Loading...
HomeMy WebLinkAboutPacific Glass & Mirror; 1986-02-10; 3006-6AneLuLuLii6 ixcqueaLru uy a";llisLuL" LU. City Clerk 8;; 610 1200 Elm Avenue Carlsbad, CA 92008 NOTICE OF COMPLETION To All Laborers and Material Men and to Every Other Per Interested: YOU WILL PLEASE TAKE NOTICE that on January 13, 1987, project consisting of glazing at the Carlsbad Safety and Serv Center, on which Pacific Glass was the Contractor, completed. CITY OF CARLSBAD - PROJECT COORDINATOR VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad; the C Council of said City on d- J 7 , 1987, accepted above described work as kornpleted and ordered that a Notice Completion be filed. I declare under penalty of perjury that the foregoing JB(, 1987 at Carlsbad, California * CITY OF CARLSBAD true and correct. Executed on A L E~PR AtL$- City Clerk 81 .*I - NO F vERi: L. iY1-E 1 LCOUHi ,i RCCOR3fR di I q,. / PI -’ I 0 0 I r 1200 ELM AVENUE TE y’ CARLSBAD, CALIFORNIA 92008 (6 1 Office of the City Clerk Mitg of Mnrlsbnb January 30, 1987 Vera L. Lyle County Recorder P.O. Box 1750 San Diego, CA 92112 Enclosed for recordation are the following described documents: I Notice of Completion - Engineering Elevators at Carlsbad Safety and Service Center; Reliable Elevators Contractor Notice of Completion - Engineering HVAC at Carlsbad Safety and Service Center Kinney Air Conditioning Contractor Notice of Completion - Engineering Fire Sprinklers at Carlsbad Safety and Service Center; Orving Engineering Contractor Notice of Completion - Engineering Electrical at Carlsbad Safety and Service Center Catton-McCutcheon Contractor Notice of Completion - Engineering Service Station Equipment at Carlsbad Safety and Service Center; Lube Life Equipment Contractor Notice of Completion - Engineering Vehicle Wash at Carlsbad Safety and Service Center; N/S Corporation Contractor Notice of Completion - Engineering Precast Concrete at Carlsbad Safety and Service Center; Tecon Pacific Contractor Notice of Completion - Engineering Miscellaneous Metal at Carlsbad Safety and Service Center; Tulsa Steel Manufacturing Contractor a 0 Vera L. Lyle County Recorder January 30, 1987 Page 2 Notice of Completion - Engineering Doors and Frames at Carlsbad Safety and Service Center; Estrada Hardware Contractor Notice of Completion - Engineering Concrete Masonry at Carlsbad Safety and Service Center; L.R. Hubbard Contractor Notice of Completion - Engineering Glass Block Ceilings at Carlsbad Safety and Service Center; Dittman Masonry Contractor Notice of Completion - Engineering Toilet Partitions at CArlsbad Safety and Service Center; Maloney Specialties Contractor Notice of Completion - Engineering Glazing at Cacrlsbad Safety and Service Center Pacific Glass Contractor Notice of Completion - Engineering Aluminum Canopies at Carlsbad Safety and Service Center; Construction Specialties Contractor Notice of Completion - Engineering Drywall at Carlsbad Safety and Service Center; E.F. Brady Co. Contractor Notice of Completion - Engineering Roofing at Carlsbad Safety and Service Center Hess Roofing Contractor Notice of Completion - Engineering Sheet Metal at Carlsbad Safety and Service Center; California Sheet Metal Contractor Notice of Completion - Engineering Insulation at the Carlsbad Safety and Service Center; Dittemore Brothers Contractor Notice of Completion - Engineering Ceiling Doors at Carlsbad Safety and Service Center; Southern California Overhead Doors Contract( Notice of Completion - Engineering Pneumatic Tubes at Carlsbad Safety and Service Center; Air Link International Contractor e 0 8 Vera L. Lyle County Recorder January 30, 1987 Page 3 Notice of Completion - Engineering Cabinets at Carlsbad Safety and Service Center Bowser Cabinets Contractor Notice of Completion - Engineering Tile at Carlsbad Safety and Service Center McCandless Tile Contractor Notice of Completion - Engineering Painting at Carlsbad Safety and Service Center Simmons and Wood Contractor Notice of Completion - Engineering Carpets at Carlsbad Safety and Service Center; Vincent Wentz Contractor Notice of Completion - Engineering Access Flooring at Carlsbad Safety and SErvice Center; Tate Access Floors Contractor Notice of Completion - Engineering Folding Partitions at Carlsbd Safety and Service Center; Advanced Wall Systems Contractor Notice of Completion - Engineering Window Coverings at Carlsbad Safety and Service Center; Sheward & Sons Contractor Notice of Completion - Engineering Lockers at Carlsbad Safety and Service Center Goodale Co. Contractor Our staff has determined that the recordation of these documents j of benefit to the City; therefore, it is requested that the fees be waived. Thank you for your assistance in this matter. g%xL7 eputy City Clerk Encs . L\GL"LUI'IB L,CyuCOLCu UJ Ylw.LLuLI* A". City Clerk w 1200 Elm Avenue ACarlsbad, CA 92008 NOTICE OF COMPLETION To All Laborers and Material Men and to Every Other Pt Interested: YOU WILL PLEASE TAKE NOTICE that on January 13, 1987, project consisting of glazing at the Carlsbad Safety and Se. Center, on which Pacific Glass was the Contractor, completed. CITY OF CARLSBAD PROJECT COORDINATOR VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad; the Council of 'said City on d? 2 7 , 1987, acceptec above described work as kornpleted and ordered that a Notic Completion be filed. I declare under penalty of perjury that the foregoir dB(, 1987 at Carlsbad, Californi + CITY OF CARLSBAD true and correct. Executed on ALETHA L. RAUTENKRANZ City Clerk their terms, exclusions and conditions and is not altered by any requirement, term or condition of any contract or other document with respect to whic may be issued TYPE OF POLICY CERT. EXP. DATE POLICY NUMBER LIMITS OF LIABILITY BODILY INJURY BY $500,000 WORKERS COMPENSATION 10-1-86 WC2-162-02258 7-0 85 CALLFORNIA s 500,000 COVERAGE AFFORDED UNDER W C COV B LAW OF THE FOLLOWING STATES. BODILY INJURY BY "&6 jiYMy By I $ ~d FgFLREHENSIVE BODILY INJURY PROPER- EACH $ OCCURRENCE $ 0 SCHEDULE FORM AGGREGATE $ m :E"TF%Y:R%!NS 22 IJ 10- 30-86 LG1- 16 2-0 225 8 7- 135 $ KZ g 2 INDEPENDENT CON- COMBINED SINGLE LIMIT BODILY INJURY AND PROPERTY DAM EACH OCCl Ed EErYUAL $500,000 AGGREGAl (3 i R TRACTORS/CONTRAC- TORS PROTECTIVE $500,000 R BROAD E'OW cOW.RFHENS~ > $ 500 000 EACH ACCIDENT-SINGLE LIMIT-B I A 0 k @ OWNED 5 z @ NON-OWNED 10- 3 0-86 AS1- 16 2-0 2 2 5 8 7-0 9 5 $ Q s @ HIRED $ OR OCCURRENCE $ EACH PERSON EACH ACCIDENT E UMB- LLi EXCESS 10-30-86 LE1-162-022587-145 $5,000,000 0 LLABILITY 2 LOCATION(S) OF OPERATIONS 8 JOB # (If Applicable) DESCRIPTION OF OPERATIONS PUBLIC SMETY & smCE Cmmy -n%lfy ohkontinuation of this coverage You will be notified tf this coverage IS terminoted or reduced x- -7% '0 0 I. GL A 6 Bidder I dName CITY OF CARLSBAD SAN DIEGO COUNTY CALIFORNIA BIDDING DOCUENTS FOR PUBLIC SAFETY AND SERVICE CENTER CONTRACT NO. 3096 BID PACKAGE NO. 6 F9R: Aluminum Entrance, Storefronts and Glass; Aluminum Canopy/Sunscreens; Lath and Plaster; Metal Studs and Drywall; Roofing , Waterproofing and Insulation; Sheet Metal and Accessories; Building Insulation; Coiling and Sectional Doors ; Pneumatic Tube System; Finish Carpentry; Site Maintenance Contractor For information relative to this project contact: KOLL CONSTRUCTION COMPANY 7330 Engineer Road San Diego, CA 92111 Steve Mahoney, Project Manager (619) 292-5550 0 0' *P m Ck- a * I 4 4 Page CONTRACT THIS AGREEMENT, made and entered into this /dm day of &k&i&$., 19, by and between the City of Carlsbad, California, a municipal corp (hereinafter called "City"), and ( hereinafter called "Contractor" .) City and Contractor aqree as follows: ation PAcific Glass & Mirror 1, Description of Work. Contractor shall perform all work specified in tt contract documents for : Alumina Storefronts & Glazing (hereinafter called 1vproject11) Provisions of Labor and Materials. Contractor shall provide all labor materials, tools, equipment and personnel to perform the work specifie the contract documents . 2. 3. Contract Documents. The contract documents consist of this contract; 1 bid documents, including the not ice to bidders, instructions to bidder: contractors proposal; the plans and specifications and all proper' amendments and changes made thereto in accordance with this contract 01 plans and specifications; and the bonds for the project; all of which -4 incorporated herein by this reference. 4. Payment. As full compensation for Contractors performance of work und wntract, City shall make payment to Contractor per the terns out in the Notice Inviting Bids, Item 13. Contract amount One hundred fif eight thousand tm hundred sixty four dollars Payment of undisputed contract amounts shall be contingent upon Contra furnishing City with a release of all claims aqainst City amd Construc Manager arising by virtue of this contract as it relates to those amou Extra compensation equal to 50 percent of the net savings may be paid Contractor for cost reduction chanqes in the plans or specifications m pursuant to a proposal by Contractor. The net savings shall be determ by City. No payment shall be made unless the chanae is approved by th City. $158,264.00 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions under the jobsite, < all other conditions that might affect the progress of the work, and j aware of those conditions. The contract price includes payment for a1 work that may be done by Contractor in order to overcane unanticipated underground conditions. Any information that may have been furnished Contractor by City about underground conditions or other job conditior for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is\satisfied will all jc conditions, includina underground conditions and has not relied on information furnished by City. 0 e' Xfr't * 4 4 Page 6. Contractor Responsible for Unforeseen Conditions. Contractor shall be responsible for all loss or damaqe arising out of the nature of the work from the action of the elements or from any unforeseen difficulties hicl may arise or be encountered in the prosecution of the work until its acceptance by the City. Contractor shall also be responsible for expens incurred in the suspension or discontinuance of the work. However, contractor shall not be responsible for reasonable delays in the cmplet of the work caused by acts of God, stormy weather, extra work, or matter which the specifications expressly stipulate will be borne by City. 7. Chanae Orders. City may, without affectinq the validity of this contrac order changes, modifications, deletions and extra work by issuance of written change orders. Contractor shall make no change in the work with the issuance of a written change order, and Contractor shall not be entitled to compensation for any extra work performed unless the City ha issued a written chanqe order designating in advance the amount of additional compensation to be paid for the work. If a change order dele any work the contract price shall be reduced by a fair and reasonable amount. If the parties are unable to agree on the amount of reduction t work shall nevertheless proceed and the amount shall be determined by arbitration or litigation. extra work is the City Engineer. excess of $5,000.00 shall be effective unless approved by the City Council. The only person authorized to order changes However, no change or extra work order 8. Prevailing Wage. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per die wages for each craft or type of worker needed to execute the contract an schedule containing such information is in the City Clerk's office and i incorporated by reference herein. Pursuant to Labor Code Section 1774 contractor shall pay prevailina wages. Contractor shall post copies of apolicahle prevailinq wages on the job site. tonstruction Manager and the City and its officers and employees, and ea of them, from any and all liability or loss resultina from any suit, cla or other action brought aqainst the City, or for any other losses of whatever nature, directly or indirectly arising from the acts of Contrac or its officers, employees or aqents done in the construction of this project or in the performance of this contract regardless of responsibil for negliqence. The expenses of defense include all costs and expenses, including attorneys fees, of lit iqation, arbitration or other dispute resolution method. Nothinq in this paragraph shall require contractor t indemnify City for losses caused by the active neqliqence bf City. Contractor shall provide Certificates of Insurance evidencing coverage i amounts not less than the following: 9. Indemnity. Contractor shall indemnify, hold harmless and defend the IO. 0 or 11x1 . c ~ 4 Paqe Coverage Combined Single Limi Automobile Liability $ 500,000 General Liability 500,000 Products /Completed Ope rat ions 500,000 Blanket Contractural 500,000 Contractor ' s Protective 500,000 Personal Injury 500,000 Excess Liability 500,000 Other Contractor may he required to increase the limits of liability insurance the size and nature of the project require excess coverage. Contractor shall cause the City and Construction Manaqer to be named as additional insured on all policies concerning the subject matter or performance of this contract. Section 3fiO of the California Labor Code. the defense and indemnify and save harmless the City and Construction Manager and its officers and employees from all claims, loss, damage, injury and liability of every kind, nature and description brought by ar person employed or used by Contractor to perform any work under this contact regardless of responsibility for negligence. tonstruction Manager, certification of the policies mentioned in Paraqri 10 and 11 or proof of workers' compensation self insurance prior to the start of any work pursuant to this contract. Certificates of insurance shall provide that the insurance will not be cancelled until the expiral of at least thirty (30) days after written notice of such cancellation t been given to the City. Arbitration. out of or relating to this contract or the breach thereof may, at the option of City, be settled by arbitration in accordance with the construction industry rules of the American Arbitration Association and judqment upon the award rendered by the arbitrator(s1 may be entered in California court having jurisdiction thereof. The award of the arbitrator(s) shall be supported by law and substantial evidence as provided by the California Code of Civil Procedure, Section 1296. 14. Maintenance-of Records. Contractor shall maintain and make available t the City, upon request, records in accordance with Sections 1776 and 18 of Part 7, Chapter 1, Article 2 of the California Labor Code. Contractor does not maintain the records at Contractor's principal plac business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this contract. Contractor shall notify the City by certified mil of any chanqe of address of suc records. 11. Workers Compensation. Contractor shall comply with the requirements of Contractor shall also assum 12. Proof of Insurance. Contractor shall submit to the City through the 13. Any controversy or claim in any amount up to $100,000 ari: If the -_- __ I___ xIgll -____ _1_1II I_ _-I _-- __I-- ----x -_ ------ c_ -_--- lllllll__ll__ _I ____ I"_._ ____ _-__I-____ __I I-_-- I -_~-~ I__~-- l____ ~-- }s. COUNTY OF san Diego On this 23rd day of January , in the before me, the undersigned, a Notary Public in and for said State, person Michael A. Prullaqe , personally (or proved to me on the basis of satisfactory evidence) to be the person- v, subscribed to the within instrument, and acknowledged to m executed it. WITNESS my hand and official seal. is -?&A/y4 a c" Lt I+-&/&( f Ndry Public in and for said She 233CA-Rev 5 a2 I_-I _I_^ __- " _;-""I_--- ~ - - __cI_ I_- _I___ __. __-_ ~ --- Ix__I_I"x^- I __g____I 0 a 171 1 , x Page 11 The provisions of Part 7, Chapter 1 comrnencina wi 15. Labor Code Provisions: section 1720 of the California Labor Code are incorporated herein by reference -&propriate securities may be substituted for any monies withheld t: City to secure performance of this contract or any obligation established by this contract. 26, Securit . Pursuant to the requirements of law (Government Code Section 17. Additional Provisions; Any additional provisions of this agreement are : forth in the “General Provisions” or vlSpecial ProvisonsI1 attached hereto and made a part hereof. PACIFIC GLASS & MIRROR CO. (Notarial acknowledqement of A execution by ALL PRINCIPALS must be attached. ) I BY Title Contractor’s Principal Place of Businc CITY OF ANSBAD, CAL FORNIA BY Mayor YLz LC h 1 Contractor’s Certification of Awareness of Workers Compensation Responsibili “I am aware of the provisions of Section 3700 of the Labor Code which requiri every employer to be insured against liability for workers compensation or tc undertake self-insurance in accordance with the provisions of that code, and will comply with such provisions befor of this contract.” I m a r, ?$IC I, Bond $52 b Pagt ‘l I’ Prem. Se LABOR AND MATERIAL BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of Cdifornia, by Resolution No. 8298 adopted Egcember 17, 1985 , has award1 r , hereinafter desigi cont r act for : j Mmxirun Storefronts and Glazing in the City of Carlsbad, in strict conformity with the drawings ad specifications and other contract documents now on file in the Office of th City Clerk of the City of Carlsbad. WHEREAS, said Principal has executed or is about to execute said contract a the terms thereof require the furnishinq of a bond with said contract, prov that if said Principal or any of his/her or its subcontractors shall fail t for any materials, provisions, provender or other supplies or teams used in upon for or about the performance of the work agreed to be done, or for any or labor done thereon of any kind, the Surety on this bond will pay the sarr the ex tent hereinafter set forth. NOW;- THEREFORE, WE, as Principal, hereinafter designated as the “Contractor”, and as Surety, are held and firmly bound unto the City of Carlsbad, in the sum Wum being equal tment (5- o the estimated amount of the contract, to be paid to the said City or its certain attorney, its success( and assigns; for tvhich payment, well and truly to be made, we bind ourselvc our heirs, executors and administrators, successors or assigns, jointly arx severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if person or hisjher subcontractors fail to pay for any materials, provisions, provender or othi supplies, or teams used in, upon, for, or about the performance of the wor’ cpntracted to be done, or for any other work or labor thereon of any kind, for amounts due under the Unemployment Insurance Code with respect to such or labor, that the Surety or Sureties will pay for the same, in an amount exceeding the sum specified in the bond, and also, in case suit is brouqht the bond, a reasonable attorney’s fee, to be fixed by the court+, as requir the provisions of Section 4202 of the Government Code of the State of Pacific Glass & Mirror eansmrica Insurance ~~~pxiy nine thni1sx-d i4 +hi Dollars ($ 79,132.00 .\ , California’? I. ,. \ .< THE STATE OF CALIFORNIA COUNTY OF LOS ANGELES f ss. ' . 1986 in the year JANUARY day of 1 OTH On this before me--. .M. SMTTH ,a Notary Public in ar the said County and State, midin J8Ah t er b in ,, pjhtirvissioned and sworn, personally appeared personally known to me (or proved on the basis of satisfactory evidence) to be the duly authorized Attorney-in-Fact of the TRANSAMERICA INSUR/ COMPANY the corporation whose name is affixed to the foregoing instrument; and duly acknowledged to me tt (she) subscribed the name of the TRANSAMERICA INSURANCE COMPANY thereto as Surety and his (her) own as Attorneyin-Fact. set my hand and affixed my official seal the day and year in this ceni H 'H30 NOTARY PU'BLIC fi&v? IN AND 747?L-A, FOR SA10 COUNTY ANOLTATE Y IN FACT (NOTARY ACKNOWLEDGEMENT) --I_-__- ~ --- e * ,I \I, I 1 , i 8 Page This bond shall insure to the benefit of any and all persons, companies and corporations entitled to file claims under Section 1192.1 of the Code of Civi Procedure so as to qive a riqht of action to them or their assigns in any sui brought upon this bond, as required by the provisions of Section 4205 of the Government Code of the State of California. In the event that any Contractor above named executed this bond as an individual, it is aqreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond, IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor Surety above named on the 10th day of January , 19 86 . - Pacific Glass & YSL- Lror e LA ! P it t (Notarize or Corporate Seal for Each Sianer) Contract or Wansamrica Insurance Cm-1paq7 25j??Cc .J-- - Joan P. ICincaid 4 ,e Sur etY AmEW-I’I-FAm I 1 .* .. -L +“I,j. * L, Id-1II’CI I A Stock Cornpar orne Office Los Arigeles. Calif e ,1’ 11 Power of Attorney KNOW ALL NIih-BY THESE PRESENTS: That TRANWMERICA INSURANCE COMPANY, a corporation of the State of California, does hereby make, co tute and appoint L-- A. A. CHRISTIAN, DONALD L. BUTLER, ROBERT H. DU”, JOAN P. KINCAl --------------_- all of Covina, California, Individually-------------------------- its true and lawful Attorney(s)-in-Fact, with full power and authority, for and on behalf on the Company as suret) execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recognizancc other written obligations in the nature thereof, as follows: A~Y and all bonds and undertakings in an UNLIMITED AMOUNT, in any single instance, for or on behalf of this Company, in it ................................................................................. business and in accordance with its charter-------------------------------------- ................................................................................. and to bindTRANSAMERICA INSURANCE COMPANY thereby, and all of the acts of said Attorney(s)-in-Fact, pursuar these presents, are hereby ratified and confirmed. This appointmerft is made under and by authority of the following by-laws of the Company which by-laws are now in force and effect. ARTICLE VI1 SECTION 30. All policies, bonds, undertakings, certificates of insurance, cover notes, recognizances, contrac indemnity, endorsements, stipulations, waivers, consents of sureties, re-insurance acceptances or agreements, surety co-surety obligations and agreements, underwriting undertakings, and all other instruments pertaining to the insur business of the Corporation, shall be validly executed when signed on behalf of the Corporation by the President, any President or by any other officer, employee, agent or Attorney-in-Fact authorized to so sign by (i) the Board of Directors the President, (iii) and Vice President, or (iv) any other person empowered by the Board of Directors, the President or Vice President to give such authorization; provided that all policies of insurance shall also bear the signature of a Secre which may be a facsimile, and unless manually signed by the President or a Vice President, a facsimile signature o President. A facsimile signature of a former officer shall be of the same validity as that of an existing officer. The affixing of the corporate seal shall not be necessary to the valid execution of any instrument, but any pc authorized to execute or attest such instrument may affix the Corporation’s seal thereto. This Power of Attorney is signed and sealed by a facsimile under and by the authority of the following resolution ado by the Board of Directors of the Company at a meeting duly called and held on the 17th day of October 1963. “Resolved, That the signature of any officer authorized by the By-laws and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execu- tion of any bond undertaking, recognizance or other written obligation in the nature thereof; such signature and seal, when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed.” IN WITNESS WHEREOF, TRANSAMERICA INSURANCE COMPANY has caused these presents to be signed 1: proper officer and its corporate seal to hereunto affixed this 10th day of September ,1E I..”,* (-J :I iiinr : BY WL-c-- ut. Tanner, Vice President *‘\ ;“ State of California County of day of September , 19 85 , before me Laverne Wolff, a Notary Public in and for thl County and State,. residing&thetein, duly commissioned and sworn, personally appeared J.H. Tanner personally known t (or proved to me on the basts of satisfactory evidence) to be a Vice President of TRANSAMERICA INSURANCE COMP the corporation whose name is affixed to the foregoing instrument; and duly acknowledged to me that he knows the SI said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursua authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authl and acknowledges same to be the act and deed of said corporation. %.., . ; ss On this . 10th uiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiminiiin~i~~~~~~i~~iim~~i~~~~i~~~~~~~~~~~~~~~~~~~~~~ L &&M kb-t?jq OFFICIAL SEAL - LaVerne Wolff, Notary Public - LaVERNE WOLFF g NOTARY PUBLIC-CALIFORNIA g In and for the County of Los Angeles, Californi PRINCIPAL OFFICE IN g LOS ANGELES COUNTY E i My commission Expires June 27, 1486 i ~1111111i1111111111iiiliillllil‘~l~~~~illll,l~,,~llll,l”l*ll~~”“l,llllll~~~“ll~lll~ 1719 C (Continued) 1” w W I, W.G. Freeman, Assistant Vice President of Transamerica Insurance Company, do hereby certify that the Power of Attorney herein before set forth is a true and exact copy and is still in force, and further certify that Section 30 of Article VI1 of the 3y-Laws of the Company and the Resolution of the Board of Directors, set forth in said Power of Attorney are still in‘force. in testimony whereof 1 have hereunto subscribed my name and affixed the seal of the said Company this mh-2 day of , -(*I.LW &3m.,n/ -1,- ?8’gyb* W.G. Freeman, Assistant Vice President I 1 e &nd #5240 Prem. $1,89! e ,.I{ ". 4 Paq e .. PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by ' Resolution No. 8298 adopted Decdr 17, 1985 . . , has award( Pacific Glass & Mumr , hereinafter desigr asthe "Principal1t, a contract for: Alumbum Storefronts and Glazing ' .. 'h in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents now on file in the Office of thc City Clerk of the City of Carlsbad. WHEREAS, said Principal-has executed or is about to execute said contract a the,terms thereof require the furnishing of a bond for the faithful perform< of said contract; NOW, THE'REFORE, WE, Pacific Glass & Mirror as Principal, hereinafter designated as the "Contractor", and as Surety, are held and firmly bound unto the City of Carlsbad, in the sum Dollars ($15~.7f;4 nn said sum being equal to 100 percent (100%) of the estimated amount.of the contract, to be paid to the said City or its certain attorney, its successo and assiqns; for hich payment, well and truly to be made, we bind ourselve our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OCLICATIOH IS SUCH that if the above bounden Contract his/her or its heirs, executors, administrators, successors or assiqns, sha all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and aareements in the said contract and any alterati thereof mad8 as therein provided on histher or their part, to he kept and performed at the time and in the manner therein specified, and in all respe according to..their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers and agents, as therein stipulat then this obligation shall become null and void; otherwise it shall remain full force and virtue. And said Surety, for value received, hereby stipulates and aqrees that no change, extension of time, alteration or addition to the terms of the contr or to the work to be performed thereunder or the specifications accmpanyir same shall affect its obliqations on this bond, and it does hereby waive nc of any chanqe, extension of time, alterations or addition to the terms of t contractor or to the work or to the scecifications. Tra_risamerica Inswmce m i)2n\7 Ch-e hmdred fifty eight thousand tm hundred sim four .\. -$ \ 9 I .." .__-- -. I .I ss* THE STATE OF CALIFORNIA COUNTY OF LOS ANGELES in the year 1986 On this lOTH day of 3ANuARy MARSHA M. SMITH , a Notary Public in and before me the said County and State, residing therein, duly cornrninioned and sworn, penonally appeared on the basis of satisfactory evidence) to be the duly authorized Attorney-in-Fact of the TRANSAMERICA IMSURAN COMPANY the corporation whose name is affixed to the fongoing instrument; and duly acknowledged to me that (she1 subscribed the name of the TRANSAMERICA INSURANCE COMPANY thereto as Surety and his (her) own nr as Attorneyin-Fact. I P. KINCAID penonally known to me (or proved to v t my hand and affixed my official seal the day and year in this certific ,------. 909mGLfl 7g, ) .//3+' 'h NOTARY PUBLIC IN AND FOR SAlO' COUNTY AND ST'ATE L IN FACT 1 (NOTARY ACKNOWLE DC E M ENT) - 0 e !.I, 1, +' ? Page 22 *i i. In the event that any Contractor above named executed this bond as an individual, it; is agreed that the death of any such Contractor shall not exonerate the Surety from its obliqations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor ar- Surety above named on the 10th day of JaUW , 1986 . - . Pacific Glass & Mirror /-, I (Notarize or Corporate ' Seal for Each Signer) tontractor Transanerica Insurance mqmy /- zfl-#y +UeP 'A J A fi+ Joan P. Izncaid 1 ATIYRNEY-EJ-FACT Surety .r # .A r-" - I I_ A Stock Co y / Home Office Los Angeles e 'j. --. e I "* ' I Power of Attorney KNOW ALL MEN BY THESE PRESENTS: tute and appoint ' That TRANSAMERICA INSURANCE COMPANY, a corporation of the State if California, does hereby make ---- A. A. CHRISTIAN, DONALD L. BUTLER, ROBERT H. DU", JOAN P. KIN ------------_--- all of Covina, California, Individually----------------------- its true and lawful Attorney(s)-in-Fact, with full power and authority, for and on behalf on the Company as SL execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recogniz other written obligations in the nature thereof, as follows: UNLIMITED AMOUNT, in any single instance, for or on behalf of this Company, in ---------^-------------------------------------------------------------------- ' by and all bonds and undertakings in business and in accordance with its charter----------------------------------- .............................................................................. and to bind TRANSAMERICA INSURANCE COMPANY thereby, and all of the acts of said Attorney(s)-in-Fact, pur these presents, are hereby ratified and confirmed. This appointment is made under and by authority of the following by-laws of the Company which by-laws are no\ force and effect. ARTICLE VI1 SECTION 30. All policies, bonds, undertakings, certificates of insurance, cover notes, recognizances, con indemnity, endorsements, stipulations, waivers, consents of sureties, re-insurance acceptances or agreements, su co-surety obligations and agreements, underwriting undertakings, and all other instruments pertaining to the ii business of the Corporation, shall be validly executed when signed on behalf of the Corporation by the President, l President or by any other officer, employee, agent or Attorney-in-Fact authorized to so sign by (i) the Board of Direc the President, (iii) and Vice President, or (iv) any other person empowered by the Board of Directors, the Presider Vice President to give such authorization; provided that all policies of insurance shall also bear the signature of a SI which may be a facsimile, and unless manually signed by the President or a Vice President, a facsimile signatu President, A facsimile signature of a former officer shall be of the same validity as that of an existing officer, The affixing of the corporate seal shall not be necessary to the valid execution of any instrument, but an authorized to execute or attest such instrument may affix the Corporation's seal thereto. This Power of Attorney is signed and sealed by a facsimile under and by the authority of the following resolution by the Board of Directors of the Company at a meeting duly called and held on the 17th day of October 1963. "Resolved, That the signature of any officer authorized by the By-laws and the Company seal may be affix by facsimile to any power of attorney or special power of attorney or certification of either given for the exe tion of any bond undertaking, recognizance or other written obligation in the nature thereof; such signati and seal, when so used being hereby adopted by the Company as the original signature of such officer and original seal of the Company, to be valid and binding upon the Company with the same force and effect though manually affixed." IN WITNESS WHEREOF, TRANSAMERICA INSURANCE COMPANY has caused these presents to be sign I proper officer and its corporate seal to hereunto affixed this 10th day of September ,....,. (-J "r BY M&--.-- ",;, ,<+ State of California County of day of September , 19 85 , before me LaVerne Wolff, a Notary Public in and fo County and State, residing therein, duly commissioned and sworn, personally appeared J.H. Tanner personally knol (or proved to me on the basis of satisfactory evidence) to be a Vice President of TRANSAMERICA INSURANCE C[ the corporation whose name is affixed to the foregoing instrument; and duly acknowledged to me that he knows t said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pu authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like 2 and acknowledges same to be the act and deed of said corporation. UH. Tanner, Vice President ; ss I On this 10th y:iiiiiiitiiiiiiiiiiiiiiiiiiiiiiiii~iiiiiiiiiiiiiiiiiiiiimiuiiiniiiiiiiiiiiii"ii~~iii~i~iii~~~~iiii~i~~~~~~~ E &/yq kwj!jf OFFICIAL SEAL - Laverne Wolff, Notary Publi; f LaVERNE WOLFF 2 NOTARY PUBLIC-CALIFORNIA h in and for the County of Los Angeles, Calif PRINCIPAL OFFICE IN g LOS ANGELES COUNTY z z My Commission Expires June 27, 1986 2 ~11111ll11111ll11~1lllllllllllllllillllllllll,llll,l"lllll"ffll"ll"llllll~lffl~"ll~~*ll~ 1719 C (Continued) I,' w \ w .w iuap!said aa!A iueiqssy 'ueuaaij *g*~ 'L ' /V"-gG"7M 425 61 40 Aep -,o I s!qi Aueduo3 p!es aqi 40 pas aqi pax!)je pue aueu Au paqyasqns oiunaiaq aneq 1 4oa~aqm Auoqisa 'a3.q u! li!is ale Aauioiiv 40 iaMod p!es u! quo4 ias 'uoiaai!a 40 pJeog aqi 40 uo!inlosau aqi pue Auedwo3 aqi 40 sMe1 aqlio IIA ai3!iJy 40 oc uo!i3ag ieyi Ai!uaa iaqvnj pue 'awo4 u! Il!is s! pue Ado3 iaexa pue anJi e s! quo4 aas a~o~aq u!a AauJoiiV 40 JaMod ayl ieqi Aj!uaa Aqaiaq op 'Aueduog aauei nsul ea!AauesueJl40 $uap!sa.+j a3!A iueis!sstj 'ueuaald *g'! 0 0 ,*lL \ Page j GENERAL, PROVISIONS I. PLANS AND SPECIFICATIONS The specifications for the work shall consist of the latest edition of tl Standard Specifications for Publi-c Works Construction hereinafter designated SSPWC, as issued by the Southern Chapters of the American Pub Works Association, the City of Carlsbad supplement to the SSP\YC, the Contract documents and the General and Special Provisions attached thereto. The Construction Plans consist of 15 sheet(s). utilized for this project are the San Diego Area Reqional Standard Drawings, hereinafter desiqnated SDRS, as issued by the San Diego County Department of Transportation, toqether with the City of Carlsbad Supplement a1 Standard Drawings. Copies of pertinent standard drawings a enclosed with these documents. A detailed list of the plans and specifications are attached hereto and made a part hereof. The standard drawings 2. WORK TO BE DONE The work to be done shall consist of furnishing all labor, equipment and materials and performing all ooerations necessary to complete the projec work as shown on the project plans and as specified in the specificatior 3. DEFINITIONS AND INTENT A. Architect: The word "Engineer" shall mean the architect or his approved represent at ive . B. Construct ion Manager: The word "Construct ion Manager" shall mean Koll Construct ion Company C. Reference to Drawings: Where words "shown", "indicated", "detailed", "noted", "scheduled" ( words of similar import are used, it shall be understood that refere is made to the plans accomoanying these provisions unless stated otherwise . 0. Direct ions : Where words "directed", designated", "selected" or words of similar import are used, it shall be understood that the direction, desiqnal or selection of the Construction Manager is intended unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Construction Manaqer" unless stated otherwise. e 0 *<At \ Paqe 8 E) Equals and Approvals: Where the words "equal" y "approved equal", "equivalent" and such worc of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Architect" unless otherwise stated. Mere the words "approved", "approval" y I'acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Architect is intended. F) Perform and Provide: The word ')xrform" shall be understood to mean that the Contractor, her/his expense, shall perform all operations, labor, tools and equipment, and further, including the furnishinq and installing of materials that are indicated, specified, or required to mean that tl- Contractor, at her/his expense, shall furnish and install the work, complete in place and ready to use, includinq furnishinq of necessar labor, materials, tools equipment and transportation, 4, CODES AND STANDARDS Standard specifications incorporated in the requirements of the specifications by reference shall be those of the latest edition at the time of receiving bids. It shall be understood that the manufacturers ( producers of materials so required either have such specifications available for reference or are fully familiar with their requirements a: pertaininq to their product or material. 5. CONSTRUCTION SCHEDULE The Contractor shall provide Consruction Manager with a Construction Schedule indicating work activities and length of time reuuired for eact activity. The Contractor shall review with the Construction Manaqer monthly the Construction Schedule to insure completion of the whole or part of the work. The Contractor shall begin work after being duly notified by an issuanci a "Notice to Proceed" and shall diliqently prosecute the work to canple in connection with the construction schedule as approved by the Construct ion Manager. 6. NONCONFORMING WORK The Contractor shall remove and replace any work not conforming to the plans or svcif icat ions upon written order by the Construct ion Manaqer. Any cost caused by reason of this nonconforming work shall be borne by Contractor. 0 0 ,<b* \ Paae 2 7. GUARANTEE All work shall be guaranteed for one year after the filing of a "Notice c Completion" and any faulty work or materials discovered durina the guarantee period shall be repaired or replaced by the Contractor. 8. MANUFACTUER'S INSTRUCTIONS Where installation of work is required in accordance with the oroduct manufacturer's directions, the Contractor shall obtain and distribute thc necessary copies of such instructions, including two copies to the Construct ion Manager. 9. INTERNAL COMBUSTION ENGINES All internal combustion engines used in the construction shall be equipp with mufflers in mod repair when in use on the project with special attention to Carlsbad Municipal Code, Chapter 8.48. 10. CITY INSPECTORS All work shall be under the observation of a City Construction Inspector Inspectors shall have free access to any or all parts of work at any tirr Contractor shall furnish Inspectors with such information as may be necessary to keep her/him fully informed regarding proqress and manner a work and character of materials. Inspection of work shall not relieve Contractor from any obliqation to fulfill this contract. PROVISIONS EOUIRED BY LAY DEEMED INSERTED Each and every provision of law and clause required by law to be insertc in this contract shall be deemed to be inserted herein and the contract shall be read and enforced as though it were included herein, and if, through mistake or otherwise, any such provision is not inserted, or is correctly inserted, then upon application of either party the contract shall forthwith be physically amended to make such insertion or correct ion. I?. 12. INTENT OF CONTRACT DOCUMENTS The Contractor, her/his subcontractors and materials suppliers shall provide and install the work as indicated, specified and implied by the contract documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at Contractor's expense to fulfill the intent of said documents. In all instances throughout the life of the contract, the City will be the interpreter of the intent of the contract documents and the City's rieci relative to said intent will be final and bindina. Failure of the Contractor to apprise her/his subcontractors and materials suopliers of this condition of the contract will not relieve herfhim of the responsibility of compliance. 0 0 .+LL Page 13. SUBSTITUTION. OFa MATERIALS The Proposal of the Bidder shall be in strict conformity with the drawi and specifications and based upon the items indicated or specified. Th Contractor may of fer a substitution for any material, apparatus, equipm or process indicated or specified by patent or proprietary names or by names of manufacturer which she/he considers equal in every respect to those indicated or specified. The offer made in writing, shall include proof of the State Fire Marshal's approval (if required), all necessary information, specifications and data. If required, the Contractor, at her/his own expense, shall have the proposed substitute, material, apparatus, equipment or process tested as to its quality and strength, physical, chemical or other characteristics, and its durability, finish efficiency, by a testinu laboratory as selected by the City. If the substitute offered is not deemed to be equal to that so indicated or specified, then the Contractor shall furnish, erect, or install the material, apparatus, equipment or process indicated or specified. Such substitution of proposals shall be made prior to beginning of construct if possible, but in no case less than ten (IO) days prior to actual installation. Substitution shall also include a statement of credit to issued . 14. f€COFU? DRAWINGS The Contractor shall provide and keep up to date a complete "as-built" record set of plans, which shall be corrected daily and show every chan from the original drawinas and specifications and the exact llas-builtll locations, sizes and kinds of equipment, underground pipinq, valves, an all other work not visible at surface grade. Prints for this puroose IT be obtained from the Architect at cost. This set of drawings shall be k on the job and shall be used only as a record set. Upon completion of work, and prior to release of retention, the Contractor shall transpose I1as-built" information on to a set of reproducible sepias. Drawings SI- be drafted in a professional manner and shall locate by dimension and elevation all concealed work, and changes in manufacturer information. "As-builts" for the sitework (bid package number 1) shall be prepared k the enqineer of record. 15. PERMITS The general construction, electrical and plumbing permits will be issue the City of Carlsbad at no charqe to the Contractor. The Contractor is responsible- for all other required licenses and fees. 0 e .* i Page 16. WANTITIES IN THE SCHEDULE The City reserves and shall have the riqht, when confronted with unpredicted conditions, unforeseen events, or emergencies, to increase ( decrease the quantities of work to be performed under a scheduled unit price item or to entirely omit the performance thereof, and upon the decision of the City to do so, the Construction Manager will direct the Contractor to proceed with the said work as so mdified. If an increast the quantity of work so ordered should result in a delay to the work, tl Contractor will be given an equivalent extension of time. SAFETY & PROTECTION OF. WORKERS AND PUBLIC The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions o Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about or adjacent to the premises wh the work is being performed. He/she shall erect and properly maintain all. times, as required by the conditions and progress of the work, all necessary safequards for the protection of workers and public and shall post danger siqns warning against hazards created by such features of construction as protruding nails, hoists, well holes and falling materials. 17. 18. SURVEYING Column control lines, offset outside the perimeter of the building, am vertical control (benchmark) will be furnished by others. Contractors shall perform their own engineering (survey staking) including elevatia as required. Survey staking for the sitework (bid package number 1) shall be providc the City. Rough grade stakes at 50'-0" centers minimum to or toe-of-SI as required, surface and underground improvements at 25'-0" to 50'-0" centers including critical points with offsets, and blue tops for builc and facility pads. 19. CODES, ORDINANCES, EGULATIONS. & ABBREVIATIONS Reference to codes, ordinances and requlations are to editions in effect as to date of proposals. Abbreviations are used for aqencies issuing standard specifications as follows: FWCY Abbreviation American Society for Testing Materials AS TM U . S . Government Fed. Spec. National Board of Fire Underwriters NBFU American Institute of Steel Construction AI sc American Standards Association ASA Underwriters Laboratories, Inc. UL Depart me nt of Commerce St and a rd s cs American Concrete Institute ACI e 0 ** ., Paq e 20. STORAGE Space for storage and temporary buildings will be allocated by the Construction Manager as job conditions permit. Temporary offices or shc shall be constructed of fire resistant materials. Material and layout I be approved by the Construction Manager prior to installation. 21. TESTING AND INSPECTION Testing and inspection shall be as required by the Specifications. The Contractor shall be required to cooperate fully with the inspecting age during inspections at a fabricating plant and/or on the Jobsite and sha provide ladders, platforms, scaffolds and/or safe accessibility to the for such inspections and/or tests. 22. SCAFFOLDING AND HOISTING The price shall include all costs for the following: a. Scaffoldinq and shoring required for the Contractor's work. b. Hoisting required for the Contractor's work. 23. CLEAN UP The Contractor shall keep the premises free at all times from all waste materials, packaging materials and other rubbish accumulated in connect with the execution of the work by collecting and depositing said materi and rubbish in locations or containers as designated by the Constructia Manaqer . 24. TEMPORARY FACILITIES Temporary toilet facilities and drinking water for the use of all trade will be provided. 25. FORCE. AEPORTS Force reports indicating trade and personnel per trade shall be submit to the Construction Manager daily. A brief description of work perforr shall be included. 26. ELECTRICAL POWER Electrical power will be provided in the building for the use of the Contractor for special lightinq and operation of small tools only. Pol will be single phase at 208 volts or 240, and 120 volts. Contactor's responsibility to provide extension cords and/or wiring frl central distribution points. Power will not be provided for high volt or heavy amperaae tyoe equipment such as welding machines and any swc power requirements shall be provided and paid for by the Contractor. It is the e 0 < ,. a t Page 27. BACKFILL AND COMPACTION Backfill and compaction of trenches shall be in conformance with the 19 edition of "Standard Specifications for Public Works Construct ion". Backfill material shall be approved by the soils engineer. Contractors shall pay all costs for retesting required as the result of density tes failures due to improper compaction. Backfilling of trenches and excavations shall not be undertaken until required tests and inspection: have been completed, "as-built" location notes have been verified, and authority to start the backfill has been granted by the inspector and s u pe r in t e nde nt . 0 0 .rr, , Paae CERTIFICATION OF COMPLIANCE I hereby certify that in performing under the contract awarded by the City of Carlsbad, will compl with the County of San Diego Affirmative Action Proqram adopted by the Board Supervisors, including all current amendments. PACIFIC GLASS & MIRROR CQ. OF SAN DIEGO ~ ‘Leqal Name of Contractor January 10, 1986. Date (NOTARIZE OR CORPORATE SEAL) Vice President & General Manager Title (Notorial acknowledgement of execution by all principals must be attached). '.I . , a 0 Page ALUMINUM ENTRANCES,, STOREFRONTS, WINDOWS AND GLAZING - Bid Item 6A 1. Rase bid to include all aluminum entrances; storefronts; operable and fix windows and complete glazing for the police/fire administration building service center buildinq. 2. Provide and install all blue-green reflective qlass, platelfloat qlass, q Tempered as required by code. Review Include one w Include curved acrylic sheet at glass and bullet resistant alass. cabinet elevations for all counter top glass/frame units. vision glass between rooms 222 and 223. south end of atrium. Hollow metal frames by others. Fixed windows at main entry and storefront systems to police buildinq pe sheet A-9. Include aluminum cladding of steel members, steel aluminum stiffners as required and metal drip at head per detail 27. Also applic details per sheet A-21. 3. 4. Exterior operable windows including metal drip, trim, cladding and windo anchors. Reference miscellaneous details sheet A-22. Installations sho accommodate story drift as outlined below. Operable windows shall be hi at bottom and open to inside of building. 5. Additional specialty requirements and specification modifications that J be a part of this bid package are as follows: a. Reference Specification Section 8520-2.4.2-Outswinginq Windows. Sec Item 4 above. b. Specification 8520-2.4.1. Delete Kynar finish and substitute clear A nod i zed A 1 umi nu m . c. Reference Detail 19/A22 - Tube Steel panel supports are 2-1/2" x 2- centered 3-3/4" inside face of precast panel located only- at the fii level and on1 two per typical 12' wide precast panel and 4' from el first floor precast panels and requires aluminum cladding all aroun. except on the building interior where perpendicular part it ions occu d. Window contractor will furnish and install as part of his window sy panel end. -Tt is tube steel is the structural support for the top 0' additional aluminum mullions or steel tubes with aluminum cladding the south and west elevations to support the sunscreens by others. These supportinq mullions are also required at the end of each wind run (not shown in Detail 1/A-22) and must occur at an 8' on center rnax imum . 7 - e. The sunscreens will be anchored at the top of the mullions and brac < the bottom imposing a load at the first floor of at the second floor. f. All window and mullion connections must provide for a seismic stor) drift of 1-1 /2". 0 0 ,I., Page g. 50% of the windows on the first and second floors will be operable. operable windows on the second floor will be stacked one above the other. h. Enqineered drawings and support calculations signed by a registered engineer shall be required for review/approval. 6, Vehicle maintenance building glass installation and aluminum framing sim to police building. Hollow metal frames shall be provided and installed others where specified only. 7. Glass Contractors shall include all scaffolding, glazing qaskets, caulki and special finishes for a complete installation. Coordination with othl trades shall be a definite requirement. 8. Provide and install glass lite in door L per sheet A-20. Provide and install glass lites in door numbers 142, 143, 144 and 145. Minimum size four (4) square feet per opening. Actual size/configuration shall be determined at future time. Glass per door schedule sheet A-20. 9. Provide alternate additive cost to furnish and install smoked glass mirr in elevator #I per detail sheets attached and made a part of this bid package . ALUMINUM SUNSCREENS AND CANOPIES - Bid Item 68 1. Ease bid to include furnishing and installation of solid canopies and louvered sunscreens per plans and specification section 10700. 2. Additional specialty requirements and specification mdifications that s be a part of this bid package are as follows: a. Specification 10700-2.4.1 - Delete Kynar finish and add clear Anodiz Aluminum. b. Sunscreen Louver blades will be approximately 5 1/2" spaced to provi sun cutoff angle of 75 degrees from the horizontal and visual obscur when viewed from a horizontal vantaqe point. c. The first floor sunscreens will he a minimum of 2' radius to a maxilr of 3' radius and will not protrude below the window sill mullions, H not interfere with window operation. Anchor attachment will he concealed inside the sunscreen outriqqers using stainless steel hardware. The second floor sunscreens will he a 4' radius. Canopy/sunscreens shall be attached to support members outlined in E Packaqe 6A - Items 5c, d, and e. part of this contract, registered engineer shall be required for revlew/approval. d. All connection requirements shall Engineered drawings and calculations signed e 0 .,A* Page LATH AND PLASTER - Bid Item 6C 1. Base bid to include furnishing and installation of lath and plaster per plans and specification sections 9207 and 9220 for all building facilitil 2. Police/Fire Building: a. Interior walls and ceiling of sally port #I38 and evidence vehicles 1136. Coordinate with access hatches provided and installed by othe Typical inside face of parapets per 1,7/A-7, and at deck area per 6,14/A-7. Provide and install industry standard plaster ground in 1 of treated wood ground. b. c. Exterior applications at meeting area per sections 2,5/A-14. Ground Item b above. Also include clarification drawing SR-4 dated 9/24/85 which requires plaster wall separating upper and lower roof levels o meeting area. d. Include lath and scratch at walls and ceilings of showers. e. Include smooth plaster skim coat over block walls in cells #!142, #!I4 #I 46. 3. Service Center Building: 4. Protection of other work, clean up and removal of all debris relating to Plaster ceilings as designated on sheet A-52. lath and plaster is specifically included. STEEL STUDS AND DRYWALL - Bid Item 6D 1. Base bid to include furnishing and installation of steel studs and drywa per plans and specification sections 6100, 9100 and 9250 for all buildir facilities. Additional requirements specified within these special provisions may require review of other specification sections. 2. Police/Fire Building: a. All light qauge and structural stud framing includinq furring, cham hanger wires, weldinq and required bracing. Refer to structural pl, and clarification drawings for framing requirements at meeting area entry and split level roof. Include all framing for lath and plasti installations. Per drawing SR-4 also include bent plate and tensior straps to support stud framing. Include flute filler plugs and 16 gauge metal straps at underside o deck per details sheet A-5. b. e 0 'I In Paqe Furnish and install all fire treated wood and steellmetal hacking as required for other trades. Contractor shall coordinate with other trades, i.e. , finish carpentry; cabinets; toilet accessories and partitions; fire rated curtains; roof access ladders; etc., to assure that all required backing is installed properly prior to closinq up walls. Doublinq of studs and welding of backing plates as required. c. d. Furnish and install all access panels in drywall and plaster as specified, and install those furnished by others. All drywall for exterior and interior walls (rated as specified), enclosing of steel columns/tubes, skylite shafts, boxing of fixtures, etc., for a complete installation. Secretary offices 8258, #I264 and adjoininq corridor shall be one hour construction in lieu of that shown. e. f. Include receivinq, storing, protecting, sortinq, placing and installation of all hollow metal door and window frames within drywa partitions and exterior precast openings (door, transom frames and hollow metal transom panels). Include installation of free standing hollow metal door and window frames (curved sections too), around perimeter of atrium area. Installations shall include anchors , requ. weldinq, bracing and settinq plumb for installation of doors and gla by others. Coordination will also be required with the electrician installation of conduit and/or wire within frames for specialty hardware. Hollow metal frames shall be furnished F.O.B. jobsite by others. g. Furnish and install all fire treated wood hlockina and backing, shapl as required for installation of sheet metal and other work by others Reference is made to details 1, 2, 5, 7/A-7, 26/A-9, 5/A-15, A/21, A etc. A standard plaster qround shall be installed by others in lieu treated wood cleat at parapet cap. h. Where conflicts occur hetween the large and small scale drawings, th most restrictive and expensive conditions will qovern. Example: RV1 8135 show 6" studs on floor plan A-I, but 3 5/8" studs on 1/4" scale drawing sheet A-19. i. Base bid shall also include quard rail at perimeter of second floor Include atrium, stair no. 2, and 2nd floor lobby area per 27/A-16. necessary angles to attach framing to structural steel. Angle brace shall be- supplied by others, however, actual installation at wall ar deck shall be by this Contractor includinq anchors/bolVs. Provide c install bolts at top of auard rail for installation of wood plate ar h ard wood cap by others . Cell ceilinqs per section on A-23 - not per finish schedule. j. * 0 4.L' Page 3. Provide alternate deduct if guard rail specified in Item 2i is contructec Wall bracing/installation requirements would remain i per detail 7/A-23. s ame . 4. Service Center Buildinq shall include same basic requirements as Police/I Building. 5. Protection of other work, clean up and removal of all debris relating to drywall and stud framing is specifically included. ROOFING, WATERPROOFING AND INSULATION - Bid Item 6E 1. Base bid to include furnishing and installation of roofing, waterproofinc and insulation per plans and specification Sections 7120, 7220 and 7510 all building facilities. 2. Include below grade waterproofing of planters and walls around entry to Police/Fire Buildinq; and mechanical equipment enclosure. 3. Waterproofing of deck area over police sally port. 4. Coordinate installation of roofing system to accommodate roof mounted accessories supplied by other trades. 5. Include fill for pitch pockets at typical grab rails for roof hatch acce 6. Include "walk top" surface pads as shown on A-7. 7. Install complete roofing system at all buidinqs to achieve indicated crc slopes and positive drainage patterns to roof drains. 8. Provide alternate additive price to complete roofing operation at Police/Fire Buildinq as two move-on process. Possibility exists that initial roofing operation shall precede installation of perimeter precaz concrete panels. Roofinq Contractor would be required to install rigid insulation and initial asphalt cap to provide watertight lid so that interior improvements could proceed. After precast installation, balanc roof would be complete. SHEET METAL, FLASHING, LOUVERS AND ROOF ACCESSORIES - Bid Item 6F 1. Base bid to include furnishing and installation of items listed above pc plans and sFcification sections 5030, 7600, 7720, 10200, and 10990 foi .building facilities. 2. Sheet AC-3: Parapet cap assembly and complete louver assembly prefinsil Reqlet, flashing and drips at mechanic building and site retaining wall! Sealant as required. ~ e e *'*' Page 3. Police Buildin9 a. Prefinished and standard sheet metal as indicated on A-7. Roof hatct skylites, fascia panel, sheet metal backing and guard rail flashing I (6/A-7), pitch pockets, parapet cap, flashings, etc., for complete installation. Sealant as required. b. Removalbe and fixed louvers, and fascia panels as indicated on elevations (A-9, A-10) flashing per 26/A-9. c. Flashing per 5/A-14. d. Reglet, flashing and expansion joint per 5/A-15. See clarification drawings SR-4 dated 9-24-85 for modification of details 8/A-15. e. Prefinished metal door drips per sheet A-21. f. Flashinqs which are an integral part of qlass and glazinu work shall by others. (27/A-9 ad typical details A-22,) g. Expansion joint (29/A-22), and prefinished metal drips sheet A-22 (except at windows 1 /A-22). h. Stainless steel trays or other specialties associated with cabinet drawings are N.I.C. 4. Service Ehildig: a. Roof hatch, skylites, flashing and reglet system, door drips; and prefinsihed parapet cap and louvers as specified. Sealants as required. 5. Vehicle Wash Building: a. Reglet and flashing system; gravel stop; and gutter and pipe down sp system indicated on sheet A-60A. Sealants as required. BUILDING INSULATION - Bit Item 6G 1. Base bid to include furnishing and installation of all required insulat and fire safing per plans and specifications section 7210. Exterior wa! of stair no. 2 and complete elevator shafts shall be included. Acoustical partition designated on sheet A-52 shall be extended to inch wall separatina men's locker room 004 from lounge 002. COILING AND SECTIONAL GRILLES, DOORS, AND CIJRTAINS -.Bid Item 6H 1. Base bid to include furnishing and installation of all coilinq and sect doors per plans and specifications, 8330, 8340 and 8360, includina weld! as required. 2. 0 0 a.6 t I Page 2. police/Fire BuildinF a. Rated coiling door at property and evidence roan including track assembly per 1,2/A-23. b. All interior fire rated curtains with fusible link. Include overhea bracing/support as required. C. Electrically operated coiling qrilles at sally port. Include requir connection to steel support framinq provided by others per detail 23 9. Include required connection anqles and Jamb guides welded to ste columns. 3. Service Center Building: a. Sectional doors with complete installation of track assemblies, welc as required, and specified liqhts. PNEUMATIC TUBE SYSTEM - Bid Item 61 1. Base bid to include furnishing and installation of a pneumatic tube syst per plans and specifications section 14580. Floor plans and cabinet ke) plans should be cross referenced for sending/receiving stations. 2. Furnish and layout all required floor and/or wall sleeves. Core drillir decks shall be included. FINISH CAWENTRY - 8id Item 1. Base bid to include furnishing and installation of finish carpentry iten and wood doors as outlined per plans, specification sections 6200 arid 82 and these special provisions. Include wood caps at quard rails per 3/A-16 inclusive of 2x block. Include hardwood sill at meeting room windows only per 3/A-14. 63 2. 3. 4. Include wood base and handrails throughout police facility per details 1 H/A-36, and per attached elevator no. 1 detail sheets. Include all wood doors with louvers and/or glass lites as specified. W doors shall be pre-machined to accommodate all specialty hardware requi Ooors no. 148 and 149 will require provision to install wire from elect mortise lock to opposing jamb. 5. 6. Include receiving, storing, protection, sorting, placinq and installati1 all hollow metal doors, wood doors and required hardware for each. Spe coordination will be required with electrical contractor. Hardware sch currently beino revised to reflect electric locks at doors 148 and 149 Balance shall be converted to electric strikes. All frames shall be 0 0' <1 -3, Page provided and set by others. provided by others. Hollow metal doors and hardware shall be 7. Provide alternate additive cost to furnish ad install red oak ventwood ceiling and acrylic sheet in elevator no. 1 per attached detail sheets dz 1 0- 8-85. SITE MAINTENANCE CONTRACTOR - Bid,Item 6K 1. The General Condition Contractor, hereinafter called "The Contractor", st furnish all labor, material, equipment, services, plant tools, applicancc and all other things necessary to perform the General Condition Work wher and as directed by the Constructio-n Manager. - 2. The Contractor shall organize, monitor, coordinate and direct the Genera. Condition Work to be performed. The Contractor shall furnish a canpeten' Foreman if and when required on the jobsite who will coordinate all activities with the Koll Project Superintendent. The General Conditions Contractor will be qiven at least 24 hour notice each time men and mater are required at the jobsite with the exception of urgently needed safety damage protect ion work. 3. The Contractor shall submit a percent of fee, in the Bidder's Form, that will accept as full payment for the services, duties, obligations and responsibilties which shall be applied to all direct costs as defined herein. The percent of fee submitted in the Bidder's Form shall be to the second decimal (xx.xx%). The percent of fee shall be a combination of overhead and profit and sha include items such as listed below. a. Officers ' salaries and expenses. b. Project Manager's and Engineer's salary and expenses. C. Main office supplies. d. Sales expenses, advertising and publicity. e. Charitable contributions and subscriptions. f. Membership and dues to engineering society. g. Repair, maintenance, depreciation and utilities at the Contractor's - off ice and /or plant. General Superintendent, Superintendent and General Foreman. h. e ai a" I,, Page i. Salaries and expenses of personnel in accountinq, estimating, purchasing, clerical and secretarial work. j. Repair and maintenance of equipment which is owned by the Contractor rented to the Project. k. Small tools. Items considered to be small tools are hammers, saws, screwdrivers, sauares, levels and such other items which are normall: used by a carpenter and/or laborer to perform his work. Power saws, power screwdrivers, shovels, picks, sledge hammers, etc. shall be purchased, if required for the work and authorized by the Constructic Manaqer, by the Contractor and shall become a cost of the work. A1 such tools, as well as other materials, so purchased shall become thc property of the City of Carlsbad. 1. Insurance cost related to the Project. (Insurance which is carried the Contractor which covers the home office business operation and facilities such as fire and theft, health and welfare insurance prog. for home office employees and/or other similar insurance wich the Contractor may wish to charge and/or prorate and assign as attributal to the Project.) m. Taxes, telephone and telegraph charges, (except jobsite telephone). The type of reimbursable work that may be anticipated to be performed anc which shall be on an "as needed" basis is as follows: a. Construction of temporary enclosures for toilets, hoisting facilitie 4. temporary power panels, temporary wood doors for storage areas, etc. b. Dust palliation, pumoing and water diversion. c. Cleanup and providinq rubbish containers. d. Drinking water for jobsite personnel, including distribution of watei cans and the furnishinq of cups and other accessories. e. Providing of chemical toilets. f. Incidental maintenance and protection of work in place. g. Providing watchman service. h. Operating engineers for elevators. i. Maintenance of temporary roads and site utilities. j. Temporary protection and barricades which shall be installed in accordance with CAL/OSHA requirements. Any other work as may be authorized by the Construction Manager. k. a e 1 I *I Page When directed by an authorized representative of the Construction Manage] the Contractor shall perform the "General Condtions" work. The value of work shall be established as follows: LAB0 R a* - The actual net cost to the Contractor of field labor, in accordance \ Prevailing Wage Rates, including required union benefits, premiums tl Contractor is required to pay for Workmen's Compensation and Liabilii Insurance and payroll taxes on such labor. Labor charges shall be established by daily time vouchers which shal signed daily by authorized representatives of the Construction Managc and shall include the various classes of employees. b. MTERIAL 5. The actual cost to the Contractor of materials and such other direct costs as may be approved by the Construction Manager, less all savin discounts, rebates and credits. All material shall become the prope of the City of Carlsbad. Sales and/or Use Taxes are reimbursable on materials and/or eauipment which have been authorized to be purchase rented by the Construction Manager. The Contractor shall obtain competitive bids for all materials. A minimum of three bids shall be required. Material vouchers shall be signed by an authorized representative of Construction Manager on the day material is delivered to the Project The Owner reserves the right to furnish and/or purchase materials as be required for the Work. c. EQUIPMENT Charges for rental equipment shall be at the prevailing rates of equipment in the City of Carlsbad. d. FRIEGHT Cartage shall be charged at the net actual rate of same. BONDS - The Contractor shall submit a Bid Bond with his proposal in the amoi of Ten Thousand Dollars ($10,000.00). The Bidder to whom award is made will be required to furnish a Performance and a Labor & Material Bond each in the amount of Twent: Five Thousand Dollars ($25,000.00). e* c 0 e 1 I I( >) , Paw The cost for bonds shall become a cost of the Work. f. PERMITS - Permits of any type, if required, shall be obtained and paid for by t Contractor. The cost of same shall become a cost of the Work. 9. SUBLET OF WORK The subletting of work and/or services, such as watchman services, SI be subject to the approval of the Construction Manager. A minimum 0' three bids for work and/or services shall be required. In the event work is sublet, the Contractor shall be permitted to only add a comb allowance, for overhead and profit, a maximum of five (5) percent (0 the quote and fee, whichever is lower) on all sublet work and/or services in lieu of the fee as stipulated to be applied for all othe costs fo the Work. Any other items which are used and/or required specifically in or fo the performance of the Work and authorized by the Construction Managl shall become a cost of the Work. h. 6. Billing shall be monthly on or before the 25th of each month. The Contractor shall submit copies of payroll summaries with signed time vouchers, material invoices and other invoices or bills of payment incur as job costs. The Contractor shall submit the monthly billing in a form accordance with instruct ions received from the Construct ion Manager 7. The following are modifications, clarifications and/or deletions to the package for the General Conditions Work. a. Notice Inviting Bids: 1. Item 8 - Bidders shall submit $10,000 cash, certified check or b idde r ' s bond. 2. Item 9 - Designation of Subcontractors is not applicable to thi2 item. Item 12 - A faithful performance bond of $25,000 and a $25,000 1 and material bond shall be furnished. Item.13 - Payments to the General Conditions Contractor will no1 subject to retent ion. 3. 4. b. Contract: 1. Items 1 & 2 - Contractor shall perform all work as directed by Construct ion Manaqer . 2. Item 4 - Extra compensation provision is not applicable. * 0 * 8' b' 4 Page c. General Provisions : 1. Item 2 - All work shall be as requested by the Construction Manager. 2. Item 5 thru 16, 18 thru 24, 26, 27 - Not applicable. m 0 . b’ i’ I Paq e LIST OF CONTRACT DOCUMENTS I. Contract documents prepared by Ruhnau, McGavin, Ruhnau/Associates, 575’ Palmer Way, Suite C, Carlsbad, CA 92008 (619) 438-5899. Plans dated September 16, 1985. a. Architectural Site Plans Sheets AC-1 thru AC-3 b. hrchitectural Public Safety Center Sheets A-1 thru A-36 Public Service Center Sheets A-51 thru A-60A c. Equipment Plans Sheets EQ-1 and EQ-2 d. Structural Plans Sheets S-1 thru S-16 (10A thru - e. Mechanical Plans Sheets M-I thru M-10 f. Plumbing Plans Sheets P-I thru P-8 q. tlectrical Plans Sheets E-I thru E-20 Project manual (specifications) for the construction of the City of Carlsbad Public Safety and Service Center prepared by Ruhnau, McGavin, Ruhnau/Associates dated September 16, 1985. Clarification drawings SR-2 thru SR-5 dated September 24, 1985 attache hereto and made a part hereof. 11. 111. IV. Elevator No. 1 finish drawings (elevations and details) sheets 1 thru dated October 8, 1985 attached hereto and made a part hereof. a, &Luz&?de<d- 595L City of Carlsbad Public Safety & Service Center 2 arls b a d, Calif or nia rev it ion a 'job no. C 21 201 Arch~tucn Plannus ?UHMU McGAVIN RUHNAU/ASSOCIATES 3775 rem Strat Rlmse U 92507-3869 1207 EM Ar.nu CJ~ CA 97a-lM =stme C \ Ldt&udG<& 5-95L BRANDOW a JO STOM .. ASSOCIATES CmImMLT81.I 8TRUS7MSA%: .D.LI-g.g* ma0 w. maao m- WI AWQU tluioRnu sooay TmOWS 1U.S.O *rrLI COO. xts !J WIW m WE WEVAT City of Cartsbad Catlsbad. California Public Safety & Service Center . ravirlon )ob no. 21 201 A&lw&d~d-. T-9b BRAmOW & JO STON ASSOCIATES .* emlO(lLT8l.) .+mUrTUmAL: 8aa81.g.8 Ira0 W, MlRD ST, -8 Ana- UUFOII3(1A a0017 --I 4u*s.Q ~~za CDOS ass !!J WISW SECTION @ City of Carlsbad Carlsbad. California Pubtic Safety & Service Center revision ob no. 1 2l201 A&t(Kir Phnn.rr RUHNAU McGAVlN RUHNA U/ASSOCIATES 317s rent, Skeu 1107 EknAr+nu. Rrrr-. CJI 92501-3649 cffl% Iy,'m'f* Is hc * 4, I *a'. i ' \r > . -. .. *-. - . - . -_-_ --- rT, ul I . < > 1 0 0 p e ' !4U \* .. * pow 4 w nophsl 6'- hi1 . . . . . . - -. .__ -. ._ ___ ______ \'GI -\ Lswm T AiFfiIb 4 @/yq4- pdFlWE2 FK9 f;41L vEppwrc!2.c G ir 4 __ __. ___-__-_-_____- '---- - -- - ---- ELsJ47bc d4. I 4 I( e? - dW - --- -__ - - - --- - I -- LL .I I L-- WrJW *L - --> -I D - mm g3 *dDV c 4 '3,5G%dLEG+ Y A c -L -J-, -- -A r @E r __- (qk ------+ I= me 1 t PC?.%\, .- \i t MJ@=,uwu, r dm WWM -6 k;’ PAFW &% WfWP * fvei-IGL4 - 4y 6)4.cL I3 - -- 31 ga/mx Ab. I I ’. r ** I. 3 1 7. . ” ,- * I [ ’t” I\ I\ J -j tI I L /?#TlL ltyf1dAk- as-6- 16 =&my m4e+tI *PPt.iEW pp% 70 w ~NI-Ew !N- Fwel-k= lAn\*lE. < ---’ --- p/p.e irT: I ,‘ - _F - - -- -_---- - _- -- - _- --- - (/@$qg m “d’) 4GE b.b* e+ _.__ Emm do. I A I I'prv dQcc/m i - 13 I "* ,: +, I, _- t i i I I i 0 4, 0- %".e k u I' .$I we Fm+I, wwl '54 1 i 'mi& flm MeV+ 'WZP -. I I l e P I / I I ., 1 , 0: IZI E E!- ww fW ctl d I- f.0 I:rr I-* 171 3 i- =?. r- .-i cn iJw WE w Q 01 3 *x M 13 ft: 3 u LL JJIZ a Ls 13: IT* w x rn .‘c qt 3. <J @ 2