a reasonable attorney's fee, to the court, Government as required Code of the by the provisions of State of California. for, or about for any other under the or labor, an amount not case suit is be fixed by Section 4202 of the Page 18 This bond shall inure to the benefit of any companies and corporations entitled to file 1192.1 of the Code of Civil Procedure so as action to them or their assigns in any suit as required by the provisions of Section 4205 of the Government Code of the State of California. and al1 persons, claims under Section to give a right of brought upon this bond, In the event any Contractor above named executed this bond as an individual, it !s agreed the death of any exonerate the Surety from its obligations such Contractor under this bond shall not IN WITNESS Contractor WHEREOF, this instrument has been duly executed by the and Surety 1984. above named, on the 6th 'day of NOVEMBER KENNETH R. KERPER DBA: MODULAR BUILDING CONCEPTS (Notarize or Corporate Seal for each Signer)Kenneth R. Kerper, Owner Contractor MERCHANJ^ BONDING COMP AN Yj Mutual ) Settle L. Garcia, At£'brney-in-Fact Surety 19JSA-, before meOn this the _6lh_ day of NOVEMBERState of CALIFORNI County Of SAN DIEGO the undersigned Notary Public, personally appeared 1 personally known to me proved to me on the basis of satisfactory,evkience to be the person(shwhose name(s) f/ IS ) subscribed to the within instrument and ackno^ledge^ihat //HE executed it. WITNESS my hand and official OFFICIAL SEAL SUSAN J. PEHAR NOTARY PUBLIC-CALIFORNIA PRINCIPAL OFFICE IN SA>; DIEGO COUNTY My -''ommission Expires May 3, 1985 B33CC93C3 GENERAL ACKNOWLEDGMENT FORM 7110052 NATIONAL NOTARY ASSOCIATION • 23012 Ventura Blvd. « Woodland Hills. CA 91364 BOND NO. CA103790 Page 19 PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. , adopted , KENNETH has awarded to R- KERPER DBA: MODULAR BUILDING CONCEPTS , hereinafter designatedasthe"Principal",a contractfor: CITY HALL MODULARS CONTRACT NO. 3165 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other contract documents now on file in the Office c.f the City Clerk of the City of Carlsbad. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; KENNETH NOW, THEREFORE, WE, R- KERPER DBA: MODULAR BUILDING CONCEPTS , as Principal, hereinafter designated as the "Contractor", and MERCHANTS BONDING COMPANY (Mutual)as Surety, are, held and firmly bound unto the City of Carlsbad, fn~ the sum of NINETY SEVEN THOUSAND TWO HUNDRED FIFTY AND NQ/IOO— Dollars ($ 97,250.00 ), said sum being equal to 100 per cent (100%) of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors severally, firmly by these presents. or assigns, jointly and THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, his/her or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and 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 respects according to their true intent and meaning, and shall indemnify and save harmless the City of 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. Page 20 And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. 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, this instrument has been duly executed by the Contractor and Surety above named on the 6thday of NOVEMBER 1 19 «4. (Notarize or Corporate Seal for Each Signer) KENNETH R. KERPER DBA: MODULAR BUILDING CONCEPTS Kenneth R. Kerper, Owner Contractor MERCHANTS BONDING COMPAN^-C Mutua 1 ) Bettie L. Garcia, Att.^rney-in-Fact burety State of CALIFORNIA SS. County of SAN DIEGO, VV,"."O:::-T..i*--:~ •:>-.-.rr?.- r .-!£>• 3. 1985 i On this the _6ihday of NOVEMBER 19 84 - before me, SUSAN J. PEHAR the undersigned Notary Public, personally appeared KENNETH R. KERPER Z personally known to me £ proved to me on the basis of satisfactory evidence to be the person^whose name(s) IS J subscribed to the within instrumen/and acknowledged that XE executed it. WITNESS my hand and official/Seal. ,^ V' * ' / jf ' /.^- in— " . /t .-/ •.<•/;*(. •«.—-x Notary>Signature x X&ge&0&&*&&i?»&&&ai&i!&&i?>!!>S^^ GENERAL ACKNOWLEDGMENT FORM 7110 052 NATIONAL NOTARY ASSOCIATION «23012 Ventura Blvd. • Woodland Hills. CA 9136* Page 21 GENERAL PROVISIONS 1. PLANS AND SPECIFICATIONS The specifications for the work shall consist of the latest edition of the Standard Specifications for Public Works Construction, hereinafter designated SSPWC,asissued 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 3 sheet(s) designated as City of Carlsbad Drawing No. 2.H3— G~. 2. WORK TO BE DONE The work to be done shall consist of furnishing all labor, equipment and materials and performing all operations necessary to complete the construction of the modular building and parking lot, as shown on the project plans and as specified in the specifications. 3. DEFINITIONS AND INTENT A. Engineer: The word "Engineer" shall mean the City Engineer or his approved representative. B. Reference to Drawings: Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions unless stated otherwise. C. Directions: Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation, or selection of the Engineer 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 City Engineer" unless stated otherwise. Page 22 D) Equals and Approvals: Where the words "equal", "approved equal", "equivalent" and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer" 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 Engineer is intended. E) 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, complete in place and ready to use, including furnishing of necessary labor, materials, tools equipment, and transportation. 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. It shall be understood that the manufacturers or producers of materials so required either have such specifications available for reference or are fully familiar with their requirements as pertaining to their product or materi al. CONSTRUCTION SCHEDULE A construction schedule is to be submitted by the Contractor per Section 6-1 of the SSPWC at the time of the preconstruction conference. If the completion date shown on the "Notice to Proceed" letter is not met by the Contractor, he will be assessed the daily salary of the City Inspector for each working day beyond the completion date as damages. Page 23 Coordination with the respective utility company for removal or relocation of conflicting utilities shall be requirements prior to commencement of work by the Contractor. The Contractor shall begin work after being duly notified by an issuance of a "Notice to Proceed" and shall diligently prosecute the work to completion within 45 consecutive calendar days from the date of receipt of said "Notice to Proceed." 6 . NONCONFORMING WORK The Contractor shall remove and replace any work not conforming to the plans or specifications upon written order by the City Engineer. Any cost caused by reason of this nonconforming work shall be borne by the Contractor. 7. GUARANTEE All work shall be guaranteed for one (1) year after the filing of a "Notice of Completion" and any faulty work or materials discovered during the guarantee period shall be repaired or replaced by the Contractor. 8. MANUFACTURER'S INSTRUCTIONS Where installation of work is required in accordance with the product manufacturer's directions, the Contractor shall obtain and distribute the necessary copies of such instructions, including two (2) copies to the City Engineer. 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 City Noise Control Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. 10. CITY INSPECTORS All work shall be under the observation of a City Construction Inspector. Inspectors shall have free access to any or all parts of work at any time. Contractor shall furnish Inspectors with such information as may be necessary to keep her/him fully informed regarding progress and manner of work and character of materials. Inspection of work shall not relieve Contractor from any obligation to fulfill this contract. Page 24 11. PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this contract shall be deemed to be inserted herein and the contract shall be read and enforced as though it were included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party the contract shall forthwith be physically amended to make such insertion or 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 the Contractor's expense to fulfill the intent of said documents. In all instances throughout the life of the contract, the City will be the interpreter of the intent of the contract documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise her/his subcontractors and materials suppliers of this condition of the contract will not relieve her/him of the responsibility of compli ance. 13. SUBSTITUTION OF MATERIALS The Proposal of the Bidder shall be in strict conformity with the drawings, specifications, and based upon the items indicated or specified. The 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, or 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, Page 25 erect, or install the material, apparatus, equipment or process indicated or specified. Such substitution of proposals shall be made prior to beginning of construction, if possible, but in no case less than ten (10) days prior to actual installation. 14. RECORD DRAWINGS The Contractor shall provide and keep up to date a complete "as-built" record set of transparent sepias, 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 City at cost. This set of drawings shall be kept on the job, shall be used only as a record set, and shall be delivered to the Engineer on completion of the work. 15. PERMITS The general construction, electrical, and plumbing permits will be issued by the City of Carlsbad at no charge to the Contra'ctor. The Contractor is responsible for all other required licenses and fees. 16. CUTTING, PATCHING The Contractor shall do all cutting, fitting, or patching of the work that may be required to make its several parts come together propery and fit it to receive or be received by work of other contractors shown upon, or reasonably implied by, the plans and specifications for the completed structures, and Contractor shall make good any defect as the City may direct. The Contractor shall not endanger any work by cutting, excavating, or otherwise altering the work and shall not cut or alter the work of any other contractor without the consent of the City. Page 26 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 being 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 of workers and public and shall post danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes and falling materials. 18. SURVEYING The City will supply surveying. 19. CODES, ORDINANCES, REGULATIONS & ABBREVIATIONS 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: Agency Abbrevi ation American Society for Testing Materials ASTM U.S. Government Fed. Spec. National Board of Fire Underwriters NBFU American Institute of Steel Construction AISC American Standards Association ASA Underwriters Laboratories, Inc. UL Uniform Building Code UBC American Concrete Institute ACI CITY HALL MODULARS CONTRACT NO. 3165 SPECIAL PROVISIONS Page 27 GENERAL DESCRIPTION The City of Carlsbad is inviting bids for one modular office complex of approximately 2,700 square feet, to be located on the existing City Hall site at 1200 Elm Avenue, Carlsbad, California. The complex must have fully insulated double- wall construction with exterior dimensions and interior office layouts as shown on the drawings included with these specifications. The bid price should include the cost of fabrication, construction, delivery, assembly, and installation of the complex on steel piers at the project site. The complex must be constructed to meet all the applicable codes and the State of California Department of-Housing Requirements for Occupancy (B-2). SPECIFICATIONS A. , Design Loads 1) Floor Live Load = 100 psf 2) Roof Live Load = 20 psf 3) Wind Load = 25 psf B • Structural Framing 1) Steel Chassis - 12" I 10.6# longitudinal beam at 79" 0/C - 7-1/2" x 13 ga. cross-members at 4'-0" 0/C - 10" x 10 ga. channel end cross- members - 8" I 6.2# x member/outriggers at roof support posts 2) Floor 2" x 8" joists at 8" 0/C (Douglas Fir #2 or better) 3) Walls 2" x 4" at 16" 0/C (Hemlock-Fir stud grad or better) 4) Roof: 2" x 6" joists at 24" 0/C (Hemlock-Fir #2 or better) 2 - 4" x 14" ridge beams (Douglas-Fir #1 or better) Page 28 C. Floors Carpet over 5/8" combination subfloor under 1ayment plywood (T & G long edges). R-7 fiberglass insulation. 3/8" asphalt-impregnated- weather-board on underside of joists. Submit color and material samples for approval. Floor elevation of the new modular shall match the floor elevation of existing Purchasing Modular. Walls 1) 3/8" plywood exterior siding, grooved at 8" 0/C with wood-grained masonite trim. Siding and trim to be stained Olympic color - Golden Sand. (Submit color for approval.) Exterior walls to be insulated with R-ll Kraft-backed fiberglass batts or equivalent. 2) Interior walls shall be finished in a wood or sinulated wood paneling in a shade or color to be approved the City. All interior walls shall be sound insulated to absorb 75% of incoming sound. Flame-spread of interior shall be Class 3 or better. E. Roof 30 galvanized steel with factory seams over 3/8" CDX plywood roof sheeting. Roof to be insulated with R-19 Kraft-backed fiberglass batts or equivalent. Roof to be relatively flat. Gutters must be installed as shown on the plans. Roof overhang shall be installed above all entrance and exit doors, and shall be continous as shown on the plans. Roof elevation of the new modular shall match the roof elevation of the existing modular and shall slope away from the Purchasing Modular. F. Cei1 ing Chicago metalic 800 series T-grid suspended ceiling with 2' x 4' x 5/8" film-faced fiberglass acoustic ceiling panels or equal. G. Skirting 3/8" plywood exterior siding grooved at 8" 0/C stained to match exterior wall siding and appied over 2" x 4" wood framing. Page 29 Doors 1) Entrance doors: 3'0" x 6'8" double-acting tempered glass doors with aluminum frames. Doors shall open out. 2) Rear exterior doors: 3'0" x 6'8" double-acting tempered glass door with aluminum frames. Door shall open out. 3) Interior doors: 3'0" x 6'8" x 1-3/8" solid-core wood doors. 4) On interior doors, install approved cylinder release locks (Schlage or equivalent). 5) On exterior doors, install panic hardware on interior and cylinder release locks on exterior. Windows 1) 3'0" x 4'0" aluminum sliding windows with Venetian mini-blinds. Submit color samples for approval. Screens shall be provided. 2) Existing Purchasing Department's windows on the west side shall be removed, blocked, and paneled to match existing interior paneling. Electrical 1) The modular complex shall be supplied by two 100 amp electrical panels, and 220 and 110 volts power. 2) Lighting to be provided by 2' x 4' - 4' tube recessed diffused florescent light fixtures as shown on the floor plan. 3) Electrical outlets and "rough-in" for phone jacks to be provided as shown. 4) The modular complex shall be provided with two 3-ton Bard air-conditioning units or equivalent, with heat pumps, having 10 KW electric resistance heat strips, and thermostatically controlled. 5) Thermostats shall be semi-automatic type with automatic temperature control, operated by On/Off switch and will have fan On/Off switch to supplement heating cycle. 6) Supplied air to be ducted above ceiling with air diffusers. Page 30 7) Air is returned to the units by means of return-air grills in the wall at the air-conditioning units. Rooms which are cut off from the air return to be with return-air grills through the partition. All electrical and lighting plans the Engineering Department of the units and their mounting location the City prior to installation. Traffic Control shall be approved by City of Carlsbad. HVAC shall be approved by The Contractor shall provide and install all barricades and barricade signing as required for traffic control during move-on. Payment for in the Lump these items, if required, shall Sum Price for the modular. be included Cleanup and Protection of Work The Contractor is required to conduct concurrent clean-up operations as the work proceeds. Portions of the job, other than active work areas as determined by the Engineer of Work, shall be completely cleaned of dirt, debris, equipment, and construction material; and these areas are to be completely restored. Dumping or storage of materials, or storage of equipment in public rights-of-way, or private property, requiring subsequent cleanup shall not be permitted unless written permission is secured from the agency having jurisdiction or owner of the property, and submitted to the Engineer of Work and approved. Until the formal acceptance of the work, the Contractor shall have the charge and care thereof and shall bear the risk of injury or damage to any part thereof by the action of the elements or from the performance or non- performance of the work. All costs involved in protection, restoration, and cleanup of existing improvements shall be included in the Lump Sum Price for the modular and no additional payment will be made. Hectrical Hookups The existi full capacity and modulars. Contract and obtain formers at City Ha at ectricalnecessary ^_ electrical hookups Ton with San Diego Gas and operating power the new onsible for securing djng ectr hookupsmeters.purchase, and installation of Page 31 Payment for all electrical work, including underground wiri ng—anfd—hookups—ke—power source—swwl—a4J—San Diego Gas »nd Electric Co.—charges necessary to accomplish the job included in the Lump Sum Price for the construc- modular and -no additional payment will beshall be tion of the made. Piers The modular complex shall be installed on fairly flat ground surface (see the elevation on drawing). Contractor to submit shop drawings for approval on piers and foundation methods. All peirs shall be new and without defects with minimum of 5,000 Ib. peirs to be supported on load-rating, pressure-treated pads as shown on the plans. Carpet Installation: Carpet shall be laid out and cut in such a manner as to create a minimum of seams; said seams to be located in inconspicuous places. Seams shall be made by butting factory edges or lap cutting to make a perfect match. Extreme care shall be used in glueing and fitting seams to make them as inconspicuous as possible. Carpeting is to be coved in all areas. Materi al Carpeting shall be commercial-type carpet having excellent ratings for cleanabi1ity, solid resistance, surface texture retention and colorfastness, and meeting the following specifications: 1) Pile: Fiber: Construction: Yarn Size/Ply: Machine Gauge (Pitch) Stitches per Inch: Weight: Finished Pile Height: Flame Spread Rating: Static Propensity: Tuft Bind: 100% continuous filament nylon Level loop 1225, 1245/3 1/8" (216) 10 minimum 28 ounces/yard minimum 1/8" minimum Maximum 75 (ASTM E-84 test) Maximum 3-5 Kv or less at 70" F. and 20% relative humidity Minimum 10 pounds force Page 32 2) Backing: Primary Backing: Moisture-proof polypropylene Secondary Backing: Alternate A - 3/16" high density foam rubber Alternate B - woven jute, 100% nylon with static control, machine gauge 1/8", 10.5 stitches per inch, 0.219" pile height or equal. Weight: 28 ounces/yard minimum Total Weight: 95 ounces/yard minimum or equal Q. Extra Stock Upon completion of carpet installation, installer shall deliver six (6) swatches of carpeting to the City's Building Maintenance Department for use in case of repairs. Each swatch shall be at least one square yard and at least 18" wide. R. Color The color of the carpet shall be russet brown. S. Mini-Blinds •Mini-blinds for all windows shall be supplied by the Contractor. Submit color and material for approval. T. Skylights Skylights shall be constructed as shown on the plans. The Contractor shall submit shop drawings for approval. All skylights shall be tested for water leaks prior to acceptance. U. Additional Work 1) Three (3) additional skylights shall be installed in the existing Purchasing Modular as shown on the plans. The Contractor shall be responsible for relocation of interfering beams, insulation, and all other obstructions for installation of skylights. Page 33 2) Remove gutters on the west side of the existing Purchasing Modular, match it with the new modular celling, and seal completely so no water leakage can occur through the gap between the two modulars. 3) Payment: Payment for all additional work shall be included in the Lump Sum Price for the modular building and no additional payment shall be made. Handicap Ramps 1) The Contractor shall install a handicap ramp, stairs, and skid-resistant material as shown on plans, and in accordance with accepted standards in the building industry. All ramps, stairs, and railing shall be Douglas Fir and painted to match existing building. 2) Payment: Payment for ramps, stairs, and skid-resistant material shall be included in the Lump Sum Price for the Modulars and no additional payment shall be made therefor. Structural Lumber Lumber shall be Douglas Fir, Larch, and Hem Fir munufactured, graded, and grade-marked in accordance with standard grading rules for West Coast lumber. Grading and Compaction ^ actor import"^ to 90% of mo modular therefor. Precast Concrete Wheel Stops to the per unit and depth 3 feet