HomeMy WebLinkAboutMuro, Andrew V; 1987-08-11; 3003I I
m a
*
1200 ELM AVENUE TELEP CARLSBAD, CALIFORNIA 92008 (619) 43
Office of the City Clerk Mitg af Marlsbail
July 27, 1989
Andrew V. Murro Construction 1018 Sunset Drive Vista, CA 92083
RE: BOND RELEASE - CONTRACT /I3003 - DEPOT REHABILITATION
Per instructions from our Housing & Redevelopment Department, we are releasing the following bond:
Labor & Materials Bond f1134040 Amwest Surety Insurance Company 100% - $22,238
We are returning the original document to you so that you may return it to your surety company.
iJ54iii eputy City Clerk
KRK/kds
enc: 1
I
I mITE IT - DON'T SAY e!
L
Date fA
+-
To AC/rq$+zf - efho'd- (19 Reply Wanted
From Karen Kundtz, Deputy City Clerk UNO Reply Necessary
- w- Re: Bond Release - &. & 382j - a
Our records indicate that the
above-referenced subdivisionlproject is eligible for release.
your written authorizationlapproval for release. Please let me know
the status, and if release is 0.k.
/& vb bond for the
We need
Thanks,
Y- i
AIGNER FORM NO. 55432
6/2k/f?
Bzu a: 3003 (Qb2 /teBL";L"r-, &-t,u,i71(rurut
f -7
I
c _- --J
I
e 0
1200 ELM AVENUE TELE
CARLSBAD, CALIFORNIA 92008 (619) 4
Office of the City Clerk ait~ of Qlnrlsbnb
October 18, 1988
Andrew V. Muro Construction
1018 Sunset Dr.
Vista, CA 92083
Re: Bond Release - Contract No. 3003 - Depot Rehabilitation
The Notice of Completion for the above-referenced contract has
recorded. Therefore, we are releasing 75% of the Faithful
Performance Bond. Please consider this letter as your notification
that 844,356.25 of Amwest Surety Company Performance Bond No.
1134040 is hereby released. We are required to retain the remainin{
25% for a period of one year. At that time, if no claims have been
filed, it will be be released.
The Labor & Materials Bond in the amount of $22,238 will be
eligible for release six months after the date of recordation of
the Notice of Completion, on February 23, 1988. A copy of the
Notice of Completion is enclosed for your records.
g+ Deputy ity Clerk
Enc .
0 144.3 ALLUKUllUb KL~UhblLU BY ANU KBllJKN '10: 0 City Clerk 1200 Elm Ave.
Carlsbad, CA 92008
NOTICE OF COMPLETION
HOUSING AND REDEVELOPMENT DE
To All Laborers and Material Men and to Every Interested:
the engineering project consisting of the rehabilitation of the Carlsbad Santa Fe Depot on which Andrew V. Muro was the
contractor, and Amvent Surety Insurance was the surety, was completed.
YOU WILL PLEASE TAKE NOTICE that on February 3, 1988,
CITY OF CARLSBAD
LJtc7ylhc-e f&t
Housing and Redevelopment Ifirectar
VERIFICATION OF CITY CLERK
I the undersigned, say:
I am the City Clerk of the City of Carlsbad; the City Council of said City on && )4, /9&f accepted the above
described work as completed'and ordered that a Notice of Completion be filed.
true and correct. I declare under penalty of perjury that the foregoing is
Executed on &,&& 7 /9&Y at Carlsbad, Califarnia. 4
CITY OF CARLSaAD
I City Clerk
0
, ,J-. . /-$,,- .,,
: -+..-**, ".,
e a
c
1200 ELM AVENUE TELE CARLSBAD, CALIFORNIA 92008 (619) 4
Office of the City Clerk Mitg df &l&btlb
August 19, 1988
Vera L. Lyle
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation is the following described document:
Notice of Completion
Rehabilitation of Santa Fe Depot
Andrew W. Muro, Contractor
Our staff has determined that the recordation of this document is
of benefit to the City; therefore, it is requested that the fees
be waived.
Thank you for your assistance in this matter.
$?iX& Deputy City
Enc .
~ ------._. ^-. 0 e City Clerk 1-200 Elm Ave.
r Carlsbad, CA 92008 NOTICE OF COMPLETION
HOUSING AND REDEVF,LOPMENT DEPARmNT
To All Laborers and Material Men and to Every Other Person
Interested:
YOU WILL PLEASE TAKE NOTICE that on February 3, 1988, the engineering project consisting of the rehabilitation of the Carlsbad Santa Fe Depot on which Andrew V. Muro was the contractor, and Amvent Surety Insurance was the surety, was completed.
CITY OF CARLSBAD
LJ- &&
Housing and Redevelopment Ifirector
VERIFICATION OF CITY CLERK
I the undersigned, say:
I am the City Clerk of the City of Carlsbad; the City
Council of said City on && 14. /9&f accepted the above described work as completed’and ordered that a Notice of Completion be filed.
true and correct. I declare under penalty of perjury that the foregoing is
Executed on h-19 jy8-y at Carlsbad, California. 4 I
CITY OF CARLSBAD
City Clerk
\ L 0 oP7 B&Ad >gLXM*-
F
&JwJ%x &
CITY OF CARLSBAD
San Oiego County
California
CONTRACT DOCUMENTS I SPECIAL PROVISIONS
for
SANTA FE DEPOT REHABILITATION
CONT..RAC-T NO.
a.
3003
04/;
k I
L 0 0
&
S PE CIFI CATIONS
FOR
CARLSBAD SANTA FE DEPOT
1200 ELM AVENUE CARLSBAD, CALIFORNIA 92008
JUNE 1, 1987
NO RdGMTS; UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES EXTEND OR ALTER THE COVERAGE AFFORDED BY THE B88lCIES BELO
MOSEL!-E IPJisYRANCE, HNC.
%:RD STX,CBT AT hCli. T ?'9C-EVBRD
POZT 0FF:CB :CY 7Z322
LOS AHGBLES C;L.TCIXIA 90573
Vista, Ca 92803
ER S & CONTRACTORS PROTECTIVE
ALL OWNED AUTOS
SCHEDULED AUTOS
NON-OWNED AUTOS
WORKERS' COMPENSATION
Project: Sanea Fe Station Depot
PMiC 1 0 DAYS WRKTEX NOTlCE 70 THE CERTIFPCATE HOLDER k
I
i
COMPREHENSIVE GENERAL LIABILITY INSURANCE 1
MANUFACTURERS' AND CONTRACTORS' LIABILITY INSURANCE !
.____ - .- .._______i --__._ ..-- __ -----.. .. - .
PLAZA RISK MGMT. ________ ~ ____ ____ ---- INSURANCE SVCS
CARLSBAEj CA 92008
3150-0 EL @AMINO REAL
- __-_ ______- ___I____ _--I--
__-_--______-- __l_-l
ANDREW MURO CONSTRUCTION
'I 01 8 SUNSET DR ____--__F_AI BMCUXLLJXSJXRMCE ___ .--
Czi 92583
_-_"___- __- ._ _-_ -I
iiv de isxec or P-z
_____ _____
.______~___--__.I_--
CILAL hsdYa~cr
FCIRh.4 V,^?EF-"
______
_____ ______ - - ______________ -_____ ~ --__ ___-- ___
___ -__- __
_________ - ____.________I _____ ____-
______ ___-__ __-_ ---
nception date 8/04/87
-I___ ____--_ --- _____
I
I ______ -~ __ ____ __-_ __ - ____ __ ._ - - __~__ ____ ____~______ Ok 0 ODLRJTIC S .;X- CU \ L- l,LES GENEBAL CARPENTRY CONTRACTOR
- - - I__._I
______
____- l_l___-l___ll_ -_-__ __ ' AiSC ARu ACDFl(ESS 3- CER-I'IC~~I HOL3E"
J:i!3-ZIJA9-8L-- LL.
CITY OF CARLSEAD
BLEG e, SAFETY DEFT
2075 LAS FALMAS DR
CARLSBAD CA 92003
< e e
HOUBING AND REDEVELOPMENT REDEVELOPM
2965 Rooser
Suite
Carlsbad, (
(619) - 434-21 aitg of CarIs’bab
Re: Clarification #8647-A-1
Santa Fe Carlsbad Depot Contract 3003
July 7, 1987
The following telephone conversations were held during the bidding process and directions were given to each contractoi
1. 6-29-87 Jeff Rasmussen of Hyprotech, Inc. ask for recommendations for a roofer and painter for project. W. Donaldson referred
J. Rasmussen to John Mc Coy who had previous bid quotes.
Clarification of Chimney reconstruction:
Follow the plans and specifications. The intent is to reinforce the brick chimneys in place, not to rebuild them.
Clarification of the following items:
2. Vince Kramer of Krarner Construction -
3. 7/6/87 Jim Crabtree of De Lise and Associates -
a. At the roof, remove existing shingles
b.
c.
d.
before installing new shingles.
Pendant lights to be supplied by owner.
The metal handrail to be galvanized pipe.
Run new electric service to the relocated pane boxes underground, verify with San Diego Gas t Electric.
e. Follow the specifications and plans for operable windows (all windows to be made operable). Break out bid costs as an additive alternate to the base bid for clarification.
< 0 a
(. SPECIFICATIONS
FOR
CARLSBAD SANTA FE DEPOT
Owner :
CITY OF CARLSBAD Phone: (619) 434-2811 REDEVELOPMENT OFFICE Contact: Chris Salomone
2965 Roosevelt St., Suite B Patricia A. Cratty
Parks & Recreation DeRartment Phone: (916) 332-9614
STATE OF CALIFORNIA Contact: Steade Craigo, AI
DEPARTMEXI! OF PARKS AND RECREATION STATE OFFICE OF PARKLANDS FUND OF 1984 HISTORIC PRESERVA
CONTACT NUMBER 84-05-259 830 "SI9 Street
Sacramento, CA 95
Architect:
MILFORD WAYNE DONALDSON, AIA, INC. Phone: (619) 239-7888
846 Fifth Avenue, Suite 300 Contact : Wayne Donaldson,
Santa Fe DeDOt Committee Amrovals:
Council Member Ann Kulchin
City Hall Date 1200 Elm Avenue
Carlsbad, CA. 92008
CARLSBAD CHAMBER OF COMMERCE
P.O. Box 1605 Date Carlsbad, CA. 92008
Kay Christiansen
P.O. Box 188
Carlsbad, CA. 92008
John McCoy
P.O. Box B Date Carlsbad, CA. 92008
Bob Nielsen
3805 Sierra Morena Date Carlsbad, CA. 92008
Mar] e Howard-Jones
3985 Park Drive Date Carlsbad, CA. 92008
Jerry Rombotis
1730 Calavo Court Date Carlsbad, CA. 92008
Date
, e
c 0
&
SPECIFICATIONS
FOR CARLSBAD SANTA FE DEPOT 1200 ELM AVENUE CARLSBAD, CA 92008
April 6, 1987
TABLE OF CONTENTS
PZ - Division No. Section No. & Title
00 BIDDING & CONTRACT REQUIREMENTS
City of Carlsbad Standard Contract
Documents & Special Provisions 4
01 GENERAL REQUIREMENTS
01010 Summary Of Work
01200 Project Meetings
01210 Preconstruction Conferences 01300 Submittals 01340 Shop Drawings, Product Data, & Samples 01380 Construction Photographs (Owners to do)
01500 Const. Facilities & Temporary Controls
01535 Protection of Installed Work
01550 Access Roads & Parking Areas
01580 Project Identification & Signs
02072 Minor Demolition For Remodeling 02281 Termite Control
02 SITE WORK .
03 a"= 03001 Concrete
04 MASONRY
04100 Clay Bricks / Mortar 04500 Masonry Cleaning & Replacement ,
i
c 0 0
&,
& Division No. Section No. & Title
05 METALS (Not Required)
06 WOOD AND PLASTICS
4
2
2
2
06001 Carpentry Work
06112 Framing & Sheathing
06125 Wood Deck 06200 Finish Carpentry
07 THERMAL AND MOISTURE PROECl'ION 3 2
07313 Wood Shingles & Shakes 07620 Sheet Metal Flashing & Trim
08210 Wood Doors 08610 Wood Windows 08712 Door Hardware
08800 Glazing
08 DOORS AND WINDOWS 2
3
2
1
09 FINISHES
09900 Painting 5
10 SPECIALTIES (Not Required)
(Not Required)
(Note Required)
(Not Required)
(Not Required)
(Not Required)
11 EQu-
12 FURNISHINGS AND SEATING
13 SPECIAL CONSTRUCTION
14 CONVEYING SYSTEMS
15 MECHANICAL
16 ELECTRICAL 2
3
16010 Basic Electrical Requirements
16111 Conduit
ii
0 e
i.
TABLE Of CONTENTS
PAGE - XTEH -
1
3
7
8
10
11
12
18
20
22
NOTICE INVITING BIDS
PROPOSAL
BIDDER'S BONO TO ACCOMPANY PROPOSAL
DESIGNATION OF SUBCONTRACTORS
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE
CONTRACT
LABOR AND MATERIALS BOND
PERFORMANCE BONO
CERTIFICATION OF COMPLIANCE
SPECIAL PROVISIONS
0 e
v
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchas Officer, City Hall. 1200 Elm Avenue, Carlsbad, California, un
4:OO PM on the 10th day of July , 19 -9 87 at wh time they will be opened and read for performing the work
follows: SANTA FE DEPOT REHABILITATION
CONTRACT NO. 3003
The work shall be performed in strict conformity with I specifications therefor as approved by the City Council of < City of Carlsbad on file with the City Clerk. Reference hereby made to the specifications for full particulars I description of the work.
No bid will be received unless it is made on a proposal PC
furnished by the Purchasing Department. Each bid must accompanied by security in a form and amount required by 12 The bidders' security of the second and third next lowe responsive bidders may be withheld until the Contract has be fully executed. The security submitted by all other unsuccessf bidders shall be returne-d to them, or deemed void, within t
(10) days after the Contract is awarded, Pursuant to t provisions of law (Public Contracts Code Section 20170 appropriate securities may be substituted for any money deposit
with the City to secure any obligation required by this notice.
The documents which must be completed, properly executed, a notarized are:
1. Proposal 2. 0idder'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 Uwrier's Estimate. The estimated quantities are approximate and serf solely as a basis for the comparison of bids. The Owner's
Estimate is $41,075 .
No bid shall be accepted from a Contractor who has not bet licensed in accordance with the provisions of State law. TI
Contractor shall state his or her license number ai classification in the proposal.
-L 0 0
t Sets of plans, special provisions, and Contract documents may
obtained at the Purchasina Department, City Hall, Carisb2
California, st no charge.
The City of Carlsbad reserves the riqht to reject any or aL1 bl and to waive any minor frreqularity or informality in such hid:
The general prevailing rate of waqes for each craft or type worker needed to execute the Contract shall be those determined by the Director of Industrial Relations pursuant
the Sections 1770, 1773, and 1773.1 of the California Labor Coc Pursuant to Section 1773.2 of the California Labor Code, current copy of applicable waqe rates is on file in the Office the Carlsbad City Clerk. The Contractor to whom the Contraet awarded shall not pay less than the said specified prevailj rates of wages to all workers employed by him or her in 1 execution of the Contract.
The Prime Contractor shall be responsible to insure compliar with provisions of Section 1777.5 of the California Labor Code.
The provisions of Part 7, ChaDter 1, of the California Labor Cc commencing with Section 1720 shall apply to the Contract I work.
A prebid meeting and tour of project site will be held on June 26, 1987 at 4:OO P.M.
Santa Fe Depot, 400 Elm Avenue, Carlsbad, California.
Bidders are advised to verify the issuance of all addenda z receipt thereof one day prior to biddinq. Submission of bj without acknowledgment of addenda may be cause for rejection bid.
Bonds to secure faithful performance of the work and payment laborers and materials suppliers each in an amount equal to ( hundred percent of the Contract price will be required for wc
on this project.
The contractor shall be required to maintain insurance
specified in the contract. Any additional cost of said insuran
shall be included in the bid price.
Approved by the City Council of the City of Carlsbad, Californi
by Resolution No. 9077 , adopted on the 19th day c
May 9 19 8? .
$4h7 Date * A>tha LAa&en@ahz, Citq'c lerk
0 0
CITY OF CARLSRAO
CONTRACT NO. 3003
PROPOSAL
i.
City Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
The Undersigned declares he/she has carefully exarninec
location of the work, read the Notice Inviting Bids, examine
Plans and Specifications, and hereby proposes to furnis labor, materials, equipment, transportation, an$OOser required to do all the work to complete Contract No. in accordance with the Plans and Specifications of the Ci Carlsbad, and the Special Provisions and that helshe will ta
full payment therefor the followinq unit prices for each
complete, to wit:
Item Description with Approximate
Item Unit Price or Lump Sum Quantity Unit TI - 3:
- No. Price Written in Words & Unit Price -
A. Lump Sum L. s.
0 0 -
(r Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit - No. Price Written in Words & Unit Price TO‘ -
Total amount of bid in words: Thirty Nine ?hou;;:nnc! Zirht -7unS-r2ci ;?ven+,y Yive 3ollars
Total amount of bid in numbers: $ 39,GSZ.w
Addendum (a) No(s) has /h ave been received and fs/are included in this proposal.
Re; Clarification #8647-X-1
//<’
e 0 -
l- All bids are to be computed on the basis of the qiven estirn
quantities of work, as indicated in this proposal, times the I
price as submitted by the bidder. In case of a discrep,
between words and figures, the words shall prevail. In cas1
an error in the extension of a unit price, the correl extension shall be calculated and the bids will be comgutel indicated above and compared on the basis of the correc
totals.
The Undersigned has checked carefully all of the above Ciql and understands that the City will not be responsible for errors or omissions on the part of the Undersigned in makinc
this bid.
The Undersigned agrees that in case of default in executing
required Contract with necessary bonds and insurance Doli(
within twenty (20) days from the date of Award of Contract
City Council of the City of Carlsbad, the proceeds of check
bond accompanying this bid shall become the property of the C
of Carlsbad.
Licensed in accordance with the Statutes of the State
California providing for the registration of Contractors, Lice
No. 77n547
Identification .\nircn T 17- . 'F'uyo ,. .
The Undersigned bidder hereby represents as follows:
1. That no Councilmember, officer, agent, or employee of City of Carlsbad is personally interested, directly indirectly, in this Contract, or the compensation to paid hereunder; that no representation, oral or writing, of the City Council, its officers, aaents,
employees has induced himJher to .enter into t
Contract, excepting only those contained in this form Contract and the papers made a part hereof by its ter
and
2. That this bid is made without connection with any persc firm, or corporation makina a bid for the same work, 4 1s in all respects fair and without collusion or fraud
Accompanying this proposal is Cashiers Chec'c
for ten percent (10%) of the amount bid.
(Cash, Certified Check, Bond, or Cashier's Checl
su bscribed + executed
2 evidence to be the person whose flame* 2 v to this instrument and acknowledged that
the same.
iOR?l 211 (Rev 6 821
1 CHRISTINE 1. WALLACE
NOTARY PUBLIC CALIFORhIP
PRINCIPAL OFFICE IN
SAN DIEGG COUNTY
My Commission Em MdY 21 14
* * -
4 BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS:
- Andrew V. bluro That we 9 Principal, and Surety, are held and firmly bound unto the City of Carlst
California, in an amount as follows: (must be at least
percent (10%) of the bid amount)
for which payment will and truly made, we bind ourselves, heirs, executors and administrators, successors or assic jointly and severally, firmly by these payments.
THE CONOlTION OF THE FOREGOING OBLIGATION IS SUCH that if proposal of the above-bounden principal for:
in the City of Carlsbad, is accepted by the City Council of z
City, and if the above bounden Principal shall duly enter f
and execute a Contract including required bonds and insura
policies within twenty (20) days from the date of Award Contract by the City Council of the City of Carlsbad, being d
notified of said award, then this obligation shall become n
and void; otherwise, it shall be and remain in full force effect, and the amount specified herein shall be forfeited to
said City.
In the event any Principal above named executed this bond as
individual, it is agreed that the death of any such Princi
shall not exonerate the Surety from its obligations under t bond.
IN WITNESS WHEREOF, we hereunto set our'hands and seals t
Corporate Seal (If Corporation) /
10th day of July , 19 87 .
Principal
before me, the undersigned, a Notary Public in and for said State. person
CORM 211 (Rev 6 821
e 0
4
DESIGNATION OF SUBCONTRACTORS
The Undersigned certifies helshe has used the subbfds 01 following listed Contractors in making up histher bid and
the subcontractors listed will be used for the work for Y they bid, subject to the approval of the City Enuineet, ar accordance with applicable provisions of the specifications,
changes may be made In these subcontractors except upon the 1
approval of the City Enqineer of the City of Carlsbad.
Pollowing information is required for each subcontrac
Additional pages can be attached, if required:
Items of Full Company Complete Address Phone N Work Name w/Zip Code w/Area C
Roofing Service6 1650 Linda Vista Dr. (619) 471 87313/07620
14U.I B (619) 724 99884"' sda onair
09900 Fred Jones Painting
16 010/16 11 1 Rick's Electric 8726 PRODUCTION Am. #B (619) 457.
SAN DIEGO CA 92121
z evidence to be the person(@ whose name(fl/5subscrtbed z to this Instrument and acknowledged that H/f executed
/
PAL OFF ^E h
- 0 0 -.
-
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
The Undersiqned submits herewith a notarized or sealed statem of hisfher financial responsibility.
I '.ndrew V. ?fur0 arree to nwform all wnrk c~ ecified in the
contract documents for project number 3003/Santa Fe Depot Rehab. I
awee to provide all labor. materials, tools. eauiDment- and Derson
to comDlete the work. ? y i"
DhZGb 1 ss
STATE OF CALIFORNIA
COUNTY OF
On before me, the undersigned, a Notary Public in and for sard State, person; G
z f
6
s yI
0 personally known to me proved to me on the basis of satisfactory
evidence to be the person( k whose nam&@/5subscribed
to this instrument and acknowledged thatzexecuted
1 - JUL3? lqkV
FORK 211 (Rer 6 821
-
0 0
PROFIT AND mss sTA~im AND WCE SHEET TkrU 6 /30,)p7 prepared 'Or NRm V. M~O CONSTHUCTTOT~ COMPANY
Bl! MARINA ILONA (cash basis)
LIABILITIES ASSETS $ /$ a to./ 3 (A- /.ST Capitol loan/owner $2
CASH IN BANK 6QIAhl so) Draws owner *86 /87 ' (-3
k&i%g8 !%?n$;$5 86 $-
J ~Vr/b SZ, -3 L/P GMAC
kcrued P/R taxes - mss retained *87
profit retained *86/87 -
9QTAL
Savings in bank
Savings C.D. Furn. ofc. equipent
Mpreciat iorl
wpreci a t ion
Equipment 6 Tools
Depreciation $,
Shop/s tor age/ca rport
Depreciation
- Is' L/p loan owner -
c. TLuCk, trailer,etc.
Accts. Recv. 1&',),31*75 ' TOTAL $ x'?j 7 S? vil
hf, 3'17 q-T EXPENSES s INCOME
util. & Telephone
oft. SUP~. & Postage
Taxes & Lisc.
^I_ A~V 6 Biz Promo
Acciing & Legal Dies & Contrib.
Interest
~e reciation PA taxes
IMP SUM CONTRACTS --
.J%&y&ToTAL
knnterest
DIRECT COSTS
Materials 6 Supplies $ 11 Equiplent Reri tals
sub contract labor
P/R Cross
Unim Dues, contrib,ins. (7 Do
Gas & Auto
Misc. op. ap.
862.55-
4 0 qq. 5-3
-l
6aLO
1 [*L57. 11 0
I nsurdnce/Bonds $9 55 -5-7
TOTAL, $---3b, L/Lm
Gross profit $ 32 2% jLz 7 37,sa~.)/, r)
,\
;P~g-!sbpexpi.wt, fees +-
Less expenses (8 77- 307q b\- )= 5"L'lO / L'L., - LLC3-A
/2*7 3 1WrAL *
Net profit ($ t !.lIb,7cl ) = 32 68io/L, bbajb 4-
.+a 8. n \ wrw ASSETS: $ 82,753.00
kss Liabilities22,220.$8)* 1 jg;;: @dm Net worth C0,532.52*
blqrina 1109 7-/[- lk)
Anticipated overhead expenses 5.240%
Net anticipated prufit from jobs in
The ahove'figures are true and to the best of knorfledge represent the standing of Mum Constrvction as of 6/30/87.
JOBS IN PROGRESS $27,565.00 Estimated c&ts of jobs ( $15,965.00
progress before income taxes
0
- 0 0 c
4-
+
BIDDER IS STATEMENT OF
TECHNICAL ABILITY AND EXPERIENCE
The Bidder is required to state what work of a similar charac
to that included in the proposed Contract he/she has successfu
performed and give references, with telephone numbers,- which w
enable the City to judqe his/her responsibility, experience
skill. An attachment can be used, if notarized or sealed.
I Date 1 lName and Phone1 I
1 I I I 1 I 1 I I I I I I I I I I I I I I I 1 1 1 I 1 I I 1 I I 1 I I I I I I I 1 I I' I I 1 1 I I 1 1 1 I I I I I 1 f 1 1 I 1 I I 1
1 ss
STATE OF CALIFORNIA
COUNTY OFdad D/l%Gt3 L\/ Int1481 On JU , before me, the undersigned, a Notary Public in and for said State, person:
2
AnlDPCbd - \I. .&44UPh - t I_
FORM 211 [Rev 6 821
-1
P a 0
4
CONTRACT - PUBLIC WORKS
n t +% This agreement is made this /' day of LdJJ>5d
1987, by and between the City of Carlsbad, CalfQo$nia, municipal corporation, (hereinafter called "City"), and
Andrew V. MUrO
whose principal place of business is 1018 Sunset Drive
Vista, CA 92083
(hereinafter called "Contractor".)
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform all wo specified in the Contract documents for:
( her e i n a f t e r ca 1 1 ed " pro j ec t I' )
2. Provisions of Labor and Materials. Contractor shall provi all labor, materials, tools, equipment, and personnel perform the work specified by the Contract documents.
3. Contract Documents. The Contract documents consist of th Contract; the bid documents, including the Notice to Bidder Instructions to Bidders' and Contractors' Proposals; tl Plans and Specifications, the Special Provisions, and a1 proper amendments and changes made thereto in accordance wil
this Contract or the Plans and Specifications, and the bonr for the project; all of which are incorporated herein by thl reference.
The Contractor, herfhis subcontractors, and material suppliers shall provide and install the work as indicatec specfffed, and implied by the Contract documents. Any f-ten
sf work not fndicated or specified, but which are essentiz to the completion of the work, shall be provided at tt Contractor's expense to fulfill the intent of said document: In all instances throughout the life of the.Contract, tt City will be the interpreter of the int-ent of the Contrat documents, and the City's decision relative to said inter
will be final and binding. Failure of the Contractor 1 apprise her/his subcontractors and materials suppliers c
this condition of the Contract will not relieve herfhim c the responsibility of compliance.
4. Payment. As full compensation for Contractor's performanc of work under this Contract, City shall make payment to th Contractor per Section 9-3 07 the Standard Specifications fa Public Works Construction. The closure date for each month1 invoice will be the 30th of each month.
a. 0
.
Invoices from the contractor shall be submitted accorc
the required City format to the City's assigned G
manager no later than the 5th day of each month. Pa
will he delayed if invoices are received after the each month.
5. Independent Investigation. Contractor has m independent investiqation of the jobsite, the soil cond
at the jobsite, and all other conditions that miaht
the progress of the work, and is aware of those condi The Contract price includes payment for all work that done by Contractor, whether anticipated or not, in or1 overcome underground conditions. Any information th
have been furnished to Contractor by City about under1 conditions or other job conditions is for Contra< convenience only, and City does not warrant that conditions are as thus indicated. Contractor is sati
with all job conditions, including underground conditior
has not relied on information furnished by Citv.
6. Contractor Responsible for Unforeseen Conditions. Conti
shall be responsible for all loss or damaae arising c
the nature of the work or from the action of the elemen from any unforeseen difficulties which may arise encountered in the prosecution of the work until acceptance by the City. Contractor shall also be respon for expenses incurred in the suspension or discontinuan
the work. However, Contractor shall not be responsibl reasonable delays in the completion of the work caus acts of God, stormy weather, extra work, or matters whic specifications expressly stipulate will be borne by City
7. Change Orders. City may, without affecting the validi
this Contract, order changes, modifications, deletions
extra work by issuance of written change orders. Contr<
shall make no change in the work without the issuance
written change order, and Contractor shall not be entitlt
compensation for any extra work performed unless the Cit!
issued a written chanqe order designating in advanct
amount of additional compensation to be paid for the I If a change order deletes any work, the Contract price 1.
be reduced by a Pair and reasonable amount. If the par
are unable to agree on the amount of reduction, the shall nevertheless proceed and the amount shall be deterrr by litigation.
8. Immiqration Reform and Control Act. Contractor shall co
with the requirements of the Immigration Reform and Con Act of 1986.
9. Prevailinq Waae. Pursuant to the Labor Code of the Stat California, the director of the Department of Indust
0 0
*
Relations has determined the general prevailinq rate I
diem waqes in accordance with Labor Section 1773 and c
of a schedule of said general prevailinq wage rates
file in the office of the Carlshad City Clerk, * incorporated by reference herein. Pursuant to Labor Section 1775, Contractor shall pay prevailino H Contractor shall post copies of all applicable preva wages on the job site.
10. Indemnity. Contractor shall assume the defense of, pa expenses of defense, and indemnify and hold harmles City, and its officers and employees, from all claims, damage, injury and liability of every kind, natur description, directly or indirectly arising from o connection with the performance of the Contract or wor from any failure or alleged failure of Contractor to c
with any applicable law, rules or regulations includinq relatina to safety and health; except for loss or d
which was caused solely by the active negligence of the
and from any and all claims, loss, damaae, injur
liability, howsoever the same may be caused, resu directly or indirectly from the nature of the work covert
the Contract, unless the loss or damaae was caused sole.
the active negligence of the City. The expenses of del
include all costs and expenses, includina attorneys fee: litigation, arbitration, or other dispute resolution mett
11. Insurance. Without limitins contractor's indemnificatior
is agreed that contractor shall maintain in force at
times during the performance of this agreement a polic
policies of insurance coverinu its operations and insur covering the liability stated in Paraqraph 9. The polic policies shall comply with the special insurance instruct in the Supplementary General Provisions and shall contain following clauses:
Contractor's liability insurance policies shall contain following clauses:
A. "The City is added as an additional insured as resp operations of the named insured performed under cont
with the City."
0. "It is agreed that any insurance maintained by the shall apply in excess of and not contribute w insurance provided by this policy."
All insurance policies required by this paragraph SI contain the following clause:
A. "This insurance shall not be cancelled, limited or r renewed until after thirty days written notice has t given to the City."
0 m
,
5. "The insurer waives any rights of subroqation it h
may have, aqainst the City or any of its officers
employees.
Certificates of insurance evidencinq the coveraues rec
by the clauses set forth above shall be filed with thl
prior to the effective date of this aqreement.
12. Workers' Compensation. Contractor shall comply wii requirements of Section 3700 of the California Labor
Contractor shall also assume the defense and indemnif
save harmless the City and its officers and employee:
all claims, loss, damage, injury, and liability of
kind, nature, and description brought by any person emy:
or used by Contractor to perform any work under this Cor
reqardless of responsibility for negligence. 0
13. Proof of Insurance. Contractor shall submit to the certification of the policies mentioned in Paraaraphs 1
11 or proof of workers' compensation self-insurance pri the start of any work pursuant to this Contract.
14. Claims and Lawsuits. Contractor shall comply wit Government Tort Claims Act (Government Code Section 9
seq.) prior to filing any lawsuit for breach of
contract or any claim or cause of action for mon
damaqes.
15. Maintenance of Records. Contractor shall maintain and
available to the City, upon request, records in accor
with Sections 1776 and 1812 of Part 7, Chapter 1, Artic
of the California Labor Code. If the Contractor doe:
maintain the records at Contractor's principal plat
business as specified above, Contractor shall so inforr
City by certified letter accompanying the return of
Contract. Contractor shall notify the City by cert. mail of any change of address of such records-
16. Labor Code Provisions. The provisions of Part 7, Chapte
commencing with Section 1720 of the California Labor
are incorporated herein by reference.
17. Security. At the election of the City, securities it-
form of cash, cashier's check, or certified check mz
substituted for any monies withheld by the City to se
performance of this contract for any obligation establi by this contract.
18. Provisions Required by Law Deemed Inserted. Each and e provision of law and clause required by law to be inse in this Contract shall be deemed to be inserted herein
included herein, and if, through mistake or otherwise,
2 2
U) to this instrument and acknowledged that he 1 WITNESS my~~icial se
FORM 211 (Rev 6/82]
evidence to be the person(s) whose name(siLsubscribed
executed
the same
N Signature L-
(This Area for official notarial seal)
2 2 *1 evidence to be the person(?.) whose name(s)Lsubscrlbed
to this instrument and acknowledged thathPexecufed
the same OHWL SML CAFWEN RAMfREi
WTMY PUBltC - CIillFOrmM
PRfNCtPAL OFF- tM SAN DIEGO WNrV
e 4b -
.
Contractor's Certification of Awareness of Workers' Compensa
Responsibility.
"I am aware of the provisions of Section 3700 of the Labor
which requires every employer to be insured aqainst liability
workers' compensation or to undertake self-insurance
accordance with the provisions of that code, and I will COI with such provisions before commencinq the performance of
work of this Contract."
Contractor's Certification of Awareness of Imrniqration Reform Control Act of 1986.
"I am aware of the requirements of the Immiqration Reform
Control Act of 1986 and have complied with those reauireemr
includinq but not limited to verifyins the eligibility
employment of all agents, employees, subcontractors
consultants that are included in this Contract."
-
> Bond#1134040
<. 1 0 0 ..
I PERFORMANCE BONO Premium $ 1,
KNOW ALL PERSONS PY THESE PRESFNTS:
WHEREAS, the City Council of the City of Carlsbad, State
awarded to Andrew V. ~1170 (hereinafter desiqnated as the "Principal1'), a Contract for:
California, by Resolution No. 3170 , adopted 7/ 28/87 9
Rehabilitation of the Carlsbad Santa Fe Depot
in the City of Carlsbad, in strict conformity with the contrac
the drawings and specifications, and other Contract documents I
on file in the Office of the City Clerk of the City of Carlsl all of which are incorporated herein by this reference.
WHEREAS, said Principal has executed or is about to execute s8
Contract and the terms thereof require the furnishing of a bc
for the faithful performance of said Contract;
NOW, THEREFORE, WE, ndrew v. Muro ? Princi a1 (hereinaft+ designated as the "Contractor"), i AMWEST &JREbY INSURANCE COMPANY
as Surety, are held and firmly bound unto the City of Carlsb! in the sum of .for~v-fo~r -k;lousand fouz :?und;r€d SeVeIlty 53
per cent (100%) of the estimated amount of the Contract, to paid to the said City or its certain attorney, its successors i assigns; for which payment, well and truly to be made, we bl ourselves, our heirs, executors and administrators, successors assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the aho bounden Contractor, his/her or its heirs, executor administrators, successors or assigns, shall- in all things sta
to and abide by, and well and truly keep and perform t covenants, conditions, and agreements in the said Contract a any alteration thereof made as therein provided on his/her their part, to be kept and performed at the time and in t manner therein specified, and in all respects according to the true intent and meaning, and shall indemnify and save harmle
the City o? Carlsbad, its officers and agents, as there stipulated, then this obligation shall become null and voi otherwise it shall remain in full force and virtue.
As a part of the obligation secured hereby and in addition to t face amount specified therefore, there shall be included cos
and reasonable expenses and fees, including reasonable attorni fees, incurred by the City in successfully enforcing su obligation, all to be taxed as costs and included in any judqrne
rendered.
n Oollars ($ 44,475 1, said sum being equal to one hundx
e 6 -2 ..
,A
And said Surety, for value received, hereby stipulates and agre
that no change, extension of time, alteration or addition to t terms of the Contract, or to the work to be performed thereund
or the specifications accompanying the same shall affect i obligations on this bond, and it does hereby waive notice of a change, extension of time, alterations or addition to the ter
of the Contract, or to the work or to the specifications.
In the event that any Contractor above named executed this ha as an individual, it is aqreed that the death of any su Cantmctor shall not exonerate the Surety from its obliqatio under this bond.
IN WITNESS WHEREOF, this instrument has be n duly executed by t Contractor and Surety above named on the &th day of August - 1987 .
- (Notarize or Corporate Vista, CA 92083
* Seal for Each Signer) Contractor
Y
r--
I
<--I Surety
rI
STATE O?
couN171 01
Cali Torn i i
'\ 4
3
** -3
6"
*i ON THIS . 4th .. DAY OF August 9 19,-,@
BE~ORE a p~~~Y APPEARED Andrew V. Muro
PERSOW? I" TO ME OR PROVED TO
EIE ON T&e MSIS OF SATISFACTORY EVIDENCE TO B.e THE PERSON
VtfOSE HAMe IS SUBSCRIB= ExEq::~~;~mm
TOXEm'll_x HE - // y/ , P .
i '+&/ 4% * If- y---'=--A-@w\-.
NOTARY mu- C i
( *' MY comT;ssior, Expires ~xd5-Y -:, :9c1 ~-'-.."-.n,-~/-vv\ \ .",
- _._ - -- - - - ___. ___ _____ -.- . - -_ _-. -- -- ---- . -. --------- ~ - --_--
STATE OF CALIFORNIA, COUNTY OF San Diego ss.
, before me a Notary Public, within and for I
County and State, personally appeared
to me (or proved to me on the basis of satifactory evidence) to be the person whose name is subscribed to the within ins
as the Attorney in Fact of and for the AMWEST SURETY INSURANCE COMPANY, and acknowledged to me
subscribed the name of the
in Fact.
On August 4th 1987
Pamela Pless
-. .-
P.O. Box 4500
Woodland Hills, CA 91365
KNOW ALL MEN BY THESE PRESENT
does hereby make, constitute and appoint
its true and lawful Attorney(s)-in-Fact,
deliver and affix the seal of the com
tions in the nature thereof, as fo
presents, are hereby ra
Laws of the company,
This Power of
the board of direct0
junction with the
ined or limited in the in
ny vice-president or
authorized attorney-in-f
signature of any authorized officer a
ey or certification thereof authorizing the e
retyship obligations of the company, and such
WITNESS WHEREOF, AMWEST SURETY INSURANCE COMPANY has caused these presents to be signed by its, pro1
ficer, and its corporate seal to be hereunto affixed this lst day of April 19-- 85
AMWEST SURETY INSURANCE COMPANY
Gary R Peterso=
&T/ P& + H ebd Karen G. &he=
STATE OF CALIFORNIA, COUNTY OF LOS ANGELES - ss
Gary R. Peterson - a5 A D.. 19-, personally came before me 1 st April On this- day of
and Karen G. Cohen to me known to be the individuals and officers of AMWEST SURETY INSURAI4CE
PANY, CALIFORNIA who executed the above instrument, and they each acknowledged the execution of the same, and being
duly sworn, did severally depose and say that they are the said officers of the corporation aforesaid, and that the seal affixed
above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly a
and subscribed to the said instrument by the authority of the board of directors of said corporation.
A?M NOTARY PUBLIC - CALIFORNIA - 0
N atary
JANICE DRUEZ (SEAL)
STATE OF CALIFORNIA, COUNTY OF LOS ANGELES - ss
C ERTl FlCATE
I, the undersigned, secretary of the AMWEST SURETY INSURANCE COMPANY, a California corporatic
HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked, and fi
more, that the provisions of the By-Laws of the company and the Resolutions of the board of directors set forth in the Po
Attorney, are now in force. San Diego 4th August
Signed and sealed at this ~ day of - 19-
Karen G CoheG
vj&d &h
* 0 - 22 -e ..
CERTIFICATION OF COMPLIANCE
-- I hereby certify that Andrew Valentino Muro
in performing under the Purchase Order awarded by the City o Carlsbad, will comply with the County of San Diego Affirmativ Action Program adopted by the 80ard of Supervisors, including a1
current amendments.
Legal Name of Contractor
(--h -- - c- Lb-2 .L/l/t, ' Date Siqnature (Seal)
RzC?-4., - . - (NOTARIZE OR CORPORATE SEAL)
Title
(Notarial acknowledgement of execution by all principals must be
attached. 1
- - - __ __ -_ - --
STATE OP
C 01 San Diego
Gal if ora i a.
ON THIS . 4th DAY QP August e Hg.L,a ~mm pcie prns0-Y APPEARED Andrew V. Muro
I TOHEToU'lr xm
- ______ __ __ ---. . -. -.--.---- - - _._ -. --
-- --- - -0 0 .. .c
STATE- OF COMPLIANCE
Andrew V. Muro Construction (hereinafter referred to as
I (Company Name)
"prospective contractor") hereby certifies , unless specifically
exempted, compliance with Government Code Section 12990 and
California Adxninlstrative Code, Title If, Division 4, Chapter 5
in matters relating to the development, implementation and main-
teaance of a nondiscrimination program.
agrees not to unlawfully discriminate against any employee or
applicants for employment because of race, religion, color,
national origin, ancestry, physical handicap, medical condition,
Prospective contractor
... marital status, sex or age (over forty).
I - hereby swear that I am (Name of Officiaf)
duly authorized to legally bind the prospective contractor to
the above described certification. I am fully aware that this
certification executed on g&-<-- yl in the county
of J*, , n& /an
(Date)
is made under the penalty of perjury
(Cormty 19
under the laws of the State of California.
si ;fie c: a,'!?
e\a% .-
Title
2= SID. 19 (NEW S-83)
0 0
NOND ISCRIM I NATION CLAUSE
(OCL? - I)
1, During the performance of this contract, contractor and its subcontractors shall not unlawfully discriminate against any employee or applicant for employment because of race, rell- gionJ ColotJ national ori in, ancestry, physical handicap, medical condition, marita f status, age (over 40) or sex, Contractors and subcontractors shall insure that the evalua- tion and treatment of their employees and applicants for em loment are free of such discrimination, Contractors and su E contractors shall comply with the provisions of the Fair EmPloyment and Housing Act (Government Code, Section 12900 et se A and the applicable regulations promul ated thereunder (CaliPornia Administrative Code, Title 2, Sect 9 on 7285,O et seqA The applicable regulations of the Fair Employment and Housing Commission im lementing Government Code, Section 2990, set forth in Chapter 5 of Division 4 of Title 2 of the Ca 1 I- fornia Administrative Code are incorporated into this contract by reference and made a part hereof as if set forth in full, Contractor and its subcontractors shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreement,
pliance provisions of this clause in all subcontracts to perform work under the contract,
2, This contractor shall include the nondiscrimlnatlon and com-
m. 17A (m 5-83)
a
-
a e
ESCROW AGREEMENT FOR SECURITY
DEPOSITS IN LIEU OR RETENTION
This Escrow Agreement is made and entered into by a1
between the City of Carlsbad whose address is 1200 Elm Avequc
Carlsbad, California 92007, hereinafter called 'City' and
whose addres 3
-
- hereinafter called "Contractor" and
whose address is
hereinafter called 'Escrow Agent."
-
For the consideration hereinafter set forth, the Own
Contractor, and Escrow Agent agree as follows:
1. Pursuant to Section 4590 of Chapter 13 of Div:.si
of Title 1 of the Government Code of the State of Californba,
Contractor has the option to deposit securities with Escrow P
as a substitute for retention earnings required to be withhel
City pursuant to the Construction Contract cntered into betwe
the City and Contractor for in the amount of
dated (hereinafter referr
to as the .Contract"). A copy of said contract is attached a
Exhibit "A". When Contractor deposits the securities as a
substitute for Contract earnings, the Escrow Agent shall noti
the City within ten days of the deposit. The market value of
securities at the time of the substitution shall be at least
equal to the cash amount then required to be withheld as
0 0
i
retention under the terms of the Contract between the City an
Contractor. Securities shall be held in the name of
and shall designate the Contractor as
beneficial owner. Prior to any disbursements Escrow Agent sh
verify that the present cumulative market valueof all securit
substituted is at least equal to the cash amount of all
cumulative retentions under the terms of the Contract.
2. The City shall make progress payments to the
Contractor for such funds which otherwise would be withheld! f
progress payments pursuant to the Contract provisions, prov id1
that the Escrow Agent holds securities in the form and amount
specified above.
3. Alternatively, the City may make payments direct
to Escrow Agent in the amount of retention €or the benefit of
the City until such time as the escrow created hereunder is
terminated.
4. Contractor shall be responsible for paying all €1
for the expenses incurred by Escorw Agent in administerinq thi
escrow account. These expenses and payment terms shall be
determined by the Contractor and Escrow Agent.
5. The interest earned on the securities or the monc
market accounts held in escrow and all interest earned on that
interest shall be for the sole account of Contractor and shall
be subject'to withdrawal by Contractor at any time and from t:
to time without notice to the City.
-2-
0 0
6. Contractor shall have the right to withdraw al.1
any part of the principal in the Escrow Account only by wrj,tt
notice to Escrow Agent accompanied by written authorization f
City to the Escrow Agent that City consents to the withdrawal
the amount sought to be withdrawn by Contractor.
7. The City shall have a right to draw upon the
securities in the event of default by the Contractor. Upor. st
days written notice to the Escrow Agent from the City of the
default of the Contractor, the Escrow Agent shall immediately
convert the securities to cash and shall distribute the cash G
instructed by the City.
8. Upon receipt of written notification from the Cii
certifying that the Contract is final and complete, and that '
Contractor has complied with all requirements and procedures
applicable to the Contract, Escrow Agent shall release to
contractor all securities and interest on deposit less escrow
fees and charges of the Escrow Account. The escrow shall be
closed immediately upon disbursement of all moneys and securit
on deposit and payments of fees and charges.
9. Escrow Agent shall rely on the written notificati
from the City and the Contractor pursuant to Sections 4 arid 6,
inclusive, of this agreement and the City and Contractor shall
hold Escrow Agent harmless from Escrow Agent's release and
disbursement of the securities and interst as set forth above.
10. The names of the persons who are autorized to fi
written notice or to receive written notice on behalf of the
-3-
0 0
City and on behalf of Contractor in connection with the
foregoing, and exemplars of their respective signatures arc. 2
follows:
For City: Title : --
Name :
Signature: --
Address :
For Contractor: Title:
Name :
Signature :
Address :
For Escrow Agent: Title:
Name :
Signature:
Address :
At the time the Escrow Account is opened, the City ai
Contractor shall deliver to the Escrow Agent a fully executed
counterpart of this Agreement e
///
///
///
///
///
-4-
0 0
IN WITNESS WHEREOF, the parties have executed thi!;
Agreement by their proper officers on the date first set fort
above
For City: Title:
Name :
Signature:
For Contractor: Title:
Name :
Signature:
Address:
-5-
0 0
SPECIAL PROVISIONS
P - Item
Supplementary General Provisions
Supplementary Provisions for Construction Materials
Supplementary Provisions for Construct ion Methods
-
- 0 0
00s""
SUPPLEMENTARY GENERAL PROVISIONS
1-1 TERNS
To Section 1-1 ,- add:
A. Reference to Drawings:
Where words 'Is hown" , "indicatedIt, "detailed", "not1 "scheduled", or words of similar import are used, it shal
understood that reference is made to the plans accompanying ti
provisions, unless stated otherwise.
8. Direct ions:
W h e re 'Is e 1 ec t ed '' , o r wo r ds similar import are used, it shall be understood that direction, designation or selection of the Engineer is intenc
unless stated otherwise. The word "required" and words similar import shall be understood to mean "as requirec properly complete the work as required and as approved by
City Engineer", unless stated otherwise,
wo r ds "d i r ec t ed I' , I'd es i g n at ed It ,
C. Equals and Approvals:
Where the words "equal", "approved equal", "equivalent", and s
words of similar import are used, it shall be understood s
words are followed by the expression "in the opinion of
Engineer," unless otherwise stated. Where the words "approve
t'approval", "acceptance", or words of similar import are used,
shall be understood that the approval, acceptance, or s~mi import of the Engineer is intended.
0. Perform and Provide:
The word "perform" shall be understood to mean that:
Contractor, at her/his expense, shall perform all operat:ia
labor, tools and equipment, and further, including the furni.sh
and installing of materials that are indicated, specifietd,
required to mean that the Contractor, at her/his expense, sh furnish and install the work, complete in place and ready tcr u
including furnishing of necessary labor, materials, too
equipment, and transportation.
0 0
1-2 DEFINITIONS
Modify Section 1-2 as follows:
Agency - the City of Carlsbad, California.
Engineer - the Project Manager for the City of Carlsbad or his approved representative.
2-5 PLANS AND SPECIFICATIONS
To Section 2-5.1, General, add:
The specifications for the work are the Standard Specifirat
for Public Works Construction, 1983 E di t ion, wit tr supplement, hereinafter designated SSPWC, as issued by
Southern California Chapter of the American Public W
Association, and these Special Provisions.
The Construction Plans consist of 5 sheet(s) designate1 City of CarPsbad Drawing No. 280-9 the standard draw
utilized for this project are the latest edition of the San 0. Area Regional Standard Drawings, hereinafter designated SORS
issued by the San Oiego County Department of Public No,
together with the City of Carlsbad Supplemental Stan(
Drawings. Copies of pertinent standard drawings are enclc
--
b.
L
*- with these documents.
.I - . .. To Section 2-5.3, Shop Drawings, add:
Where installation OF work is required in accordance with product manufacturer's direction, the Contractor shall obtarn distribute the necessary copies of such instruction, includ two (2) copies to the City Engineer.
- ._
-. ..
To Section 2-5, add:
2-5.4 Record Drawings:
The Contractor shall provide and keep up-to-date a complete 'I built" record set of transparent sepias, which shall be correc
daily and show every change from the original drawings
specifications and the exact "as-built" locations, sizes
kinds of equipment, underground piping, valves, and a1.1 ot
work not visible at surface grade. Prints for this purpo<;e
be obtained from the City at cost. This set of drawings shall
kept on the job and shall be used only as a record set and sh
be delivered to the Engineer upon completion of the work.
0 e
4-1 MATERIALS AND YORKHANSHIP
To Section 4-1.3.1, Inspection Requirements, General, add:
All work shall be under the observation of the Engineer or
appointed representative. The Engineer shall have free ac(:es
any or all parts of work at any time. Contractor shall i'ur Engineer with such information as may be necessary 1;o
her/him fully informed regarding progress .and manner of work
character of materials. Inspection of work shall not re1 Contractor from any obligation to fulfill this Contract.
Modify Section 4-1.4, Test of Materials, as follows:
Except as specified in these Special Provisions, the Agenc'y
bear the cost of testing material and/or workmanship whebre
results of such tests meet or exceed the requirements inclic
in the Standard Specifications and the Special Provisions.
cost af all other tests shall be borne by the Contractor.
At the option of the Engineer, the source of supply of eacl
the materials shall be approved by him before the deliver; started. All materials proposed for use may be inspectec tested at any time during their preparation and use. If, a trial, it is found that sources of supply which have I approved do not furnish a uniform product, or if the product .- any source proves unacceptable at any time, the Contractor SI furnish approved materials from other approved sources. Af
approval, any material which becomes unfit for use due
improper storage, handling or any other reason shall
rejected.
All backfill and subgrade shall be compacted in accordance v the notes on the plans and the SSPWC. Compaction tests ma)
made by the City and all costs for tests that meet or exceed . - *I requirements of the specifications shall be borne by the Ci
Said tests may be made at any place along the work as dee necessary by the Engineer. The costs of any retests rn necessary by noncompliance with the specifications shall be bo
by the Contractor,
Add the following section:
4-1.7 Nonconforming York
The Contractor shall remove and replace any work not conform to the plans or specifications upon written order by Engineer. Any cost caused by reasun of this nonconforminq w shall be borne by the Contractor.
. 4; ;+y* .
,
- e e
5-1 LOCATION
Add the following:
The City of Carlshad and affected utility companies have, search of known records, endeavored to locate and indicate on
Plans all utilities which exist within the limits of the W, However, the accuracy of completeness of the utilities indic
on the Plans is not guaranteed.
5-4 RELOCATIOW
Add:
The temporary or permanent relocation or alteration of utilit;
including service connection, desired by the Contractor
his/her own convenience shall be the Contractor's
responsibility, and he/she shall make all arrangements regarc
such work at no cost to the City. If delays occur due
utilities relocations which were not shown on the Plans, it w
be solely the City's option to extend the completion date,,
In order to minimize delays to the Contractor caused by
failure of other parties to relocate utilities which interf
with the construction, the Contractor, upon request to the Ci
may be permitted to temporarily amit the portion of work affec
by the utility. The portion thus omitted shall be constructed
the Contractor immediately following the relocation OF
utility involved unless otherwise directed by the City.
6-1 CONSTRUCTION SCHEDULE
Modify this section as follows:
A construction schedule is to be submitted by the Contractor I
Section 6-1 of the SSPWC at the time OF the preconstruct
conference. No changes shall be made to the construct
schedule without the prior written approval of the Engineer, I
progress payments made after the scheduled cornplet ion date shi
not constitute a waiver of this paragraph or any damages.
Coordination with the respective utility company for removal relocation of conflicting utilities shall be requirements prj to commencement of work by the Contractor.
6-7 TXME OF COMPLETION
The Contractor shall begin work within 10 calendar days aft receipt of the "Notice to Proceed" and shall diligently prosecu the work to completion within 65 consecutive days after t
date of the Notice to Proceed.
-
7
b
- e 0
To Section 6-7.2, Working Day, add:
Hours of uork - All work shall normally be performed between hours of 7:OO AM and sunset, from Mondays through Fridaya. contractor shall obtain the approval of the Engineer if he desires .to work outside the hours stated herein.
Contractor may work during Saturdays and holidays only with
written permission of the Engineer. This written permission I
be obtained at least 48 hours prior to such work. The Contra
shall pay the inspection costs of such work.
6-8 COMPLETION AND ACCEPTANCE
Add the following:
All work shall be guaranteed for one (1) year after the filinc
a "Notice of Completion" and any faulty work or mater discovered during the guarantee period shall be repairec replaced by the Contractor, at his expense.
This is a historic preservation project with completion desired to coincide
with the Heritage Celebration re-dedication of the Depot on
September 12, 1987.
date are requested.
All efforts to complete the construction by this
7-3 LIABILITY INSURANCE and 7-4 WORKERS COl4PENSATION
Modify Sections 7-3 and 7-4 as follows:
I-
SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS
Contractor shall procure and maintain for the duration of
contract insurance against claims for injuries to persons
damages to property which may arise from or in connection w
the performance of the work hereunder by the Contractor, agents , represent at iv e s , employees , or sub co n t r ac t o rs . i: f insurance is on a "claims made" basis, coverage shall maintained for a period of three years from the dat.e completion of the work. The cost of such insurance shall included in Contractor's bid. The insurance company or cornpan
shall meet the requirements of City Council Resoluti.on No. EIIOI
- e
A. Minimum Scope of Insurance
Coverage shall be at least as broad as:
1. Insurance Services Office form number GL 0002 (Ed. 1/
covering Comprehensive General Liability; and Insura
Services Office form number GL 0404 covering Brsad F Comprehensive General Liability; and
2. Insurance. Services Office form number CA 0001 (Ed. 1/
covering Automobile Liability , code 1 "any auto"; and
3. Workers' Compensation as required by the Labor Cride
the State of California and Employers' Liat~il
Insurance.
8. Minimum Limits of Insurance
Contractor shall maintain limits no less than:
1. Comprehensive General Liability: $1 ,000,000 conibi single limit per occurence for bodily injury and prope damage. If the policy has an aggregate limit, a separ
aggregate in the amounts specified shall be establis for the risks for which the City or its agents, off'rc or employees are additional insured.
2. Automobile Liability: $1,000,000 combined single lrn per accident for bodily injury and property damage.
3. Workers' Compensation and Employers' Liability: Workei
compensation limits as required by the Labor Code of t
State of California and Employers' Liability limits
$1,000,000 per accident.
C. Oeductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be declai
to and approved by the City. At the option of the Cit
either: the insurer shall reduce or eliminate su
deductibles or self-insured retentions as respects the Cit its officials and employees; or the Contractor shall procu
a bond guaranteeing payment of losses and relat
investigation, claim administration and defense expenses.
D. Other Insurance Provisions
The policies ate to contain, or be endorsed to contain, t
following provisions:
0 @ -
1. General Liability and Automobile Liability Coverages:
a. The City, its officials, employees and volunteers
to be covered as insured as respects: litibr
arising out of activities performed by or on be
of the. Contractor; products and completed operat
of the Contractor; premises owned, leased, hire
borrowed by the Contractor. The coverage s contain no special limitations on the scape
protection afforded to the City, its offici
employees or voluteers.
b. The Contractor's insurance coverage shall be pril
insurance as respects the City, its offici#
employees and volunteers. Any insurance or st insurance maintained by the City, its officii
employees or volunteers shall be excess Contractor's insurance and shall not contribute \
it.
c. Any failure to comply with reporting provision!
the policies shall not affect coverage provide1
the City, its officials, employees or volunteers.
d. Coverage shall state that Contractor's insurc
shall apply separately to each insured against M claim is made or suit is brought, except with res6 to the limits of the insurer's liability.
2. Workers' Compensation and Employers' Liability Coveras
The insurer shall agree to waive all rights
subrogation against the City, its officials, employ
and volunteers for losses arising from work performed
Contractor for the City.
3. All Coverages
Each insurance policy required by this clause shall
endorsed to state that coverage shall not be suspend voided, cancelled, reduced in coverage or in Li?t except after thirty (30) days' prior written notice certified mail, return receipt requested, has been gi to the City.
E. Acceptability of Insurers
Insurance is to be placed with insurers with a Bests' rat
of no less than A:XI unless otherwise authorized by C
Council Resolution No. 8108.
e 0
F. Verification of Coverage
Contractor shall furnish the City with certificates
insurance and with original endorsements affectlng C~VE required by this clause. The certificates and endorse
for each insurance policy are to be signed by a pe
authorized by. that insurer to bind coverage on its I,eh
The certificates and endorsements are to be in forms p,cov
by the City and are to be received and approved by the
before work commences.
G. Subcontractors
Contractor shall include all subcontractors as insureds u
its policies or shall furnish separate certificates
endorsements for each subcontractor. All coverages subcontractors shall be subject to all of the requirem
stated herein.
7-5 PERNITS
Modify the first sentence to read:
The agency will obtain, at no cost to the Contractar,
encroachment, right-of-way, grading, and building per necessary to perform work for this contract on City property streets, highways (except State highway right-of-way), rail! or other rights-of-way .
Add the following:
Contractor shall not begin work until all permits inciderlta
the work are obtained.
7-8 PROJECT AND SITE HAINTENANCE
To Section 7-8.1, Cleanup and Dust Control, add:
Cleanup and dust control shall be executed even on weekends other non-working days at the City's request.
Add the following to Section 7-8:
7-8.8 Noise Control
All internal combustion engines used in the construction shall equipped with mufflers in good repair when in use on the pro-
with special attention to City Noise Control Ordinance No. 31 Carlsbad Municipal Code, Chapter 8.48.
0 e
7-10 PUBLIC CONVEMIENCE AND SAFETY
Add the following to Section 7-10.4, Public Safety:
7-10.4.4 Safety and. Protection of Workers and Public
The Contractor shall take all necessary precautions !:or
safety of employees on the work and shall comply with
applicable provisions of Federal, State and Municipal safety
and building codes to prevent accidents or injury to persons
about, or adjacent to the premises where the work ia b
performed . He/she shall erect and properly maintain at times, as required by the conditions and progress of the WI all necessary safequards for the protection of worketrs public, and shall use danger signs warning against haz created by such features of construction as protruding na hoists, well holes, and falling materials.
7-13 LAUS TO BE OBSERVED
Add the following:
Municipal ordinances which affect this work include Chal
11.06, Excavation and Grading.
If this notice specifies locations or possible materials, suet,
borrow pits or gravel beds, for use in the proposed construct project which would be subject to Section 1601 or Section 160!
the Fish and Game Code, such conditions or modificati
established pursuant to Section 1601 of the Fish and Game C
shall become conditions of the contract.
SECTION 8 - FACILITIES FOR AGENCY PERSONNEL
Delete this section.
9-3 PAYMENT
Modify Section 9-3.2, Partial and Final Payment, as follows:
Delete the second sentence of the third paragraph having to with reductions in amount of retention.
- 0 0
SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION MATERIALS
(NOTE TO PROJECT MANAGER: These s u ppl erne n t a1 p r o v i s i cins materials and work comprise the technical or de
specifications and. must be tailored to each project using
design engineer's- experience and judgment. The Standard Spe
Provisions by the Regional Standards Committee is a 1
reference.)
200-2 UNTREATED BASE MATERIAL
Aggregate base shall be crushed aggregate base (Section 200-2 crushed slag base (Section 200-2.3), or crushed miscellanr
base (Section 200-2.4).
201-1 PORTLAND CEMENT CONCRETE
Concrete for drainage ditch shall be Class 520-C-2500.
Modify Section 201-1 .2.1, Portland Cement, as follows:
First paragraph, first sentence amend to read: "All cement tc
* \+ used or furnished shall be low alkali and shall be either TYF or Type XI Portland Cement conforming to ASTM C 150, or Type (MS) Portland Pozzolan Cement conforming to ASTM C 595, unl
a t her w i s e speci f ied . '*
m
Modify Section 201-1.2.3, Water, as follows:
Second paragraph replace 1'1,000 ppm (mg/L) of sulfates" w
"1,300 (mq/L) ppm of sulfates."
Third paragraph replace "800 ppm (mg/L) of sulfates" with '1,
(rng/L) ppm of sulfates."
(b) Air-entraining Admixtures
Last paragraph amend to read: "A tolerance of plus or minus
1/2 percent is allowed. The air content of freshly mi
concrete will be determined California Test Method No. 504.''
Modify Section 201-1.3.3, Concrete Consistency, as fallows:
Second paragraph delete: "and shall not exceed amounts shown
following table:". Also delete table.
I
- 0 e
Modify Section 201-1.4.3, Transit Mixers, as follows:
Add after listing of information for weighmaster's certific~
"Transit mixed concrete may be certified by mix design nlJmt
provided a copy of the mix proportions are kept on file ;3t
plant location for a period of 4 years after the use of
mix .I'
201-2 STEEL REINFORCEMENT FOR COWCRETE
No changes.
203-6 and 400-4 ASPHALT COWCRETE
Asphalt concrete shall be class C2-AR 4000, C3-AR 4000, 01' T
Modify Section 203-6.6.1, Batch Plant Method, as follows:
Third paragraph, delete "and from the Engineer's fi
1 a bo r at o r y . 'I
Last paragraph, add after 0 2172: "method A or 8."
I11 C3-AR 4000.
_. __
1'. ,f Modify Sect ion 203-6.8, Miscellaneous Requirements, as follaws.
Add the following: "Open graded asphalt concrete stored
excess of 2 hours, and any other asphalt concrete stored
excess of 16 hours, shall not be used in the work."
Modify Section 400-4.1, General, as follows:
Second paragraph, amend to read: "Unless otherwise specifie
AR-4000 paving grade asphalt shall be used for Type 111 asphalt
concrete, and AR-8000 paving grade asphalt shall be used f
asphalt concrete dikes."
Modify Section 400-4.2.4, Fine Aggregate, as follows:
Add: "The total amount of material passing the No. 200 sie
shall be determined by washing the material through the sie
with water. Not less than 1/2 of the material passing the N
200 sieve by washing shall pass the No. 200 sieve by d
s i e v i ng . (I
Add the Following paragraph: "Fine aggregate shall be tested f
soundness in accorddance with ASTM 0-1073, and shall not exce
f.ifteen percent (15%) loss by weight."
CLASS
Sieve
Sizes
1" (25 mm)
3/4" (19rnm)
1/2" (13mm)
3/8" (10rnm)
No. 4
No. 8
No. 30
No. 200
Asphalt X
-
82 83
Individual Moving Indiv i du a1 Mu v i ncr
lest Result Average Test Result AveracL
100 100 100 100'
87-1 00 90-1 00 90-1 00 9 5-1 00
75-95 80-90 8 5-1 00 85-95
6 5-8 I1 50-80 60-75 60-84
30-60 40-55 40-60 45-60
22-44 27-40 24-50 30-451
8-26 12-22 11-29 15-25
1-8 3-6 1-9 3-7 -
4.6-6.0 4.6-6.0 -
, - 0 a
After the last paragraph, add the following:
The aggregate from each separate bin for asphalt concrete,
111, except far the bin containing the fine material shall ha1
Cleanness Value as noted in the added "Table of Sand Equiva
and Cleanness Values" and as dtermined by Test Method No. Ca.
227, modified as-follows:
Tests will be performed on the material retained on the Nc sieve from each bin and will not be a combined or avers
r e.su1t .
Each test specimen will be prepared by hand shaking for
seconds, a single loading of the entire sample on a 12-i
diameter, No. 4 sieve nested on top of a 12-inch diameter, Nc
sieve.
Whexe a coarse aggregate bin contains material which will p
the maximum size specified and be retained on a 3/8 inch <3ie
the test specimen weight and volume of wash water specified one inch x No. 4 aggregate size will be used.
Samples will be obtained from the weight box area during
immediately after discharge from each bin of the batching pl
or immediately prior to mixing with asphalt in the Case
continuous mixers .
The Cleanness Value of the test sample from each of the bins w
be separately computed and reported.
Modify Section 400-4.4, Storing, Drying and Screening Aggreqat as follows:
After fifth paragraph, add: "When the Contractor a supplemental fine aggregate, each such supplemental f
aggregate used shall be stored separately and kept thorougl
dry.
204-1 LUMBER AND PLruoao
Header for bituminous pavement shall be construction gr:
Redwood, or treated construction grade Douglas fir.
204-2 TREATHEWT UITH PRESERVATIVES
No change. .
207-2 REINFORCED CONCRETE PIPE
The pipeline layout and connector pipe list required unc
paragraph 3, 207-2.1, is waived.
210-1 PAINT
Paint for striping shall be white.
0 0 -
c
SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION METHODS
300-2 UNCLASSIFIED EXCAVATION
Excavation of material in the 30' x 24' area of the parkiilg
entrance is required to enable the entrance to properly conn
the parking lot to the existing parking facilities 11f
building with a 6" section of aggregate base and a:3hp concrete. Payment for the excavation will be per the lump
price bid for excavation.
301-1 SUBCRADE PREPARATION
Contractor will protect the existing D.G. in place except wh necessary to excavate in the entrance area. Scarifying cultivating is therefore not required for this contract.
301-2 UNTREATED BASE
No change.
302-5 ASPHALT CONCRETE PAVEMENT
A prime coat is not required for this contract. A seal coat required and shall conform the Section 302-5.9 of th
supplemental provisions.
Modify Section 302-5.1, General, as follows:
Paragraph 1, replace "Section 203-6" with "Section 400-4."
Last paragraph, add: "All testing of underground installatic at any given point shall be completed before the surfacing
placed at that point."
Modify Section 302-5.2, Prime Coat, as follows:
After "grade Sc-250" add "or MC 70."
Modify Section 302-5.5.2, Density and Smoothness, as follows:
First paragraph, change 1/8 inch (3mm) to 1/4 inch (6rnm).
- 0 0
L
Modify Section 302-5.5.1, Rolling General, as follows:
Second paragraph, Part (21, add:
"Vibratory rollers shall be limited to breakdown, un. otherwise directed by the Engineer."
After last paragraph, add: "Unless directed by otherwise Engineer, the initial breakdown rolling shall be followed b pneumatic-tired roller as described in this Section.1g
To Section 302-5.8, Measurement and Payment, add:
Cost of labor and materials for the seal coat shall be inzlu
in the unit price bid for ashpalt concrete.
Add the following:
302-5.9, Seal Coat
All asphalt concrete surfaces shall be seal-coated unl
otherwise specified. The seal coat shall consist of a coat asphaltic emulsion and a cover coat of sand. The asphal
emulsion shall be mixing type conforming to Section 20
"Emulsion Asphalt." Sand shall be clean and dry.
Lmmediately before applying asphaltic emulsion, the surface to
seal-coated shall be thoroughly cleaned of all dirt and lo
material, Asphaltic emulsion shall not be applied when street is overly wet or when the atmospheric temperature is be 50 degrees Fahrenheit.
The asphaltic emulsion shall be applied by use of a PO spraying device that uniformly applies the emulsion to surfacing at a rate of 0.1 to 0.15 gallon per square yard. distributor spray bar shall be equipped with asphaltic emul.si type spray jets. Curbs, gutters, and other adjoin improvements shall be carefully protected from the emulsion, any such improvements spattered or touched with emulsion shall
carefully cleaned.
Immediately after the application of asphaltic emulsion, a co
coat of sand shall be spread at the rate of 6 to 12 pounds , square yard. After the sand has been spread, any piles, ridgc or uneven distribution shall be broomed to maintain an even la over the surface. Five days after the seal coat has bi applied, the surface shall again be broomed and any excess si
shall be picked up and removed from the job. The Engineer n authorize the sand to be broomed, picked up and removed from t job after 2 or more days.
- 0 0
303-2 AIR-PLACE CONCRETE
No changes.
306-1 OPE# TRENCH OPERATIONS
18" RCP shall have a minimum cover of one (1) foot below fini!
grade. Eedding may be aggregate base per these specificatit Compaction shall be a minimum of 90% density and backfill st
be mechanically compacted.
310-5 PAINTING VARIOUS SURfACES
Modify Section 310-5.6.10, Painting, Traffic Striping, Paven
Markings and rurb Markings, as follows:"
Payment for all pavement marking shall be a lump sum as propc
in the bid documents.
e 0
SECTION 01010
SUMMARY OF WORK
PART 1 GENERAL
1.01 REQUIREMENTS INCLUDED
A. Title of Work, and type of Contract.
B. Work by Others ar,d ?uture Work.
C. Work Sequecce.
D. Use of Premises.
E. Owner Occupancy.
1.02 RELATED REQUIREMENTS
A. AIA Document 151B - General Conditions: Provisions fo
use of site, and Owner occupancy. Relatfozs o Contractor- subcontractors.
1.03 WORK COVERED BY CONTRACT DOCUMENTS
A. Work of this Contract comprises general constructio rehabilitation of Carlsbad Santa Fe Depot, located at 400
Elm Avenue, for the City of Carlsbad, Redevelopmen
Office, referred to as the Owner for purposes of th
specifications.
1.04 CONTRACT METHOD
A. Construct the Work under the guidelines of the City o
B. Relations and responsibilities between Contractor ani
subcontractors assigned by Owner shall be as defined i Conditions of the Contract. Assigned subcontractor!
shall, in addition:
1. Furnish to Contractor bonds covering faithfu.
performance of subcontracted work and payment of al
obligations thereunder.
Carlsbad.
CARLSBAD SANTA FE DEPOT 01010-1
e 0
2. Purchase and maintain liability insurance to pratec
Contractor from claims for not less than the limits t
liability which Contractor is required to provide .
Owner.
1.05 WORK SY OTHEIiS
A. Work of the Project which will be executed prior to
start of Work of this Contract, and which is specifically
excluded from this Contract:
1. All work associated with the interior of building wi
the exception of items noted on the Constructic
Documer.ts.
B. Work of the Project which will be executed aft4
completion of Work of this Contract, and which
specifically excluded from this Contract:
1. All landscaping outside of define scope of work (
site plan. Care should be taken of existir landscaping. Contractor to determine scope of WOI
and should landscaping need to be removed for tf
execution of work, contact the Owner for assistance.
1.06 FUTURE WORK
A. Project is designed for future landscaping and exteri(
lighting installation of new structure by the City t
Carlsbad e
B. Insure that Work avoids encroacfiment into areas requirc for future work. Verify with owner extent of this WOI
before processing with new work.
1.07 WORK SEQUENCE
A. Construct Work to accommodate Owner use of premises durir
construction, Coordinate with Owner during constructic to meet his needs for visitation and press releases on tf. progress of the work. There will be continued occupanc
of the project by the Tourist Information Center.
B. Construct Work to provide for continuous useage t adjacent Santa Fe tracks and easement. This track is ‘JS~
daily.
CARLSBAD SANTA FE DEPOT 0 10 1 0- :
0 0
1.08 CONTRACTOR USE OF PREMISES
A. Contractor shall limit use of premises for Work, fc
storage, and for access, to allow:
1. Owner visitations and public observation.
2. Work by other contractors.
3. Use of interior by the City of Carlsbad.
Architect.
B. Coordinate use of premises under directior. of Owner a1
C. Assume full responsibility for protection and safekeepir
D. Obtain and pay for use of additional storage or work a:rez
of products under this Contract.
needed for operations under this Contract.
1.09 PARTIAL OWNER OCCUPANCY OF TXE GROUNDS AND BUILDINGS
A. Schedule and substantially complete designated portior,s c
Work for Owner's occupancy prior to Substantial Completic
of entire Work:
1.
2. There will be definite press releases by the Owner
Cooperate with scheduled events by the Owner.
cooperate with meeting these dates.
END OF SECTION
CARLSBAD SANTA FE DEPOT 0 IO 10-3
e 0
SECTION 01200
PROJECT MEETINGS
PART 1 GENERAL
1.01 REQUIREMENTS INCLUDED
A. Cantractor participation in preconstruction conferences.
B. Contractor administration of progress meetings and pr~
installation conferences.
1.02 ZIELATED REQUIREMENTS
A. Section 01210 - Preconstruction Conferences.
3. Sectfon 01300 - Submittals: Progress Schedules.
C. Section 01340 - Shop Drawings, Product Data, and Samples
D. Section 01380 - Construction Photographs. (1)
E. Section 01500 - Construction Facilities and Tempoiiax
F. Section 01535 - Protection of Installed Work.
G. Section 01550 - Access Roads and Parking Areas.
H.
Controls.
Section 01580 - Project Description and Signs.
1.03 PRECONSTRUCTION CONFERENCES.
A. Architect will administer preconstruction conference fc
execution of Owner-Contractor Agreement and exchange c
preliminary submittals.
B. Architect will administer site mobilization conference a
Project site for clarificiation of Owner and Contractc
responsibilities in use of site and for review c
administrative procedures.
1.04 PROGRESS MEETINGS
A. Schedule and administer Project meetings througfiou
progress of the Work at maximum monthly intervals, calle
meetings, and preinstallation conferences.
(1) - To be done by owner.
CARLSBAD SANTA FE DEPOT 0 1200-1
a 0
B. Make physical arrangements for meetings, prepare agenl
with copies for participants, preside at meetings, reco
minutes, and distribute copies within two days
Architect, participants, and those affected by decisio
made at meetings.
C. Attendance: Job superintendent, major subcontractors ai
suppliers; Owner and Architect as appropriate to agenl
topics for each meeting.
D. Suggested Agenda: Review of Work progress, status
progress schedule and adjustments thereto, delive: schedules, submittals, maintenance of qtlality standard:
pending changes and substitutions, and other itel
affecting progress of Work.
1.05 PREINSTALLATION CONFERENCES
A. When required in individual specification Section, convei
a preinstallation conference prior to commerrcing work (
the Section.
B. Require attendance of entities directly affecting, (
affected by, work of the Section.
C. Revlew conditions of installation, preparation a~
installation procedures, and coordination with relate work.
END OF SECTION
CARLSBAD SANTA FE DEPOT 0 1200- 2
e 0
t
SECTION 01210
PRECONSTRUCTION CONFERENCES
PART 1 GENERAL
1.01 REQUIREMENTS INCLUDED
A. Contractor participation in preconstruction conferences.
1.02 PRECONSTRUCTION CONFERENCE
A. The Architect will schedule confererxe within 15 da<
B. Attendance: Owner, Architect and Contractor.
C. Agenda:
after notice of award.
1. Submittal of executed bonds and insuranc
2. Execution of Owner-Contractor Agreement.
3. Distribution of Contract Documents.
4. Submittal of list of subcontractors, list of procfulzt:
certificates.
schedule of values, and progress schedule.
5. Designation of responsible personnel.
6. Procedures and processing of field decisions
submittals, substitutions, applications for paylaelits
proposal requests , change orders , and Cont:cac
closeout procedures.
7. Scheduling.
1.03 SITE MOBILIZATION CONFERENCE
A. The Architect will schedule conference at Project sit prior to Contractor occupancy.
CARLSBAD SANTA FE DEPOT 0 12 10- 1
0 e
B. Attmdance: Owner, Architect, Consultants, C
C. Agenda:
Contractor, and major subcontractors.
1. Use of premises by Owner and Contractor.
2. Owner's requirements.
3. Construction facilities and controls provided
4.
5. Security and housekeeping procedures.
6. Schedules
7. Procedures for maintaining record documents.
Owner.
Temporary utilities provided by Owner.
END OF SECTION
CARLSBAD SANTA FE DEPOT 01210-
0 a
c
SECTION 01300
SUBMITTALS
PART 1 GENERAL
1.01 REQUIREMENTS INCLUDED
A. Procedures.
B. Construction Progress Schedules.
C. Schedule of Values.
D. Shop Drawings.
E. Product Data.
F. Samples.
G. Manufacturer's Instructions.
€I. Manufacturers' Certificates.
I. 03 PROCEDURES
A. Deliver submittals to Architect at 846 Fifth Avenue, Sui'
3008 San Diego, CA 92101. Try to schedule submitti review at job site ahead of schedule for weekly siq meetings.
B. Transmit each item under AIA Form G810, or an Architect-
accepted form . Identify Project , Contrac to: subcontractor, major supplier; identify pertinent Drawii sheet and detail number, and Specification Section numbe:
as appropriate. Identify deviations from Contrac
Documents. Provide space for Contractor ai Architect review stamps.
C. Submit initial progress schedules and schedule of valuc in duplicate within 15 days after date of Owner-Contract(
Agreement. After review by Architect revise and resubmd
as required. Submit revised schedules with eat
Application for Payment, reflecting changes since previoc submittal.
D. Comply with progress schedule for submittals related t
Work progress. Coordinate submittal of related items.
CARLSBAD SANTA FE DEPOT 0 I 3 013 -I
0 0
E. After Architect review of submittal, revise and resubm
as required, identifying changes made since previo
submittal.
3. Distribute copies of reviewed submittals to concern
persons. Instruct recipients to promptly report a
inability to comply with provisions.
1.04 CONSTRUCTION PROGRESS SCHEDULES
A. Submit network analysis system using the critical pa
method, generally as outlined in Associated Gener
Contractors of America (AGC) publication "The Use of C in Construction - A Manual for General Contractors".
B. Show complete sequence of construction by actfvit
identifying work of separate stages and other logical
grouped activities. Show projected percentage ( completion for each item of Work as of time of ea1
Application for Progress Payment.
C. Show submittal dates required for shop drawings, pradul
data, and samples, and product delivery dates, includii
those furnished by Owner and those under Allowances.
1.05 SCHEDULE OF VALUES
A. Submit typed schedule on AIA Form G703; Contractor
standard form or media-driven printout will be consider1
on request from the Contractor.
B. Format: Table of Contents of this Project Manual. Identi
each line item with number and title of the majc
Specification Sections.
C. Xnclude in each line item amount of Allowances. FOP un.
cost Allowances, give quantities measured from Contrac
Documents multiplied by the unit cost equal to the tot: for the item.
D. Include in each line item a directly proportional amour
E. Provide a subschedule for each separate stage of ??or
F. Revise schedule to list change orders, for eac
of Contractor's overhead and profit.
specified in Section 01010.
application for payment.
CARLSBAD SANTA FE DEPOT 01303-2
0 0
1.06 SHOP DRAWINGS
A. Submit in the form of one reproducible transparency a
one opaque reproduction. After review, reproduce 2 distribute in accordance with requirements in Article!
Procedures, above.
1.07 PRODUCT DATA
A. Mark each copy to identify applicable products, model
options, and other data; supplement manufacturer standard data to provide information unique to the Work.
B. Submit the number of copies which Contractor require plus two copies which will be retained by Architect.
1.08 MANUFACTURER'S INSTRUCTIONS
A. When required in individual specification Section, subm
manufacturer's printed instructions for delivery, storlag
assembly, installation, adjusting, and finishing,
quantities specified for product data.
1.09 SAMPLES
A. Submit full range of manufacturers' standard color'
textures, and patterns for Architect's selection. Subm samples for selection of finishes within 30 days afta date of Contract.
8. Submit samples to illustrate functional characteristics c the product, with integral parts and attachment device: Coordinate submittal of different categories fc
interfacing work.
C. Include identification on each sample, giving ful information.
D. Submit the number specified in respective Specificatic
section; one will be retained by Architect. Review6
samples which may be used in the Work are indicated in tl
Specification Section.
1.10 FIELD SAMPLES
A. Provide field samples of finishes at Project as require
by individual Specifications section. Install sarnpl complete and finished. Acceptable samples in place may b
retained in completed Work.
END OF SECTION
CARLSBAD SANTA FE DEPOT 0 13 00 -3
0 0
SECTION 01340
SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES
PART 1 GENEASAL
1.01 REQUIREMENTS INCLUDED
A. Procedures for submittals.
1.02 TIESATED REQUIREMENTS
A. AIA Document 151B - General Conditions: Definitions, a
B. Section 01300 - Submittals: Schedules for sxbmlttals.
basic responsibilities of entities.
1.03 SHOP DRAWINGS
A. Present in a clear and thorough manner. Title ea(
drawing with Project name and number; identify ea
element of drawings by reference to sheet number ai
detail, schedule, or room number of Contract Documents.
B. Identify field dimensions; show relation to adjacent (
critical features or Work or products.
1.04 PRODUCT DATA
A. Submit only pages which are pertinent; mark each copy (
standard printed data to identify pertinent product!
referenced to Specification Section and Article num'3e?
Show reference standards, performance characteristics, a1
capacities; wiring diagrams and controls; component parts
finishes; dimensions; and required clearances.
B. Modify manufacturer's standard schematic drawings ar
diagrams to supplement standard information and to provic
information specifically applicable to the Work. De.let
information not applicable.
1.05 SAMPLES
A. Submit full range of manufacturer's standard finishc
except when more restrictive requirements are speci.fiec
indicating colors, textures, and patterns, for Architect'
selection.
CARLSBAD SANTA FE DEPOT 0 1340- 1
e a
B. Submit samples to illustrate functional characteristics
products, including parts and attachments.
C. Approved samples which may be used in the Work a
D. Label each sample with identification required f
E. Provide field samples of finishes at Project, at locati
acceptable to Architect, as required by individu Specifications section. Install each sample complete ai
finished. Acceptable finishes in place may be retaine'd
comp 1 et ed work.
indicated in the specification section.
transmittal letter.
1.06 MANUFACTURER'S INSTRUCTIONS
A. Manufacturer's instructions for storage, preparatfo~
assembly, installation, adjusting, and finishing.
1.07 CONTRACTOR REVIEW
A. Review submittals prior to transmittal; determine ai
verify field measurements, field construction criteri,
manufacturer's catalog nuxbers, and conformance (
submittal with requirements of Contract Documents.
B. Coordinate submittals with requirements of Work and c
Contract Documents.
C. Sign or initial each sheet of shop drawings and pro~duc
data, and each sample label to certify compliance wit
requirements of Contract Documents. Notify Architect i
writing at time of submittal of any deviations frc
requirements of Contract Documents.
D. Do not fabricate products or begin work which require
submittals until return of submittal with Architec
acceptance.
1.08 SUBMITTAL REQUIREMENTS
A. Transmit submittals in accordance with approved Progres
and in such sequence to avoid delay in the Nor Schedule,
or work of other contracts.
CARLSBAD SANTA FE DEPOT 01 340-2
e 0
B. Apply Contractor's stamp, signed or initialed certlfyi~
to review, verification of products, field dimensions ai field construction criteria, and coordination (
information with requirements of Work and Contra(
Documents.
C. Coordinate submittals into logical groupings to facilitai
interrelation of the several items:
1. Finishes which involve Architect selection of colors
textures, or patterns.
2. Associated items which require correlation fc
D. Submit number of opaque reproductions of shop drawins
Contractor requires, plus two which will be retained 1 Architect.
efficient function or for installation.
1.09 RESUBMITTALS
A. Make resubmittals under procedures specified for initiz submittals; identify changes made since previoi submittal.
1.10 DISTRIBUTION
A. Distribute reproductions of shop drawings, copies c product data, and samples, which bear Architect/Enginec stamp of approval, to job site file, Record Document
file, subcontractors, suppliers, other af fecte contractors, and other entities requiring information,
END OF SECTION
CARLSBAD SANTA FE DEPOT 01340-3
0 0
SECTION 01380
CONSTRUCTION PHOTOGRAPHS
(OWNER TO DO)
PART 1 GENERAL
1.01 REQUIREMENTS INCLUDED
A. Construction photography.
B. Submittals.
1.03 PHOTOGRAPHY
A. Provide photographs of site and construction throughot produced by a competitent photographe:
B. Take photographs on cutoff date for each Application fc
C. Take photographs at beginning and completion of elemlenl
Site before move-on and commencement of work.
support.
progress of Work,
acceptable to Architect.
Payment.
of new construction as noted below.
1.
2. During removal of existing dock showing foundatior
3. Strengthening of the chimneys.
4. After preparation of exterior for painting but befox
5. Final completion.
PRINTS (Both of the following will be used at the same
painting.
1.04 time to document the building)
A. 35 mm color slides. Slides to be dated.
B. Color Prints
1) Finish: Smooth surface, glossy.
CARLSBAD SANTA FE DEPOT 0 13 80-1
0 a
2)
3) Identify each color print on back. List name?
Size of color prints to be 3-1/2 x 5.
Project, date and view, and photographer's numbered identificatioc of exposure.
1.05 NEGATIVES
A. Deliver negatives to Architect with Record Document Catalog and index negatives in chronological sequemc provide typed table of contents.
1.06 TECHNIQUE
A. Provide factual presentation.
B. Provide correct exposure and focus, high resolution a sharpness, maximum depth of field, and minimum distortio
1.07 VIEWS
A. Consult with Architect for instructions on views require(
B. Number of photographs to be minimum 180 of each type t film specified. This means 180 color slides and 180 colc
prints.
1.08 SUBMITTALS
A. Deliver prints and slides with transmittal letter Architect with each payment request.
8. Archftect will retadn approximately one-half of a.
photographs taken for his record. The remaini~ photographs will become the property of the City ( Carlsbad for their records and for sending to the Sta. Office of Historic Preservation.
EM) OF SECTION
CARLSBAD SANTA FE DEPOT 0 13 8 0- Z
0 0
SECTION 01500
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
PART 1 GENERAL
1.01 REQUIREMENTS INCLUDED
A. Electricity, Lighting.
B. Ventilation.
C. Telephone Service.
D. Water.
E. Sanitary Facilities.
F. Barriers.
G. Protection of Installed Work.
H. Security.
I. Water Control.
J. Cleaning During Construction.
K. Project Identification.
L. Field Offices and Sheds.
i
1.03 ELECTRICITY, LIGHTING
A. Connect to existing service, provide branch wiring ar
distribution boxes located to allow service and lightii
by means of construction-type power cords. Owner iri J pay costs of energy used.
Provide lighting for construction operations.
Existing lighting may be used during construction.
B.
C.
CARLSBAD SANTA FE DEPOT 0 150O- I
a 0
1.04 HEAT, VENTILATION
A. Coordinate use of existing facilities with Owner; exte
and supplement with temporary units as required
maintain specified conditions for construction operat:lon
to protect materials and finishes form damage due
temperature or humidity. Owner will pay costs of ener
used.
B. Prior to operation of permanent facilities for tempora
purposes, verify that installation is approved f
operation.
C. Provide ventilation of enclosed areas to cure material
to disperse humidity, and to prevent accumulations
dust, fumes, vapors, or gases.
1.05 TELEPHONE SERVICE
A. Provide separate telephone service to site for use du.ri Do not use the Visitor's Information Cent construction.
telephone.
1.06 WATER
A. Connect to existing facilities; extend branch piping wi
outlets located so that water is available by use'
hoses. Owner will pay for water used.
1.07 SANITARY FACILITIES
A. Designated existing toilet facilities may be used duril
construction operations upon approval from the Qwne:
Maintain in sanitary condition. Upon demolition ( existing toilet rooms, Contractor to provide sanita:
facilities as per code.
1.08 BARRIERS
A. Provide as required to prevent public entry construction areas and to protect existing facilities a
adjacent properties from damage from constructic
operations.
CARLSBAD SANTA FE DEPOT 0 1500-:
0 0
B. Provide barriers around trees and plants designated,
remain and in a zone proned to damage. Protect again vehicular traffic, stored materials, dumping, chemical
injurious materials, and puddling or continuous runni.
water.
C. Provide protected access to the interior of the buildf;
at all times,
1.10 PROTECTION OF INSTALLED WORK
A. Provide temporary protection for installed product: Control traffic in immediate area to minimize damage.
B. Provide protective coverings at walls, projections, jamb: sills, and soffits of openings. Protect finished floor: movement of heavy objects, and storage.
C. Prohibft traffic and storage on dock area and roofc
surfaces, on lawn and landscaped areas.
1.11 SECURITY
A. Provide security program and facilities to protect Worl
existing facilities, and Owner's operations frl
unauthorized entry, vandalism, and theft. Contac Visitor's Information Center for public hours I
operation.
1.12 WATER CONTROL
A. Grade site to drain away from building. Mafnta; excavations free of water.
1.13 CLEANING DURING CONSTRUCTION
A. Control accumulation of waste materials and rubbisf
B. Clean interior areas prior to start of finish war! areas free of dust and other contaminants durii
periodically dfspose of off-site.
maintain finishing operations.
CARLSBAD SANTA FE DEPOT 01500-:
0 a
1.14 PROJECT IDENTIFICATION
A. Provide 4 x 8 Project identification sign of wood f'rai
and exterior grade plywood construction, painted, wi
exhibit lettering by professional sign painter. Li!
title of Project, names of Owner, Architect, profession,
consultants, Contractor. Design and colors to be approve
by Architect prior to construction.
B. Erect on site at location show job sign at corner t
C. Allow no other signs to be displayed, this includes a.
street intersection established by Architect.
subcontractors signage.
1.15 FIELD OFFICES AND SEEDS
A. Dependlng on contractor's schedule, a field office sha
B. Storage Sheds for Tools, Materials, and Equipmen
Weather-tight, with adequate space for organized storac
and access, and lighting for inspection of storc
materlals.
be provided.
1.16 REMOVAL
A. Remove temporary materials, equipment, services, a1
construction prior to Substantial Completion inspection.
END OF SECTION
CARLSBAD SANTA FE DEPOT 0 1 5 00 -4
a 0
SECTION 01535
PROTECTION OF INSTALLED WORK
PART 1 GENERAL
1.01 REQUIREMENTS INCLUDED
A. Protection for products after installation.
1.02 RELATED REQUIREMENTS
Section 01010 - Summary of Work: A.
B. Section 01500 - Construction Facilities ar,d Temporary
C. Icdividual Sections: Specific protection for installed
Controls:
products.
PART 3 EXECUTION
3.01 PROTECTION AFTER INSTALLATION
A. Protect installed products and control traffic in
immediate area to prevent damage from subsequent
operations.
Provide protective coverings at walls, projections, corners, and jambs, sills, and soffits of openings in anc
adjacent to traffic areas.
Protect finished dock and stairs from excessive, wear, ar
damage :
1.
B.
C.
Secure heavy sheet goods or similar protective
materials in place, in areas subject to foot traffic.
2. Lay planking or similar rigid materials in place, in
3.
areas subject to movement of heavy objects.
Lay planking or similar rigid materials in place ir:
areas where storage of products will occur.
0. Protect waterproofed and roofed surfaces:
CARLSBAD SANTA FE DEPOT 01 535-1
0 0
1. Restrict use of surfaces for traffic of any kind, ar:
for storage of products.
2. When an activity is mandatory, obtain recommendation for protection of surfaces from manufacturer. Insta
protection and remove on completion of activity.
Restrict use of adjacent unprotected areas.
Restrict traffic of any kind across any landscape areas,
unless permission is granted in writing from the Owner. E.
END OF SECTION
CARLSBAD SANTA FE DEPOT 0 15 3!5- 2
e e
.
SECTION 01550
ACCESS ROADS AND PARKING AREAS
PART 1 GENERAL
1.01 REQUIREMENTS INCLUDED
A. Parking.
B.
C. Maintenance.
D. Removal, Repair.
Existing Pavements and Parking Areas.
PART 2 PRODUCTS
2.01 MATERIALS
A. For Temporary Construction: Contractor's option.
PART 3 EXECUTION
3.01 PREPARATION
A. Clear areas, provide surface drainage of premises a:
adjacent areas.
3.02 PARKING
A. Arrange for temporary parking areas to accommodate use ( construction personnel. When site space is not adequatc
park off-site. The site is listed on the Nation;
Register for Historic Places.
B. Location approved by Owner.
3.03 EXISTING PAVEMENTS AND PARKING AREAS
A. Designated existing on-site streets and driveways may 1
used for construction traffic. Tracked vehicles nc
allowed.
B. Designated areas of existing parking facilities may 1
used by construction personnel. Do not allow heay vehicles or construction equipment in parking areas.
CARLSBAD SANTA FE DEPOT 0 15 5 0 - 1
e 0
t
3.04 MAINTENANCE
A. Maintain traffic and parking areas in a sound conditio
free of excavated material, construction equipner products, mud.
B. Maintain existing and permanent paved areas used f construction; promptly repair breaks, potholes, low area standing water, and other deficiencies, to mairrta
drainage in original, or specified, condition.
3.05 REMOVAL, REPAIR
A. Remove temporary materials and construction at Substacti
Completion.
8. Repair existing facilities damaged by usage to orig*in condition.
END OF SECTION
CARLSBAD SANTA FE DEPOT 0 I5 50 -:
0 0
.
SECTION 01580
PROJECT IDENTIFICATION AND SIGNS
PART 1 GENERAL
1.01 REQUIREMENTS INCLUDED
A. Project Identification Sign.
B. Maintenance.
C. Removal.
1.02 RELATED REQUIREMENTS
A. Section 01010 - Summary of Work:
B. Section 01500 - Construction Facilities and Tempcira
Controls: Field offices and sheds.
1.03 QUALITY ASSURANCE
A. Finishes, Painting: Adequate to withstand weatherin
fading, and chipping for duration of construction.
1.04 SUBMITTALS
A. Submit shop drawings and product data under provisio
B. Show content, layout, lettering, and colors.
of Section 01300 and Section 01340.
PART 2 PRODUCTS
2.01 SIGN MATERIALS
A.
B. Sign Surfaces:
Structure and Framing: New wood structurally adequate.
4' x 8' Exterior grade plywood with medi.
density overlay, minimum 3/4 inch thick, standard lar!
sizes to minimize joints.
C. Rough Hardware: Galvanized.
CARLSBAD SANTA FE DEPOT 01580-.
e 0
.l
13. Paint and Primers: Exterior quality, two coats. Pafrlt
E. Lettering: Exterior quality paint, contrasting co%or
be approved by Architect.
Colors to be approved by Architect.
PART 3 EXECUTION
3.01 INSTALLATION
A. Install project identification sign within 15 days aft
B. Erect at designated location.
C. Erect supports and framing on secure foundation, rigid
D. Install sign surface plumb and level, with butt joint
E. Paint sight-exposed surfaces of sign, supports, a
date fixed by Notice to Proceed.
braced and framed to resist wind loadings.
Anchor securely.
framing .
3.02 MAINTENANCE
A. Maintain signs and supports clean, repair deterforatic
and damages.
3.03 REMOVAL
A. Remove signs, framing, supports, and foundations i
completion of Project and restore the area. Sign
become property of Contractor
END OF SECTION
CARLSBAD SANTA FE DEPOT 0 15 80- 4
a e
.,
\
SECTION 02072
MINOR 3EMOLITION FOR REMODELING
PART 1 GENERAL
1.01 WORK INCLUDED
A.
B.
C. Cap and identify utilities.
Remove designated building equipment and fixtures.
Remove designated partitions and components.
1.02 RELATED WORK
A.
B. Section 01500 - Construction Facilities and Temporal
Section 01010 - Summary of Work:
Controls: Temporary barriers and enclosures.
1.03 SUBMITTALS
A. Submit demolition and removal procedures and schetlul
under provisions of Section 01300.
1.04 EXISTING CONDITIONS
A. Conduct demolition to mfnimize interference with adjacen
building areas. Maintain protected egress and access a
all times.
B. Provide, erect, and maintain temporary barriers an
security devices.
PART 3 EXECUTION
3.01 PREPARATION
A. Erect and maintain weatherproof closures for exteric
B. Protect existing items which are not indicated to b
openings.
altered.
02072-1 CARLSBAD SANTA FE DEPOT
* 0
x
‘r
C. Disconnect, remove, and cap designated utility servic
D. Mark location of disconnected utilities. Identify 2
within demolition areas.
indicate capping locations on Project Record Documents.
3.02 EXECUTION
A. Except where noted otherwise, immediately remc
demolished materials from site.
B. Relics, antiques, and similar objects remain the proper
of the Owner. Notlfy Architect prior to removal a
obtain acceptance regarding method of removal. Relics a
antiques may include:
1. Artifacts found in the attic, ceiling, wall spaces,
under the dock.
Excavated artifacts during dock foundation. 2.
D. Remove materials to be re-installed or retained in mann
E. Remove, store, and protect for re-installation t
to prevent damage.
following materials and equipment:
1. Carlsbad Depot Signs on roof.
2. Wood windows.
F. Remove and promptly dispose of contaminated, verm
infested, or dangerous materials encountered exce historic fabric.
G. Do not burn or bury materials on site.
I?. Remove demolished materials from site as work progresse:
Upon completion of work, leave areas of work in clel
condition.
END OF SECTION
CARLSBAD SANTA FE DEPOT 02072-:
0 a
.)
SECTION 02281
TEARMITE CONTROL
PART 1 GENERAL
1.01 WORX INCLUDED
A. Soil treatment at interior and exterior foundatic
perimeter, for subterranean insects.
B. Termite control at interior wood floor areas and attic a:
1.02 REFERENCES
A. EPA - Federal Insecticide, Fungicide and Rodenticide Act
1.03 REGULATORY REQUIREMENTS
A. Conform to the State of California requirements fc
application licensing and authority to use toxica:
chemicals.
1.04 PRODUCT DATA
A. Submit product data under provisions of Section 01340.
8. Indicate toxicants to be used, composition by percentagt
C. Submit manufacturer's installation instructions undf
dilution schedule, and intended application rate.
provisions of Section 01300.
1.05 PROJECT RECORD DOCUMENTS
A. Accurately record moisture content of soil befor
treatment, date and rate of application, areas (
application.
1.06 WARRANTY
A. Provide one year warranty for material and installation,
CARLSBAD SANTA FE DEPOT 0228 1-3
0 e
B. Warranty: Cover agaimt invasion or propagation I subterranean termites, damage to building or buildi:
contents caused by termites; repairs to building {
building contents so caused.
PART 2 PEODUCTS
2.02 MATERIALS
A. Toxicant Chemical: Water based emulsion, unifoz
composition, synthetic dye to permit visual identificatir
of treated soil, of the generic chemical.
PART 3 EXECUTION
3.01 INSPECTION
A. Verify the soil surfaces are sufficiently dry to absol
B. Beginning of application means acceptance of soj
toxicant, ready to receive treatment.
conditions.
3.02 APPLICATION
A. Apply toxicant immediately prior to installation of or grade wood members and finish grading outside foundatic
walls.
B. Apply toxicant in accordance with manufacturer'
instructions.
3.03 RETREATMENT
A. If Inspection identifies the presence of termites,
B.
retreat soil and retest.
Use same toxicant as for original treatment.
END OF SECTION
CARSLBAD SANTA FE DEPOT 02281 -2
0 0
L
SECTION 03001
CONCRETE
PART 1 GENERAL
1.01 WORK INCLVDED
A. Precast
B. Concrete for settir.g of piers.
PART 2 MATERIALS
2.01 PRECAST PIERS
A. Provide and install precast concrete piers as shown on. t
drawings. These piers shall have an integral cast a
galvanized hold down post strap.
2.02 CONCRETE MIX
A. Mix concrete for setting piers in accordance with AS'
B. Foundation Concrete
c94.
1. Compressive Strength - (28 days) 2000 psi
2. Slup 4 inch
END OF SECTION
CARLSBAD SANTA FE DEPOT 03001-3
0
SECTION 04100
CLAY BRICKS / MORTAR
PART 1 GENERAL
1.01 WORK INCLUDED
A. Mortar and grout for clay bricks.
B. Clay Bricks.
1.02 RELATED WORK
A. Section 04500 - Masonry Restoration and Cleaning: Mort
and joint pointing. (See attached brochure Preservati
Briefs: Repointing Mortar Joints in Historic Elri Buildings from the National Park Service.)
1.03 REFERENCES
A.
B.
ASTM C5 - Quicklime for Structural Purposes.
ASTM C207 - Hydrated Lime for Masonry Purposes.
1.04 SUBMITTALS
A. Submit product data under provisions of Section 01300.
a. B. Include design mix, environmental conditions,
C. Submit manufacturer's installation instructions undc
admixture limitations.
provisions of Section 01300.
1.05 ENVIRONMENTAL REQUIREMENTS
A. Maintain materials and surrounding air temperature 1 during, and 48 hours aft! minimum 50 degrees F prior to,
completion of masonry work.
2.01 MATERIALS
A. Hydrated Lime.
B. Water: Clean and potable.
CARLSBAD SANTA FE DEPOT 04 10 0- 1
0 a
&
C. Clay bricks to be of similar type found on the histor
chimneys. If not enough existing historic bricks a salvagable for restoration of the chimneys submit sfmil
brick type to Architect for approval.
D. Care must be taken to preserve the chimneys intact whi
constructing the seismic retrofit. It is not the irrte
to disassemble the chimneys and reconstruct.
2.02 MIXES
A. Mortar for reinforced masonry clay bricks and Point1
Mortar to be one bag hydrated lime, 1/4 bag white portla
cement, 3 cubic feet of sand to match the original.
2.03 MORTAR MIXING
A. Thoroughly mix mortar ingredients in quantities needed. f
immediate use in accordance with ASTM
If water is lost by evaporation, retamper within two h,ou
of mixing. Do not retemper mortar after two hoursl
C270.
B.
mfxlng .
PART 3 EXECUTION
3.01 INSTALLATION
A. Clean concrete grout spaces of excess mortar and debris.
END OF SECTION
CARLSBAD SANTA FE DEPOT 04100-2
t -
0 @
c
SECTION 04500
MASONRY RESTORATION AND CLEANING
PART 1 GENERAL
1.01 WORK INCLUDED
A.
B. Cleaning masonry.
C. Repointing mortar joints.
D. Cleaning up residue.
Protection of adjacent non-masonry surfaces.
1.02 REFERENCES
A. ANSI A41.1 - Building Code Requirements for Masonry.
1.03 REGULATORY REQUIREMENTS
A. Municipal or State Historic Building regulations govez-ni
cleaning, scaffolding, and protection to adjace properties.
I. 04 SUBMITTALS
A. Submit mix specifications under provisions of Sec:ti
B. Submit samples under provisions of Section 01300.
C. Repointing mortar shall be set, dry and at least 7 da
01300.
old.
1.05 ENVIRONMENTAL REQUIREMENTS
A. Do not lay masonry repoint, calk, wash down or w
surfaces when temperature may drop below 40 degrees
within 24 hours.
1.06 PROTECTION
A. Protect roof membranes and flashings from damage. Lay’ 1
inch plywood on roof surfaces over full extent of wo
area and traffic route.
CARLSBAD SANTA FE DEPOT 04100-
c) 0
I
2.01 MATERIALS
A. Clay: To match existing in color, texture and size, subm
to Architect for approval for all replacement brick urit
PART 3 EXECUTION
3.01 PREPARATION
A. Close off materials, and surfaces not receiving work 01
this Section to protect from damage.
3.02 RESTORATION CLEANING
A. Clean surfaces and remove large particles with WOC
scrapers or wire brush. Do not use metal scrapers,
3.03 REBUILDING (SHOULD THE CHIMNEYS FALL DURING CONSTRUCTIQN
ONLY ! )
A. If the chimneys fall during construction, cease work ax
contact the Architect and Owner before proceeding with tk
work. It is the intent of this work to provide tf: internal strengthening of the chimneys intact and standir in place.
8. Disassemble masonry with care in a manner to preven
damage to existing materials. See plans for sawtoot
method of removal and replacement.
C. Needle structure as necessary in advance of cutting ou
I). Build-in reclaimed or new units following procedures fo:
E. Ensure that anchors and reinforcing are correctly
F. Build-in brick work inkind with existing, with joints an(
coursing to match existing inkind at site, even if no
level or plumb.
units.
new work as specified in Sections 04100.
located and built-in.
3.04 AGING
A. Dust new brick masonry work to Match adjacent original
masonry units .
CARLSBAD SANTA FE DEPOT 04100-3
0 0
B. After each application dust off surplus and wash down wi medium (domestic) aressure hose. Allow to dry thorough.
before proceeding with succeeding applications.
C. Continue process until acceptance of Architect :
obtained.
3.05 CLEANING
A. Promptly as work proceeds and upon completion, remot
8. Clean adjacent and adjoining surface of marks arising 01
C. Sweep up and remove daily sand, cleaning compounds ar
excess mortar, smears, droppings.
of execution of work of this Section.
mlxtures, dirt, debris and rubbish.
END OF SECTION
CARLSBAD SANTA FE DEPOT 04100-4
0 0
L
SECTION 06001
CARPENTRY WORK
PART 1 GENERAL
1.01 WORK INCLUDED
A. Rough carpentry and finish carpentry.
1.02 RELATED WORK
A. Section 06125 - Wood Deck.
1.03 QUALITY ASSURANCE
A. Rough Carpentry Lumber: Visible grade staap, of agtenc (NFPA certified by National Forest Products Association
1.04 SUBMITTALS
A. Submit shop drawings of details under provisions c
Section 01300.
PART 2 PRODUCTS
2.01 LUMBER MATERIALS
A. Lumber: PS 20; graded in accordance with establishe
Grading rules; of following species and grades:
1. Structural Light Framing: Stress group se:.ec
2. Non-structural Light Framing: Stress group stanclar
3. Studding: Stress group stud grade.
4. Structural Joists and Stress group select structttra
structural; No. 1 grade.
grade.
No. 1 grade.
grade. 5. Beams and Stress group select structural No.
6. Posts and Timbers: Stress group select structura
7. Decking: Select structural, No. 1 grade.
No. 1 grade.
CARLSSAD SANTA FE DEPOT 060101-1
0 0
c
B. Nails, Spikes and Staples: Galvanized for extctri
locations, high humidity locations and treated wood. S Section OS125 2.01 for square nails to be used f
fastening wood deck and side enclosure lumber.
C. Bolts, Nuts8 Washers, Lags, Pins and Screws: Mebdii
carbon steel; sized to suit application galvanized fl exterior locations, high humidity locations and treatc
wood; plain finish for other interior locations.
2.02 FINISH CARPENTRY AND CABINETWORK MATERIALS
A. Softwood Lumber: PS 20; graded in accordance with t
requirements of AWI; maximum moisture content of
percent for interior work.
- Item Species Quality
Door and glazed light frames Redwood Clear, all heal
Siding/panelling Redwood Clear, all heal
Fascias and soffits Xedwood Clear, all heal Trim, moldings, casings Redwood Clear, all heal
Ridge and wood brackets Redwood Clear, all hear
2.03 WOOD TREATMENT
A. Wood Preservative: Water seal type manufactured b
Thompson o
2.04 PREPARATION OF FINISH CARPENTRY ITEMS
A. Sand work smooth and set exposed nails. Apply wood fille in exposed nail indentations and leave ready to receiv
site applied finishes. Brush apply only.
B. Preservative treat surfaces in contact with cementitiou
or soil materials,
C. Provide cutouts for inserts, outlet boxes, and othe
fixtures. Verify locations of cutouts from sit
dimensions.
2.05 SHOP APPLIED FINISHES
06001-2 CARLSBAD SANTA FE DEPOT
0 0
2.06 WOOD TREATMENT
A. Shop pressure treat and deliver to site ready fc
installation, wood materials requiring p res suz impregnated preservatives. Ensure site-sawn ends ai
similarly treated. Allow preservative to cure prior t erecting members. Only wood not exposed to view i
contact with earth to be pressure treated.
PART 3 EXECUTION
3.01 FRAMING, FURRING, AND STRIPPING
A. Erect wood framing, furring, stripping and nailing memher
true to lines and levels. There may be the need to matc
existing wood deformation due to settlement over th
years. Contact Architect for advice.
B. Construct members of continuous pieces of longest possibl
lengths or as indicated on the construction documents.
3.02 INSTALLATION OF FINISH CARPENTRY ITEMS
A. When necessary to cut and fit on site, make material wit
ample allowance for cutting. Provide trim for scriklin
and site cutting.
B. Install hardware and accessories supplied foi installation. Install items in accordance wit! manufacturer's instructions.
C. Ensure that electrical items affecting this Section 0. work are properly placed, complete, and have bee1
inspected by the Architect prior to commencement o
installation.
3.04 SCHEDULE
A. Rough Carpentry Work:
1. Structural and non-structural framing.
2. Preservative treatment of wood members wherc required.
3. Miscellaneous blocking and canting for roofing systen
and related metal flashings.
CARLSBAD SANTA FE DEPOT 06001-3
a 0
b
B. Exterior Finish Carpentry Work:
1. Soffits and fascias.
2. Casings. Moldings. Miscellaneous trim.
3. Preservative treatment where required.
C. Exterior Finish Carpentry Work:
1. DOOP frames.
2. Door Window sills.
3. Moldings. Bases. Casings. Miscellaneous trim.
4. On-site constructed millwork; and installation
finish hardware.
END OF SECTION
CARLSBAD SANTA FE DEPOT 06001-4
0 0
4
SECTION 06112
FRAMING AND SHEATHING
PART 1 GENERAL
I. 01 WORX INCLUDED
A. Structural floor and wall at Dock Area.
B. Preservative treatment of wood.
1.02 RELATED WORK
A. Section 06125 - Wood Deck.
1.03 REFERENCES
A. AWPA - American Wood Preservers' Association: Book
B. FS - TT-W-571 - Wood Preservation: Treating Practices.
C. WCLIB - West Coast Lumber Inspection Bureau: Startda
D.
Standards.
Grading Rules for West Coast Lumber.
WWPA - Western Wood Products Association.
1.04 REGULATORY REQUIREMENTS
A. Conform to applicable UBC 1985 code.
1.05 SUBMITTALS
A. Submit product data under provisions of Section 01340. '
B. Provide technical data on wood preservative materials a1
application instructions.
C. In liew of grade stamping exposed-to-view lumber, subm:
manufacturer's certificate products meet or excec
specified requirements.
CARLSBAD SANTA FE DEPOT 0611,Z-1
e e
+
PART 2 PRODUCTS
2.01 ACCESSORIES
A. Sleepers on grade to be No. 2 Foundation Redwoo
pressure-treated lumber. Douglas fir as specified Section 06001.
B. Connectors: As specified on Construction Documents.
2.02 WOOD TREATMENT
A. Wood Preservative (Surface Application): Clear t'yp
manufactured by Thompson Water Seal.
PART 3 EXECUTION
3.01 SITE APPLIED WOOD TREATMENT
A. Brush apply two coats of preservative treatment on woc
B= APPLY preservative treatment in accordance wii
deck.
manufacturer's instructions.
C. Treat site-sawn ends.
D. Allow preservative to cure prior to erecting members.
3.02 FWING
A. Erect wood framing members level and plumb.
B. Place horizontal members laid flat, crown side-up.
C. Construct framing members full length without splices.
D. Coordinate installation of wood decking.
END OF SECTION
CARLSBAD SANTA FE DEPOT 0 6 1 1 2 - 2
a 0
SECTION 06125
WOOD DECK
PART 1 GENERAL
1.01 WORK INCLUDED
A. Softwood lumber.
B. Wood treatment.
C. WCLIB - West Coast Lumber Inspection Bureau: Starda
Gradlng Rules for West Coast Lumber.
1.05 QUALITY ASSURANCE
A. Lumber Grading Agency: Certified by ALSC.
1.06 SUBMITTALS
A. Provide technical data on wood preservative materials ai
B. Submit manufacturer's installation instructions undc
C. In lieu of grade stamping exposed-to-view lumber submi manufacturer's certificate. No grade stamps to occur c
this lumber, sanding may be required to remove g'rac
application instructions.
provisions of Section 01300 and Section 01340.
stamp.
2.0 1 MATERIALS
A. Lumber Grading Rules: NFPA.
B. Lumber Decking and side enclosure wood pieces: I1.F
species, structural grade 1, size as indicated on ':he
drawings, with vertical grain, very few knots.
C. Nails: Nails to old-fashion square head type as supplie
by San Diego Hardware Company, 840 Fifth Aveue, San Diego
California 92101. Size as indicated on the drawings.
2.02 FABRICATION
A. Verify dimensions and site conditions prior tc
fabrication.
CARLSBAD SANTA FE DEPOT 06125-1
8 0 -
V
B. After end trimming, seal with penetrating sealer.
2.03 WOOD TREATMENT
A. Wood Preservative Surface Application: Clear, typ
manufactured by Thompson Water Seal. Do not pressurle
decking.
PART 3 EXECUTION
3.01 INSPECTION
A. Verify that surfaces are ready to receive decking.
B. Beginning of installation means acceptance of existii
conditions.
3.02 PREPARATION
A. Coordinate placement of support items.
3.03 SITE APPLIED WOOD TREATMENT
A. Brush apply two coats of preservative treatment on bot
sides of wood decking.
8- Apply preservative treatment in accordance wit
C. Treat site-sawn ends.
D. Allow preservative to cure prior to erecting members.
manufacturer's instructions.
END OF SECTION
CARLSBAD SANTA FE DEPOT 06 I2!j -2