Loading...
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