HomeMy WebLinkAboutReliable Elevator Corp; 1985-06-06; 3006-3AJuly 1, 1985
To: City Clerk
FROM: Purchasing Officer
RE: RELIABLE ELEXATOR COW. - EL;EVATORS - CONTRACT #3006-3A
PUBLIC SAFETY & SERVICE CENTER
Attached are four copies of the above referenced contract ready for
execution of signatures in the followinq order:
1. City Attorney
2. Mayor
3. City Clerk
After execution of signatures, retain one copy for your files along
with the original insurance certificate and return the remining
three to Purchasing.
c
Ruth Fletcher
ct
NATIONAL CERTIFIED, INC
P. 0. BOX 189
WHITTIER, CA 90608
RELIABLE ELEVATOR CORP
13215 E. PENN ST
WHITTIER, CA 90602
PREMISESIOPEPATIONS MP 3524 27 95
UPLOSION & COLLAPSE HAZARD
PRODUCTS/COMPLETED OPERATIONS
INDEPENDENT CONTRACTORS
BROAD FORM PROPERTY DAMAGE
PERSONAL INJURY
ALL OWNED AUTOS (FiT:R&t$N)
NON-OWNED AUTOS
ER$’ ~~~~~~$A~~~~
DESCRIBED POLICES BE CANCELLED
KOLL CONSTRUCTION Co
7330 ENGR. ROAD
SAN DIEGO, CA 92111
1-
// 3 3 A r- i * &,
b””’”
CITY OF CARLSBAD
SAN DIEGO COUNTY
CALIFORNIA
BIDDING DOCUMENTS
FOR
PUBLIC SAFETY AND SERVICE CENTER
CONTRACT NO. 3006
BID PACKAGE NO. 3
For information relative to this project contact:
KOLL CONSTRUCTION COMPANY
7330 Engineer Road San Diego, CA 82111
Steve Mahoney, Project Manager (619) 292-5550
RECE\vEDiZl”iY ’t 6 E@5
+.
-, .J
‘1200 ELM AVENUE
(1 CARLSBAD, CA 92008-1989
Citp of darI$bab
PURCHASING DEPARTMENT
April 24, 1985
ADDENDUMNO. 1
PRXJKT: PUBLIC SAFETY AND smcE CExrEn
BID PACKAGE NO. 3
This addendum, receipt acknowledged, must be attached to proposal form when bid is submitted. 1
I acknowledge receipt of Addendum No. 1 to Bid Package No. 3.
e% 7 2 Li
e.. *"
<I
'VP c
1
TABLE OF CONTEYTS
Pdqf A Item
NOTICE INVITING BIDS
-
1-
PROPOSAL brn@ Qq (0 5-
BIDDER'S BOND TO ACCOMPANY PROPOSAL u (7i' IO
DESIGNATION OF SUBCONTRACTORS I1
BIDDER' S STATEMENT OF FINANCIAL RESPONSIBILITY w@ 12
BIDDER'S STATERENT OF TECHNICAL ABILITY AND EXPERIENCE p bT6 13
CONTRACT 14 - '
LABOR AND MATERIALS BOND \ ow 18 -
PERFORMANCE BOND 20 -
GENERAL PROVISIONS 22 -
CERTIFICATE OF COMPLIANCE 29
SPECIAL PROVISIONS/SPECIFICATIONS 7 373 30-
LIST OF CONTRACT DOCUMENTS 37
4
-\
.-cb
1.
%
Page
CITY OF CAgLSRAD
PUBLIC SAFETY AND SERVICE ENTER
NOTICE INVITING BIDS
The City of Carlshad invites bids for performing the following work:
Bid Package #3 - Elevators, Pluhing, Fire Sprinklers, H.V.A.C.,
Electrical, Cervice Station Equipment, Vehicle Wash, and Finish Hardwai
1. Sealed bids for performing the work shall be received at the office of
Purchasing Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, un
4:OO PM on the 2nd day of May, 1985 at which time they will be opened
read aloud.
2. The work shall be performed in strict conformity with the specificatio
therefor as approved by the City Council of the City of Carlsbad on fi
the Engineering Department. Reference is hereby made to said
specifications for full particulars and description of the work.
3. The work, a portion of the total Public Safety and Service Center Pro3
involves complete sitework development of twenty-six (26) acres includ
grading, underground utilities, and surface improvements, etc. A full
improved Police and Fire Administration Building, Vehicle Maintenance
Facility, car wash and fuel island shall also be constructed as a part
the Phase One construction program.
4. Koll Construction Company will provide construction management service
the City of Carlsbad and shall organize, monitor, coordinate and direc
phases of the construction at the Public Safety and Service Center.
Plans, specifications and bidding documents may be obtained at the.
Purchasing Department, City Hall, Carlsbad, California, after April 8 to licensed Contractors for a non-refundable fee as follows. Please I
ahead to reserve your documents, (619) 438-5601.
5..
Bid Package No cost
Complete Set, Specifications Included $50.00
Architectural (AC-1 thru A-60A) 20 .oo
Equipment (EO.-1 and E&-2) 1.00
Structural (S-1 thru S-16) IO .oo
Mechanical (M-1 thru M-9) 5.00
Plumbing (P-1 thru P-8) 5.00
Electrical (E-1 thru E-20) 10 .oo
Complete documents are ‘available for review at the following loaction
Construct ion Plan Rooms
Koll Construction Company, 7330 Engineer Road, San Diego, CA 92’
b z
( .* I
<
Pagt
6. A pre-bid conference will be held at April 23, 1985 at 2:OO PM to disci
bidding requirements.
If information is required regarding the bid package, drawings and/or
specifications, the bidder SHALL NOT contact the City of Carlsbad nor 1
architect. All questions and requests for information shall be directc
Koll Construction Company, (619) 292-5550, Steve Mahoney.
7.
8. No bid will be received unless it is made on the proposal form include(
with these bidding documents. Each bid must be accompanied by cash,
certified check or bidder's bond made payable to the City of Carlsbad
an amount equal to at least ten percent (20%) of the amount of bid; sa
guarantee to be forfeited should the bidder to whom the contract is a
fail to furnish the required bonds and to enter into a contract with t
City within the period of time provided for by the bid documents. The
bidders' security of the second and third lowest responsive bidders ma
withheld until the contract has been fully executed. The cash, cashie
check or certified checks submitted by all other unsuccessful bidders
be returned to them within ten (10) days after the receipt of bids, an
their bidders' bond shall be of no further effect.
9. The documents included within the sealed bids which require conpletion
execution are the following:
1. Proposal
2. Bidder's 8ond
3. Designation of Subcontractors
4. Bidder's Statement of Financial Responsibility 5. Bidder's Statement of Technical Ability and Experience
The entire bid package shall be executed and submitted prior to the tj
for the bid opening.
Said document shall be affixed with the appropriate notarized signatur
and titles of the persons signing on behalf of the bidder. For
corporations, appropriately notarized signatures of the person author1
by the corporate by-laws are required and the corporate seal shall be
affixed to all documents requiring signatures. In the case of a
partnership, the properly notarized signature of at least one general
partner is required.
No bid shall be accepted from a Contractor who has not been ljcensed '
accordance with the provisions of Chapter 9, Division 3 of the Busine:
Professions Code. The Contractor shall state hislher license nuher
c lassif icat ion in the proposal.
The City of Carlsbad reserves the right to reject any or all bids and
waive any minor irregularity or informality in such bids.
.
10.
& * \
.h
%
3
Page
11. 3ids shall not modify or contain any recapitulation of the work to be dc
No oral i Alternate proposals will not be considered unless called for.
telegraphic changes to the bidding documents will be considered.
12. The amount of bond to be given for the faithful performance of the conti
for said work shall be one hundred percent (100%) of the contract price
therefor, and an additional bond in the amount equal to fifty percent ('
of the contract price for said work shall be given to secure the paymenl
the claims for any material or supplies furnished for the performance 01
the work contracted to be done by the Contractor for any work or labor
any kind done thereon.
within the bid package. Sureties shall be licensed ard registered In t
State of California and subject to approval by the City.
Bonds shall be prepared on the forms included
13. Partial and final. payments on this contract shall generally be in
accordance with Section 9 of the 1979 edition of "Standard Specificatio
For Public Works Construction", as herein modified.
The Construction E-fanager will, after award of contract, establish a clc
date for the purpose of making lmnthly progress payment.
Each month, the Construction Manager will make an approximate measureme
of the work performed to the closure date and as a basis for making mor
payments, estimate its value based on the contract breakdown furnished
the Contractor and approved by the Construction Manager.
From each progress estimate, ten percent (10%) will be deducted and
retained by the agency, and the remainder less the amount of all previc
payments will be paid to the Contractor. After fifty percent (50%) of
work has been completed and if progress on and quality of the work is
satisfactory as determined by the Construction Manager, the deduction
made from the remaining progress payments and from the final payment w
be limited to $500 or ten percent (10%) of the first half of the total
* contract amount, whichever is greater.
Final payment for value of work completed under this contract, unless
Notice of teins or unpaid bills are on file with the City, shall be ma
thirty-five (35) calendar days after acceptance of the completed work.
City Council approval and filing of a Notice of Cmpletion shal.1 const
said acceptance. Application for payments and dispersement of funds H
be made through the Construct ion Manager.
The Contractor may, at his/her option, substitute securities, as sped
by Government Code Section 16340, for the retention held on this contx
At the request and expense of the Contractor, securities equivalent tc
amount withheld may be deposited with the City or with a state or fed€
chartered bank as the escrow agent who shall pay such mnies to the
Contractor upon satisfactory completion of the contract. The Contract
shall be the beneficial owner of any securities substituted for mnie
withheld and shall receive any interest on the mnfes.
*
i
e?
I
4
PdC
14. The bid documents are intended to be cornolementary so that any work ci
for in one and not mentioned in the other, or vice versa, is to be ex€
the same as if mentioned in all said documents, The intention of the
documents is to include all labor, materials, equipment , transportatic
services necessary for the proper execution of the work.
15. If any person contemplating submitting a bid for the proposed contract
in doubt as to the true meaninq of any part of the plans, soecificatic
other proposed contract documents, or finds discrepancies in, or mis:
from the drawings or sDecification, a request may be submitted to the
person named on the title page of the contract documents for the
interpretation or correction thereof. Any interpretation or correct ic
the proposed documents will be made by addendum duly issued by the Cil
and a copy of such addendum will be mailed or delivered to each persor
receivinq a set of such documents. The City will not be responsible '
any other explanation or interpretation of the proposed documents.
16. Any addenda issued by the City during time of bidding, or forming a p,
the documents delivered to the Bidder, shall he covered in the bid anc
shall be made a part of the Contract. Bidders are advised to verify
issuance of all addenda and receipt thereof one day prior to bidding.
Submission of bids without acknowledgement of addenda may be cause fo.
reject ion of bid.
17. No person, firm or corporation shall be allowed to make or file or be
interested in more than one (1) bid for the same work, unless alterna
bids are called for. A person, firm or corporation submitting a
suhproposal to a bidder, or who has quoted prices on materials to a R
is not thereby disqualified from submitting a subproposal or quoting
to other bidders.
18. Bidders are required to inform themselves fully of the conditions rel,
; to construction and labor under which the work will be or is now beint . performed, and so far as possible, the Contractor must employ such me
and means in carrying out the smcified work as will not cause any
interruptions or interference with any other Contractor.
The Contractor shall comply with the provisions of California Labor C
Part 7, Chapter 1, commencing with Section 1720.
19.
- 20. The Contractor shall not pay less than the specified prevailing rates
wages established pursuant to Section 1773.2 of the California Labor
A copy of the current applicable wage rates is on file in the Office
Carlsbad City Clerk.
Approved by the City Council of the City of Carlsbad, California, by Resol
No. 7963 , adopted on the AdA day of flpg ,I 7- 19 s *> 9. /YK 5- 4s A: Q- ALETHA L. RAUTWKRANZ, City Clerkd Date
?
b
' 'n ,
i
Paqe
CITY OF CARLSOAD
PlJRLIC SAFETY AND SERVICE E-NTES
CONTRACT NO. 3006
PROP_OS4L
City Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
The undersigned declares he/she has carefully examined the location of the 1
read the Notice Inviting Rids, examined the plans and specifications, and hi
proposes to furnish all labor, materials, equipment, transportation and ser!
required to do all the work to comolete Contract No. 3006 in accordance wit1
the Plans and Specifications of the City of Carlsbad, and the special
provisions, to wit:
The followinq proposal form includes work associated with the sitework bid
package # 3 items P - 1 through k?~ I -
1. Proposals for the work shall include separate prices for each item of
bid: Sid #3A, or Bid #33, etc. A proposal for work may include a bid
combination for any or all items of work, but must- also include bids f
each separate item. Award on a combination bid will only be made if i
the lowest of any possible combination of bids - and is lower than the t
bids of the Lowest responsible bidders on the particular items of wor
makinq up that combination bid. The City reserves the riqht to (a) aw
; separate contracts for each bid item, or edch combination of bids, or
, make no award at all.
Note: If not bidding on an item of work, the bidder shall state "no b
Proposals for the work in each hid package shall be complete per the p specifications and contract documents. Items listed in the special
provisions are for clarifcation only and shall not be considered as a
complete list of all the required work.
2.
3. quantities of materials and earthwork used on the plans are for permit
purposes only. All bidding contractors are required to complete their
quantity take offs, and submit lump sum bids for all work unless speci unit prices are requested within the special provisions.
4. Addendum(a) No(s). / has/have been received and is/(
included in this proposal.
*
1
1
Page
Bid
Item #
ELEVATORS
3A- 1 Complete elevator work for the lump sum amount of <7-~~y----z~/~
j?Zhze~&D &z/[&%7- &fde8B d/M7-Y- oh&-- c?!L04,.4?5 ---f%q $39 /d - --1_--
(Based on two (2) holeless hydraulic elevators .)
Complete elevator work for the lump sum amount of ~/~jy--,e$d&? 3A-2
p722-ZZdD e922 47 /&d2..43?9&3 m/pmp-y- Gde- *30L L,@@ L7 $ 57 p- z? j, -
(Based on two (2) traditional hydraulic elevators.)
3A-3 Additive cost to bid item 3A-2 for excavating holes through rock fc
the lump sum amount of fi/~ FA~~JD ~0 &E A/Al/?&C7~
rnZk&E/7 -. $ ++((C, -- -~
PLUMBING
38-1 Complete plumbing work for the lump sum amount of
- _I_ -- $ -
36-2 Deductive cost from bid item 3B-I for utilizing plastic pipe in lil
cast iron as specified for the lump sum amount of I
. 7-
FIRE SPRINKLERS
3C- 1 Complete fire sprinkler work for the lump sum amount of
$
H.V.A.C.
3D- 1 Complete H.V.A.C. work for the lump sum amount of
$
ELECTRICAL
3E- 1 Complete electrical work for the lump sum amount of
-- $
$fz/-LJ+/ NJ* /ill/; +7f- /A
\
-A
1
Pa<
3E-2 Deductive cost from bid item 3E-1 for concrete pole bases for the '
sum amount of ----
.-T-
SERVICE STATION EOUIPMENT
3F- 1 Complete service station equipment work for the lump sum amount of
- $
3F-2 Additive cost to bid item 3F-1 to relocate existirag owner equipment
new facility for the lump sum amount of
$
VEHICLE WASH
3G-I Complete vehicle wash work for the lump sum amount of
A
- L.
FINISH HARDWARE
3H- 1 Complete finish hardwre F.O.R. jobsite for the lump sum amount of
-- $
COMBINATION BID
3121 Combination Rid No's. - For the lump sum amount of
$
Note: Bidders must also bid these individual bid item number
separately .
,
6
1
Page
5. All bids are to be computed on a lump sum basis with separated unit pri
when requested, as indicated in this proposal. In case of a discrepanc
between words and figures, the words shall prevail.
The undersigned has checked carefully all of the above figures and
understands that the City will not be responsible for any errors or
omissions on the part of the undersigned in making up this bid.
6.
7. The undersigned agrees that in case of default in executing the requirc
contract with necessary bonds and insurance policies within twenty (20' . days from the date of award of contract by City Council of the City of
Carlsbad, the proceeds of check or bond accompanying this bid shall be(
the property of the City of Carlsbad.
8. Contractors shall be licensed in accordance with the Statutes of the S of California providing for the registration of Contractors.
9. The undersigned bidder hereby represents as follows:
a. That no Council Member, officer, agent or employee of the City
Carlsbad is personally interested, directly or indirectly, in
contract, or the compensation to be paid hereunder; that no
representation, oral or in writing, of the City Council, its
officers, agents or employees, has induced hidher to enter in
this contract, excepting only those contained in this form of
contract and the papers made a part hereof by its terms; and
b. That this bid is made without connection with any person, firn
corporation making a bid for the same work, and is in all resp
fair and without collusion or fraud.
IO. The undersigned is aware of the provisions of Section 3700 of the Labc
Code which require every employer to be insured against liability for . workers' compensation or to undertake self-insurance in accordance wit
provisions of that code, and agrees to comply with such provisions bef
commencing the performance of the work of this contract.
11. The undersigned is aware of the provisions of the State of California
Code, Part 7, Chapter 1, Article 2 relative to the general prevailing
of wages for each craft or type of worker needed to execute the contra
and agrees to comply with its provisions.
. \
C\
Page
Accompanying this proposal is .=%./D
‘(Cash,~ertified-Theck’;--t5bnd or Cashier’s Checl
in an amount of not less than ten percent (10%) of the total bid price.
ci/-- 30F6i93 73- -29; yzAfiLs &Ze%4+73-2 dY@Ey?? I_ Bidder’s Name State License No. Employer I .-D.
-
-i?;Fic L?fF#&?55 L”4e- - 4R 0 wp b@i? E
a. d+/84/, L;4L,<A - 57>7&?L3
Bidder’s Address Name ‘
/&9)&/2-&5,) /?# f575/557- -- ‘*e NO. Date Name . PODPoR4pdd
Type of Organization (Individual, Authorized S ign ature
Corporation, Partnership)
List below names of President; Secretary; Treasurer; and Manager, if a
corporation, and names of all partners, if a partnership:
,I SL?&&& -- j 5- J&l*4Gz+, a25 j 2’/CC/APD &w< &*+fl ‘ /&@(
Jfi-dd . Hv5x9K . 5c<-cp ~ ._ ;+
R.2-H%3La / . S;-z454p,77$ , 7EZ5
(NOTORIAL ACKNOWLEDGEMENT OF EXECUTION BY
ALL PRINCIPALS MUST RE ATTACHED)
(CORPORATE SEAL)
BondNo. ASB go
* I' +
'q Allianz Insurance Company
6435 Wilshire Boulevard P. 0. Box 54897 Terminal Ar Los Angeles, Calif. 90054
KNOW ALL MEN BY THESE PRESENTS, that we, RELIABLE E~EVA~R cow.
as principal, and the ALLIANZ INSURANCE COMPANY, a corporation existing under the laws of the Sti
California having its Administrative Office at 6435 Wilshire Blvd., Los Angeles, CA as surety, are held and
bound Unto, CITY OF CARLSBAD, 1200 Elm Avenue, Carlsbad, Calif.92008
as obligee, in the penal sum of Tl3J PERCENT OF THE TOTAL AIVKIUNT BID-------------------
DOLLARS ($ 10% ), lawful money of the United States of America, for the payment of which, well and t
be made, we bind ourselves, our heirs, executors, administrators, successors and sssigns, jointly and sev
firmly by these presents.
SIGNED, sealed, and dated this 2nd day of MAY 1
WHEREAS, the said principal is herewith submitting a proposal for furnish and i
two (2) Hydraulic Passenqer elevators at Carlsbad Public Safety Service Buildi
Bid Date: 5-2-85
NOW, THEREFORE, the condition of this obligation is such that, if the said principal shall be awarded tt
contract, and shall within Thirty ( 30 ) days after receiving notice of such award enter into a cc
and give bond for the faithful performance of the contract, then this obligation shall be null and void otherw
principal and surety will pay unto the obligee the difference in money between the amount of the principal's t
the amount for which the obligee may legally contract with another patty to perform the work, if the latter amc
v in excess of the former; but in no event shall the liability hereunder exceed the penal sum hereof.
* s I
.
*
I ,/ A
Allianz Insurance Compa
,iJ
/k (, L&& (&4l&w4
v
a- BY - Antonio 0, mrada, Attorney
t a
A I C 2-6013 (2/79) Pnnted in U SA
(Bid Fonn) h I,
-e i
authorized by this power
1 t)an TWO. POWER OF ATTORNEY N? 0-2
r\iiiai IL 11 IDUI ai I~U WUI I ipai iy rr...Ul of attwney is not more
r
+ KNOW ALL MEN BY THESE PRESENTS: That the ALLIANZ INSURANCE COMPANY, a corporation organized a and by virtue of the laws of the State of California does hereby nominate, constitute and appoint the person or persons nan
and lawful attorney-in-fact or attorneys-in-fact, for it and in its name, place and stead to execute in behalf of the said Compa
and all bonds, undertakings and contracts of suretyship: provided that the liability of the said Company on any such bonl
contract of suretyship executed under this authority shall not exceed the limit stated below.
Name Address Limit of Power
Peter Wall Los Angeles, California Unlimited
Antonio 0. Morada Los Angeles, California Unlimited
This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above.
IN WITNESS WHEREOF, the ALLIANZ INSURANCE COMPANY has caused these presents to be signed and attested
officers and its corporate seal hereunto affixed this 9 th day of September ,19 8 0 .
Attest: AL~D~B
b- Roland Reed, Vice Preside1 Q bb&w55h cretary &
*iPT #e F,
OF CALIFORNIA
COUNTY OF LOS ANGELES ss
97, Cr
80 ,19 , before me personalty appeared ROLAND REED, to
sworn, depo he resided in Los Angeles, that he is the Vice President of the ALLIANZ INSURANCE COMPAI
described in and which executed the above instrument; that he knows the seal of the said Company, that the seal affixed to tt
is such corporate seal; that it was so affixed by authority of his office under the By-Laws of said Company, and that he signec
On thi day of September
by like authority. ;""";'II
PATRICIA L. PARKER %9 La
Notarial Seal: NOTARY PUBLIC CALIFORfJlA
r!G7 3 COUNTY
expires DEC 16, 1980 Patricia L. Parker, Notary - rcc. - +
This Power of Attorney is granted under and by authority of Article IV of the By-Laws of the Company, extracts
follows: ARTICLE IV - Officers: Powers and Duties
Section 5 . . . The President . . . shall have general power and authority to. . . appoint such subordinate officers,
agents or attorneys-in-fact as the business of the corporation may require and as are not by law or the certificate of in
or these ByLaws required to be appointed by the Board of Directors, and to remove or suspend any such officers,
agents or attorneys-in-fact with or without cause;. . .
Section 6 . . . The several Vice Presidents, other than those whose authority may be expressly limited, shall act,
of their appointment, in the place of the President, exercising all his powers and performing his duties, during his ab:
ability.
This Power of Attorney is signed and sealed by facsimile under and by authority of the following Resolution adopte
Directors of the ALLIANZ INSURANCE COMPANY at the organization meeting duly called and held on the 29th day of
RESOL VED, that the Company seal and the signature of any officer authorized by the ByLaws may be affixed
to any power of attorney and revocation of any power of attorney or certificate of either given for the execution 0
undertaking, contract of suretyship, or other written obligation in the nature thereof, such signature and seal, when SI
hereby adopted by the Company as the original signature of such officer and the original seal of the Company. to 1
binding upon the Company with the same force and effect as though manually affixed.
79 80 .
CERTIFICATION
I, WILLIAM J. SHEPPARD, Secretary of the ALLIANZ INSURANCE COMPANY, do hereby certify that the f(
Attorney, the above quoted abstracts of Sections 5 and 6 of Article IV of the By-Laws, and the Resolution of the Boa1 July 29th , 1980, have not been revoked and are now in full force and effect.
SIGNED and sealed this 2nd day of MAY ,1985. 0 51?r IS * a hL&h+ Secretary ):.:@ 000-23
,
I
*
Page
BIDDER ' S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESWTS:
That we, , as Principal,
as Surety, are held and firmly bc
Dollars ($ 1, lawful none)
the United States for the payment of which sum well and truly to be made, wt
bind ourselves, jointly and severally, firmly be these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS ?AIM:
That if the proposal of the above-bounden principal for:
- --
L
in the City of Carlsbad, is accepted by the City Council of said City, and
the above-bounden Principal shall duly enter into and execute a contract
including required bonds and insurance policies within twenty (20) days fra
date of award of contract by the City Council of the City of Carlsbad, beini
duly notified of said award, then this obligation shall become null and voi
otherwise, it shall be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City,
In the event any Principal above named executed this bond as an individual,
is agreed that the death of any such Principal shall not exonerate the Sure
from its obligations under this bond.
IN WITNESS \WEREOF, we hereunto set our hands and seals this - day
9 19*
Surety Principal
\- I
BY BY
Title - - Title
(Attach acknowledgement of
Attorney in Fact)
(Not arid acknowledgement of
execution by all PRINCIPALS and . SURETY must be attached.)
(Corporate Seal if corporation)
1 ,
<
I
Paqe
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies heishe has used the subbids of the following liste
Contractors in making up his/her bid and that the subcontractors listed will
used for the work for which they bid, subject to the approval of the City
Engineer, and in accordance with applicable provisions of the specifications
No changes may be made in these subcontractors except upon the prior approva
the City Engineer or the City of Carlsbad. The following information is
required for each subcontractor. Additional pages can be attxhed, if
required :
Work Company Name
-
-
Sign a tu re
1 .
s
Page
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a notarized or sealed statement of his/her
financial responsibility. Either a current audited income tax or orofit/los
statement.
e -- LEE flT=?m
- I
_-
- -
A
(Notarize or
Corporate Seal)
L~Z !;== f 7 ./- ,: S,A!< LIES9 v L'd 93-
\t Wn:;!&: Sssare, Suite 1330
132 1 5 Eist Fenn Sixsf
V.'hi:iier, CzLiormE GO602
1
(213) 638-81 77
ilf;AUC?XL - [FlRAVC?Af STXTEr.!ENT-a~~K7h'G-!SS~~UCE € VEKDOR REFERfNCES)
Reliable E1evato.t colp. otfca~ the .'re3ou:ce4 and dinatcia!? ACCU:~~~ 06 a p;~
,~c~,oon.~ib.!C o.tganizaXion Wi% tkc p€r,n~nd caze, h€exibiEitv and ,tc 5ucn 5iwcni
e:, a 4CidP cc#T?cny.
Enc€oAo_d is a $incncid ~<a.tensnt 4hc;i:ir;g cu-t ten [IO] mcr;tk4 .;cpo;tin? pssi. a 06 DecernSe,; 37, 79ti3. RECO'a hi3h - Eevet 06 AGV~CC bu5inc35 cd{e;r, the
incorn2 Pev~.! to ~,uWpc,:t tot& op~~a-~icn~ with a hcafthq cad: .ie5~twe.
The encfomd ctredit applicction dc.ta Akeet .5how3 ou.: p:iinz=2rj 6mih ,3oi~tice. d
tki4 bmfr a3 u:z€l a6 othe~~ w have on.c5Tc-bti.5hed immediately awaiCabfe c-te
Pine to .3upporit ptojec-in 06 drno~f my magnitude. .
*
1
-
i
, *
.*
RELI'AZLE EL:V,L.?OI? CGF;?.
EIL.LX;;CE SEIET
DECEKSER 31, 19E3
'I
._- - ASSETS
Current h.5 sets :
L
Czsh S 504 713
Accounts 2ecEi vii bl e 2 878 648
137 110 Inventories
/;,375 -- PrFGciti Expecses' _- - 2 5:; e,< - rota1 Current P.!ss~ts
Equi Ga~ni: ____-._
Vehicles 443 E97
Kachinery anti EquipEent _--
Office Equipsent 31E 252
167 $72
Total Cost 947 661
Ret Book Va,!ue 461 57
Accumulated Depreciation (4E6 085) .. -1
Other .Cssets : __
38 55
4 093 97
1
~__ Czsh Value - Life Insurance _- -
____~ _.- ___-- TOTAL ASSETS
LIASILITIES AND STOCKHOLDERS' EQUITY ---_-_. ~__~ ____ --
Current Liabilities: ____
Current Portion Notes Fay? bl e i17 747
Accounts Pzya bl e $33 124
Accrued Salaries, Eeriefits and Taxes 412 923
Billings in Excess of Costs ____
hccrued Tnszrance 8 28E
Accrued Income iaxes (40 732)
- 0-
-
1 431 35 - ioTa1 Current Liabilities
3, - I ern Li a bil i i i es :
Notes Paya bl e 260 227 Less: Current Portion [I37 _~ 747)
- iota1 Term Liabilities 14.2 25
2 520 35 Siockhol ders ' Eaui tv:. _-_ -. .- ___.-___--__ .--- L
ifii,3.? LI;,2jLjyj" t''?
, ,--- -- - I_- -,.
c- .
-. --A-z . -.I c 7 f.T , '* 4 .. r 4. .,-
c 2 E 1 j ,5.5 L f E i C YA.7 fi? c 52 p -
STATEi.;:r;i 0; I I;CG!~E
10 1+0f;T!S EKDED DECE!.::E? 32, 19~3 \\
f
.-
Bill i ncs : ___-
C? 3&5 479
457 414
9 424 324
-- S e ;v i c e Co ii t r a c t
Szrvice F.epzir 1 073 35s FOE Parts and Repair
Total Ei 11 i nSs
- jnstal lotion
14 382 5
cos; of Sales: ..
4 765 208 . Kat er i a 1
Labor 3 471 853 Oil E r h E a d 2 413 809
30 650 9 _~-___- Total Cost of Szles
.. .. *.
___._ Gross Frofit: --- 3 729 6:
____--.- Sell ino and Administrotive ._~_____ Expenses: _-. 1 722 5[
Other (Incone) __^__~ Expense: (9 7r
Income Before Taxes: 2 016 8E
- 0- income Tax Expense:
2 016 86 - NET 7NCONE ---- ____-
i
STATE OF CALIFORNIA
Countyof J.BS ANGFJRS
1 SS.
On this-day of n@-y , in the year 1985
, before me, RHolXR3 MACASINAG JJ”rJIL;LO
ANTONIO 0. P.X)RADA Public in and for said State, personally appeared
to me to be the person whose name is subscribed to the within instrument as the Attorney-in-Fact of the Allianz
Company, and acknowledged to me that he subscribed the name of the Allianz Insurance Company, thereto and his ov
Attorney-in-Fact.
My Commission e
AIC 2-6007 (1 1/78) (CALIFORNIA ACKNOWLEDGE
. <
,7
- - -_ 7- r\rlj,Lp,'LE flf','F;;D; L2y.f.
-L,,-U c r-2: ng~f c~ f::~-r:s~5
,;.-- - 10 !.;3i;T%S fllDED DiC[].,Jt~ 51, ]9E?
--_
fiEjc r,..-,->.-- * UIT! Ilccc: -__-
61 754 421
71 534
65 538
308 3C3
-- - 5c:cr-i es, icxe5 8n6 Ecenzfits
- E1:psnSabt e supp7 i DS
1001s and Equi pmeni Expense
1,'ehi cl e Ex pens e - rlicct.ion Expense 3@ 427
IE3 E56
2 433 E?:
p_L
1EsLirznce
___- __ ---- T@iP.L fl ELD GL'ER'AEkD
5?7 1 j nG ~;nd .Ldfii ni strati ve:
949 229 r- - ~zfsrjes, ICXE'S and "onei1ts
E~p~nda bl e Suppl i es 60 016 .-
\:ehj c? P Ex p'ns e
CC;J u r, i c c t i o n E x D ~l n s e
1;~vel 2nd Conf2rence
J{i sceli aneous Expense
Suiiding Expense
- c Gffi~~ Equi p3en-i Expense -. - 39 733
69 694 124 741
87 755
12 177
225 305
9 521
-
1
Interest 31 gii -
Otiler Tcxes and Licenses pmiessidfial Services .I13 -- 120
ADMl NISTEATI VE ,. __
TOTAL SELLIBG AND
1 722 500 _-
A.
--s
)
4 0 x I.! A 5 3 A' E N T u SF-, ., LC3 ,&NGELES 2.
e
.A
-. .. . . SAN DIEGO . - .. .. *. LAS VEGAS .- <\
..
I. -, *. ... " . . '_.._A
\ 2302 Eas; 15th Stre5i
Los kn22ios. CziiiorniE 93321
CREDIT APPLICATION DATA
1
(213) 623-2480
. -- Caliiorniz Corporation Contractors Licenses
Esta bl i shed 1973
J~hfi J. iaylor, Vice Frzsident
Ca7 '1 forhi a Cli 6 ClQ-304603
riichard J. Susceta , Presi d?nt tie~a 66 C07-016E60
D- U-K-S 07-723- 7550 -
BANK1 NG - I NSL!PANCE/BOI<Dl NG ___-
Lanckzrk Eznk Nctionzl Certjfied, Inc.
4$1 \.jest \hi ttier 6oul2v6rd
Lz Eabra, California 99631. Phone: (213) 634-6537 Post Office Box 189
Checking Account No. 01-611151 Savings Account No. 01-006088 Phone: (213) 6%-0691
Craio D. Colletie Sene brrs
Allianz Insurance Cor;,p?ny
13026 Ezst Philadelph?a Str
Wniitier, California 90608,
VENDORS
--* NAT i OKAL LOCAL
-__. .___
,j G. A-.L. 14anufacturing Corp. Burch Ford
50 East 153rd Street
Eronx, New York 10451
Phone : (212) 292- 9000
E. T- E. Autorrtatic Electric
P, 0. 6ox 6362
Cnicago, Illinois 60580
Phone: (312) 681-7545
h'- 14. Grzinger, Inc.
5959 Rest Howard Street
Chicaoo, Illinois 60628
Phone: (312) 647-8900
Helwi 0 Cz rbon Products
2550 horth 30th Street
XI . -
201 Horth Earbor Boulevard
La Rabra, California 90631
Phone: (213) 691-3225
Conscl i tiated Electrical Di
2307 Redondo Avenue
Long Beach, California 908
Phone: (213) 995-8173
Enpi re E1 ectronic Di stribu
37 East Union
Fzsadenz , Caf iiornia 91103
Phone: (213) 681-2711
Kel iher HzrdMare
1503 East Olympic Foulevar Los hgei es , Cal iforni a 9C . ,,I ~wzukee, Wisconsin 53210 s Phone: (414) 372-3113 Phone: (213) 624-7591
801 7 i ster-Ehi tney Elevator
21'1 ilorth 2nd Street
Quincy, Illinois 62301 Ph3fi.: {Zi7) 222-3-?66 ?hone: (213) 258-5858
Preferred - Electric
5116 Ezst rrig9s Street Los Angel es , Cal i forni a 9!
.&r=huy- c* :Ji t;'irov: Ccn?2nj, 5511 Dj s"irj.,t EZGIFi!2?-d
.2f? fis ~ IC2-i i fcr!-i<z s,
/ psc; - 7 -- -, c \.'j re ?~,zs Conds2r,y ---- .> . 1 I, I_ L,",< -c;f: .
- f -- -\ --- -A,-,,-,
!_cs - .----,-~ -, r' - '
/;:; ;;:-.-.-d -. . L-.:?" . ,- - :
-?,>-= - ..> - - . .- - ,- . .. __ ,-
.- - .- - ~
.. . -.--.. __
*
%. .
Pag€
BIDDER'S STATEMENT OF .
TECHNICAL ABILITY AND EXPERIENCE -
The Bidder is required to state what work of a similar character to that
included in the proposed contract hefshe has successfully performed and givc
references, with telephone numbers, which will enable the City to judge his
responsibility, experience and skill. An attachment can be used if notarizl
e sealed.
Date Name and Phone No.
Contract Name and address of Person hounl
Completed of the Employer to- Contact Type of Work Contrl k I
//d.zs /-u.zwgr,=wkT pzx ' I loq- PW3 I &&/Ja > ,- /- Lo 33c': I PC&& +a2 I @//L"LC~-,V eo+' 572' L 0 . yq)&&q& 0 &&/1&
7 Jky02c3 t7ff I <53//( I
l(?&fD,& B&(l%% 1
I
I I I I 1 I I I I I' I i 1 1 1 I I I 1 I I I I: I I I. I 1 __ I I I I I I I I I I I 1 -- I I I I I 1 I ,I 1-
\fi &-%LA ,S%Wk?-j77?L+7( ,A&?-&W ('GL~: -& c cy '
/ I/&&, * /$$J3 I 935-3 Crni,?XFS ,7 t, A
3& &J r7dkZ.:
IJ,J flp/ ;-.ne3 Px&dq/eLX 5x?
/4/,52/0/4 &uq p&.fzA I /dh' 0% 7r' cc/"b5p* Cd ks)L&*e,, ea/ I ~ JL.tl.J ppJ /I$// l7-t
vA.'c/, :@d lgq*I &7\*0, GA /$,) /@&2: B!% ; &+
l&B, my LY55y.;. OZLA , c& I &A?/ p/4 3 3Y l(4 &b,e.L. &&&%-;
krc H!Lrn,.,,d ///&%-Sc7U c,?wye 675 I
Get .
/&A /P,& . CL. 1 /&5? ??'/- /4 2, < LS
& /3l"T>U 622. I /&,9; 2y-/- /4 3 50
l/&,q'? ;s :3/ - 7522-
a ,??//NO .&ZL/?/C 5
37/l a%*p ItPe-lL4' "nb9 .3i"--r<- &AM T@lh'tY-q [;z7&2-Kd p&&7* (-0 /$
&,c &T9+J r,:.@-C4~ Cdb Cp2 <* 0
.c..p-*@ P-k-3 pa
LJ
-
(Notarize or
Corporate Seal 1
Pdqe
CONTRACT
THIS AGREEMENTy made and entered into this day of ? 19- by and between the City of Carlshad, California, a municipal corporation
(hereinafter called lfCityll) , and Reliable Elevator Gorp.
(hereinafter called "Contractor".)-
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform all work specified in th
con t r act document s for :
Contract No. 3006-3A - Elevators
(hereinafter called "project")
2. Provisions of Labor and Materials. Contractor shall provide all labor,
materials, tools, equipment and personnel to perform the work specified
the contract documents.
3. Contract Documents. The contract documents consist of this contract; t
bid documents, including the not ice to bidders, instruct ions to bidders
contractors proposal; the plans and specifications and all proper
amendments and changes made thereto in accordance with this contract or
plans and specifications; and the bonds for the project; all of which c
incorporated herein by this reference.
Payment. As full compensation for Contractors performance of work undc
this contract, City shall make payment to Contractor Der the terms out.
in the Notice Inviting Bids, Item 13. Contract mount Fifty-Nine Thou
-II Eight Hundred Twenty-one - and OO/lOO lll_ $ 59,821.00
Payment of undisputed contract amounts shall be contingent upon Contra . furnishing City with a release of all claims against City amd Construcl
Manager arising by virtue of this contract as it relates to those amoui
4.
' Extra compensation equal to 50 percent of the net savings may be paid
Contractor for cost reduction changes in the Dlans or specifications m<
pursuant to a proposal by Contractor. The net savings shall be determ
by City. No payment shall be made unless the change is approved by thc
city.
5. Independent Investiqation. Contractor has made an independent
investigation of the jobsite, the soil conditions under the jobsite, a
all other conditions that might affect the progress of the work, and i
aware of those conditions. The contract mice includes payment for a1
work that may be done by Contractor in order to overcme unanticipated
underground conditions. Any information that may have been furnished
Contractor by City about underground conditions or other job condition
for Contractorls convenience only, and City does not warrant that the
conditions are as thus indicated. Contractor is satisfied will all Jo
Conditions nclyd n round conditions and has not relied on informatioA furnislieg gydE'iBy
*
Page
6. Contractor Responsible for Unforeseen Conditions. Contractor shall be
responsible for all loss or damage arising out of the nature of the work
from the action of the elements or from any unforeseen difficulties whit
may arise or be encountered in the prosecution of the work until its
acceptance by the City. Contractor shall also be responsible for expen:
incurred in the suspension or discontinuance of the work. However,
contractor shall not be responsible for reasonable delays in the ccxnplel
of the work caused by acts of God, stormy weather, extra work, or matte]
which the specifications expressly stipulate will be borne by City.
7. Change Orders. City may, without affecting the validity of this contrac
order changes, modifications, deletions and extra work by issuance of
written change orders. Contractor shall mke no change in the work wit the issuance of a written change order, and Contractor shall not be
entitled to compensation for any extra work performed Lmless the City h
issued a written change order designating in advance the munt of
additional compensation to be paid for the work. If a change order del
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
work shall nevertheless proceed and the amount shall be determined by
arbitration or litigation. The only Derson authorized to order changes
extra work is the City Engineer. However, no change or extra work orde
excess of $5,000.00 shall be effective unless approved by the City
Council.
8. Prevailing Wqge. Pursuant to the Labor Code of the State of Californiz
the City Council has ascertained the general prevailing rates of per di
wages for each craft or type of worker needed to execute the contract t
schedule containing such information is in the City Clerk's office and incorporated by reference herein. Pursuant to Labor Code Section 1774
contractor shall pay prevailing wages. Contractor shall post copies of
applicable prevailing wages on the job site.
9. Indemnity. Contractor shall indemnify, hold harmless and defend the
Construction Manager and the City and its officers and anployees, and E
of them, from any and all liability or loss resulting from any suit, cl
or other action brought against the City, or for any other losses of
whatever nature, directly or indirectly arising from the acts of Contrz
or its officers, employees or agents done in the construction of this
project or in the performance of this contract regardless of responsibl for negligence. The expenses of defense include all costs and expenses
including attorneys fees, of litigation, arbitration or other dispute
resolution method. Nothing in this paragraph shall require contractor
indemnify City for losses caused by the active negligence of City.
IO. Contractor shall provide Certificates of Insurance evidencing coverage
amounts not less than the following:
L
r,
Paqe
Coverage . Combined Single Lim
Automobile Liability $ 500,000
General Liability 500,000
Products /C omple t ed 0 per at ions 500,000
Blanket Contractural 500,000
Contractor's Protective 500,000
Personal Injury 500,000
Excess Liability 500,000
0 ther
Contractor may be required to increase the limits of liability insuranc
the size and nature of the project require excess coverage.
Contractor shall cause the City and Construction Manager to be named as
additional insured on all policies concerning the subject matter or
performance of this contract.
11. Workers Compensation. Contractor shall comply with the requirements of
Section 3700 of the California Labor Code. Contractor shall also assur
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 i
person employed or used by Contractor to perform any work under this
contact regardless of responsibility for negligence.
12. Proof of Insurance. Contractor shall submit to the City throuqh the
Construction Manager, certification of the policies mentioned in Paragi
IO and 11 or proof of workers' compensation self insurance prior to thi
start of any work pursuant to this contract. Certificates of insurancc
shall provide that the insurance will not be cancelled until the expir
of at least thirty (30) days after written notice of such cancellation
been given to the City.
Arbitration. Any controversy or claim in any amount up to $100,000 ar
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 an
judgment upon the award rendered by the arbitrator(s) may be entered i
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.
13d
14. Maintenance of Records. Contractor shall maintain and make available
the City, upon request, records in accordance with Sections 1776 and 1
of Part 7, Chapter 1, Article 2 of the California Labor Code. If the
Contractor does not maintain the records at Contractor's principal pla
business as specified above, Contractor shall so inform the City by
certified letter accompanying the return of this contract. Contract01
shall notify the City by certified mail of any change of address of st
records .
J
State of --CALIFORNIA On this thelLTxday of -JUNE 19B, bc
County of LOS WGELES DONNA J. KOERNER
the undersigned Notary Public, personally appeared
$J 11 RICHARD J. SUSAETA
X personally known to me
L proved to me on the basis of satisfactory evidence
to be the person(s) who executed the wldhin instrument as
PRES I DENT or on behalf of the corporatii
t the corporation executec
- *-e - - /v ----_
--- ---
NATIONAL NOTARY ASSOCIATION * 23012 Ventura Blvd e ’ CORPORATE ACKNOWLEDGMENT FORM 7120 052
+
Dag e
The orovisions of Part 7, Chapter 1 commencing 1 15. bbor Code Provisions: section 1720 of the ealifornia Labor Code are incorporated herein by
reference .
Securit . Pursuant to the requirements of law (Government Code Section
'dpropriate securities may be substituted for any monies withheld
City to secure performance of this contract or any obligation esthlisht
by this contract.
16.
17. Additional Provisions. Any additional provisions of this agreement are
forth in the "General Provisions'' or "Special Provisons" attached heret
and made a part hereof.
I (Not arid acknowledgement of
execution by ALL PRINCIPALS
I Title must be attached.) . PRESIDENT 'b
BY, -
3 i tle - I
Contractor's Principal' Place of Busii
CITY 0 CARLSBAD, CALIFQRNIA
iir
r, 1
BY YLLT d. &*&
Mayor
Contractor's Certification of Awareness of Workers Compensation Responsibil
"I am aware of the provisions of Section 3700 of the Labor Code which requi every employer to be insured against 1
undertake self-insurance in accordance will comply with such provisions befor
of this contract .'I
-
L. '. - 'i ..
Bond No. MNR 15 91 73 - 76
The Premium far this Band is included in that of thp Derforrnn
.*
Page
LABOR AND MATERIAL BOND %
KNOW ALL PERSONS BY THESE PESENTS:
WEREAS, the Cit Resolution No. hl5 adopted May 14, 1985 , has awardc , hereinafter desigr
P founcil of the City of Carlsbad, State of California, by
Reliable Elevhr arp. - as the "Principal", a contract for:
Contract m. 3006-3A - Elevators, Public Safety and Service center
in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents now on file in the Office of th
City Clerk of the City of Carlsbad.
.WEREAS, said Principal has executed or is about to execute said contract a
the terms thereof require the furnishing of a bond with said contract, prov
that if said Principal or any of his/her or its subcontractors shall fail ti
for any materials, orovisions, 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 Sam
the extent hereinafter set forth.
NOW, THEWORE, WE, RELIABLE ELEVATOR CORP.
as Principal, hereinafter designated as the "Contractor", and
as Surety, are held and firmly bound unto the City of Carlsbad, in the sum
said sum being equal to 50 percent (50%) of the estimated amount of the
contract, to be paid to the said City or its certain attorney, its success
and assigns; for which 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 OBLIGATION IS SUCH that if person or hts/her subcontractors fail to pay for any materials, provisions, provender or othe
supplies, or teams used in, upon, for, or about the performance of the work
contracted to be done, or for any other work or labor thereon of any kind, for amounts due under the IJnemployment Insurance Code with respect to such
or labor, that the Surety or Sureties will pay for the same, in an-amount r
exceeding the sum specified in the bond, and also, in case suit is brought
the bond, a reasonable attorney's fee, to be fixed by the court, as reqdrl the provisions of Section 4202 of the Government Code of the State of California,
INSURANCE COMPANY OF NORTH AMERICA
TWENTY NINE THOUSAND NINE HUNDRED TEN AND 50/100THS Dollars ($29,910.50
-
\
-..i *. ..
Pa4
This bond shall insure to the benefit of any and all persons, companies am corporations entitled to file claims under Section 1192.1 of the Code of C Procedure so as to give a right of action to them or their assigns in any
brought upon this bond, as required by the provisions of Section 4205 of tl Government Code of the State of California.
In the event that any Contractor above named executed this bond as an
individual, it is agreed that the death of any such Contractor shall not - exonerate the Surety from its obligations under this bond.
IN WITNESS WEREOF, this instrument has been duly executed by the Contractc
Surety above named on the 12th day of June - s 19 85
RELIABLE ELEVATOR CORP,
c\ . A&L",&, A ,. j 9" -E cI*
(Notarize or Corporate &$fJ deb I .rk' 2i?AyAJ~,4I,- 0 ,- Seal for Each Signer) Contractor I
b *
INSURANCE COMPANY OF NORTH AMERICA
mJk1
Janet E. Fitzgerald, Attorney-in-Fact
Surety
On this 12th day of .Sune in th 1985 befc STATE OF CALIFORNIA
COUNTYOF FAN FRANC1SCo Helena M. Kurek , a Notary Public, State of Calif
duly commissioned and sworn, personally appeared
personally known to me (or proved to me on the basis of satlsfi evidence) to be the Attorney-in-Fac t of the coi
tion that executed the within instrument, and also known to me to 1
person who executed the within instrument on behalf
corporation therein named, and acknowledged to me that such COA
IN WITNESS WHEREOF I have hereunto set my hand and affix
on the date set forth qbove in this certi
Notary Public, State of Cali
My commission expires 2arch7.198-8p
et E. Fitz:Perald
F tion executed the same -i ns trUmPn+
official seal in the City and co u
San Francisco , j +! i/ yf,$fY$,&r f#* ., &j, #;y2Lg.$4@
-Acknowledgement to Notary Public-Corporation (c c Sets 1190-1 190 1)
DCH 7705 Ptd in U S A
I__-
SFB
Insurance Company of North America a CIGNA company
contracts and c
, Vice President. ASS
stdent As~i~tant
rsuanl Io this Resolution, aring such facsimile signat
ion the By Law
e of this Resolution do
minate, constit
......................................
izances, contracts and other writings in the nature thereof And the execution of such writings in pursuance of these presr
ndtng upon said Company, as fully and amply as if they had been duly executed and acknowledged by the regularly elect€
ompany at its principal office IN WITNESS WHEREOF, thesaid H. F. McCRANIE, JR. , Vice4
ORTH AMERU
NORTH AMERICA, do hereby certi
full force and effect
scribed my name as&
i t' ..
Bond No. MNR 15 91
Premium: $314.00
*. ..
Pas
PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. ,8015 adopted May 14, 1985 , has award , hereinafter desis Reliable Elevator mrp.
e as the "Principal", a contract for:
Cmwact No. 3006-3 - Elevators, Public Safety and Service Center
in the City of Carlsbad, in strict conformity with the drawings and
specifications and other contract documents now on file in the Office of tt
City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said contract i
the terms thereof require the furnishing of a bond for the faithful perforn
of said contract;
NOW, THEREORE, E, RELIABLE ELEVATOR CORP.
as Principal, hereinlf ter designated as the 'Tontractor", and
<bound unto the City of Carlsbad, in the sum
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 successc and assigns; for which payment, well and truly to be made, we bind ourselve our heirs, executors and administrators, successors or assigns, jointly am severally, firmly by these presents.
THE CONDITION OF THIS ORLIGATION IS SUCH that if the above bounden Contract
his/her or its heirs, executors, administrators, successors or assigns, sh;
all things stand to and abide by, and well and truly keep and perform the
covenants, conditions, and agreements in the said contract and any alterat!
thereof made as therein provided on hislher or their part, to be kept and performed at the time and in the manner therein specified, and in all resp
according to their true intent and meaning, and shall indemnify and save
harmless the City of Carlsbad, its officers and agents, as therein stipulal - 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 agrees that no change, extension of time, alteration or addition to the terms of the conti
or to the work to be oerformed thereunder or the specifications accunpanyii same shall affect its obligations on this bond, and it does hereby waive nc
of any change, extension of time, alterations or addition to the terms of 1
contractor or to the work or to the specifications.
CA
FIFTY NINE THOUSAND EIGHT HUNDRED TWENTY ONE AND NO/lOCDollars ($ 59,821.00
+. '
'Ai I .- ,.
Page
In the event that any Contractor above named executed. this bond as an
individual, it is agreed that the death of any such Contractor shall not
exonerate the Surety .from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor
Surety above named on the 12th day of June r 19 85
-
RELIABLE ELEVATOR CORP.
-G& ,v&:lJ7 &b;&P&
f
c, .. f' , .
I ; ,, a. 1 (Notarize ;or. Corporate
' 's. ' Seal for Each Signer) Contractor 0 !QJ+J&&g,.JvJ !Q,~/iJ&Jb~ d
.. I.
r9 INSURANCE COMp~F' NUTH AMERTCA
.'v 4
r, n J? -d-
Janet E. Fitzgerald, Attorney-in-Fact
Surety
STATE OF CALIFORNIA On this 12th day of June in
1985 be
, a Notary Public, State of Ca, COUNTYQd; sm FRANCISCO Helena M. Kurek
duly commissioned and sworn, personally appeared
personally known to me (or proved to me on the basis of sari
evidence) to be the AttorneY-in-Fact of the c
tion that executed the within instrument, and also known to me tc
person who executed the within instrument on beha
corporation therein named, and acknowledged to me that such
tion executed the same -n t
official seal in the
Df F F7P Id I- -
IN WITNESS WHEREOF I have hereunto set my hand and af
March 7, 1 -Acknowledgement to Notary Public-Corporation (C.C. Secs. 1190-1 190.1) My commission expires
DCW-7705 Ptd. in U.S.A.
~.~ -
Page
GENERAL PROVISIONS
1. PLANS AND SPECIFICATIONS
The specifications for the work shall consist of the latest edition of
Standard Specifications for, Public Works Construction hereinafter
designated SSPWC, as issued by the Southern Chapters of the American PL
Works Association, the City of Carlsbad supplement to the SSPWC, the
Contract documents and the General and Special Provisions attached
thereto.
The Construction Plans consist of 106 sheet(s), The standard drawings
utilized for this project are the San Diego Area Regional -Standard
Drawings, hereinafter designated SDRS, as issued by the San Diego Counl
Department of Transportation, together with the City of Carlsbad
Supplemental Standard Drawings. Copies of pertinent standard drawings
enclosed with these documents. A detailed list of the plans and
specifications are attached hereto and made a part hereof.
2. WORK TO RE DONE
i The work to be done shall consist of furnishing all labor, equipment ai
materials and performing all operations necessary to complete the projc
work as shown on the project plans and as specified in the specificatic
3. DEFINITIONS. AND INTENT
A. Architect:
The word "Engineer" shall mean the architect or his approved'
representative.
- €3. Construction Manager:
The word ''Construction Manager" shall mean Koll Construction Canpa
C. Reference to Drawings:
Where words "shown", "indicated", "detailed", "noted", "scheduled"
words of similar import are used, it shall be understood that refe
is made to the plans accompanying these provisions unless stated
otherwise.
0. Directions:
Where words "directed", designated", "selected" or words of sirnil;
import are used, it shall be understood that the direction, desigr or selection of the Construction Manager is intended unless state
otherwise. The word "required" and words of similar import shall
understood to mean "as required to properly complete the work as
required and as approved by the Construction Manager" unless statc
otherwise.
I
I'
Page
E) Equals and Approvals:
Where the words "equal", "aDproved equal", "equivalent" and such HO
of similar import are used, it shall be understood such words are
followed by the expression "in the opinion of the Architect" unless
otherwise stated. Where the words "approved", "approval",
"acceptance", or words of similar import are used, it shall be
understood that the approval, acceptance, or similar import of the
Architect is intended.
F) Perform and Provide:
The word "perform" shall be understood to mean that the Contractor,
herjhis expense, shall perform all operations, labor, tools and
equipment, and further, including the furnishing and installing of
materials that are indicated, specified, or required to man that 1
Contractor, at herjhis expense, shall furnish and install the work,
complete in place and ready to use, including furnishing of necess
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 thc
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
pertaining 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 required for ea
activity. The Contractor shall review with the Construction Manager
monthly the Construction Schedule to insure completion of the whole ox
part of the work.
The Contractor shall begin work after being duly notified by an issuar
a "Notice to Proceed" and shall diligently prosecute the work to compl
in connection with the construction schedule as approved by the
Construction Manager.
6. NONCONFORMING WORK
The Contractor shall remove and replace any work not conforming to thi
plans or specifications upon writ ten order by the Construct ion Manage
Any cost caused by reason of this nonconforming work shall be borne b
Contractor.
- >I
Page
7. CUARANTEE
All work shall be guaranteed for one year after the filing of a "Notice
Completion" and any faulty work or materials discovered during the
guarantee period shall be repaired or replaced by the Contractor.
8. MANUFACTURER'S INSTRUCTIONS
Where installation of work is required in accordance with the product
manufacturer's directions, the Contractor shall obtain and distribute t
necessary copies of such instructions, including two copies to the
Construction Manager.
9. INTERNAL COMBUSTION ENGINES r.
All internal combustion engines used in the construction shall be equip
with mufflers in good repair when in use on the project with special
attention to Carlsbad Municipal Code, Chapter 8.48.
IO. CITY INSPECTORS
All work shall be under the observation of a City Construction Inspectc
Inspectors shall have free access to any or all parts of work at any tj
Contractor shall furnish Inspectors with such information as may be
necessary to keep her/him fully informed regarding progress and manner
work and character of materials. Inspection of work shall not relieve
Contractor from any obligation to fulfill this contract.
11. PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to be inserl
in this contract shall be deemed to be inserted herein and the contraci
shall be read and enforced as though it were included herein, and if, . through mistake or otherwise, any such provision is not inserted, or i.
correctly inserted , then uDon application of either party the contract
shall forthwith be physically amended to make such insertion or
correct ion.
12. INTENT OF CONTRACT DOCUMENTS
The Contractor, her/his subcontractors and materials suppliers shall
provide and install the work as indicated, specified and impli-ed by th
contract documents. Any items of work not indicated or specified, but
which are essential to the completion of the work, shall be provided a
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 dec
relative to said intent will be final and binding. Failure of the
Contractor to apprise her/his subcontractors and materials suppliers c
this condition of the contract will not relieve her/him of the
responsibility of compliance.
Ddge
13. SUBSTITUTION OF MATERIALS
The Proposal of the Bidder shall be in strict conformity with the drawii
and specifications and based upon the items indicated or specified. Thi
Contractor may offer 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 testing laboratory as selected by the City. If the
substitute offered is not deemed to be equal to that so indicated or
specified, then the Contractor shall furnish, erect, or install the
material, apparatus, equipmnt or process indicated or specified. Such
substitution of proposals shall be made prior to beqinninq 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. RECORD 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 &ai
from the original drawings and specifications and the exact ''as-builtlt
locations, sizes and kinds of equipment, underground piping, valves, ai
all other work not visible at surface grade. Prints for this purpose r
be obtained from the Architect at cost. This set of drawings shall be I
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 transpost
"as-built" information on to a set of reproducible sepias. Drawings sf
elevation all concealed work, and changes in manufacturer information.
"As-builts" for the sitework (bid package number 1) shall be prepared I
the engineer of record.
, be drafted in a professional manner and shall locate by dimension and
15. PERMITS
The qeneral construction, electrical and plumbing permits will be issut
the City of Carlsbad at no charge to the Contractor. The Contractor i
responsible for all other required licenses and fees.
1.
.\
Pag E
16. QUANTITIES IN THE SCHEDULE
The City reserves and shall have the right, 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 modified. If an increa:
the quantity of work so ordered should result in a delay to the work, t
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
Federal, State and Municipal safety laws and building codes to prevent
accidents or injury to persons on, about or adjacent to the premises wl
the work is being performed. Hefshe shall erect and properly maintain ;'I times, as required by the conditions and progress of the work, all . -essary safeguards for the protection of workers and public and shal
~ st danger signs warning against hazards created by such features of
cmstruction 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 st&ing) including elevatic
as required.
Survey staking for the sitework (bid package nuder 1) shall be providl
the City. Rough grade stakes at 50'-0'' centers minimum to or toe-of-s
centers including critical points with offsets, and blue tops for buil
and facility pads.
. as required, surface and underground improvements at 25'-0'' to 50'-0"
19. CODES, ORDINANCES, REGULATIONS & ABBREVIATIONS
Reference to codes, ordinances and regulations are to editions
in effect as to date of proposals. Abbreviations are used for
agencies issuing standard specifications as follows:
Agency 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
Department of Commerce Standards American Concrete Institute
Underwriters Laboratories , Inc. UL
E1
.<
Page
20. STORAGE
Space for storaqe and temporary buildings will be allocated by the
Construction Hanager as job conditions permit. Temporary offices or sh
shall be constructed of fire resistant materials. Material and layout
be approved by the Construction Manager prior to installation.
2 1. 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 andfor tests.
22. SCAFFOLDING AND HOISTING
The price shall include all costs for the following:
a. Scaffolding and shoring required for the Contractor's work.
b. Hoisting required for the Contractor's work.
23. CLEAN UP
The Contractor shall keep the premises free at all times from all wastc
materials, packaging materials and other rubbish accumulated in connect
with the execution of the work by collecting and depositing said materl
and rubbish in locations or containers as designated by the Constructic
Manager
24. TEMPORARY FACILITIES
, Temporary toilet facilities and drinking water for the use of all trade will be provided.
25. FORCE REPORTS
Force reports indicating trade and personnel per trade shall be submit!
to the Construction Manager daily. A brief description of work perforn
shall be included.
26. ELECTRICAL POWER
Electrical power will be provided in the building for the use of the Contractor for special lighting and operation of small tools only. Por will be single phase at 208 volts or 240, and 120 volts.
Contactor's responsibility to provide extension cords and/or wiring frc
central distribution points. Power will not be provided for high volt'
or heavy amperage type equipment such as welding machines ad any spec:
power requirements shall be provided and paid for by the Contractor.
It is the
\ -* ->.
,'
Page
27. BACKFILL AND COMPACTION
Backfill and cornpaction of trenches shall be in conformance with the IS
edition of "Standard Specifications for Public Works Construction".
Backfill material shall be approved by the soils engineer. Contractor:
shall pay all costs for retesting required as the result of density ttz
failures due to improper compaction. Backfilling of trenches and
excavations shall not be undertaken until required tests and inspectior
have been completed, "as-built" location notes have been verified, and
authority to start the backfill has been granted by the inspector and
superintendent.
-
\ .<
1,
Paq t
CERTIFICATION OF COMPLIANCE
RELIABLE ELEVATOR CORP. I hereby certify that -- Legal Name of Contractor
in performing under the contract awarded by the City of Carlsbad, will cmp
with the County of San Diego Affirmativ
Supervisors, including all current amendments. 1
Date
(NOTARIZE OR CORPORATE SEAL) PRESIDENT
title
(Notorial acknowledgement of execution by all principals must be attached).
1
L', ,'
Pa(
SPECIAL PROVISIONS/~PECIFICATIONS
Scheduling for the project facilities shall commence about 3une 1, 1985.
Project completion is anticipated for the third quarter of 1986. All
underground piping shall be completed as soon as possible to facilitate asf
paving operation by year end. All contractors should incorporate all cost:
associated with these time frames within their bids.
Elevators - Bid Item 3A
1. Sleeves and/or conduit for hydraulic and electrical lines shall be prc
by others from elevator equipment roans to pits.
2. Hydraulic and electrical lines for elevator no. 2 shall be installed
overhead through vestibule #I31 and down shaft to pit area.
3. Sill support angles shall be furnished and installed by others.
4. Provide alternate price to install traditional plunger type hydraulic
elevators in lieu of holeless. Cost should include excavation of hole
installation of a non-corrosive jackfplunger casing to eliminate the r
for future replacement of underground parts due to corrosion. Balance
specifications shall be the same as the holeless elevators.
5. Provide alternate price for excavating holes outlined in Item 4 shoulc
drilling through dence, hard rock material be required.
Plumbinq - Bid Item 36
1. Bidding Contractors shall review site plan sheet 4C-1 for location of . existing utility stubs. The following criteria shall superceed notes . the plumbing plans for exterior building piping. Pluders shall provi
service from these locations.
PolicefFire Facility
a. Roof Drains - Sitework Contractor shall provide P.V.C. laterals to
point fifteen (15) feet behind face of curbs. Plumbers to make
connections at this point including necessary clean outs.
b. Water - Provide all water services from meter box locations includ - pressure reducing backflow preventers as required.
c. Sewer - Four (4) inch to main building shall be installed by other
Pluhers to provide cle - a pont five (5) feet outside of building.
out.
Four (4) inch to classroom building shall be installed by others t
point ten (10) feet behind face of street curb. Plumbers to provi
clean out.
b .\ .
Page
d. Gas - Gas meter is located at the west end of the mechanical equipn
enclosure per sheet AC-3. Gas piping for the building should start
this point. Also provide tee and valve for qas piping by others tc
mechanical equipment located within enclosure.
-
Vehicle Wash
Water - Provide water service from meter box location per sheet AC- a* -
b. Gas - Gas meter to be lcoated at east end of building.
Fuel Island
Water service, reel banks, compressed air piping and cmplete fuel sysi
including alarms to be provided under bid package 3F service station
equipment .
Vehicle Maintenance Facility
a. Roof Drains - Sitework Contractor shall provide P.V.C. laterals to
Plumbers to make connection
-
point five (5) feet outside building.
this point.
b. Water - Provide water service from meter box location including
pressure reducing backf low preventer as required.
c. Sewer - Four (4) inch to main building shall be installed by other
a point five (5) feet outside of building. Plun-bers to provide cl
out.
Four (4) inch to industrial clarifier shall be installed by other
approximate location of clarifier .
2.. Plumbing contractors shall provide all roof drainage and overflow pipi
all waste and vent piping, all water piping both hot and cold for plun
fixtures, industrial water piping, and all gas piping.
Provide condesate piping for package air conditioning units only (AC !
1-6 and HV-1, HV-2). All other piping for mechanical systems shall bc
provided within bid oackage 3D (H.V.A.C.).
3.
4. Compressors located within the vehicle maintenance and wash facilitie:
shall be installed as a part of bid package 3F (service station equip1
inclusive of all piping and reel banks. Compressor and piping for po
facility shall be installed by Pluhing Contractor.
All piping shall be installed below the roof per Carlsbad City Codes.
connections accordingly. 5.
7
i \f
*I.
,*
Page
6. Provide and install all clean outs, valves, plates, sleeves, flashings,
insulation, access boxes and panels, hose bibbs, thermometers, thermos1
controllers, pumps, and complete fixtures and accessories per
specifications.
7. Provide and install specified pipe identification.
8. Service station equipment and piping shall be provided and installed ur
bid package 3F. Review for clarity.
9. Provide alternate deduct from base bid to utilize approved plastic typf
pipe for sewer and vent piping, and roof drain and overflow piping. Ac
drains on roof should remain cast iron.
Automatic Fire Sprinkler System - Bid Item 3C
1. Fire sprinkler system shall be required for the Police/Fire Administra.
System shall be designed as a light hazard occupancy (( Facility only.
GPM per 1500 SF),
2. Provide sleeves for pipe penetrations through metal deck or coordinate
approved shaft locations. Siser shall be located in Mechanical Equipmt
Room #132. Six (6) inch fire service lateral inclusive of detector chc
valve, post indicator valve and fire department connection, shall be
installed by others to a point five (5) feet outside building line.
Sprinkler Contractor shall intercept existing pipe and install1 necess#
fittings and bends to locate riser as specified.
3. All sprinklers in offices, and sally port, and work areas includinq
corridors and lobbies shall be semi-recessed heads. These sprinklers
also be used for exterior soffits should sprinklers be required. All I
exposed to view shall be centered and aligned within ceiling types and . spaces.
4. Sprinkler heads for the detention area cells shall not be installed un
required by the State Fire Marshal. Heads, if required, shall be
completely recessed and covered from view.
5. Any special design requirements for the armory, detention area, sally
atrium and other floor openings, electrical and mechanical rouns shall
included within the bid.
Dispatch Center Room A109 and Radio/Cmputer Equipment Roan /I115 shall
installed within specified sprinkler system, Fusable link heads in th roans shall have a higher degree release than the remaining portions o
building, The intent is to try and extinguish any fire in these roans
Hdon extinguishers prior to activation of the west system. This woul
also eliminate the need for an automatice "Halon" system since these a
will be in operation and staffed twenty-four hours a day,
,t;gClf 7. p v Fci ions.
6.
I$ install specified pipe identification per Section 15900 of
i .s'
(1
<' *
Pa9 (
H.V.A.C. - Bid Item 3D
1. Contractor shall include all water and gas piping for make up and
connection of equipment located in mechanical yard and boiler room.
Provide and install hot and chilled water piping from mechanical yard
police facility. This package shall also include all interior wet pip.
for a complete mechanical system. Provide hackflow protection.
2. Include all condensate piping with exception of equipment specified as
part of bid package 38, ie, packaged air conditioning units (AC 1-6, H'
HV-2).
3, Concrete pads for mechanical equipment and removable louvers at air ha
roans and mechanical equipment yard shall be provided and installed by
others.
4. Contractor shall include all hoisting and a complete sealed installati(
mechanical equipment. The intent is to install air handlers through t
side of the building prior to cladding.
5. Provide and install all sleeves and block outs for metal deck penetrat
Also include inserts for detention area supply and return system per dl
11/M-8.
6. Provide and install all equipment and isolation supports. Roof curbs
exhausters shall be per the specifications and not detail CfM-7.
7, Provide and instal1 all required fire and smoke dampers. Fire dampers
shall be complete per detail 3/M-8 including angle supports and sleeve
Rated drywall enclosures for mechanical equipment shall be provided am
installed by others. Coordinate installations with other Contractors.
8. Provide and install all screened openings.
9. Provide and install all pipe, duct and zone identification; and concea
service identification.
10. Provide and install complete fume exhaust system for vehicle maintenan
facility inclusive of drywell.
11. Provide and install air compressor for mechanical system. Location is
shown under stair no. 2 on electrical sheet E-7.
12. Provide and install all low voltage and control wiring. Conduit shall
installed by Electrical Contractor.
13. Access panels in walls and ceilings shall be furnished and installed b
others. Access panels in ductwork for maintenance shall be included n
this bid package .
0
L .$ '
-< II
<I
3
Page
Electrical,- Bid Item 3E
1. Provide alternate deduct from base bid for concrete pole bases per deta A/E-1. Anchor bolts should be provided by Electrical Contractor.
2. Include all concrete encasement of conduit required by governing agencii
3. Provide complete installation for security gate systems. Actual gates
motor operators shall be provided and installed by others.
4. Provide and install connection of tamper switch on post indicator valve
Teninate at fire alarm con and flow switch on sprinkler system riser.
panel.
5. Provide and install necessary electrical connections to the following
equipment furnished by others.
a. Air compressor, Item No. 6, Sheet E-7.
b. Electrical water heaters, Item No. 7, Sheet E-7, and Item No. 3, Sh
E-9, and at vehicle maintenance facility.
c. Motor operators for folding partitions in meeting area.
d. Fuel recording system and printer, Sheet E-18.
6. Provide and install all connections, conduit and wire for mechanical
equipment as indicated in electrical plans and specifications. Also
provide conduit for low voltage wire and controls to be installed by
Mechanical Contractors.
7. Provide and install all plywood backboards as required.
8.. Electrical Contractors shall review finish hardware specifications in (
to coordinate all requirements for security system interface. Connectl
and wiring to be completed under bid package 3E.
9. Provide and install projection screens and switches located in meeting
area.
- 10. Provide and install all electrical equipment identification.
11. Provide and install conduit, wire and connect remote control switch at
reception counter for elevator no. 1. Switch shall be supplied by Ele
Contractor. Also provide conduit sleeves from equipment roans to elev pits for installation of hydraulic lines (3") and power feeds.
Provide and install support brackets for light fixtures (nn) located i
vehicle maintenance pit.
12.
13. Provide and install all sleeves and blockouts for metal deck penetrato
.
* QL
-&.
*I *
4
Paq e
14. Electrical work outlined on sheet E-I9 shall be complete with exceptJon
all electrical conduit , wire, motor starters, pumps, relays, switches, etc. 9 shown on the partial site plan. This work to be completed under
package 3F (service station equipment). Feeder, ground, panel "EPA" an
connections shall be included under this bid package 3E. Coordinate
electrical installations with Service Station Contractor.
Service Station Equipment - Bid Item 3F
1. Bidding Contractors shall furnish and install all equipment specified c
sheets EQ-1 and EQ-2 with exception of items noted otherwise and the
following:
a. #I380 - Locker
b. #3840 - Washer, Vehicle, 2 Brush
c. 113920 - Water Reclamation System
d. #9820 - Shower, Drench, Eye Wash
2. All recessed pits and below grade equipment enclosures within the vehic
maintenance building shall be constructed by others. Bidding Contractc
shall coordinate their work with other trades. Cmplete installation (
hydraulic jacks and lifts including hole drilling for lift cylinders ai
oversized bearing pads is a part of this bid package.
3. Provide and install the following:
a. 1,000 gallon engine oil tank including piping, reservior tank, con
panel and alarm.
b. 2,000 gallon waste oil tank including piping, reservior tank, cont
panel and alarm.
c. Reel banks including all necessary pipinq and pumps.
d. Window washing solution piping complete.
e. Compressors for maintenance and wash/fuel facilities including pip
f. Fuel island complete including piping, tanks, dispensers, water an
reel banks, reservior tank, control panel , alarms, fuel recording
system, concrete tank pads and hold down straps.
4. Water service from existing meter box to fuel island shall be installe a part of this bid package. Provide pressure reducing backflow prever
and shut off valve.
Water piping including industrial water for the vehicle maintenance
facility shall be installed by the plumber as part of bid package 18.
Coordinate water connections with equipment supplied and installed unc
this bid package.
d - '* .
I. #I
4
Pa!
5. Fuel island shall he installed as a Dart of this bid package. Refer
detail 5, sheet A-60. Concrete apron around island shall be installec
others.
6. Coordinate installation of all tank risers and lids with Concrete
Contractor.
7. Provide and install pipe identification per section 15400 of the
specifications.
8. Provide and install all electrical connections and equipment for the
island per electrical plan sheet E-19. 411 work indicated on the narl
site plan shall be included with the exception of panel "EPA". Termii
conduit and wire from motor starters, relays, etc. at panel "EPA" for
connection by Electrical Contractor. Remaining electrical work shown
this sheet shall be completed with bid packege 3E (Electrical). Conti shall review electric1 specifications division 16, and coordinate
ins tal la tions with Electrical Contractor.
9. Provide alternate additive cost to mve existng owner equipment to ner
facility and install. Travel distance approximately five (5) miles.
Vehicle Wash - Bid Item 3G
1. Coordinate installation of controls and utility connections with othel
Contractors. Vehicle Wash Contractor shall be responsible for piping
utility stubs outlined on the pluhing and electrical drawings.
Finish Hardware - Bid Item 3H
1. Bid for finish hardware shall be complete per plans and specification:
delivered F.O.B. jobsite, all tax included. Actual installation shal
coordinated in a future bid package.
Ridding Contractor's shall include necessary jobsite visits in order '
coordinate and review delivered hardware packages with the Project
S u pe r i nt end e nt .
2.'
.(
* \444
'b,
,P' *
Page
LIST OF CONTRACT DOCUMENTS
I. Contract documents prepared by Ruhnau, McGavin, Ruhnau/Associates, 1207
Avenue, Carlsbad, CA 92008 (619) 729-7144. Plans dated April 8, 19t
a. Architectural Site Plans Sheets AC-1 thru AC-3
b. +chitectural
Public Safety Center Sheets A-1 thru A-36
Public Safety 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 e. Mschanical Plans Sheets M-1 thru M-9
f. Plumbing Plans Sheets P-1 thru P-8
g. Electrical Plans Sheets €-I thru E-20
11. Project manual (specifications) for the construction of the City of
Carlsbad Public Safety and Service Center prepared by Ruhnau, McGavin,
Ruhnau/Associates dated April 8, 1985.
0 &CL"J.ULll& L,cqucDLF;a "y dLlU fieLUL11 1".
City Clerk
1200 Elm Avenue
Carlsbad, CA 92008
. 0; 604 e
NOTICE OF COMPLETION
To All Laborers and Material Men and to Every Other Pe
Interested:
YOU WILL PLEASE TAKE NOTICE that on January 13, 1987,
project consisting of elevators at the Carlsbad Safety and Ser
Center, on which Reliable Elevators was the Contractor,
complet ed.
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 037 , 1987, accepted
above described work as dompletedland ordered that a Notice
Completion be filed.
I declare under penalty of perjury that the foregoinc
Executed on L &) r, 1987 at Carlsbad, California
true and correct.
1 1 CITY OF CARLSBAD
2 ALETHA L. RAUTENKRANZ
City Clerk
*" ll..--- *, ,.
, _L, r. . 4 ,- AK2 FEl -. .,, . ,> t t L
1
)& -- -* is
Lr-
‘II m
7 e 0 *
1200 ELM AVENUE TEL
CARLSBAD, CALIFORNIA 92008 (61 9
Office of the C~ty Clerk
Qitn #f aarlBbah
January 30, 1987
Vera L. Lyle
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation are the following described documents:
1
Notice of Completion - Engineering
Elevatorsat Carlsbad Safety and Service
Center; Reliable Elevators Contractor
Notice of Completion - Engineering
HVAC at Carlsbad Safety and Service Center
Kinney Air Conditioning Contractor
Notice of Completion - Engineering
Fire Sprinklers at Carlsbad Safety and
Service Center; Orving Engineering Contractor
Notice of Completion - Engineering
Electrical at Carlsbad Safety and Service Center
Catton-McCutcheon Contractor
Notice of Completion - Engineering
Service Station Equipment at Carlsbad Safety
and Service Center; Lube Life Equipment Contractor
Notice of Completion - Engineering
Vehicle Wash at Carlsbad Safety and Service
Center; N/S Corporation Contractor
Notice of Completion - Engineering
Precast Concrete at Carlsbad Safety and Service
Center; Tecon Pacific Contractor
Notice of Completion - Engineering
Miscellaneous Metal at Carlsbad Safety and
Service Center; Tulsa Steel Manufacturing Contractor
e 0
L
Vera L. Lyle
County Recorder
January 30, 1987
Page 2
Notice of Completion - Engineering
Doors and Frames at Carlsbad Safety and Service
Center; Estrada Hardware Contractor
Notice of Completion - Engineering
Concrete Masonry at Carlsbad Safety and Service
Center; L.R. Hubbard Contractor
Notice of Completion - Engineering
Glass Block Ceilings at Carlsbad Safety and
Service Center; Dittman Masonry Contractor
Notice of Completion - Engineering
Toilet Partitions at CArlsbad Safety and Service
Center; Maloney Specialties Contractor
Notice of Completion - Engineering
Glazing at Ca’rlsbad Safety and Service Center
Pacific Glass Contractor
Notice of Completion - Engineering
Aluminum Canopies at Carlsbad Safety and Service
Center; Construction Specialties Contractor
Notice of Completion - Engineering
Drywall at Carlsbad Safety and Service
Center; E.F. Brady Co. Contractor
Notice of Completion - Engineering
Roofing at Carlsbad Safety and Service Center
Hess Roofing Contractor
Notice of Completion - Engineering
Sheet Metal at Carlsbad Safety and Service
Center; California Sheet Metal Contractor
Notice of Completion - Engineering
Insulation at the Carlsbad Safety and Service
Center; Dittemore Brothers Contractor
Notice of Completion - Engineering
Ceiling Doors at Carlsbad Safety and Service
Center; Southern California Overhead Doors Contract
Notice of Completion - Engineering
Pneumatic Tubes at Carlsbad Safety and Service
Center; Air Link International Contractor
L e e
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 i
of benefit to the City; therefore, it is requested that the fees
be waived.
Thank you for your assistance in this matter.
y%XLT eputy City Clerk
Encs.
e nELuL~iu6 nequesieu DY dllllicLu'" 10:
City Clerk
1200' Elm Avenue
Carlsbad, 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 elevators at the Carlsbad Safety and Sei
Center, on which Reliable Elevators was the Contractor,
completed.
CITY OF CARLSBAD
P R 0 J E C T C 0 0 R D I N Af 0 R
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the I
Council of said City on 27 , 1987, accepted
above described work as dompletedrand ordered that a Noticc
Completion be filed.
I declare under penalty of perjury that the foregoinc
Executed on L 2 r, 1987 at Carlsbad, Californiz
true and correct.
1 I CITY OF CARLSBAD
City Clerk
13215 E. Pm St. whittier, CA. 90602
Personal injury
the extent 2
MARSH & McLENNAN, INC.
P.O. Box 3880
San Francisco, CA 941 19