HomeMy WebLinkAboutSouthern California Door Co Inc; 1986-02-28; 3006-6HCHRIST si SPANG, INC.
1933 NO. SANTA ANITA Am,
SO. EL MONTE CA 91733
SOUTHERN CALIFORNIA OVERHEAD
DOOR COMPANY INC.
1903 DOREEN AVENUE
SO, EL MONTE CA 91733
CP 8133540
PRODUCTS/COMPLETEO OPERATIONS
INDEPENDENT CONTRACTORS
BROAD FORM PROQERN DAMAGE
PERSONAL INJURY PERSONAL INJURY
BA 8133540
ALL OWNED AUTOS (PRIV PASS )
ALL OWNED AUTOS ($iT:R&@N)
MOM-OWNED AUTOS
GARAGE LlABlLlN
WORKERS’ COUPEMSWTBON WC 8133540
Q
...
CITY OF CARLSBAD
SAH DIEGQ COUNTY
CALIFORNIA
BIDDING DOCUKNTS
FO R
PUBLIC SAFETY AND SERVICE CENTER
CONTRACT NO. 3006
BID PACKAGE NO. 6
F9R: Aluminum Entrance, Storefronts and Glass; Aluminum
Canopy/Sunscreens; Lath and Plaster; Metal Studs and Drywall;
Roofing, Waterproofing and Insulation; Sheet Metal and
Acessories; Building Insulation; Coiling and Sect ion& Doors ; Pneumatic lube System; Finish Carpentry; Site Maintenance
Contract or
For information relative to this project contact:
KOLL CONSTRUCTION COMPANY
7330 Engineer Road
San Diego, CA 92111
Steve Mahoney, Project Manager
(619) 292-5550
Q
I
1 4 %x
ri
Page C,ONT RACT
9 19-
Jf6 THIS AGREEMENT, made and entered into this p day of
by and between the City of Carlsbad, California, a municipal corporation
(hereinafter called llCityll), and Southern California Overhead Door Co.
(hereinafter called "Contractor".7
City and Contractor aqree as follows:
&%h,q-qz-#
I. Description of Work. Contractor shall perform all work specified in thc
contract documents for:
Coiling and Sectional mrs
(hereinafter called "project")
Provisions of Labor and Materials. Contractor shall provide all labor,
materials, tools, equipment and personnel to perform the work specified
the contract documents .
2.
3. Contract Documents. The contract documents consist of this contract; t
bid documents, including the notice to bidders, instructions to bidders
contractors proposal; the Dlans 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 2
-.I. incorporated herein by this reference.
4. Payment. As full compensation for Contractors performance of work unde
mntract, City shall make payment to Contractor per the terms out1
in the Notice Invitinq Bids, Item 13. Contract amount si*-*
thousand seven hundred dollars $62,700
Payment of undisputed contract amounts shall be contingent upon Contrac
furnishing City with a release of all claims auainst City amd Construct
Manager arising hy virtue of this contract as it relates to those amoun
Extra compensation equal to 50 percent of the net savings may be paid t
Contractor for cost reduction chanqes in the plans or swcifications ma
pursuant to a proposal by Contractor. The net savings shall be deteni
by City. No payment shall be made unless the chanae is approved by the
City.
5. Independent Investigation. Contractor has made an independent
investigation of the jobsite, the soil conditions under the jobsite, ar
all other conditions that might affect the progress of the work, and i:
aware of those conditions. The contract price includes payment for a1 work that may be done by Contractor in order to overcane unanticipated
underground conditions. Any information that my have been furnished 1
Contractor by City about underground conditions or other job condition:
for Contractor's convenience only, and City does not warrant that the
conditions are as thus indicated. Contractor is satisfied will all jot
conditions, includina underground conditions and has not relied on
information furnished by City.
4
4
c
Page 11
6, Contractor Responsible for Unforeseen Conditions. Contractor shall be responsible for all loss or damaqe arising out of the nature of the work
from the action of the elements or from any unforeseen difficulties which
may arise or be encountered in the prosecution of the work until its
acceptance by the City. Contractor shall also be responsible for expense
incurred in the suspension or discontinuance of the work. However,
contractor shall not be responsible for reasonable delays in the completi
of the work caused by acts of God, stormy weather, extra work, or matters
which the specifications expressly stipulate will he borne by City.
7. Chanae Orders. City may, without affectinq the validity of this contract
order changes, modifications, deletions and extra work by issuance of
written change orders. Contractor shall make no change in the work with
the issuance of a written change order, and Contractor shall not be
entitled to compensation for any extra work performed unless the City ha:
issued a written chanqe order designating in advance the amount of
additional compensation to be paid for the work. If a change order dele
any work the contract price shall be reduced by a fair and reasonable
amount. If the parties are unable to agree on the amount of reduction tl work shall nevertheless proceed and the amount shall be determined by
arbitration or litigation. The only person authorized to order changes
extra work is the City Engineer.
excess of $5,000.00 shall be effective unless approved by the City
Council.
However, no change or extra work order
8. Prevailing Wage. Pursuant to the Labor Code of the State of California,
the City Council has ascertained the general prevailing rates of per die
wages for each craft or type of worker needed to execute the contract an schedule containing such information is in the City Clerk's office and i incorporated by reference herein. contractor shall pay prevailinq wages. applicable prevailinq wages on the job site.
Pursuant to Labor Code Section 1774
Contractor shall post copies of
9. Indemnity. Contractor shall indemnify, hold harmless and defend the
Construction Manaqer and the City and its officers and employees, and ea of them, from any and all liability or loss resultina from any suit, cli or other action brought aqainst the City, or for any other losses of whatever nature, directly or indirectly arising from the acts of Contrac or its officers, employees or aqents done in the construction of this
project or in the performance of this contract regardless of responsibil for neqliqence. The expenses of defense include all costs and expenses#
including attorneys fees, of lit iqation, arbitration or other dispute
resolution method. Nothinq in this paragraph shall require contractor 1
indemnify City for losses caused by the active neqliqence bf City.
IO. Contractor shall provide Certificates of Insurance evidencing coveraae amounts not less than the following:
. ,
1
Paqe 1'
Coverage Combined Single Limit:
Automobile Liability $ 500,000
General Liability 500,000 Products /Corn ple ted Operations 500,000 Blanket Contractural 500,000
Contractor ' s Protect ive 500,000 Personal Injury 500,000
Excess Liability 5O0,OOO
Other
Contractor may he required to increase the limits of liability insurance
the size and nature of the project require excess coverage.
Contractor shall cause the City and Construction Manaqer to be named as a
additional insured on all policies concerning the subject matter or performance of this contract.
Section 3fiO of the California Labor Code.
the defense and indemnify and save harmless the City and Construction
Manager and its officers and employees from all claims, loss, damaqe,
injury and liability of every kind, nature and descriotion bracqht by an! person employed or used by Contractor to perform any work under this
contact regardless of responsibility for negligence.
'Construction Manager, certification of the policies mentioned in Paraqra
IO and 11 or proof of workers' compensation self insurance prior to the start of any work pursuant to this contract. Certificates of insurance shall provide that the insurance will not be cancelled until the expirat of at least thirty (30) days after written notice of such cancellation h
been qiven to the City.
Arbitration.
out of or relating to this contract or the breach thereof may, at the
option of City, be settled hy arbitration in accordance with the
construction industry rules of the American Arbitration Association and
judqment upon the award rendered by the arbitrator(s) may be entered in
California court having jurisdiction thereof. The award of the
arbitrator(s) shall be supported by law and substantial evidence as
provided by the California Code of
11. Workers Compensation. Contractor shall comply with the requirements of
Contractor shall also assume
12. Proof of Insurance. Contractor shall submit to the City through the
13. Any controversy or claim in any amount up to $100,000 aris
Civil Procedure, Section 1296.
14. Maintenance of Records. Contractor shall maintain and make available tc the City, upon request, records in accordance with Sections 1776 and 18'
of Part 7, Chapter 1, Article 2 of the California Labor Code.
Contractor does not maintain the records at Contractor's principal plac business as specified above, Contractor shall so inform the City by
certified letter accompanying the return of this contract
shall notify the City by certified mail of any chanqe of address of SUC records.
If the
Contractor
\
'
Page I€
The provisions of Part 7, Chapter 1 commencing wit 15. Labor Code Provisions: section n2O of the California Labor Code are incorporated herein by
reference
%curit . hdpropriate securities may be substituted for any monies withheld b:
City to secure performance of this contract or any obligation established
by this contract.
17. Additional Provisions; Any additional provisions of this agrement are SI
forth in the "General Provisions'' or "Special Provisons" attached hereto
and made a part hereof.
16. Pursuant to the requirements of law (Government Code Section
(Notarial acknowledqement of
execution by ALL PRINCIPALS
must be attached. 1
BY
Title
f 40 \ bo&&ui &e.
t
Contractor's Certification of Awareness of Workers Compensation Responsibilit:
"I am aware of the provisions of Section 3700 of the Labor Code which require
every employer to be insured against liability for workers compensation or to
undertake self-insurance in accordance with the provisions of that code, and
will comply with such provisions befor
of this contract.''
V - ,>
day of aatfkd’
, per:
(Or proved to me on the basis of satisfactory evidence) to be the perst
subscribed to the within instrument, and acknowledge
executed it.
WITNESS my hand and official seal,
... Bond No. 919714P
Premium included ir
page Performance Bon
LABOR AND MATERIAL BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEfEAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 8298 adopted December 17, 1985 , has awardec
Southern Calitomia Overh=ci Door a. , hereinafter design
as the "Principal", a contract for:
Coiling and Sectional Coors
- in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents now on file in the Office of the City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said contract an
the terms thereof reauire the furnishinq of a bond with said contract, provi
that if said Principal or any of hisfher or its subcontractors shall fail to
for any materials, provisions, provender or other supplies-or teams used in,
upon for or about the performance of the work agreed to be done, or for any
or labor done thereon of any kind, the Surety on this bond will pay the same
the extent hereinafter set forth.
NOW; THEREFORE, WE, Southern California Overhead Door Company, Inc I as Principal, hereinafter desiqnated as the "Contractor", and
as Surety, are held and firmly bound unto the City of Carlsbad, in the sum (
Thirty one thousand three hundred fifty
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 successo~ and assigns; for hich payment, well and truly to be made, we bind ourselve: our heirs, executors and administrators, successors or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if person or his/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, I
- ' for amounts due under the Unemployment Insurance Code with respect to such 1
or labor, that the Surety or Sureties will pay for the same, in an amount n
exceeding the sum specified in the bond, and also, in case suit is brcuqht
' the bond, a reasonable attorney's fee, to be fixed by the court; as require
the provisions of Section 4202 of the Government Code of the State of
C a1 if orni a.
.Indemnity Company of California
Dollars ($ 31,350
__--
.. .
I
Page 2
This bond shall insure to the benefit of any and all persons, companies and,
corporations entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to qive a riqht of action to them or their assigns in any suit
brought upon this bond, as required by the provisions of Section 4205 of the
Government Code of the State of California.
In the event that any Contractor above named executed this bond as an individual, it is aqreed that the death of any such Contractor shall not
exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor i , 19 86 . Surety above named on the 11th day of February -
so
4
b
1., (Notarize or Corporate
* Seal for Each Sianer)
m CORPORATION
QRANGE, JSS.
STATE OF CALIFORNIA -
COUNTY OF 1-
On FEB t t 1w , before me, the undersigned. a Notary Public in and for said State,
w
2 therein named, and acknowledged to me that the corporation executed it.
WITNESS my hand and official seal. in
q
subscribed to the within instrument, and acknowledged to
WITNESS my hand and official seal.
233CA-Rev. 5-82
r
$ Bond No. 919714P
Premium: $1,254.
Paq e
PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 8298 adopted December 17, 1985 , has awardec
Southern California Overhead Coor Co. , hereinafter design,
as the "Principal", a contract for:
Coiling and Sectional Doors
in the City of Carlsbad, in strict conformity with the drawings and
specifications and other contract docwtents now on file in the Office of the
City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said contract an
the terms thereof require the furnishing of a bond for the faithful performa
of said contract;
NOW, THEREFORE, WE, Southern California Overhead Door Company, Inc
as Principal, hereinafter desiqnated as the "Contractor", and
as Surety, are held and firmly hound unto the City of Carlsbad, in the sum o
sixty two thousand seven hundred , said sum beinq equal to 100 percent (100%) of the estimated amount of the
contract, to be paid to the said City or its certain attorney, its successor
and assiqns; for hich payment, well and truly to be made, we bind ourselves
our heirs, executors and administrators, successors or assigns, jointly and
severally, firmly by these presents.
TYE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contract0
his/her or its heirs, executors, administrators, successors or assiqns, shal
a11 thinas stand to and abide by, and well and truly keep and perform the
covenants, conditions, and aareements in the said contract and any alteratic
thereof made as therein provided on his/her or their part, to he kept and performed at the time and in the manner therein specified, and in all respec
according to their true intent and meaning, and shall indemnify and save
harmless the City of Carlsbad, its officers and aqents, as therein stipulatf
then this obliqation shall become null and void; otherwise it shall remain 1
full force and virtue.
And said Surety, for value received, hereby stipulates and aqrees that no chanqe, extension of time, alteration or addition to the tens of the contr;
or to the work to be performed therainder or the specifications accompanyinc
same shall affect its obliqations on this.bond, and it does hereby waive not
of any chanqe, extension of time, alterations or addition to the terms of tt
contractor or to the work or to the soecifications.
*
Indemnity Company of California
Dollars ($ 62,700
\
.
-
Page i
In the event that any Contractor above named executed this bond as an .
individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond.
IN WITNESS WHElEOF, this instrument has been duly executed by the Contractor i Surety above named on the 11th day of February , 19 - 86 .
(Notarize or Corporate
Seal for Each Signer)
*
1
Attorney-in-Fact -
Surety
il[ CORPORATION
-. -
STATE OF CALIFORNIA Qhp,id6jlEb
CO UNTYSF --vc - - -* ., } ss.
On Fm 1 q 1m . before me, the undersigned, a Notary Public in and for said State,
I
&
d c I m
in-Fact on behalf of Indemnity Company of California, the corporation
therein named, and acknowledged to me that the corporation executed it.
WITNESS my hand and official sed.
ICC 304 (REV. 2/85)
, persona
(or proved to me on the basis of satisfactory evidence) to be the person-
subscribed to the within instrument, and acknowledged to
iiitiiNiiiiiiiiiiiiiiii~ii~~~~iiniiiii~iii~u~~iiitiiiilltti~iitni~ii executed it.
WITNESS my hand and official seal.
INDEMNITY COMPANY OF CALIFORNIA
Anaheim, California 92801 (714) 999-1471
POWER OF ATTORNEY
4
., b, . I Home Office: 333 Wilshire ICC N? 5082
KNOW ALL MEN BY THESE PRESENTS, that Indemnity Company of California, does hereby make, constitute and appoint
Mary Therese Allen Kissner its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver for and on its behalf as surety, all bonds or undertakings if I before June 30, 1986;
and to bind INDEMNITY COMPANY OF CALIFORNIA thereby and all of the acts of said Attorney(s)-in-Fact, pursuant to these presents, i ratified and confirmed. This Power of Attorney is granted and is signed by fascimile under and by the authority of the following Resolutioi by the Board of Directors of INDEMNITY COMPANY OF CALIFORNIA at a meeting duly called and held on the 16th day of August, 1976.
This power of Attorney does not cover the following: Bank depository bonds, mortgage deficiency bonds, mortgage guarantee bonds, guarantees of installment paper, note guarantc bonds on financial institutions, lease bonds, insurance company qualifying bonds, warehouse bonds, self-insurer's bonds, fideli bail bonds, wage law bonds, and bonds of Ne Exeat or fiduciary bonds.
"RESOLVED, that the Chairman of the Board, the President, any Vice President of the Company, be, and that each or any of them authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute in behalf of IN1 COMPANY OF CALIFORNIA, bonds, undertakings and all contracts of suretyship; and that any Secretary or any Assistant Secretary be each or any of them hereby is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Comp
"FURTHER RESOLVED, that the signaturebf such officers and the seal of the Company may be affixed to any such Power of Attc any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures shall be binding upon the Company when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to 'u attached ."
NOTICE 1. This Power void if altered or erased. 2. Power of attorney should not be returned to Attorney-in-Fact, but should remain a permanent part of the obligee's records.
In Witnesswhereof, INDEMNITYCOMPANY OFCALIFORNIA hascaused itsofficial seal to be hereuntoaffixed, and thesepres signed by its President and attested by its Secretary this 23rd Day of April, 1985.
INDEMNITY COMPANY OF CALIFORNIA
ATTEST: ~z~.-3p&-p
/ Jerome J. Sweeney -- BY Secretary
Ad-
Paul E. Griffin lr.
STATE OF CALIFORNIA
COUNTY OF ORANGE } ''.
On April 23,1985, before me, the undersigned, a Notary Public in and for said State, personally appeared Jerome J. Sweeney i Griffin, Jr., personallyknown torne(orprovedtomeon the basisofsatisfactoryevidence) to be the personswhoexecutedthewithin insi President and Secretary on behalf of Indemnity Company of California, the corporation therein named, and acknowledged to [T corporation executed it.
WITNESS my hand and official seal. ---- c - e..-- --_._ - - - - -_ -I_ - _. I OFFICIAL SEAL ;
) I LAURIE B. EWER I
1 NOTARY PUBLIC - GALIFCRNM'
Signature 8. Bo&QK4 i PRINCIPAL ORANGE COUNTY OFFICE fNI I
[MY COldMlSSlON EXPIRES APRIL 22, 1988 I
i
I Notary Public t' Laurie 8. Epner .----------------I--------
STATE OF CALIFORNIA )
COUNTY OF ORANGE 1
CERTIFICATE
I, the undersigned, executivevice president of INDEMNITYCOMPANY OF CALIFORNIA, DO HEREBY CERTIFY that the for attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the provisions of the Resolutions o tiye Committee of the Board of Directors set forth in the Power of Attorney, are now in force.
Signed and sealed in the City of Anaheim, California, this 1 lth day of February ,i9 86
&HF WARNING! This is a copyrighted document. Any unauthorized reproduction is prohibited. THIS POWER IS VOID unless the seals are readable, text is in brown ink. signatures are in blue ink and warning is in red ink.
Thomas H. Tyrell, Jr. Executive ViC' :I ICC-2 Rev. 6-30-85
\*
Page 2
GENERAL, PROVISIONS
1. PLANS AND SPECIFICATIONS
The specifications for the work shall consist of the latest edition of tt Standard Specifications for Public Works Construction hereinafter
hesiqnated SSPWC, as issued by the Southern Chapters of the American Pub
Works Association, the C'ity of Carlsbad supplement to the SSPWC, the Contract documents and the General and Special Provisions attached
thereto.
The Construction Plans consist of IS sheet(s).
utilized for this project are the San Diego Area Reqional Stpndard
Drawings, hereinafter desiqnated SDRS, as issued by the San Diego County Department of Transportation, toqether with the City of Carlsbad Supplemental Standard Drawings. Copies of pertinent standard drawings a
enclosed with these documents. A detailed list of the plans and
specifications are attached hereto and made a part hereof.
The standard drawinqs
2. WORK TO BE DONE
The work to be done shall consist of furnishing all labor, equipment and
materials and performing all ooerations necessary to complete the projec work as shown on the project plans and as specified in the specificatior
3. DEFINITIONS AND INTENT
A. Architect:
The word "Engineer" shall mean the architect or his approved
represent at ive .
B . Construct ion Manager:
The word "Construction Manager" shall man Koll Construction Compan
C. Reference to Drawings:
Where words "shown", "indicated", "detailed'l, "noted", "schedul-ed"
words of similar import are used, it shall be understood that refer
is made to the plans accmoanying these provisions unless stated
otherwise.
0. Direct ions :
Where words "directed", designated", "selected" or words of similar imoort are used, it shall he understood that the direction, desiqnt
or selection of the Construction Manager is intended unless stated otherwise. The word "required" and words of similar import shall t
understood to mean "as required to properly complete the work as
required and as approved by the Construction Manaqeer" unless statec otherwise .
.T ..
~
Paqe 2
E) Equals and Approvals:
Where the words "equal", "approved equal", "equivalent" and such word
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", 1'approval11,
"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 llperformll shall be understood to mean that the Contractor,
her/his expense, shall perform all operations, labor, tools and
equipment, and further, including the furnishinq and installing of
materials that are indicated, specified, or required to mean that tb
Contractor, at her/his expense, shall furnish and install the work,
complete in place and ready to use, includinq furnishina of necessar labor, materials, tools equipment and transportation.
4. CODES AND STANDARDS
Standard specifications incorporated in the requirements of the
sDecifications by reference shall be those of the latest edition at the
time of receiving bids. It shall be understood that the manufacturers 1
producers of materials so required either have such specifications available for reference or are fully familiar with their requirements a. pertaininq to their product or material.
5. CONSTRUCTION SCHEDULE
The Contractor shall provide Consruction Manager with a Construction
Schedule indicating work activities and lenqth of time reuuired for eacl activity. The Contractor shall review with the Construction Manager
monthly the Construction Schedule to insure completion of the whole or
part of the work.
The Contractor shall hegin work after being duly notified by an issuanc a "Notice to Proceed" and shall diliqently prosecute the work to cmple
in connection with the construction schedule as approved by the
Construct ion Manager.
6. NONCONFORMING WORK
The Contractor shall remove and replace any work not conforming to the
plans or specifications upon written order by the Construction ManaQer
Any cost caused by reason of this nonconforming work shall be borne bv Contractor.
\I
Paae 2:
7. GUARANTEE
All work shall be guaranteed for one year after the filing of a "Notice o
Completion" and any faulty work or materials discovered durina the
guarantee period shall be repaired or replaced by the Contractor.
8. MANUFACTUER'S INSTRUCTIONS
Where installation of work is required in accordance with the Droduct
manufacturer's directions, the Contractor shall obtain and distribute the
necessary copies of such instructions, including two copies to the
Construction Manager.
9. INTERNAL COMBUSTION ENGINES
All internal combustion engines used in the construction shall be equippt
with mufflers in qood 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 Inspector
Inspectors shall have free access to any or all parts of work at any tim
Contractor shall furnish Inspectors with such information as may be
necessary to keep her/him fully informed regarding progress and manner o
work and character of materials.
Contractor from any obliqation to fulfill this contract.
Inspection of work shall not relieve
11. PROVISIONS KOUIED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to be insertf
in this contract shall be deemed to be inserted herein and the contract
shall be read and enforced as though it were included herein, and if,
through mistake or otherwise, any such provision is not inserted, or is
correctly inserted, then upon application of either party the contract shall forthwith be physically amended to make such insertion or
correct ion.
12. INTENT OF CONTRACT DOCUMENTS
The Contractor, herjhis subcontractors and materials suppliers shall provide and install the work as indicated, specified and implied by the
contract documents.
which are essential to the completion of the work, shall be provided at
Contractor's expense to fulfill the intent of said documents.
instances throughout the life of the contract, the City will be the
interpreter of the intent of the contract documents and the City's deci relative to said intent will be final and bindina. Failure of the Contractor to apprise her/his subcontractors and materials suDpliers of this condition of the contract will not relieve her/him of the
responsibility of compliance.
Any items of work not indicated or specified, but
In all
\*
Page
1 3. SUBSTITUTION. OF- MATE RIALS
The Proposal of the Bidder shall be in strict conformity with the drawinc
and specifications and based upon the items indicated or specified. The
Contractor may offer a substitution for any material, apparatus, equipme 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 proDosed substitute, material,
apparatus, equipment or process tested as to its quality and strength, i
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, equipment or process indicated or specified. Such
substitution of proposals shall be made prior to beginning of construct
if possible, but in no case less than ten (10) days prior to actual installation. Substitution shall also include a statement of credit to
issued .
14. HECORD- DRAWINGS
The Contractor shall provide and keep up to date a complete llas-built'l
record set of plans, which shall be corrected daily and show every chan
from the original drawinqs and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground pipinq, valves, an all other work not visible at surface grade. Prints for this puroose r
be obtained from the Architect at cost. This set of drawings shall be k on the ,job and shall be used only as a record set. Upon completion of
work, and prior to release of retention, the Contractor shall transpose
"as-built" information on to a set of reproducible sepias. Drawings sh be drafted in a professional manner and shall locate by dimension and
elevation all concealed work, and chanqes in manufacturer information. "As-builts" for the sitework (bid package number 1) shall be prepared 1
the enqineer of record.
15. PERMITS
The general construction, electrical and plumbing permits will be issuc the City of Carlsbad at no charqe to the Contractor. The Contractor i:
responsible- for all other required licenses and fees.
I*
Page
16. QUANTITIES IN THE SCHEDULE
The City reserves and shall have the riqht, when confronted with
unpredicted conditions, unforeseen events, or emergencies, to increase ( decrease the quantities of work to be performed under a scheduled unit price item or to entirely omit the performance thereof, and upon the decision of the City to do so, the Construction Manager will direct the Contractor to proceed with the said work as so modified. If an increasc
the quantity of work so ordered should result in a delay to the work, tt
Contractor will be given an equivalent extension of time.
SAFETY & PROTECTION OF. WORKERS AND PUBLIC
The Contractor shall take all necessary precautions for the safety of
employees on the work and shall comply with all applicable provisions o Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about or adjacent to the premises wh
the work is being performed. Helshe shall erect and properly maintain all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public and shall
post danger siqns warning against hazards created by such features of construction as protruding nails, hoists, well holes and falling materials.
17.
18. SURVEYING
Column control lines, offset outside the perimeter of the building, and
vertical control (benchmark) will be furnished by others. Contractors shall perform their own engineering (survey staking) including elevatio as required.
Survey staking for the sitework (bid package nuher 1) shall be provide
the City. Rough grade stakes at 50'-0" centers minimum to or toe-of-sl as required, surface and underground improvements at 25'-0" to 50'-0"
centers including critical points with offsets, and blue tops for builc
and facility pads.
19. CODES, OBDINANCES, REGULATIONS- & ABBREVIATIONS
Reference to codes, ordinances and requlations are to editions
in effect as to date of proposals. Abbreviations are used for
agencies issuing standard specifications as follows :
PWncY Abbreviation
American Society for Testing Materials AS TM
U .S . Government Fed. Spec.
National Board of Fire Underwriters NBFU
American Institute of Steel Construction AI sc
American Standards Association ASA
Underwriters Laboratories, Inc. UL
Depart me nt of Comrne rce St and ard s cs
American Concrete Institute ACI
I.
Paqe
20. STORAGE -
Space for storage and temporary buildings will be allocated by the
Construction Manager as job conditions permit. Temporary offices or she
shall be constructed of fire resistant materials. Material and layout n
be approved by the Construction Manager prior to installation.
21 TESTING AND INSPECTION
Testing and inspection shall be as required by the Specifications. The
Contractor shall be required to cooperate fully with the inspecting ager
during inspections at a fabricating plant and/or on the jobsite and shal
provide ladders, platforms, scaffolds and/or safe accessibility to the 1
for such inspections and/or 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 waste materials, packaging materials and other rubbish accumulated in connect
with the execution of the work by collecting and depositing said materi
and rubbish in locations or containers as designated by the Constructic
Manaqer.
24. TEMPORARY FACILITIES
Temporary toilet facilities and drinking water for the use of all tradc
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 perfori
shall be included.
26. ELECTRICAL POWER
Electrical power will be provided in the building for the use of the Contractor for special lightinq and operation of small tools only. Po
will be single phase at 208 volts or 240, and 120 volts.
Contactor's responsibility to provide extension cords and/or wiring fr central distribution points. Power will not be provided for high volt
or heavy amperaae type equipment such as welding machines and any spec
power requirements shall be provided and paid for by the Contractor.
It is the
IC
Page
27. BACKFILL AND COMPACTION
Backfill and compaction of trenches shall be in conformance with the 197
edition of "Standard Specifications for Public Works Construct ion".
Backfill material shall be approved by the soils engineer. Contractors
shall pay all costs for retesting required as the result of density test
failures due to improper compact ion. Backfilling of trenches and
excavations shall not he undertaken until required tests and inspections
have been completed, 'vas-builtll location notes have been verified, and authority to start the backfill has been granted by the inspector and
superintendent .
Paa e
CERTIFICATION OF COMPLIANCE
I hereby certify that &?L.J~#A?,~ ~G~~~JiA~&il"bbWLIE 2 {de,
in prforming under the contract awarded by the City of Carlsbad, will comply with the County of San Diego Affirmative Action Proqram adopted by the Board
Supervisors, including all current amendments.
'Leaal Name of Contractor
F k&=& 19, llfh
Date
(NOTARIZE OR CORPORATE SEAL) _I Title
(Notorial acknowledgement of execution by all principals must be attached 1.
, personall
(or proved to me on the basis of satisfactory evidence) to be the person- 1
subscribed to the within instrument, and acknowledged to r
executed it
WITNESS my hand and official seal
233CA-Rev 5 82
Page
ALUMINUM ENTRANCES,, STOEFRONTS, WINDOWS AND GLAZING - Bid Item 6A
1. Rase bid to include all aluminum entrances; storefronts; operable and fix
windows and complete glazing for the police/f ire administration building service center buildinq.
2. Provide and install all blue-green reflective qlass, platelfloat plass, Y
Review Include one w; Include curved acrylic sheet at
glass and bullet resistant alass.
cabinet elevations for all counter top glass/frame units. vision glass between rooms 222 and 223.
south end of atrium. Hollow metal frames by others.
Tempered as required by code.
3. Fixed windows at main entry and storefront systems to police buildinq pel
sheet A-9. Include aluminum cladding of steel members, steel aluminum
stiffners as required and metal drip at head per detail 27. Also applic
details per sheet A-21.
4. Exterior operable windows includinq metal drip, trim, cladding and windo
anchors. Reference miscellaneous details sheet A-22. Installations ski
accommodate story drift as outlined below. Operable windows shall be hi
at bottom and open to inside of building.
5. Additional specialty requirements and specification modifications that s
be a part of this bid package are as follows:
a. Reference Specification Section 8520-2.4.2-Outswinging Windows. See Item 4 above.
b. Specification 8520-2.4.1. Delete Kynar finish and substitute clear
A nod ized A lumi num .
c. Reference Detail 19/A22 - Tube Steel panel supports are 2-1/2" x 2-1
centered 3-3/4" inside face of precast panel located only- at the fir
level and on1 two per typical 12' wide precast panel and 4' from e2
first fLoor precast panels and requires aluminum cladding all arount except on the building interior where perpendicular part it ions OCCUI
d. Window contractor will furnish and install as part of his window sy:
additional aluminum mullions or steel tubes with aluqinum cladding I the south and west elevations to support the sunscreem by others. These supporting mullions are also required at the end of each windc
run (not shown in Detail 1/A-22) and must occur at an 8' on center
maximum.
panel end. -4 is tube steel is the structural support for the top of
- -
e. The sunscreens will be anchored at the top of the mullions and bracc a the bottom imposing a load at the first floor of
at the second floor.
f. All window and mullion connections must provide for a seismic story
drift of 1-1/2".
.
Page .
g. 5096 of the windows on the first and second floors will be operable.
operable windows on the second floor will be stacked one above the
other.
h. Enqineered drawings and support calculations signed by a registered
engineer shall be required for review/approval.
Vehicle maintenance building glass ins tallation and aluminum framing simi
to police building. Hollow metal frames shall be provided and installed
others where specified only.
6,
7. Glass Contractors shall include all scaffolding, glazing qaskets, caulkin
and special finishes for a complete installation. Coordination with othe
trades shall be a definite requirement.
Provide and install glass lite in door L per sheet A-20. Provide and install glass lites in door numbers 142, 143, 144 and 145. Minimum size
four (4) square feet per opening. Actual size/configuration shall be
determined at future time. Glass per door schedule sheet A-20.
8.
9. Provide alternate additive cost to furnish and install smoked glass mirrc in elevator lC.1 per detail sheets attached and made a part of this bid
package.
ALUMINUM SUNSCREENS AND CANOPIES - Bid Item 66
1. Base bid to include furnishing and installation of solid canopies and louvered sunscreens per plans and specification section 10700.
2. Additional specialty requirements and specification modifications that SI
be a part of this bid package are as follows:
a. Specification 10700-2.4.1 - Delete Kynar finish and add clear Anodizc
Aluminum.
Sunscreen Louver blades will be approximately 5 1/2" spaced to provic
sun cutoff angle of 75 degrees from the horizontal and visual obscur
when viewed from a horizontal vantaqe point.
b.
c. The first floor sunscreens will he a minimum of 2' radius to a maxim of 3' radius and will not protrude below the window sill mullions, w
not interfere with window operation. Anchor attachment will be
concealed inside the sunscreen outriqqers using stainless steel
hardware. The second floor sunscreens will be a 4' radius.
d. Canopy/sunscreens shall be attached to support members outlined in E Packaqe 6A - Items 5c, d, and e. All connection requirements shall
part of this contract. Engineered drawings and calculations siqned
registered engineer shall be required for review/approval.
(.
,
Page
LATH AND PLASTER - Bid Item 6C
1. Base bid to include furnishing and installation of lath and plaster per plans and specification sections 9207 and 9220 for all building facilitie
2. PoliceIFire Building:
a. Interior walls and ceiling of sally port 8138 and evidence vehicles
H36. Coordinate with access hatches provided and installed by other
Typical inside face of parapets per 1,7/A-7, and at deck area per
6,14/A-7. Provide and install industry standard plaster ground in li of treated wood ground.
b.
c. Exterior applications at meeting area per sections 2,5/A-14. Ground
Item b above. Also include clarification drawing SR-4 dated 9/24/85 which requires plaster wall separatinq upper and lower roof levels o\
meeting area.
d. Include lath and scratch at walls and ceilings of showers.
e. Include smooth plaster skim coat over block walls in cells #142, #I41
#I 46.
3. Service Center Building:
4. Protection of other work, clean up and removal of all debris relating to
Plaster ceilings as designated on sheet A-52.
lath and plaster is specifically included.
STEEL STUDS AND DRYWALL - Bid Item 60
1. Base hid to include furnishing and installation of steel studs and drywa.
per plans and specification sections 6100, 9100 and 9250 for all buildinc facilities. Additional requirements specified within these special
provisions may require review of other specification sect ions e
2. Police/Fire Building:
a. All light qauge and structural stud framing includinq furring, chann
hanger wires, welding and required bracing. Refer to structural pla
and clarification drawings for framing requirements at meetinu area
entry and split level roof. Include all framing for lath and plaste
installations. Per drawing SR-4 also include bent plate and tension
straps to support stud framing.
Include flute filler plugs and 16 gauqe metal straps at underside of
deck per details sheet A-5.
b.
*
*a
Paqe .
c. Furnish and install all fire treated wood and steel/metaL backing as
required for other trades.
trades, i.e., finish carpentry; cabinets; toilet accessories and partitions; fire rated curtains; roof access ladders; etc., to assure
that all required backing is installed properly prior to closinq up
walls.
Contractor shall coordinate with other
Doublinq of studs and welding of backing plates as required.
d. Furnish and install all access panels in drywall and plaster as specified, and install those furnished by others.
All drywall for exterior and interior walls (rated as specified),
enclosing of steel colums/tubes, skylite shafts, boxing of fixtures, etc., for a complete installation. Secretary offices #258, %264 and
adjoininq corridor shall be one hour construction in lieu of that shown.
e.
f. Include receivinq, storing, protecting , sort inq , placing and
installation of all hollow metal door and window frames within drywal partitions and exterior precast openings (door, transom frames and hollow metal transom panels). Include installation of free standing hollow metal door and window frames (curved sections too), around perimeter of atrium area. Installations shall include anchors, requl:
weldinq, bracing and settinq plumb for installation of doors and glaz
by others. Coordination will also be required with the electrician f installation of conduit and/or wire within frames for specialty hardware. Hollow metal frames shall be furnished F.O.B. jobsite by others.
g. Furnish and install all fire treated wood blocking and backing, shapc as required for installation of sheet metal and other work by others Reference is made to details 1, 2, 5, 7/A-7, 26/A-9, 5/A-15, A/21, A
etc. A standard plaster qround shall be installed by others in lieu treated wood cleat at parapet cap.
h. Where conflicts occur between the large and small scale drawings, thi most restrictive and expensive conditions will qovern. Example: R4
#I35 show 611 studs on floor plan A-I, but 3 5/8" studs on 1/4" scale
drawing sheet A-19.
i. Base bid shall also include quard rail at perimeter of second floor
atrium, stair no. 2, and 2nd floor lobby area per 27/A-16. Include necessary angles to attach framing to structural steel. Angle brace shall be- supplied by others, however, actual installation at wall ar deck shall be by this Contractor includinq anchors/bolVs. Provide 2
install bolts at top of quard rail for installation of wood plate ar
hardwood cap by others.
Cell ceilinqs per section on A-23 - not per finish schedule. j.
4
4.'
Page 1
3. Provide alternate deduct if guard rail specified in Item 2i is contructed Wall bracing/installation requirements would remain tt per detail 7/A-23.
s ame .
Service Center Buildinq shall include same basic requirements as Police/F
Building. 4.
5. Protection of other work, clean up and removal of all debris relating to
drywall and stud framing is specifically included.
ROOFING, WATERPROOFING AND INSULATION - Bid Item 6E
1. Base bid to include furnishing and installation of roofing, waterproofin?
and insulation per plans and specification Sections 7120, 7220 and 7510 1
all building facilities.
2. Include below grade waterproofing of planters and walls around entry to
Police/Fire Building; and mechanical equipment enclosure.
3. Waterproofing of deck area over police sally port.
4. Coordinate installation of roofing system to accommodate roof mounted
accessories supplied by other trades.
5. Include fill for pitch pockets at typical grab rails for roof hatch acce
6.
7. Install complete roofing system at all buidinqs to achieve indicated cr9
Include "walk top" surface pads as shown on A-7.
slopes and positive drainage patterns to roof drains.
8. Provide alternate additive price to complete roofing operation at Police/Fire Buildinq as two move-on process. Possibility exists that
initial roofinq operation shall precede installation of perimeter preca:
concrete panels. insulation and initial asphalt cap to provide watertight lid so that
interior improvements could proceed.
roof would be complete.
Roofing Contractor would be required to install rigid
After precast installation, balanc
SHEET METAL, FLASHING, LOUVERS AND ROOF ACCESSORIES - Bi-d Item 6F
I. Base bid to include furnishing and installation of items listed above pi
plans and specification sections 5030, 7600, 7720, 10200, and 10990 fo
,building facilities.
2. Sheet AC-3: Parapet cap assembly and complete louver assembly prefinsi
Reqlet, flashing and drips at mechanic building and site retaininq wall
Sealant as required.
a
4'
Page
3. Police Buildinv
a. Prefinished and standard sheet metal as indicated on A-7. Roof hatch1
skylites, fascia panel, sheet metal backing and guard rail flashing PI
(6fA-71, pitch pockets, parapet cap, flashings, etc., for complete
installation. Sealant as required.
b. Removalbe and fixed louvers, and fascia panels as indicated on
elevations (A-9, A-10) flashing per 26/A-9.
c. Flashing per 5/A-14.
d. Reglet, flashing and expansion joint per 5/A-15. See clarification
drawings SR-4 dated 9-24-85 for modification of details 8/A-15.
e. Prefinished metal door drips per sheet A-21.
f. Flashinqs which are an integral part of qlass and glazina work shall
by others. (27/A-9 and typical details A-22.)
g. Expansion joint (29/A-22), and prefinished metal drips sheet A-22
(except at windows 1 /A-22).
h. Stainless steel trays or other specialties associated with cabinet
drawings are N. I.C.
4. Service Bui1di.n~~:
a. Roof hatch, skylites, flashinq and reglet system, door drips; and
prefinsihed parapet cap and louvers as specified. Sealants as
required.
5. Vehicle Wash Building:
a. Reglet and flashing system; gravel stop; and gutter and pipe down spc
system indicated on sheet A-60A. Sealants as required.
HUILQING INSULATION - Bit Item 6G
1. Base bid to include furnishing and installation of all required insulatic and fire safing per plans and specifications section 7210. Exterior wal of stair no. 2 and complete elevator shafts shall be included.
2. Acoustical partition designated on sheet A-52 shall be extended to inch
wall separating men's locker roan 004 from lounge 002.
COILING AND SECTIONAL GRILLES, DOORS, AND CURTAINS - Bid Item 6H
1. Base bid to include furnishing and installation of all coilinq and sectit
doors per plans and specifications, 8330, 8340 and 8360, includina weldi as required.
.* ..
Page
2. Police/Fire Building:
a. Rated coiling door at property and evidence roan including track
assembly per 1,2/A-23.
b. All interior fire rated curtains with fusible link. Include overhead
bracing/support as required.
C. Electrically operated coiling qrilles at sally port. Include require connection to steel support framing provided by others per detail 231
9. Include required connection anqles and jamb guides welded to stec
columns.
3. Service Center Building:
a. Sectional doors with complete installation of track assemblies, weldi as required, and specified lights.
PNEUMATIC TUBE SYSTEM - Bid Item 61
1. Base bid to include furnishing and installation of a pneumatic tube systc
per plans and specifications section 14580. Floor plans and cabinet key plans should be cross referenced for sendinglreceiving stations.
2. Furnish and layout all required floor and/or wall sleeves. Core drillinc
decks shall be included.
FINISH CARPENTRY - Bid Item
1. Base bid to include furnishing and installation of finish carpentry item.
and wood doors as outlined per plans, specification sections 6200 and 82 and these special provisions.
Include wood caps at quard rails per 3/A-16 inclusive of 2x block.
Include hardwood sill at meeting roan windows only per 3/A-14.
63
2.
3.
4. Include wood base and handrails throughout police facility per details G
H/A-36, and per attached elevator no. 1 detail sheets.
5. Include all wood doors with louvers and/or glass lites as specified. Wo
doors shall be pre-machined to accommodate all specialty hardware requir
Doors no. 148 and 149 will require provision to install wire from electr
mortise lock to opposing jamb.
6. Include receiving, storing, protection, sorting, placinq and installatio
all hollow metal doors, wood doors and required hardware for each. Spec coordination will be required with electrical contractor. Hardware schei
currently beina revised to reflect electric locks at doors 148 and 149 o
Balance shall be converted to electric strikes. All frames shall be
rr
Page
provided and set by others.
provided by others
ceiling and acrylic sheet in elevator no. 1 per attached detail sheets da
Hollow metal doors ad hardware shall be
7. Provide alternate additive cost to furnish and install red oak ventwood
10- 8-85
SITE MAINTENANCE CONTRACTOR - Bid, Item 6K
1. The General Condition Contractor , hereinafter called "The Contractorll, sh furnish all labor , material , equipment, services, plant tools, applicance
and all other things necessary to perform the General Condition Work - when
and as directed by the Construction Manager.
The Contractor shall organize, monitor, coordinate and direct the General Condition Work to be performed. The Contractor shall furnish a competent
Foreman if and when required on the jobsite who will coordinate all activities with the Koll Project Superintendent. The General Conditions Contractor will be qiven at least 24 hour notice each time men and mater: are required at the jobsite with the exception of urgently needed safety damaae protect ion work.
2.
3. The Contractor shall submit a percent of fee, in the Bidder's Form, that
will accept as full payment for the services, duties, obliqations and
responsibilties which shall be applied to all direct costs as defined
herein.
The percent of fee submitted in the Bidder's Form shall be to the second decimal (xx. xx%).
The percent of fee shall be a combination of overhead and profit and e sha
include items such as listed below.
a. Officers ' salaries and expenses.
b. Project Manager's and Engineer's salary and expenses.
c. Main office supplies.
d. Sales expenses, advertising and publicity.
e. Charitable contributions and subscriptions.
f. Membership and dues to engineering society.
g. Repair, maintenance, depreciation and utilities at the Contractor's
office and/or plant.
General Superintendent, Superintendent and General Foreman. h.
,'
Page
i. Salaries and expenses of personnel in accountinq, estimating,
purchasing, clerical and secretarial work.
Repair and maintenance of equipment which is owned by the Contractor
rented to the Project. j.
k. Small tools. Items considered to be small tools are hammers, saws,
screwdrivers, squares, levels and such other items which are normallq
used by a carpenter and/or laborer to perform his work.
power screwdrivers, shovels, picks, sledge hammers, etc. shall be
purchased, if required for the work and authorized by the Constructic
Manager, by the Contractor and shall become a cost of the work. All
such tools, as well as other materials, so purchased shall become thc
property of the City of Carlsbad.
1. Insurance cost related to the Project. (Insurance which is carried 1
the Contractor which covers the home office business operation and
facilities such as fire and theft, health and welfare insurance progi
for home office employees and/or other similar insurance wich the
Contractor may wish to charge and/or prorate and assign as attributat
to the Project.)
Power saws,
m. Taxes, telephone and telegraph charges, (except jobsite telephone).
The type of reimbursable work that may be anticipated to be performed am which shall be on an "as needed" basis is as follows:
a. Construction of temporary enclosures for toilets, hoistinq facilitie
temporary power panels, temporary wood doors for storage areas, etc.
4.
b. Dust palliation, pumoing and water diversion.
c. Cleanup and providinq rubbish containers.
d. Drinking water for jobsite personnel, including distribution of wate
cans and the furnishinq of cups and other accessories.
e. Providing of chemical toilets.
f. Incidental maintenance and protection of work in place.
g. Providing watchman service.
h. Operating engineers for elevators.
i.
j.
Maintenance of temporary roads and site utilities.
Temporary protection and barricades which shall be installed in
accordance with CAL/OSHA requirements.
Any other work as may be authorized by the Construction Manager. k.
*
..I
Page
5. When directed by an authorized representative of the Construction Manager
the Contractor shall perform the "General Condtions" work.
work shall be established as follows:
LAB0 R a* -
The actual net cost to the Contractor of field labor, in accordance Y
Prevailing Wage Rates, including required union benefits, premiums tt
Contractor is required to pay for Workmen's Compensation and Liabilit
Insurance and payroll taxes on such labor.
Labor charges shall be established by daily time vouchers which shal
signed daily by authorized representatives of the Construction Managc
and shall include the various classes of employees.
The value of
b. MTERIAL
The actual cost to the Contractor of materials and such other direct costs as may be approved by the Construction Manager, less all savin discounts, rebates and credits. All material shall become the prope
of the City of Carlsbad. Sales and/or Use Taxes are reimbursable on materials and/or equipment which have been authorized to be purchase
rented by the Construction Manager.
The Contractor shall obtain competitive bids for all materials. A
minimum of three bids shall be required.
Material vouchers shall be signed by an authorized representative of Construction Manager on the day material is delivered to the Project
The Owner reserves the right to furnish and/or purchase materials as
be required for the Work.
c. EQUIPMENT
Charges for rental equipment shall be at the prevailing rates of
equipment in the City of Carlsbad.
d. FRIEGHT
Cartage shall be charged at the net actual rate of same.
BONDS -
The Contractor shall submit a Bid Bond with his proposal in the am\
of Ten Thousand Dollars ~$10,000.00).
The Bidder to whom award is made will be required to furnish a
Performance and a Labor & Material Bond each in the amount of Twent!
Five Thousand Dollars ($25,000.00).
e* -
11
3, x,
Page L
The cost for bonds shall become a cost of the Work.
f. PERMITS -
Permits of any type, if required, shall be obtained and paid for by t
Contractor. The cost of same shall become a cost of the Work.
9. YBLET OF WORK
The subletting of work and/or services, such as watchman services, sh
be subject to the approval of the Construction Manager. A minimum of
three bids for work and/or services shall be required.
work is sublet, the Contractor shall be permitted to only add a canbi
allowance, for overhead and profit, a maximum of five (5) percent (or
the quote and fee, whichever is lower) on all sublet work and/or
services in lieu of the fee as stipulated to be applied for all othei
costs fo the Work.
Any other items which are used and/or required specifically in or foi
the performance of the Work and authorized by the Construction Managc
shall become a cost of the Work.
In the event
h.
6. Billing shall be mnthly on or before the 25th of each month.
Contractor shall submit copies of payroll summaries with signed time
vouchers, material invoices and other invoices or bills of payment incur1
as job costs. The Contractor shall submit the monthly billing in a form
accordance with instructions received from the Construct ion Manager.
7, The following are modifications, clarifications and/or deletions to the
The
package for the General Conditions Work.
a. Notice Inviting Bids:
1. Item 8 - Bidders shall submit $10,000 cash, certified check or
bidder ' s bond.
2. Item 9 - Designation of Subcontractors is not applicable to thi: item.
Item 12 - A faithful performance bond of $25,000 and a $25,000 1
and material bond shall be furnished.
Item-13 - Payments to the General Conditions Contractor will not
subject to retent ion.
3.
4.
b. contract:
1. Items 1 & 2 - Contractor shall perform all work as directed by
Construct ion Manaqer .
2. Item 4 - Extra compensation provision is not applicable.
*
\.
Page
C. General Provisions :
1. Item 2 - All work shall be as requested by the Construction
Manager.
Item 5 thru 16, 18 thru 24, 26, 27 - Not applicable. 2.
f
L,
Paq e
LIST OF CONTRACT DOCUMENTS
1. Contract documents prepared by Ruhnau, McGavin, Ruhnau/Associates, 5751
Palmer Way, Suite C, Carlsbad, CA 92008 (619) 438-5899. Plans dated
September 16, 1985.
a. Architectural Site Plans Sheets AC-1 thru AC-3
b. 'Architectural Public Safety Center Sheets A-I thru A-36
Public Service. Center Sheets A-SI thru A-60A c. Equipment Plans Sheets EQ-1 and EQ-2
d. Structural Plans Sheets S-I thru S-16 (10A thru '
- e. Mechanical Plans Sheets M-I thru M-10
f. ?k~mbinq Plans Sheets P-I thru P-8
q. tlectrical Plans Sheets E-I thru E-20
Project manual (specifications) for the construction of the City of
Carlsbad Public Safety and Service Center prepared by Ruhnau, McGavin,
Ruhnau/Associates dated September 16, 1985.
Clarification drawinqs SR-2 thru SR-5 dated September 24, 1985 attache
hereto and made a part hereof.
11.
111.
IV. Elevator No. 1 finish drawinas (elevations and details) sheets 1 thru
dated October 8, 1985 attached hereto and made a part hereof.
2,
BRANDOW &+wwq#Je<&- dt 30 STON ASSOCIATES 495c
COISUL’I8Im 8taWSTu8AL: 8L)aII8.88
1.80 W. W8RD m, LO. AUGet.. UUFORNIA SO017
EVl5W EwcEFF3iPlFEEV~
City of Carlsbad
Public Safety & Service Center 2 a r Is b ad. Calif or nia
rev it ion S
job no. d 21201
Archdun Pian-
?UHNAU McGAVIN RUHNAU/ASSOCIATES
3775 tenm Sbaf
714t6d4-4664 619.729-7144- - __ - 1707 Elm A-
Rrv~Sd. 0 92501-3669 CJM a 92008-1995
‘sheel
C -
A -
L&&zA%dG<d-- 5-95L BRANDOW & JO STON .. ASSOCIATES
~01ssktaaa m7eue7Ym~b: a=aa-~..*
TLLLMO(rS lU.S.9 MIJI COOS sia 8.80 W. MIRP m- LOS ANO- UUrORNlA SO017 !J
PE-NlfSED W WE EXE-XI
City of Carlsbad Public Safety & Service Center Cartsbad, California . job no. 2'1 201
RCIHNAU McGAVIN RUHNAU/ASSOCIATES
3775 rCnm Shslr) Rwud. U 9250T-MbS
1207 Em Am cw 0 91006*1= 619,729-7T44 trr, 6ar-rw ---I -
BRANDOW dt JO STOH AS SO CUTE^
.a coa*e&T8mm mtrna#IyvIAL: 11*11....
la00 W. T’MIRO m, WS AHUU UUFURIIIA mQOl7
-OHK 4CC.m- MU cum aia b
RUHNAU McGAVIN RUHNAU/ASSOCIATES
377s fm S&kC.l It07 Eh A- Rmr-. U 92501-3@9 Camb.d c4 9m-fm
*. 1 . I. i .)
C.
- -. .-. .
-
- . -_--- --
iP u -
-
< >
-!
1
BRANDOW & 30 NSTON ASSOCIATES
TLLKFW-S 1U.S.O UILI -OK 11%
City of Carlsbad .-
Carlsbad. California Public Safety & Service Center
revision
'job no. 21 201
Archdun PfannWS
RUHNAU McGAVlN RUHNAU/ASSOCiATES
3775 Tcn*l SEW t20? Ekn A*..W Rrr+rsrd. CA 92-1-3669 GI- a 9m-f-
:st
k
- - - \ - Q
.. t --
c t
!
-. - .. --- -_.. - - .-
I
I.
!
rf m' c/
i i 51 "p" -E m-- 1
LeF.WF= +T?=w!,. % zm'/ t+/A-P%*
I
w4w D f
-__ _-___ -- - - - --- - ---
.I I L--- wt4LW5 mL --->
n
I J,,,, T A ? b -L2 - /
-- -
' - ___
-----+
mm- g$
BP
(qf
(? PmFL\, \i VL @e
I _-
1
li
HW,Law7,t~rn Ft.1- w
l=Lw-k=u
ti
P - ,n 4rn*l ' . 1
*
&I *’
tTA0w tAnt&E.
(we P6 “d’) *-4
- EWrn do* I
dJ
I
A ~~~
~~ ! \- ; ' ,. .. 1.9 wl-73
3-w-
-4s. #. o/ z
i
/
U
!
t
!
. .. -
**
L
'.\ we5 Dm34 1, *I4 54
I !
IPpenM 1- i -'
,
I m rnL 'Rfw "t" Q v
gzuA3n= Ab- I i
Recording Requested By an eturn To: a! m .2 622 City Clerk
1200 Elm Avenue
Carlsbad, CA 92008 NOTICE OF COMPLETION
To All Laborers and Material Men and to Every Other Per
Interested:
YOU WILL PLEASE TAKE NOTICE that on January 13, 1987,
project consisting of ceiling doors at the Carlsbad Safety
Service Center, on which Southern California Overhead Doors
the Contractor, was completed.
CITY OF CARLSBAD
PROJECT COORDINATOR
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the C
Council of said City on - 27 , 1987, accepted
above described work as j%mplete# and’ ordered that a Notice
Completion be filed.
I declare under penalty of perjury that the foregoing
true and correct.
Executed on h 4 r, 1987 at Carlsbad, California 1 1 CITY OF CARLSBAD
AL(!~z+: d,,
City Clerk
”- ._ 87 065708
ym L; LYiL5J COUHTY RcCO1iOtR
";m W .;%-. /.,'*, c.
/(
d Y- 'J j --g+;.
'h
m 0 >
4.
\
1200 ELM AVENUE TE
CARLSBAD, CALIFORNIA 92008 (6.
Office of the City Clerk
aitg nf aarlsbnb
January 30, 1987
Vera L. Lyle
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation are the following described documents:
I
Notice of Completion - Engineering
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
a 0 h
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 Caylsbad 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
a 0 c
3
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 Floorin'g 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 iz
of benefit to the City; therefore, it is requested that the fees
be waived.
Thank you for your assistance in this matter.
2Jiikxfi eputy City Clerk
Encs.
Recording Requested By @ Return To: * Gity Clerk
Carlsbad, CA 92008 NOTICE OF COMPLETION
% 1200 Elm Avenue
To All Laborers and Material Men and to Every Other PE
Interested:
YOU KILL PLEASE TAKE NOTICE that on January A3, 1987,
project consisting of ceiling doors at the Carlsbad Safetj
Service Center, on which Southern California Overhead Door:
the Contractor, was completed.
CITY OF CARLSBAD
PROJECT COOmNATOR
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 - 2 3 , 1987, accepted
above described work as pmpleteg and ordered that a Noticc
Completion be filed.
I declare under penalty of perjury that the foregoin1
Executed on h ~(r , 1987 at Carlsbad, Californit
true and correct.
/ / CITY OF CARLSBAD
ALM: &kLAN, &
City Clerk