HomeMy WebLinkAboutVincent C Cramer General Contractor Inc; 1991-12-27; U/M 92-4* U
TABLE OF CONTENTS
Itern - P
NOTICE INVITING BIDS
CONTRACTOR’SPROPOSAL ........................................
BIDDER’S BOND TO ACCOMPANY PROPOSAL ...........................
DESIGNATION OF SUBCONTRACTORS ...............................
BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY ..................
BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE
0 ...........................................
..........
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID ..............................
CONTRACT . PUBLIC WORKS ......................................
LABOR AND MATERIALS BOND ....................................
PERFORMANCEBOND ...........................................
ESCROW AGREEMENT FOR SURETY
DEPOSITS IN LIEU OF RETENTION .................................
RELEASEFORM ...............................................
SPECIAL, PROVISIONS
I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION ............................
TI. CONSTRUCTION SPECIFICATIONS ...............................
10/3/90 R ,*
64
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1;
Carlsbad Village Drive (formally Elm Avenue), Carlsbad, California, until 4:OO P.M. on
4th day of November, 1991, at which time they will be opened and read, for perform
the work as follows:
e
CITY OF CARLSBAD FIRE STATION #2 REMODEL
CONTRACT NO. U/M 92-4
The work shall be performed in strict conformity with the specifications as approved by
City Council of the City of Carlsbad on file with the Municipal Projects Department. r
specifications for the work shall consist of the latest edition of the Standard SDecificatil
of Public Works Construction, hereinafter designated as SSPWC, as issued by the South
Chapters of the American Public Works Association. Reference is hereby made to
specifications for full particulars and description of the work.
The City of Carlsbad encourages the participation of minority and women-ow
businesses.
No bid will be received unless it is made on a proposal form furnished by the Purchas
Department. Each bid must be accompanied by security in a form and amount requi
by law. The bidder's security of the second and third next lowest responsive bidders n
be withheld until the Contract has been fully executed. The security submitted by all ot
unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days a:
the Contract is awarded. Pursuant to the provisions of law (Public Contract Code Sect
22300), appropriate securities may be substituted for any obligation required by this nor
or for any monies withheld by the City to ensure performance under this Contract. Sect
22300 of the Public Contract Code requires monies or securities to be deposited with
City or a state or federally chartered bank in California as the escrow agent.
The documents which must be completed, properly executed, and notarized are:
0
1. Contractor's Proposal
2. Bidder's Bond
3. Non-Collusion Affidavit
10/3/90 F
0
All bids will be compared on the basis of the Architect's Estimate. The estimated quanti
are approximate and serve solely as a basis for the comparison of bids. The Architc
Estimate is $175,000.
No bid shall be accepted from a contractor who is not licensed in accordance with
provisions of California state law. The contractor shall state their license nun
expiration date and classification in the proposal, under penalty of perjury, pursuan
Business and Professions Code Section 7028.1 5.
acceptable for this contract: CLASS B, in accordance with the provisions of state lav
If the Contractor intends to utilize the escrow agreement included in the cont
documents in lieu of the usual 100/0 retention from each payment, these documents n be completed and submitted with the signed contract. The escrow agreement may no
substituted at a later date.
Sets of plans, special provisions, and Contract documents may be obtained at
Purchasing Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Aven
Carlsbad, California, for a non-refundable fee of $10.00 per set.
The City of Carlsbad reserves the right to reject any or all bids and to waive any m
irregularity or infonnality in such bids.
The general prevailing rate of wages for each craft or type of worker needed to execute
Contract shall be those as determined by the Director of industrial Relations pursuan
the Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773..
the Labor Code, a current copy of applicable wage rates is on file in the Office of
Carlsbad City Clerk. The Contractor to whom the Contract is awarded shall not pay
than the said specified prevailing rates of wages to all workers employed by him or he
the execution of the Contract.
The Prime Contractor shall be responsible for insuring compliance with provision:
Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Cc
"Subletting and Subcontracting Fair Practices Act."
The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 1
shall apply to the Contract for work.
A pre-bid meeting and tour of the project site will be held on September 24, 1991, 2
p.m. at the project site, located at 1906 Arena1 Road, Carlsbad, CA 92009.
All bids are to be computed on the basis of the given estimated quantities of work
indicated in this proposal, times the unit price as submitted by the bidder. In case
discrepancy between words and figures, the words shall prevail. In case of an error in
extension of a unit price, the corrected extension shall be calculated and the bids wil
computed as indicated above and compared on the basis of the corrected totals.
The following classifications
10/3/90 I
0
All prices must be in ink or typewritten. Changes or corrections may be crossed out
typed or written in with ink and must be initialed in ink by a person authorized to sigr
the Contractor.
Bidders are advised to venfy the issuance of all addenda and receipt thereof one day p
to bidding. Submission of bids without acknowledgment of addenda may be caus
rejection of bid.
Bonds to secure faithful performance of the work and payment of laborers and mate:
suppliers, in an amount equal to one hundred percent (100%) and fifty percent (SC
respectively, of the Contract price will be required for work on this project. These bc
shall be kept in full force and effect during the course of this project, and shall exten
full force and effect and be retained by the City for a period of one (1) year from the I
of formal acceptance of the project by the City.
The Contractor shall be required to maintain insurance as specified in the Contract.
additional cost of said insurance shall be included in the bid price.
Approved by the City Council of the City of Carlsbad, California, by Resolution No. -
293 , adopted on the 3rd day of -Pr , 19%.
&cz;= &.&-
Artha L. && anz&<v Clerk
. qL/
Date
10/3/90
a
... e-
QTY OF CARLSBAD
CONTRACT NO.
CONTRACTOR’S PROPOSAL
I_
L- *
--
City Council
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, California 92008
The undersigned declares he/she has carefully examined the location of the work, read
Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to fun: all labor, materials, equipment, transportation, and services required to do all the worl
complete Contract No. U/M 92-4 in accordance with the Plans and Specifications of
City Qf Carlsbad, and -*e Special Provisions and that he/she will take in full paym
therefore the following unit prices for each item complete, to wit:
Item Description with Approximate
Item Unit Price or Lump Sum Quantity unit - No. Price Written in Words and Unit Price Total
1 All labor, materials, .
0
tools, expendable
equipment, utility,
transportation services
and all other services of
whatever type or nature
required to complete all
phases of this project in
conformity with the
plans, specifications and
other contract LUMP
documents. SUM w #
10/3/90 E a
I.
Item Description with Approximate
0 - NO. Price Written in Words and Unit Price To tal Item Unit Price or Lump Sum Quantity Unit
i-
c
_-
-
0
Price(s) given above are firm for 90 days after date of bid opening.
Addendum(a) No(s). 3 has/have been received and is/are included in
proposal.
The Undersigned has checked carefully all of the above figures and understands that
City will not be responsible for any error or omissions of the part of the Undersignec
making up this bid.
The Undersigned agrees that in case of default in executing the required Contract v
necessary bonds and insurance policies within twenty (20) days from the date of awarc
Contract by the City Council of the City of Carlsbad, the proceeds of the check or b(
accompanying this bid shall become the property of the City of Carlsbad.
10/3/90 F
0
T
smw
cr The Undersigned bidder declares, under penalty of perjury, that they are licensed to
business or act in the capacity of a contractor within the State of California and that t
are validly licensed under license number 391 81 1 , classification B
which expires on 7/31 /92 . This statement is true and correct and has the legal ef
of an affidavit.
A bid submitted to the City by a Contractor who is not licensed as a contractor pursi
to the Business and Professions Code shall be considered nonresponsive and shall
rejected by the City. 5 702&.15(e). In all contracts where federal funds are involved
bid submitted shall be invalidated by the failure of the bidder to be licensed in accork
with California law. However, at the time the contract is awarded, the contractor s
be properly licensed. Public Contract Code 5 20104.
The Undersigned bidder hereby represents as follows:
a - a
4 -
L
--
1. That no Council member, officer agent, or employee of the City of Carlsba
personally interested, directly or indirectly, in this Contract, or the compensatio
be paid hereunder; that no representation, oral or in writing, of the City Coui
its officers, agents, or employees has inducted Wher to enter into this Conti
excepting only those contained in this form of Contract and the papers made a
hereof by its terms; and
2. That this bid is made without connection with any person, firm, or corpora
making a bid for the same work, and is in all respects fair and without collusio
fraud.
Bid Bond
e
Accompanying this proposal is
(Cash, Certified Check, Bond or Cashier's Check)
for ten percent (10%) of the amount bid.
The Undersigned is aware of the provisions of Section 3700 of the Labor Code w
requires every employer to be insured against liability for workers' compensation c
undertake self-insurance in accordance with the provisions of that code, and agree
comply with such provisions before commencing the performance of the work of
Contract and continue to comply until the contract is complete.
....
....
....
....
.... 0
lo/ 3/90
6m.
The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Arti
2, relative to the general prevailing rate of wages for each craft or type of worker need
to execute the Contract and agrees to comply with its provisions.
1
0
h
IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE:
(1)
(2)
(3) Place of Business
Name under which business is conducted
Signature (given and surname) of proprietor
I
.-
(Street and Number) -_
City and State
I (4) Zip Code Telephone No.
-, - IF A PARTNERSHIP. SIGN HERE:
(1)
(2)
Name under which business is conducted
Signature (given and surname and character of partner) (Note: Signat
must be made by a general partner) 0
(3) Place of Business
(Street and Number)
City and State
Zip Code Telephone No.
10/3/90 I 0
CORPORATE ACKNOWLEDGMXXT(S)
CALIFORNIA - STATE OF
55: -OF SAN DlEGO
01 this 20th by of DECEMBER , 19 qlbefore me the undersigned Notary Pt
and for said State, personally appeared V.C. CRAMER personally know to me foF.pFeuew.taa
BS!ZS”iTf 3Xfl?XC?rOTg evidence) to be the lndividualh) vho executed the vritt n instrument as
President and on behalf of VfiNCENT C. CmkK, aNkKAL Lfi
the corporation thereln named, and acknovledged to ae that such corporation executed the vfthin instrument pursuant to its by-:
resolution of its board of directors.
--
..Y
+ IF A CORPORATION. SIGN HERE:
0 (1) Name under which business is conducted _-
-
(2)
-I President
* Title
Impress Corporate Seal hc
4 California (3)
(4) Place of Business
Incorporeted under the laws of the State of
I 3410 Dove Hollow Road, Olivenhain, CA !
(Street and Number)
Olivenhain, CA City and State
61 9/756-0288 (5) Zip Code 9 7: o 7: 4 Telephone No.
(6) CAL"S Certification: SDBE #88H4453 (see attached)
0
NOTAiUAL ACKNOIVLEDGEMENT OF EXECUTION BY ALL, SIGNATORIES MUST
ATTACHED
List below names of president, vice president, secretary and assistant secretary, i
corporation; if a partnership, list names of all general partners, and managing partne
Vincent C. Cramer - President
Susan Madrid - Vice President
L. Lynn Cramer - Secretary/Treasurer
0
10/3/90 1
$$ CCCCCCCCC TTTT DEPARTMENT 01 CCCCCCCCC TTTT Office of
CCCC TTTTTTTTTTTTTT 1120 N Str CCCCCCCCC TTTT Sacramen
CCCC TTTTTTTTTTTTTT
CCCCCCCCC TTTT TTTT Telephoner
CALTRANS This firm meets the
TTTTTTTTT
For FEDERAL AND STA Certification Number! 88H4453 And has been cert DISADVANTAGED BUSINE Issue Deter 05-09-91
Expiration Dater 04-92
Attentionr SUSAN MADRID
0
Certification Must Be
~~~~
VINCENT C. CRAMER, GENERAL CONTR., INC.
3410 DOVE HOLLOW ROAD
OLIVENHAIN, CA 92024 IC i f, Of e
Post in Public View----- -----
CERTIFICATION MUST BE RENEWED ANNUALLY ----
Business Phone Number: (419) 756-0288
It is your responsibility for - Apply for recertification on a timely basis. - Review this notiflcetion for accuracy and notify Caltrans in writing of any ne
You have indicated you will perform, supply, or manufacture the following; C9801 BUILDING CONSTRUCTION
0
You have indicated you are willing to do the above in the following locations: 13 IMPERIAL 33 RIVERSIDE 37 SAN DIEOO
0
II
' ** I'
I a I'
I
I
i
I
I
I I.*. p *Ob*
I
I
I
f
I
1
I
BIDDER'S BOND 'Kl ACCOMPANY.PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS:
That we,
as Surety are heid and firxnly bound unto the City of Carisbad, California, in an amoun follows: [must be at least ten percent (10%) of the bid amount)
for which payment, well and truly made, we bind ourselves, our heirs, executors 4 administrators, successcm or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THE PQMGOfNG OBLIGATION IS SUCH that if the proposal of above-bounden Principal for; City of Carlsbad Fire Station #2 Remodel, Contract No. L
92-4, in the City of Carlsbad, is accepted by the City Council, and if the Principal shall c enter hta and execute a Contract including required bonds and insurance policies wir
ten (IO) days fxom the date of award of Contract by the City Council of the Cit, Carisbad, being duty nolified of said award, then this obligation shd become null
void; otherwise, it shall be and remain in €dl force and effect, and the amount speci
herein shall be forfeited to the said City,
VINCENT C. CRAMER,
GENERAL CONTRACTOR as Principal, ad INSURANCE COMPANY OF
TEN PERCENT OF THE AMOUNT OF THE ACCOMPANYGINB BID (IO % of Bid)
..e.
,111
..a.
(*I* ,
S*bb
...*
++04
Ob**
***4
I. *
10/3/90 Z
1
:QRWMTE ACKNOWLEDOYE WB
$Ut,QI California 01Ih*&-&yd Kc zA.2, I& bafcn n q&
Hazel Lieberg
mtmc€npedhbury-. Pwsowy aweusd Camryoc San Diego )ss.
Leslie Hahn
ffiw=w-@m 0 pcwed to me m tht ba% of satafactg cvdtncc
to be uw pe!nm(s) wtlo cxtcuted the m rrstnmcnt &s Attorney-in-Fact
nafneU. and rcknowredgedtome that the COrporotDn executed n
or on Mof me corporabon mi
WmLS my handd OMuat seal/ 7/ c- A&%&; ?I,? PL,,) ,-
i
Notary’s SIgnaWf’ I i , -‘
Am K)TARy. m w gd-m -t@ -S -‘id&- & r& of - -re fc vloL*s dnrrr
TI& a Type of Ooarnent .pHsc€Rm WSTS€AllK+€D NYTtmf of peoes Dale of Dccunent ‘pOMC%XU+EM ESm8fzDNW sqce!qs)mefThanNameuA~
0 WX?&~*MQQoH*5~*r*?O~?W*Cr, _-- . ~ . 7100-010
CORPORATE ACKNOwLEDGMX?T(S)
CALIFORNIA - STATE OF
-OF SAN DlEGO 55:
On this 20th wy of DECEMBER , 19 -2lbefore me the undersigned Notary PI
and for said State, personally appeared V.C. CRAMER personally known to me +-prwen.tei
MfS-ff 3Xi3f%mo?f evidence) to be the lndlvldual(r0 wbo executed the Mitten instrument as President and on behalf of VINCENT C- CmMkK, btNtKHL cDli
the corporation therein named, and acknowledged to ae that such corporation executed the vlthin instrument pursuant to Its by-
resolution of its board of directors.
L[;l / () ri I’
i [\\pf //i j/
‘c / L 2- &C, x ,-~ ,
, --A’ a * / /; 1. t/ I$4 y,; ~I 1
Notary Public
're !*
I
T 1x1 the event Principal executed this bond as an individual, it is agreed that rhe death Principal shall not exonerate the Surety from its obligations under this- bond.
Executed by SUREn this 3otb day of OCTOBER I 19 91 Exe uted by PfLINCIPAL, this 4 . vdv.i;.r.-l;/&~9"i1. day of
-'
PRINCIPAL: SURETY:
v I NCENT C. CRAMER GENERAL CONTRACTOR INSURANCE COMPANY OF THE WEST I
b
Leslie Hahn Vincent C. Cramer --
(print name here) printed name of Attorney-in-Pact
(attach corporate resolution showin
current power of attorney)
President Vincent C. cramer, General Contractor, Inc
0
fi-
t - ,. (print name here)
r - (title and organization of signatory)
(Proper notarid acknowledge of execution by PRINCIPAL and SWTY must be attached.}
President or vice-president and secretary or assistant secretaty must sign for corporations. If only one
officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary undex corporate seal empowering that officer to bind the corporation,}
APPROXU AS TO FORM: VINCENT F. BIONDO, JR.
City Attorney
I
(
By:
KAREN J, HIRA'I'A Deputy City Attorney
c e
10/3/90 Rev,
I
1imuKniwJc umirniy x vr I LIE vvca I
HOME OFFICE: SAN DIEGO, CALIFORNIA
Certified Copy of
POWER OF ATTORNEY a KNOW ALL MEN BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, a Corpora authorized and existing under the laws of the State of California and having its office in the City of San Diego., California, does hereby nominate, constitute and
its true and lawful Attorney(s)-in-Fact, with full power and authority hereby COI its name, place and stead, to execute, seal, acknowledge and deliver any and undertakings, recognizances Or other written obligations in the nature thereof.
This Power of Attorney is granted and is signed and sealed by facsimile under c authority of the following Resolution adopted by the Board of Directors of COMPANY OF THE WEST at a meeting duly called and held on the Sixth day of Februc wbich said Resolution has not been amended or rescinded and of which the foll true, full, and complete copy:
"RESOLVED: That the President or Secretary may from time to time appoint Att Fact to represent and act for and on behalf of the Company, and either the Pr Secretary, the Board of Directors or Executive Committee may at any time re Attorneys-in-Fact and revoke the Power of Attorney given him or her; and be it fu
name of and on behalf of the Company any and all bonds and undertakings as the bi the Company may require, and any such bonds or undertakings executed by any such in-Fact shall be as binding upon the Company as if signed by the President and ! attested by the Secretary."
IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused its official seal t unto affixed and these presents to be signed by its duly authorized off
INSURANCE COMPANY OF THE WESl 19th day of April, 1990.
LESLIE HAHN JAMES H. WRIGHT
RESOLVED: That the Attorney-in-Fact may be given full power to execute for
(=jJ $*@rn%f0 %
President 3 44am 1. ,@ -.
c41~~o~14\'
0
STATE OF CALIFORNIA COUNTY OF SAN DIEGO '':
On thislgth day of April, 1990 before the subscriber, a Notary Public 01 of California, in and for the County of Son Diego, duly commissioned and qual: BFRNARD M. FELDMAN, President of INSURANCE COMPANY OF THE WEST, to me personall be the individual and officer described in and who executed the preceding inst! he acknowledged the execution of the same, and being by me duly sworn, deposeth that he is the said officer of the Corporation aforesaid, and that the seal aff: preceding instrument is the Corporate Seal of the said Corporation, and that Corporate Seal and his signature as such officer were duly affixed and subscr: said instrument by the authority and direction of the said Corporation.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, a
obov e written *
c),::I<: ..L 5' .'L
Notary Public Mia Jt.'.td i,dUtiTY
COUNTY OF SAN DIEGO '':
I, the undersigned, JAMES W. AUSTIN, 111, Secretary of INSURANCE COMPANY OF T hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a and correct copy, is in full force and effect, and has not been revoked.
TN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and t
ICW CAL 37(REV. 5/87) 0) * *4*c, 1 ,+' s jpwu-&&&-- Secretary
a Corporate Seal of the Corporation, this 30th day of OCTOBER 19 91
m
Q(!cpN+,/.
-
DESIGNATION OF SUBCONTRACTORS 0
_-
The Contractor certifies he/she has used the sub-bids of the following listed Contrac
in making up his/her bid and that the sub-contractors listed will be used for the work
which they bid, subject to the approval of the Project Manager, and in accordance 7
applicable provisions of the specifications and Section 4100 et seq. of the Public Contl
Code - "Subletting and Subcontracting Fair Practices Act." No changes may be mad
these subcontractors except upon the prior approval of the Project Manager of the Cii
Carlsbad. The following information is required for each sub-contractor. Additional p
can be attached if required:
-
-
...
Items of Complete Address Phone No.
Work Full Companv Name with ZiD Code with Area Co
Insulation y'63-0;
Roofing {6f- c
%-a- B&te--Tzd9 7W- 6
stucco W&2?gQLO/L 531- t
26s'- 3.
qs-z -
'w -
Drywall
' Pa &SZ6q
9s76 /- Ceramic Tile D:&- T& &- s4 9%/ Cfhz-2.
Paint 6 3. He id Ud! F@// yz- 7- s
Plumbing e&zh -4% 2 &%K7 av- j
Electric DL;" E.4?&&4 SL4Ak4f-9 &%9 7 5G
7x57 *@-
.*- g. ALL Na Acoustic
70 7/ *z/, Toilet Part. a u. SD 9 Lv
570
FYWA-7 kQ WAC
vt Sfl 9z///
/4$r s. &SF@-
10/3/91 0
-
0 DESIGNATION OF SUBCONTRACTORS (continued)
The bidder is to provide the following information on the subbids of all the list
subcontractors as part of the sealed bid submission. Additional pages can be attached
required. -
Type of State Contracting Carlsbad Business Amount of Bid -
Full Companv Name License & No. License No.* I$ or %I
__ s 36
13 7 a Y 3a
194 '6 36 I70 A ++
b
0
* Licenses are renewable annually. If no valid license, indicate "NONE." Valid Kcens
must be obtained prior to submission of signed Contracts.
10/3/90 1 e
n,
VINCENT C. CMMER, GENERAL CONTRACTOR, INC.
BALANCE SHEETS (UNAUDITED)
October 31, 1990 and 1989 0
1990 1989
ASSETS
Cash and money market funds - Note 2 $ 41,034 $ 72,663
Marketable securities - at lower of
21,648 32,941
Accounts receivable - Notes 1 €X 3 196,785 215,197
Accounts receivable - employee 3,107 2 l 801
Advance to shareholder - Note 5 12,993 850
CURRENT ASSETS
cost or market - Note 2
Prepaid expenses 5,103 3,497
Prepaid income tax 1,357 -
Refundable income tax 10,281 -
Costs and estimated earnings in
excess of billings on uncompleted
contracts - Notes 16r 3 37,722 -
TOTAL CURRENT ASSETS 330,030 327,949
PROPERTY, PLANT AND EQUIPMENT - at cost -
less accumulated depreciation of $18,020
at October 31, 1990 and $19,919 at
October 31, 1989 - Note 4 20,650 1,988
$ 350,680 $329,932
LIABILITIES AND SHAREHOLDERS' EQUITY
$ 161,61: Accounts payable - Note 3 $ 185,408
Payroll and payroll taxes payable 7,289 1,891
Billings in excess of costs and
CURRENT LIABILITIES
0
Contracts payable - Note 7 4,908 -
estimated earnings on uncompleted
contracts - Notes 1 and 3 - 14,25-
Accrued pension plan contribution - Note 6 -
Income taxes payable - Note 6 - 12,03
TOTAL CURRENT LIABILITIES 197,605 189,79:
-
Note payable - Daisy Cramer - Note 5 - 10,001
Contracts payable - Note 7 10,224 -
Contingencies - Note 9 - -
207,829 199,79
SUAREWOLDER' S EQUITY
Common stock - no stated value per share,
authorized 100,000 shares, 2,000 shares
issued and outstanding 1,134 1,13
Paid in capital - Note 5 31,166 31,16
Retained earnings 110,55l, 97 I 84
142.851 130,14
$ 350,680 $ 329.93
See accornpariyiiig notes arid accountant's review report.
e
BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY 0
Bidder submits herewith a statement of financial responsibility.
-
__
....
0
10/3/90 0
BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE 0
The Bidder is required to state what work of a similar character to that included in
proposed Contract he/she has successfully performed and give references, with telephi
numbers, which will enable the City to judge his/her responsibility, experience and SI
An attachment can be used. -
0
a 10/3/90
-
- I
I*
.-
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMI'lTED WlTH BID -
State of California 1
county of 1
) ss. -
, being first duly sworn, deposes - Vincent C. Cramer
(Name of Bidder)
and says that he or she is President
(Title) .-
of Vincent C. Cramer, General Contractor, Inc,
(Name of Fk)
-- the party making the faregoing bid that the bid is not made in the interest of, or on be
of, any undisclosed person, partnership, company, association, organization, or corporat
that the bid is genuine and not collusive or sham; that the bidder has not directl
indirectly induced or solicited any other bidder to put in a false or sham bid, and has
directly or indirectly colluded, conspired, connived, or agreed with any bidder or ani
shall refrain from bidding that the bidder has not in any manner, directly or indire
sought by agreement communication, or conference with anyone to fix the bid price, (
that of any other bidder, or to fix any overhead, profit, or cost element of advan
against the public body awarding the contract of anyone interested in the prop
contract; that all statements contained in the bid are true; and further, that the biddei
not, directly or indirectly submitted his or her bid price or any breakdown thereof, 01
contents thereof, or divulged information or data relative thereto, or paid, and will not
any fee to any corporation, partnership, company association, organization, bid deposi
or to any member or agent thereof to effectuate a collusive or sham bid.
I declare under penalty of perj
affidavit was executed on the rday of
@
that the foregoing is tme and correct and that
h3OVw , 1990.
Subscribed and sworn to before me on the 4 day of hlOvlcvlchuf, 194\.
(NOTARY SEAL) +jki(&G. hy&LbL-
Signature of Notary
10/3/90
0 CONTRACT - PUBLIC WORKS
/99/
This agreement is made PhisdTday of & , 299+by and between the C
of Carlsbad, California, a municipal corpofation, (hereinafter called "City"), and
whose principal place of business i Vincent C. Cramer, General Cont., Inc.
3410 Dove Hollow Road, Olivenhain CA 92024
(hereinafter called "Contractor".)
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform all work specified in the Conti
documents for: City of Carlsbad Fire Station #2 Remodel, Contract No. U/M
4, (hereinafter called "project")
2. Provisions of Labor and Materials. Contractor shall provide all labor, maten
tools, equipment, and personnel to perform the work specified by the Cont:
Documents.
3. Contract Documents, The Contract Documents consist of this Contract, No
Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation
Subcontractors, Biddeis Statements of Financial Responsibility and Tech
Ability, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans
Specifications, the Special Provisions, and all proper amendments and char
made thereto in accordance with this Contract or the Plans and Specificatic
and all bonds for the project; all of which are incorporated herein by
reference.
Contractor, her/his subcontractors, and materials suppliers shall provide
install the work as indicated, specified, and implied by the Contract Docume
Any items of work not indicated or specified, but which are essential to
completion of the work, shall be provided at the ContractoJs expense to fi
the intent of said documents. In all instances through the life of the Conti
the City will be the interpreter of the intent of the Contract Documents, and
City's decision relative to said intent will be hal and binding. Failure of
Contractor to apprise subcontractors and materials suppliers of this conditio
the Contract will not relieve responsibility of compliance.
0
10/3/90 1 a
Payment. For all compensation for Contractor's performance of work under t
Contract, City shall make payment to the Contractor per Section 9-3 of
Standard Specifications for Public Works Construction. The closure date for ei
monthly invoice will be the 30th of each month. Invoices from the Contrac
shall be submitted according to the required City format to the City's assip
project manager no later than the 5th day of each month. Payments will
delayed if invoices are received after the 5th of each month. The final retent
amount shall not be released until the expiration of thirty-five (35) d
following the recording of the Notice of Completion pursuant to California C
Code Section 3184.
Independent Investigation. Contractor has made an independent investigatior
the jobsite, the soil conditions at the jobsite, and all other conditions that mi
affect the progress of the work, and is aware of those conditions. The Conti
price includes payment for all work that may be done by Contractor, whel
anticipated or not, in order to overcome underground conditions.
information that may have been furnished to Contractor by City at
underground conditions or other job conditions is for Contractor's convenic
only, and City does not warrant that the conditions are as thus indica
Contractor is satisfied with all job conditions, including underground condit;
and has not relied on information furnished by City.
Contractor Responsible for Unforeseen Conditions. Contractor shall
responsible for all loss or damage arising out of the nature of the work or f
the action of the elements or from any unforeseen difficulties which may ark
be encountered in the prosecution of the work until its acceptance by the C
Contractor shall also be responsible for expenses incurred in the suspensior
discontinuance of the work. However, Contractor shall not be responsible
reasonable delays in the completion of the work caused by acts of God, sto
weather, extra work, or matters which the specifications expressly stipulate
be borne by City.
Hazardous Waste or Other Unusual Conditions. If the contract involves dig
trenches or other excavations that extend deeper than four feet below the SUI
Contractor shall promptly, and before the following conditions are distur
notify City, in writing, of any:
0 4.
5.
e 6*
7.
10/3/90 a
A. Material that Contractor believes may be material that is hazardous wa:
as defined in Section 251 17 of the Health and Safety Code, that is requi
to be removed to a Class I, Class 11, or Class I11 disposal site in accorda.
with provisions of existing law.
Subsurface or latent physical conditions at the site differing from *th
indicated.
Unknown physical conditions at the site of any unusual nature, diffeI
materially from those ordinarily encountered and generally recognizec
inherent in work of the character provided for in the contract.
0
B.
C.
. City shall promptly investigate the conditions, and if it finds that the conditi
do materially so differ, or do involve hazardous waste, and cause a decreast
increase in contractor's costs of, or the time required for, performance of any.
of the work shall issue a change order under the procedures described in
contract.
In the event that a dispute arises between City and Contractor whether
conditions materially differ, or involve hazardous waste, or cause a decreas
increase in the contractor's cost of, or time required for, performance of any
of the work, contractor shall not be excused from any scheduled completion (
provided for by the contract, but shall proceed with all work to be perfon
under the contract. Contractor shall retain any and all rights provided eithe
contract or by law which pertain to the resolution of disputes and prot
between the contracting parties.
Channe Orders. City may, without affecting the validity of the Contract, o
changes, modifications and extra work by issuance of written change orc
Contractor shall make no change in the work without the issuance of a wri
change order, and Contractor shall not be entitled to compensation for any e
work performed unless the City has issued a written change order designatin
advance the amount of additional compensation to be paid for the work.
change order deletes any work, the Contract price shall be reduced by a fair
reasonable amount. If the parties are unable to agree on the amour
reduction, the work shall nevertheless proceed and the amount shal
determined by litigation. The only person authorized to order changes or t
work is the Project Manager. The written change order must be executed b!
City Manager or the City Council pursuant to Carlsbad Municipal Code Set
3.28.172.
e
8.
10/3/90 a
Immigration Reform and Control Act. Contractor certifies he is aware of
requirements of the Irnxnigration Reform and Control Act of 1986 (8 C
Sections 1101-1525) and has complied and will comply with these requiremer
including, but not limited to, venfylng the eligibility for employment of
agents, employees, subcontractors, and consultants that are included in 1
Contract.
Prevailing WaEe. Pursuant to the California Labor Code, the director of
Department of Industrial Relations has determined the general prevailing ratt
per diem wages in accordance with California Labor Code, Section 1773 an
copy of a schedule of said general prevailing wage rates is on file in the offict
the Carlsbad City Clerk, and is incorporated by reference herein. Pursuanl
California Labor Code, Section 1775, Contractor shall pay prevailing wal
Contractor shall post copies of all applicable prevailing wages on the job sit
Indemnification. Contractor shall assume the defense of, pay all expense
defense, and hde- and hold harmless the City, and its officers
employees, from all claims, loss, damage, injury and liability of every kind, nai
and description, directly or indirectly arising from or in connection with
performance of the Contractor or work; or from any failure or alleged failur
Contractor to comply with any applicable law, rules or regulations incluc
those relating to safety and health; except for loss or damage which was caL
solely by the active negligence of the City; and from any and all claims, 1
damages, injury and liability, howsoever the same may be caused, resul
directly or indirectly from the nature of the work covered by the Contract, un
the loss or damage was caused solely by the active negligence of the City.
expenses of defense include all costs and expenses including attorneys fees
litigation, arbitration, or other dispute resolution method.
Insurance. Contractor shall procure and maintain for the duration of the cont
insurance against claims for injuries to persons or damage to property which 1
arise from or in connection with the performance of the work hereunder by
Contractor, his agents, representatives, employees or subcontractors.
(A) COVERAGES AND LIMITS - Contractor shall maintain the type:
0 9.
10.
11.
0
12.
coverages and minimum limits indicted herein:
10/3/90 a
1. Comprehensive General Liability Insurance:
$1,000,000 combined single limit per occurrence for bodily inj
and property damage. If the policy has an aggregate limil
separate aggregate in the amounts specified shall be established
the risks for which the City or its agents, officers or employees
additional insureds.
0
2. Automobile Liability Insurance:
$1,000,000 combined single limit per accident for bodily injury
property damage.
Workers' ComDensation and Employers' Liability Insurance:
Workers' compensation limits as required by the Labor Code of
State of California and Employers' Liability limits of $1,000,000
incident.
3.
(B) ADDETlONAL PROVISIONS - Contractor shall ensure that the pokie
insurance required under this agreement contain, or are endorsed
contain, the following provisions. General Liability and Automo
Liability Coverages:
1. The City, its officials? employees and volunteers are to be cow
as additional insureds as respects: liability arising out of activj
performed by or on behalf of the Contractor; products
completed operations of the contractor; premises owned, lea
hired or borrowed by the contractor. The coverage shall con
no special limitations on the scope of protection afforded to
City, its officials, employees or volunteers.
The Contractor's insurance coverage shall be primary insuranc
respects the City, its officials, employees and volunteers.
insurance or self-insurance maintained by the City, its offic
employees or volunteers shall be in excess of the contracl
insurance and shall not contribute with it.
Any failure to comply with reporting provisions of the policies s
not affect coverage provided to the City, its officials, employee
volunteers.
Coverage shall state that the contractor's insurance shall ai
separately to each insured against whom claim is made or su
brought, except with respect to the limits of the insurer's liabi
10/3/90 I
0
2.
3.
4.
0
(C) "CLAIMS MADEf POLICIES - If the insurance is provided on a "claims ma(
basis, coverage shall be maintained for a period of three years following t
date of completion of the work.
(D) NOTICE OF CANCELLATION - Each insurance policy required by t agreement shall be endorsed to state that coverage shall not be suspend1
voided, canceled, or reduced in coverage or limits except after thirty (C
days' prior written notice has been given to the City by certified rnl
return receipt requested.
0
(E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS - F
deductibles or self-insured retention levels must be declared to E
approved by the City. At the option of the City, either: the insurer 5k
reduce or eliminate such deductibles or self-insured retention levels
respects the City, its officials and employees; or the contractor shall proc
a bond guaranteeing payment of losses and related investigation, Cli
administration and defense expenses.
(F) WWR OF SUBROGATION - All policies of insurance required under 1 agreement shall contain a waiver of all rights of subrogation the ins1
may have or may acquire against the City or any of its officials
employees.
(G) SUBCONTRACTORS - Contractor shall include all subcontractors as insur
under its policies or shall furnish separate certificates and endorsements
each subcontractor. Coverages for subcontractors shall be subject to a1
the requirements stated herein.
(H) ACCEPTABILITY OF INSURERS - Insurance is to be placed with insui
that have a rating in Best's Key Rating Guide of at least A:V, as specifiec
City Council Resolution No. 90-96.
VERIFICATION OF COVERAGE - Contractor shall furnish the City 'c
certificates of insurance and original endorsements affecting cove]
required by this clause. The certificates and endorsements for c
insurance policy are to be signed by a person authorized by that insure
bind coverage on its behalf. The certificates and endorsements are to b
forms approved by the City and are to be received and approved by the
before work commences.
COST OF INSURANCE - The Cost of all insurance required under
agreement shall be included in the Contractor's bid.
0
(I)
(J)
10/3/90 1 0
13. Claims and Lawsuits. Contractor shall comply with the Government Tort Clai
Act (Section 900 et seq of the California Government Code) for any claim
cause of action for money or damages prior to filing any lawsuit for breacl-
this agreement.
Maintenance of Records. Contractor shall maintain and make available at no c
to the City, upon request, records in accordance with Sections 1776 and 181:
Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does
maintain the records at ContractoJs principal place of business as sped
above, Contractor shall so inform the City by certified letter accompanying
return of this Contract. Contractor shall not@ the City by certified mail of
change of address of such records.
Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing \
Section 1720 of the Labor Code are incorporated herein by reference.
Securitv. Securities in the form of cash, cashier's check, or certified check 1
be substituted for any monies withheld by the City to secure performance of
contract for any obligation established by this contract. Any other security
is mutually agreed to by the Contractor and the City may be substituted
monies withheld to ensure performance under this Contract.
Affirmative Action. Contractor certifies that in preforming under the purd
order awarded by the City of Carlsbad, he will comply with the County of
Diego Affirmative Action Program adopted by the Board of Supervisors, inch
all current amendments.
Provisions Required bv Law Deemed Inserted. Each and every provision of
and clause required by law to be inserted in this Contract shall be deemed tc
inserted herein and included herein, and if, through mistake or otherwise,
such provision is not inserted, or is not correctly inserted, then upon applica
of either party, the Contract shall forthwith be physically amended to make
insertion or correction.
a
14.
15.
16.
17. 0
18.
....
....
....
....
10/3/90 e
CORPORATE ACKI?OWLEDGMEXT(S)
CALIFORNIA - STATE OF
-OF SAN DIEGO 55:
On this 20th by of DECEMBER . 19 __ ?]before me the undersigned No
personally know to me @+feu
on behalf of VINCENT C* CmK, LtI'EKKl
a14 for said State, personally appeared V.C. CRAMER
ESWBf 3Xl3f'ECbFf evidence) to be the individual&) vho executed the vrltten instrument as
President and
the corporation therein named, and acknovledged to me that such corpor
resolution of lts board of directors.
Additional Provisions. Any additional provisions of this agreement are set fo
in the "General Provisions" or "Special Provisions" attached hereto and madl
part hereof.
@ 19.
1 Vincent C. Cramer, General Contract02
NOTAEUAL ACKNOWLEDGEMENT OF Contractor
EXECUTION BY ALL SIGNATORES
MUST BE ATTACHED
I
Vincent C. Cramer
(CORPORATE SEAL)
8
D
APPROVED TO AS TO FORM: Pre-
Title
VINCENT F. BIONDO, JR.
City Attorney
By:
OdQL - ATTEST:
Deputy City Attorney t +4/5(.
City Clerk
10/3/90 e
BOND $120 I1 38
LABOR AND MATERIALS BOND a
WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution 1
91-394 ,adopted December 10, 1991 , has awarded to Vincent C. Cramer, Ge
(hereinafter designated as the "Principal"), a Contract for: Fire Station #2 Remod
Contract No. 92-4, in the City of Carlsbad, in strict conformity with the drawings
specifications, and other Contract Documents now on file in the Office of the City Cler
the City of Carlsbad and all of which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the te
thereof require the furnishing of a bond, providing that if Principal or any of t
subcontractors shall fail to pay for any materials, provisions, provender or other sup€
or teams used in, upon or about the performance of the work agreed to be done, or for
work or labor done thereon of any kind, the Surety on this bond will pay the same to
extent hereinafter set forth.
NOW, THEREFOM, WE, Vincent C. Cramer, General, Contractor Inc. as print
(hereinafter designated as the "Contractor"), and INSURANCE COMPANY OF THE WEST - as Surety, are held firmly bound unto the City of Carlsbad in the sum of forti
thousand eight hundred Dollars ($40,800.00 ), said sum being
percent (50%) of the estimated amount payable by the City of Carlsbad under the te
of the Contract, for which payment well and truly to be made we bind ourselves, our h
executors and administrators, successors, or assigns, jointly and severally, firmly by t!
presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his
subcontractors fail to pay for any materials, provisions, provender, supplies, or teams
in, upon, for, or about the performance of the work contracted to be done, or for any c
work or labor thereon of any kind, or for amounts due under the Unemployment Insm
Code with respect to such work or labor, or for any amounts required to be dedui
withheld, and paid over to the Employment Development Department from the wag'
employees of the contractor and subcontractors pursuant to Section 13020 of
Unemployment Insurance Code with respect to such work and labor that the Surety
pay for the same, not to exceed the sum specified in the bond, and, also, in case s
brought upon the bond, costs and reasonable expenses and fees, including reasoi
attorneys fees, to be fixed by the court, as required by the provisions of Section 32
the California Civil Code.
This bond shall inure to the benefit of any and all persons, companies and corpora
entitled to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commei
with Section 3082).
0
10/3/90
mATg OF CALIFORNIA
m)sIvo: San Dicao m
0 Irf DECEMBER 1991 *kmeyeu h w8 .* &v d
wm - h#scAMh v &l w turn of witomir.
p-y - b - (a-prorrrr*-a?-n*---.C.
e‘-* to k * P- * OXOC~M w rrittrr, bswumt a ’-’- OR be~f d d~ bporrtior, &hrrcn mnrrd & dno*ll(c
*t eha bgor,tion r.rcv\d it.
Gim *,-“r knd nd Ih. Uo~q &e 18th hr &EG
7-2-93
rOOonl
An. 19 .-.. uy wmim orgin,
*\ /- $< lid r i/
cll.rrm hw. t ~Ua1111~~0
- -_.
CORPORATE ACKNOWLED-T(S)
CALIFORNIA -
5s: ST’i’E OF
UYJhTYOF SAN DlEGo
?]before me the undersigned Notary p
personally known to me COC+MRb*.
on behalf of VINCENT c* CmtK$ mPERHL Lo1
20th Day of DECEMBER I 19 - V.C. CRAMER On this and for said State. personally appeared ~
~fi-af~~n~fi~ro~g evidence) to be the individual&) vh0 executed the witten Instrument as
President and the corporation therein naaed, and acknovledged to ae that such CO
resolution of its board of directors.
LESLE S. HAWN NOTARY ?!‘?LE CF li FCRNlA
In the event that Contractor is an individual, it is agreed that the death of any s7
Contractor shall not exonerate the Surety from its obligations under this bond.
Executed by CONTRACTOR this afi+fk Executed by SURETY this 18t h day o day of ?k@ PA~L~JVN , 19 a. DECEMBER ,19 2.
b
CONTRACTOR: SURETY:
I VINCENT C. CRAMER, GENERAL CONTRACTOR,
I NC 8
INSURANCE COMPANY OF THE WEST
(Name of Surety)
a Vincent C. eamer
1
(print name here) printed name of Attorney-in-Fact
(attach corporate resolution shov
current power of attorney)
I President
8’
(title and organization of signatory)
(sign here) 0 BY:
(print name here) LI 1
(title and organization of signatory) 91
(Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If onl!
officer signs, the corporation must attach a resolution certified by the secrerary or assistant secretary 1
corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
VTNCE F. BEONDO, JR.
City tto ey
1 By: LQ1k
rqup KAREN J. HIRATA
Deputy City Attorney a
10/3/90
BOND 6120 11 38
Premium: $2,040
e PERFORMANCE BOND
WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution
91-394 , has awarded to Vincent C. Crar General Contractor, Inc. , (hereinafter designated as the "Principal"), a Contract fc
Fire Station #2 Remodel, Contract No. U/M 92-4, in the City of Carlsbad, in si
conformity with the contract, the drawings and specifications, and other Cont
Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of wl
are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the te
thereof require the furnishing of a bond for the faithful performance of said Contracl
NOW, THEREFORE, WE, Vincent C. Cramer, General Contractor. Inc. , as Princi
(hereinafter designated as the "Contractor"), and - as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of a one thousand, six hundred Do
($ 81,600.00 ), said sum being equal to one hundred percent (100%) of
estimated amount of the Contract, to be paid to City or its certain attorney, its succes
and assigns; for which payment, well and truly to be made, we bind ourselves, our h
executors and administrators, successors or assigns, jointly and severally, firmly by tl
, adopted December 10. 1991
INSURANCE COMPANY OF THE WEST
presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contrac
their heirs, executors, administrators, successors or assigns, shall in all things stand to
abide by, and well and truly keep and perform the covenants, conditions, and agreem
in the Contract and any alteration thereof made as therein provided on their part, ti
kept and performed at the time and in the manner therein specified, and in all res1
according to their true intent and meaning, and shall indemnify and save harmless the
of Carlsbad, its officers, employees and agents, as therein stipulated, then this obliga
shall become null and void; otherwise it shall remain in full force and effect.
As a part of the obligation secured hereby and in addition to the face amount spec
therefor, there shall be included costs and reasonable expenses and fees, inch
reasonable attorney's fees, incurred by the City in successfully enforcing such obligai
all to be taxed as costs and included in any judgment rendered.
Surety stipulates and agrees that no change, extension of time, alteration or addition tc
terms of the Contract, or to the work to be performed thereunder or the specificat
accompanying the same shall affect its obligations on this bond, and it does hereby u
notice of any change, extension of time, alterations or addition to the terms of
Contract, or to the work or to the specifications. e
10/03/91
CORPORATE ACKNOWLEDGN?WHS)
CALIFORNIA - STAl OF
mf y OF
ss: SAN Dl EGO
by of DECEMBER , 19 ?]before me the undersigned Notary PU
personally know to me WFmRAe4
on behalf of VINCENT C* CmtK, litmtKHL Lm
20th V.C. CRAMER On this
and for said State, personally appeared
e3fi-bf33flzfiTfi07f evidence) to be the individualW vho executed the Mitten instrument as
President and the corporation therein named, and acknovledged to me that such COrpOrat
resolution of Its board of directors.
NOTARY PUB!.%CPLIFORNIA PRiFICfPAL OFFICE IN SAN DlEGO COUNTY
WATL OF CALIFORNIA
of San Oitao 8
.b DECEMBER 1991 bti.%&v@r .Irreuw -m - */.& qp *,&Sua of witomir 8-d
@-Y - lo M fr-*oswr*-~-~*-~+
e'-* )o b. * P- * oxoww w writton bswumt
k-'m M ww .t * b~atior, *@ran nrw H Anorr(a
-t - brewrtior, .XO~.d it.
0'- Yr"r knd nd I~o NOU~ w - 18th br 4% AD. 18 --, . 7-2-93 w commitrior, .en,
",
\ ~ '" 6 ' \;,/
k.W7 kub CCI u 81SItUAI)
- -__
In the event that Contractor is an individual, it is agreed that the death of any SI
Contractor shall not exonerate the Surety from its obligations under this bond.
0
Executed by SURETY this 1 8t h day c 3
DECEMBER ,193. 1
CONTRACTOR: SURETY:
VINCENT C, CRAMER, GENERAL CONTRACTOR, INSURANCE COM PANY OF THF WFST
(Name of Surety)
7 By:
S 1;
, Vincent C. Crmer JAh++Am i Gm-
printed name of Attorney-in-Fact
(attach corporate resolution shov
current power of attorney)
i (print name here)
President
(title and organization of signatory)
By:
a
(sign here)
e
f
6 (print name here)
E
(title and organization of signatory)
!
(Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must slgn for corporations. If od
officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary 1
corporate seal empowering that officer to bind the corporation.)
P
a APPROVED AS TO FORM:
F. BIONDO, 3R.
Ci Atto ey wDAQ.Q By: L
KAREN J. HIMTA , z 2L e Deputy City Attorney ( 141*
10/3/90
INSURANCE COMPANY OF THE WEST
HOME OFFICE: SAN DIEGO, CALIFORNIA
Certified Copy of
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, a Corporal authorized and existing under the laws of the State of California and having its office in the City of Son Diego, California, does hereby nominate, constitute and
its true and lawful Attorney(s)-in-Fact, with full power and authority hereby con its name, place and stead, to execute, seal, acknowledge and deliver any and 4 Undertakings, recognizances or other written obligations in the nature thereof.
This Power of Attorney is granted and is signed and sealed by facsimile under a authority of the following Resolution adopted by the Board of Directors of COMPANY OF THE WEST at a meeting duly called and held on the Sixth day of Februc which said Resolution has not been amended or rescinded and of which the follc true, full, and complete copy:
“RESOLVED: That the President or Secretary may from time to time appoint Attc Fact to represent and act for and on behalf of the Company, and either the Prc Secretary, the Board of Directors or Executive Comnittee may at any time re Attorneys-in-Fact and revoke the Power of Attorney given him or her; and be it ful
name of and on behalf of the Company any and all bonds and undertakings as the bt the Company may require, and any such bonds or undertakings executed by any such in-Fact shall be as binding upon the Company as if signed by the President and : attested by the Secretary.”
IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused its official seal t unto affixed and these presents to be signed by its duly authorized off
INSURANCE COMPANY OF THE WESl 19th day of April, 1990.
8
LESLIE HAHN JAMES H. WmGHT
RESOLVED: That the Attorney-in-Fact moy be given full power to execute for
0 3 ,,wOQh F
I President + Be, \ ,9+ 2
STATE OF CALIFORNIA C4iaonn\’ COUNTY OF SAN DIEGO SS:
On thislgth day of April, 1990 before the subscriber, a Notary Public 01 of California, in and for the County of San Diego, duly comnissioned and qualj BERNARD M. FELDMAN, President of INSURANCE COMPANY OF THE WEST, to me personal1 be the individual and officer described in and who executed the preceding insti he acknowledged the execution of the same, and being by me duly sworn, that he is the said officer of the Corporation aforesaid, and that the seal off: preceding instrument is the Corporate Seal of the said Corporation, and that Corporate Seal and his signature as such officer were duly affixed and subscr: said instrument by the authority and direction of the said Corporation.
IN WITNESS WHEREOF, I have.hereunto set my hand and affixed my Official Seal, a
deposeth
of Sa% ~~~~~~~~~~~~=~=~B~r~~~ above written -
F-IC ‘I 5‘ LL 3
2
4
TnA-%x-cw-%-k=.,vw
Notary Public
2 J>,JiiS E. ;i<E3i;:3;1E
NOI; E” PL:.‘L CAL’:O 1Y’4
fP,‘,Z ‘A- ’./ F i: ‘id
SA?. 3t4J LLW‘a-Y 2
l)Pl>lSSh;7 ;X$ IL”? d I?!: 5
COUNTY OF SAN DIEGO SS:
I, the undersigned, JAMES W. AUSTIN, 111, Secretary of INSURANCE COMPANY OF T hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a and correct copy, is in full force and effect, and has not been revoked.
IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and
ICW CAL 37(REV. 5/87) (f=J 5 *4*cn \ R p”- C+’ ecretary
e Corporate Seal of the Corporation, this day of 19
g”,p”*rr, *c //I ~
f4C/FORN\’ /
OLIVENHAINt CA. 92024 99 74 ?1A 14'
Agent IP
To:
COVERAGE
NOT AUTO COVERED LIABILITY
- COVERED
c] Owned @ Hired 0 Non-Owned
E 0 Contingent Liability
Employer's Non-Ownership
B *LIMIT(S) INCLUDE(S)
BOTH PRIMARY AND EXCESS (if excess
applicable) Ea
Single Limit Liability for Coverages checked above
GENERAL LlABlLlN
M&C-OLT Owners & Contractors
Contractual * Elevators
Completed Operations c] Products and/or
4
a Single Limit Liability for Coverages checked m above
HX Cargo
COMBINED LIMITS OF LIABILIN
Bodily Injury $ ,000 eact
$ ,000 eact
,000 eact Property Doma9e $
$ 1 I000,000 eacl
Bodily Injury $ ,000 eac
$ ,000 eac
$ ,000 ;:
$ ,000 ;:
$ 11 000,000 ;;
Property Damage $ ,000 eoc
$ 1 I 000.000 eat
$ ,000 eat
,000 eac $
0 DeTziion 0 E:-
YEAR, MAKE, TYPE OF BODY, LOAD CAPACITY - PETER I INS U RAN
AUTO-
COVERED :oB'LES' t SAN DIEG(
1479 13 28 Umbrella Liabi I ity
POLICY NUMBER
$ 10, 000 re
$ ltOOOtOO0 ea(
$ 1,OOOtOOO ag!
FARMERS INSURANCE GROUP
The following ore inter-insurance exchanges sometimes referred to in the policy,
when issued by either of them, as the Company:
1. Farmers insurance Exchange 2. Truck Insurance Exchange
Los Angeles, California Los Angeles, California
The following is o stock company referred to in the policy, when issued by it, as the
Company:
3. Mid-Century Jnsurance Company
LOS Angeles, California
EXCESS INSURANCE
A - Mid-Century Insurance Company
Los Angeles, California
B - tloyds, London and/or Companies in England
c/o Walker & Co.
Los Angeles, California
C - Lloyds, London and/or Companies in England
c/o Excess Underwriters
Chicago, I I1 i nois
D . Other
.d
0
ADDITIONAL INSURED ENDORSEMENT
Reference is made to thp attached Certificate as To Evidence of Insurance.
It is agreed that:
The person or organization to whom the attached Certificate is issued is an additional insured. This applies or
to liability arising out of the acts or omissions of the named insured. It applies only to the coverages in(
Certificate.
This extension of coverage does not apply:
1. To liability arising out of the negligence of the additional insured, its agents or employees, unless the age
2. To any defect of material, design or workmanship in any equipment of which the additional insured is the
3. To any vehicle liability when the named insured is not the owner or does not have care, custody, or control
The intent of this endorsement is to provide the coverage as stated above and in the Certificate. If any cour
this endorsement to provide coverage other than what is stated above then our limits of liability shall be the
iniury liability and property damage liability specified by any motor vehicle financial responsibility law of the
or territory where the named insured resides. If there is no such law, our limit of liability shall be $5,000
bodily injury sustained by one person in any one occurrence and subject to this provision respecting each pt
on account of bodily injury sustained by two or more persons in any one occurrence. Our total liability for a cause of all property damage sustained by one or more persons or organizations as the result of any one o
not exceed $5,000. This endorsement does not increase the coverage limits.
0
9
is the named insured.
manufacturer, mortgagee, or beneficiary.
.
This endorsement becomes part of the policy to which it is attached and supersedes and controls anything in the policy contrary herel subject to the Declarations, Insuring Agreements, Exclusions and Conditions thereof.
1ADDlTlONAL INSURED END.)
62 ~6.~108 ~TH EDITION 7-88 1201 sn 1000
e
a
AMOUNT OF INSURANCE PERILS OLD RATE NEW RATE
FIRE
ECE
RETURN P ADDITIONAL PREMIUM
THIS CERTIFICAlE IS ISSUED AS A MATTER OF INFORMATION ONLl NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE D EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES B T*"i su R BNC E ACE hi g: Y c 5TEIIENS 4VE. p "-1.l;i
LAN&. EEfi,CQ c x Llk c 7 5
..i . -
COMPANIES AFFORDING COVERAGI
CoMPANyA -cptllt LETTER fc,, L.UL1C INDWVi!IY co.
COMPANY LETTER B
NCENT @. CRAPER 3 CkNI;R,'st COMPANY C@$$-r:R$*,C*f3P i Id@ rl , LETTER c
COMPANY D 34.10 g(-jVE H;-t!JQJ %E, oe f VENKP-1 -j pd @g, 9 5 0 ;i: Li LETTER
ALL LIMITS w POLICY EFFECTIVE POLICY EXPIRATION POLICY NUMBER DATE (MMIDDNY) DATE (MMIDDIYY)
GENERAL AGGREGATE
MERCIAL GENERAL LIABILITY PRODUCTS-COMPIOPS AGGRE
CLAIMS MADE OCCUR. PERSONAL & ADVERTISING IN.
WNER'S & CONTRACTOR'S PROT. EACHOCCURRENCE
FIRE DAMAGE (Any one fire)
MEDICAL EXPENSE (Any one pt
SINGLE $ LIMIT
INJURY $
MOBILE LIABILITY COMBINED
ALL OWNED AUTOS BODILY
SCHEDULEDAUTOS' (Per person)
HIRED AUTOS BODILY INJURY $ (Per accident)
GARAGE LIABILITY
THER THAN UMBRELLA FORM
9 <- tb$13t52i&
-. -. ___" I . -
?- --, ._r - 28- p?oi"lC"f-; "::RE I S'?-A?-E 2:,2 ,$z$v.;>Q?i. - yg-4 F'RACT jqga z,*'p;32- 5
3" 1 r A, - c- 5 QF \I.,JL ir;;,"., 8' r!qSW;aE:3 --
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WII -s 3F cARi5gpr;
LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR I @.La,B r.3, 9;3$c;1 1
HOWELL, MURRfA 8 FRICK
NSURANCE AGENCY
0 STEVENS AVE., a115
LANA BEACH CA 92075 COMPANIES AFFORDING CBVERAG
COMPANY
LETTER A REPUBLIC INDEMNITY CO.
COMPANY LEITER B
V I NCENT C. CRAMER, GENER,AL
3410 DOVE HOLLOW RD.
OLIVENHAIN CA 92024
COMPANY B LETTER
COMPANY LETTER E
NDlTlONS OF SUCH POLICIES. LiMlTS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
-X
EXCLUSIDNS
POLICY NUMBER ALL LIMITS u
GENERAL LIABILITY ENERAL AGGREGATE
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE OCCUR. PERSONAL &ADVERTISING IN
EACH OCCURRENCE
FIRE DAMAGE (Any one fire)
MEDICAL EXPENSE (Any one p
COMBINED SINGLE $
OWNER'S & CONTRACTOR'S PROT.
1 AUTOMOBILE LIABILITY
ANY AUTO LIMIT
ALL OWNED AUTOS BODILY
SCHEDULED AUTOS
HIRED AUTOS GODILY
NON-OWNED AUTOS (Per accident)
GARAGE LIABILITY PROPERTY ~
iNJURY $ (Per person)
INJURY $
DAMAGE
OTHER THAN UMBRELLA FORM
EMPLOYERS' LIABILITY
DESCRIPTION OF OPERATlONS/LOCATlONS/VEHICLES/SPECIAL ITEMS
PROJECT: FIRE STATION #:2 REMODEL. CONTRACT NO. U/M92-4
ALL OPERATIONS OF THE INSURED - STATE OF ChLIFORNIA
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WII
CITY CLERK
CARLSGAD CA 92003
c ..a
t (2 \ '.,. i >, i; 1 zfi5 .i g
;4 ;;:I T ?< -4 5 ;& 1 y-1 z ?j f?; i
1.' 7 L.2 .Jj .L, 3 f) fi ,e, 5 {
:s 1.K ! .-7i-, z 7 g ,r; ';3 ,&, 3
I .J.
-I ; -?I;<
,02 .f ; I L1MiICIi4 i 2 I J E; Gq3H
.j!.:d' $[2q.j:j , 5;
0-. . r; . ,J "i r :4 Q -! I: ,li g '! 1
:gj<-; J _i r.:;.i 3 5j fJ i';
[') 1 #?I E{ i/q :
1 {J I, ; 2 \ 0 i ij 4 '\ J :'i I.., ?J ,i 3 1 r.1 & <? c.12 cj ' 0 0 0 , i <oou I f
, El 0 t! t i
, . i :$ cf {?pa "3 5 :; t ti; i? i f. :?,, f 73 '-f '2 j '; ; 7' 'j 3 ._. ~. ! .I .2{ .:: .'
i; I .- . ':-I Lq <*; ; 7 ,+ ;-: 3 -! ? ' /i .. I.,. . '3 { J F. ,:J '.? f, 74 T it* 7 ...; __ , 3.. ..
,' ' .: ,5 7f 3 J -3; 'y j ,; .'"i..l :iJ;l -f ,j i y :gA:j::"j;,J&:J
p <A '7 fL' ,A, !;.
.-. .
,. __ --
:;? f 0 ;I' ; . :4 1 ( i -
' _% _. .
,, a
..
._ ! ..
OPTIONAL
ESCROW AGREEMENT FOR SURETY
DEPOSITS M LIEU OF RETENTION
0
This Escrow Agreement is made and entered into by and between the City of Carls'
whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereina called "City" and wh
address is
hereinafter called "Contractor" and
whose address is
hereinafter called "Escrow Agent."
For the consideration hereinafter set forth, the City, Contractor and Escrow Agent ai
as follows:
1. Pursuant to Section 22300 of the Public Contract Code, Contractor has the op
to deposit securities with Escrow Agent as a substitute for retention earn
required to be withheld by City pursuant to the public works contract entc
in amount of dated
(hereinafter referred to as the "Contract"). A copy of said contract is attache
Exhibit "A". When Contractor deposits the securities as a substitute for Cont
earnings, the Escrow Agent shall notify the City within ten (10) days of
deposit. The market value of the securities at the time of the substitution s
be at least equal to the cash amount then required to be withheld as reten
under the tern of the Contract between the City and Contractor. Securities s
be held in the name of City of Carlsbad and shall designate the Contractor as
beneficial owner. Prior to any disbursements, Escrow Agent shall verify that
present cumulative market value of all securities substituted is at least equz
the cash amount of all cumulative retention under the terms of the Contrac
The City shall make progress payments to the Contractor for such funds w
otherwise would be withheld from progress payments pursuant to the Con provisions, provided that the Escrow Agent holds securities in the form
amount specified above.
Alternatively, the City may make payments directly to Escrow Agent in
amount of retention for the benefit of the City until such time as the esc
created hereunder is terminated.
into between the City and Contractor for
0
2.
3.
10/3/90
e
4. Contractor shall be responsible for paying all fees for the expenses incurred
Escrow Agent in administering the escrow account. These expenses any paym
terms shall be determined by the Contractor and Escrow Agent.
The interest earned on the securities or the money market accounts held
escrow and all interest earned on that interest shall be for the sole accoun
Contractor and shall be subject to withdrawal by Contractor at any time and Er
time to time without notice to the City.
Contractor shall have the right to withdraw all or any part of the principal in
Escrow Account only by written notice to Escrow Agent accompanied by wril
authorization from City to the Escrow Agent that City consents to the withdra
of the amount sought to be withdrawn by Contractor.
The City shall have a right to draw upon the securities in the event of defaul
the Contractor. Upon seven (7) days written notice to the Escrow Agent f
the City of the default of the Contractor, the Escrow Agent shall immedia
convert the securities to cash and shall distribute the cash as instructed by
City.
Upon receipt of written notification from the City certifying that the Contra
has complied with all requirements and procedures applicable to the Conn
Escrow Agent shall release to Contractor all securities and interest on deposit
escrow fees and charges of the Escrow Account. The escrow shall be clc
immediately upon disbursement of all monies and securities on deposit
payments of fees and charges.
Escrow Agent shall rely on the written notifications from the City and
Contractor pursuant to Sections 6 thru 8 and 10, inclusive, of this agreement
the City and Contractor shall hold Escrow Agent harmless from Escrow Age
release and disbursement of the securities and interest as set forth in Sectioi
thru 8 and 10.
0
5.
6.
7.
8. 0
9.
e...
....
....
....
....
....
10/3/90
a
10. The names of the persons who are authorized to give written notices 01
receive written notice on behalf of the City and on behalf of Contract01
connection with the foregoing, and exemplars of their respective signatures
as follows:
For City: Title
0
Name
Signature
Address
. For Contractor: Title
Name
Signature
Address
For Escrow Agent: Title 0 Name
Signature
Address
10/3/90
a
At the time the Escrow Account is opened, the City and Contractor shall deliver to
Escrow Agent a fully executed counterpart of this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement by their proper offi
on the date first set forth above.
For City: Title
Name
Signature
Address
For Contractor: Title
Name
Signature
Address
For Escrow Agent: Title 0 Name
Signature
Address
0 10/3/90
RELEASE FORM
THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS
NAME OF CONTRACTOR:
PROJECT DESCRIPTION:
PERIOD WORK PERFORMED:
The above-named Contractor hereby acknowledges payment in full for all compensat
of whatever nature due the Contractor for all labor and materials furnished and for
work performed on the above-referenced project for the period specified above with
exception of contract retention amounts and disputed claims specifically shown belov
RETENTION AMOUNT FOR THIS PERIOD: $
0
DISPUTED CLAIMS
DESCRIPTION OF CLAIM AMOUNT CLAIMED
The Contractor further expressly waives and releases any claim the Contractor may h:
of whatever type or nature, for the period specified which is not shown as a reten1 amount of a disputed claim on this form. This release and waiver has been r
voluntarily by Contractor without any fraud, duress or undue influence by any persoi entity.
Contractor further certifies, warrants, and represents that all bills for labor, materials,
work due Subcontractors for the specified period have been paid in full and that the pa
signing below on behalf of Contractor have express authority to execute this release.
DATED:
0
PNNT NAME OF CONTRACTOR
DESCRIBE ENTITY (Partnership,
Corporation, etc.)
By:
Title:
By:
Title: a
10/3/90
SPECIAL PROVISIONS
I. SUPPLEMENTARY GENERAL PROVISIONS
TO STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCITON
e
1-1 TERMS
To Section 1-1, add:
A. Reference to Drawings:
Where words "shown," "indicated," "detailed," "noted," "scheduled," or words of sim
import are used, it shall be understood that reference is made to the plans accompany
these provisions, unless stated otherwise.
B. Directions:
Where words "directed," "designated," "selected," or words of similar import are usec
shall be understood that the direction, designation or selection of the Engineer is intenc
unless stated otherwise. The word "requiredq and words of similar import shall
understood to mean "as required to properly complete the work as required anc
approved by the Project Manager," unless stated otherwise.
C. Equals and Approvals:
Where the words "equal," "approved equal," "equivalent," and such words of similar im
are used, it shall be understood such words are followed by the expression "in the opi
of the Engineer," unless otherwise stated. Where the words "approved," "appro
"acceptance," or words of similar import are used, it shall be understood that the apprc
acceptance, or similar import of the Engineer is intended.
D. Perform and Provide:
The word "perform" shall be understood to mean that the Contractor, at her/his expc
shall perform all operations, labor, tools and equipment, and further, including
furnishing and installing of materials that are indicated, specified or required to mean
the Contractor, at her/his expense, shall fumish and install the work, complete in placc
ready to use, including furnishing of necessary labor, materials, tools, equipment,
transportation.
a
a
10/3/90
1-2 DEFINITIONS
Modify Section 1-2 as follows:
Agency - the City of Carlsbad, California
Engineer - the Project Manager for the City of Carlsbad or his approved representatil
24 CONTRACrrBONDS
Modify Paragraph 3 as follows:
Contractor shall provide two good and sufficient surety bonds. The "Payment Bc
(Material and Labor Bond) shall be for not less than 50 percent of the contract prk
satisfy claims of material suppliers and of mechanics and laborers employed by contra
on the project.
Add:
The Payment Bond and the Performance Bond shall be kept in full force and effect by
Contractor during the course of this project. Both bonds shall extend in full force
effect and be retained by the City for a period of one (1) year from the date of for
acceptance of the project by the City.
2-5 PLANS AND SPECIFICATIONS
To Section 2-5.1, General, add:
The specifications for the work are the Standard Specifications for Public WI
Construction, 1985 Edition, the 1986 supplement, and the January, 1986 Standard Spt
Provisions, hereinafter designated SSPWC, as issued by the Southern California Chaptt
the American Public Works Association, and these General Provisions.
The Construction Plans consist of eight (8) sheets designated as City of Carlsbad Drat
No. 90-1965. The standard drawings utilized for this project are the latest edition oi
San Dieno Area Redona1 Standard Drawins, - hereinafter designated SDRS, as issuec
the San Diego County Department of Public Works, together with the City of Carl:
Supplemental Standard Drawings. Copies of pertinent standard drawings are enclosed 1
these documents.
To Section 2-5.3, Shop Drawings, add:
a 10/3/90
Where installation of work is required in accordance with the product manufacture
direction, the Contractor shall obtain and distribute the necessary copies of st
instruction, including two (2) copies to the City.
To Section 2-5, add:
2-5.4 Record Drawings:
The Contractor shall provide and keep up-to-date a complete "as-built" record set
transparent sepias, which shall be corrected daily and show every change from the origi
drawings and specifications and the exact "as-built" locations, sizes and kinds of equipmf
underground piping, valves, and all other work not visible at surface grade. Prints for 1
purpose may be obtained from the City at cost. This set of drawings shall be kept on
job and shall be used only as a record set and shall be delivered to the Project Mana
upon completion of the work.
4-1 MATERIALS AND WORKMANSHIP
To Section 4-1.3.1 , tnspection Requirements, General, add:
All work shall be under the observation of the Project Manager or his appoir
representative. The Project Manager shall have free access to any or all parts of wor!
any time. Contractor shall furbish Project Manager with such information as may
necessary to keep her/him fully informed regarding progress and manner of work
character of materials. Inspection of work shall not relieve Contractor from any obligai
to fulfill this Contract.
Modify Section 4-1.4, Test of Materials, as follows:
Except as specified in these Special Provisions, the Agency will bear the cost of tes
materials and/or workmanship where the results of such tests meet or exceed
requirements indicated in the Standard Specifications and the Special Provisions. The
of all other tests shall be borne by the Contractors.
At the option of the Project Manager, the source of supply of each of he materials sha
approved by him before the delivery is started. All materials proposed for use ma:
inspected or tested at any time during their preparation and use. If, after trial, it is fa
that sources of supply which have been approved do not furnish a uniform product,
the product from any source proves unacceptable at any time, the Contractor shall fur
approved material from other approved sources. After improper storage, handling or
other reason shall be rejected.
10/3/90 a
All backfill and subgrade shall be compacted in accordance with the notes on the plans a
the SSPWC. Compaction tests may be made by the City and all costs for tests that ml
or exceed the requirements of the specifications shall be borne by the City.
Said tests may be made at any place along the work as deemed necessary by the Proj
Manager. The costs of any retests made necessary by noncompliance with 1
specifications shall be borne by the Contractor.
Add the following section:
4-1.7 Nonconformina Work
The contractor shall remove and replace any work not conforming to the plans
specifications upon written order by the Project Manager. Any cost caused by reason
this nonconforming work shall be borne by the Contractor.
5-1 LOCATION
Add the following:
The City of Carlsbad and affected utility companies have, by a search of known recol
endeavored to locate and indicate on the Plans, all utilities which exist within the lin
of the work. However, the accuracy of completeness of the utilities indicated on the PI
is not guaranteed.
54 RELOCATION
Add:
The temporary or permanent relocation or alteration of utilities, including sen
connection, desired by the Contractor for his/her own convenience shall be the Contract
own responsibility, and he/she shall make all arrangements regarding such work at no (
to the City. If delays occur due to utilities relocations which were not shown on the PI;
it will be solely the City's option to extend the completion date.
In order to minimize delays to the Contractor caused by the failure of other partie:
relocate utilities which interfere with the construction, the Contractor, upon request to
City, may be permitted to temporarily omit the portion of work affected by the utility. '
portion thus omitted shall be constructed by the Contractor immediately following
relocation of the utility involved unless otherwise directed by the City.
0
e 10/3/90 F
' 6-1 CONSTRUCI'ION SCHEDULE
Modify this section as follows:
Aconstruction schedule is to be submitted by the Contractor per the following:
1. The prime contractor is required to prepare in advance and
submit at the time of the project preconstruction meeting a
detaiied critical path method (CPM) project schedule. This
schedule is subject to the review and approval of the City.
2. The schedule shall show a complete sequence of
construction activities, identifying work for the complete
project in addition to work requiring separate stages, as well
as any other logically grouped activities. The schedule shall
indicate the early and late start, early and late finish, 50%
and 90% completion, and any other major construction
milestones, materials and equipment manufacture and
delivery, logic ties, float dates, and duration.
The prime contractor shall revise and resubmit for approval
the schedule as required by City when progress is not in
compliance with the original schedule. The prime
contractor shall submit revised project schedules with each
and every application for monthly progress payment
identifying changes since the previous version of the
schedule.
3. 0
4. The schedule shall indicate estimated percentage of
Completion for each item of work at each and every
submission.
The failure of the prime contractor to submit, maintain, or
revise the aforementioned schedule (s) shall enable City, at
its sole election, to withhold up to 10% of the monthly
progress payment otherwise due and payable to the
contractor until the schedule has been submitted by the
prime contractor and approved by City as to completeness
and conformance with the aforementioned provisions.
5.
a 10/3/90
No changes shall be made to the construction schedule without the prior written appro
of the Project Manager. Any progress payments made after the scheduled completion d
shall not constitute a waiver of this paragraph or any damages.
Coordination with the respective utility company for removal or relocation of conflict
utilities shall be requirements prior to commencement of work by the Contractor.
0
6-7 TIME OF COMPLETION
The Contractor shall begin work within 30 calendar days after receipt of the "Notice
Proceed'' and shall diligently prosecute the work to completion within 120 consecutive d
after the date of the Notice to Proceed.
To Section 6-7.2, Working Day, add:
Hours of work - All work shall normally be performed between the hours of 7:OO a.m.
sunset, from Mondays though Fridays. The contractor shall obtain the approval of
Project Manager if he/she desires to work outside the hours state herein.
Contractor may work during Saturdays and holidays only with the written permissioi
the Project Manager. This written permission must be obtained at least 48 hours pno
such work. The contractor shall pay the inspection costs of such work.
6-8 COMPLETION AND ACCEPTANCE
Add the following:
All work shall be guaranteed for one (1) year after the filing of a "Notice of Complet
and any faulty work or materials discovered during the guarantee period shall be repa
or replaced by the Contractor, at his expense.
6-9 LIQUIDATED DAMAGES
Modify this section as follows:
tf the completion date is not met, the contractor will be assessed the sum of $250.00
day for each day beyond the completion date as liquidated damages for the delay.
progress payments made after the specified completion date shall not constitute a wi
of this paragraph or of any damages.
a 10/3/90
7-5 PERMITS
Modify the first sentence to read:
The agency will obtain, at no cost to the Contractor, all encroachment, right-of-t
grading, and building permits necessary to perform work for this contract on City propt
in streets, highways (except State highway right-of-way), railways or other rights-of-T
Add the following:
Contractor shall not begin work until all permits incidental to the work are obtained
7-8 PROJECT. AND SITE MANAGEMENT
To Section 7-8.1, Cleanup and Dust Control, add:
Cleanup and dust control shall be executed even on weekends and other non-working
at the City's request.
Add the following to Section 7-8:
e
7-8.8 Noise Control
All internal combustion engines used in the construction shall be equipped with md
in good repair when in use on the project with special attention to City Noise COI
Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48.
7-10 PUBLIC CONVENIENCE AND SAFETY
Add the following to Section 7-10.4, Public Safety:
7-10.4.4 Safety and Protection of Workers and Public
The Contractor shall take all necessary precautions for the safety of employees on the 7
and shall comply with all applicable provisions of Federal, State and Municipal safety
and building codes to prevent accidents or injury to persons on. about, or adjacent tc
premises where the work is being performed. He/she shall erec and properly mainta
all time, as required by the conditions and progress of the work, all necessary safeg
for the protection of workers and public, and shall use danger signs warning ag
hazards created by such features of construction as protruding nails, hoists, well holes
falling materials.
e 10/3/90
7-13 LAWS TO BE OBSERVED
Add the following:
Municipal ordinances which affect this work include Chapter 11.06. Excavation
Grading.
tf this notice specifies locations or possible materials, such as borrow pits or gravel bc
for use in the proposed construction project which would be subject to Section 1601
Section 1603 of the Fish and Game Code, such conditions or modifications establis
pursuant to Section 1601 of the Fish and Game Code shall become conditions of
contract.
8 FACILITIES FOR AGENCY PERSONNEL
Delete this section.
9-3 PAYMENT
Modify Section 9-3.2, Partial and Final Payment, as follows:
Delete the second sentence of the third paragraph having to do with reductions in am 0 of retention.
10 SURVEYTNG
Contractor shall employ a licensed land surveyor or registered civil engineer to perf
necessary surveying for this project. Requirements of the Contractor pertaining to this i
are set forth in Section 2-9.5 of the SSPWC. Contractor shall include
cost of surveying service Within appropriate items of proposal. No separate payment
be made.
Survey stakes shall be set and stationed by the ContractoJs surveyor for curbs a1
intervals (25’ intervals for curves), curb returns at BCR, 1/4, 1/2, 3/4, and ECR, heac
sewers, storm drains, and structures (4 comers min.). Rough grade as required to sa
cut of fill to finished grade (or flowline) as indicated on a grade sheet.
Contractor shall transfer grade hubs for construction and inspection purposes to crown
base grade of streets as required by Project Manager.
10/3/90 0
Contractor shall protect in place or replace all obliterated survey monuments as per Sec?
8771 of the Business and Professional Code.
Contractor shall provide Project Manager with 2 copies of survey cut sheets prioi
commencing construction of surveyed item.
11 WATER FOR CONSTRUCTION
The Contractor shall obtain a construction meter for water utilized during the construc
under this contract. The Contractor shall contact the appropriate water agency
requirements. The contractor shall include the cost of water and meter rental wi
appropriate items of the proposal. No separate payment will be made.
0
0
a 10/3/90 '
SPECIAL PROVISIONS
lI. CONSTRUCIION SPECIFICATIONS
INDEX TO SPECIFICATIONS 0
CITY OF CARLSBAD
FIRE STATION #2
1906 Arena1 Road
Carlsbad, California 92009
GENERAL REOUIREMENTS PAGES DMSION 1
oioio Summary of the Work 3
01200 Schedules and Reports 1
01300 Submittals 1
01400 Quality Control 2
01410 Testing Laboratory Services 2
01600 Substitutions 1
01 700 Cleaning and Cleanup 2
01 710 Project Closeout 2
SITE WORK
Demolition 2
0 DMSroN 2
02050
DMSION 3 CONCRETE
03300 Cast in Place Concrete 2
DMSION 4 MASONRY
04200 Masonry 2
DMSION 6 CARPENTRY
06100 Rough Carpentry 3
06200 Finish Carpentry 2
06400 Casework 1
06600 Plastic Fabrication 1
a H :WBRARNJM\WPDATA\SPC\SPC91030.FM
DMSION 7 MOISTURE PROTECTION
07200 Building Insulation 1 0 07510 Built Up Asphalt Bituminous Roofing 2
DMSION 8 DOORS. WINDOWS, GLASS
08100 Metal Door Frames 2
08700 Finish Hardware 1
08800 Aluminum Windows, Glass, Glazing 2
DMSION 9 FINISHES
09200 Cement Plaster 2
09250 Gypsum Wallboard System 3
09300 Ceramic Tile 2
09510 Suspended Acoustic Ceiling 2
09650 Resilient Flooring 1
09680 Carpet 1
09900 Painting 5
DMSION 10 SPECIALTIES
10150 Plastic Laminate Toilet Compartments 2
10800 Toilet and Bath Accessories 2
DMSION 11 EQUIPMENT
0
11400 Food Service Equipment 1
DMSION 12 FURNISHINGS
12500 Window Treatment 1
DMSION 15 MECHANICAL
15400 Plumbing 5
15500 Mechanical (H.V.A.C.) 3
DMSION 16 ELECTRICAL
16050 Electrical 4
'0 H :UBRAR~UM\WPDATA\SPC\SPC91030.FM
SECTION 01010- SUMMARY OF WORK
PART1-GENERAL
1 .I The work accomplished under this contract will be for the remodeling (
CITY OF CARLSBAD FIRE STATION #2
located at:
1906 Arenal Road
Carlsbad, California 92009
PART 2 - GENERAL DESCRIPTION OF WORK
2.1 Complete remodeling of an existing wood-framed building including heat
ventilation and air conditioning, plumbing, electrical, interior and exte
finish, including roof penetrations.
The work under this contract includes the furnishing of all labor, mater
services and transportation except as specifically excluded, which is requ
for the completion of the project in accordance with the construc
documents.
2.2
PART 3 - OCCUPATIONAL SAFETY AND HEALTH ACI' REQUJREMENTS
During the entire construction period, it shall be the responsibility of
contractor to maintain conditions at the job site so as to meet in all resg
the requirements of the Occupational Safety and Health Act, OSHA.
provision shall cover the contractor's employees and all other per:
working on or visiting the site. To this end the contractor shall id
himself and his representatives of OSHA standards.
3.1
PART 4 - WORK EXCLUSIONS
4.1 The following terms shall be construed to mean that construction wor
materials are not to be f'umished by the contractor:
A.
B. "Fdshed by Others"
C. 'Work by Others"
Certain exclusions shall require the coordination and preparation bq
contractor but are NOT INCLUDED IN THIS CONTRACT. They ai
follows:
"N.I.C." Not Included this Contract
4.2
0 ' H:LLIBRAR~UM\WPDATA\SPC\SPC91030.FM SUMMARY OF WORK - 010
SECTION 06400 - CASEWORK
A. Kitchen cabinets
B. Washroom cabinets
C. Utility room cabinets
D. Bedroom lockers
E. Dayroom entertainment center
F. Shop cabinets
0
SECTION 06600 - PMC FABRICATION
A. Corian kitchen countertops and backsplashes
B. Corian washroom countertop and backsplash
SECTION 09650 - RESLIENT FLOORING
A. Kitchen and dining areas sheet vinyl floor covering.
SECTION 09680 - CARPET
A. All interior carpet
B. All interior top set rubber base
SECTION 12500 - WJNDOW TREAT'MENT 0 A. Window mini-blinds as indicated on drawings
The aforementioned exclusions are listed to aid the Contractor in
scheduling and to insure the ContractoJs responsibility in the coordina
of his work relative to those exclusions.
4.3
PART 5 - ADDENDA AMD CHANGE ORDERS
5.1 General: Work shall be accomplished in accordance with the coni
documents. Changes in the contract documents will be made by addend
change order.
Addenda: Changes or alterations of the approved documents prior to
issuance of a construction contract and will have the approval of the prc
manager and/or the owner.
Change Orders: Changes or alterations of the approved documents aft
contract for the work has been let and will have the approval of the prc
manager and/or the owner. Change orders will be initiated by and con
the following:
5.2
5.3
H:\LIBRARnIJM\WPDATA\SPC\SPC91030.FM SUMMARY OF WORK - 010' 0
A. Change orders shall state the reason for the change and shall s
the addition or deduction from the contract price.
B. To prevent undue delay, changes may be made by verba
written approval by the project manager and/or the owner and !
be confirmed by the issuance of an approved change order.
C. Emergency changes to the work relating to the health or safei
persons at the construction site may be made immediately. T
changes shall be documented and shall be followed by any neces
modifications and subsequent approved change orders.
0
END OF SECTION
0
9 H:\LIBRARnUM\WPDATA\SPC\SPC91030.FM SUMMARY OF WORK - 01C
SECTION 01200 - SCHEDULES AND REPORTS 0 PART1-GENERAL
The General Provisions of Division 1 are a part of and apply to this sect
PART 2 - SCOPE
The purpose of this section is to prepare and submit schedules and rep
indicating the estimated construction schedule and the updating of t€
reports as work progresses as required by the owner.
PART 3 - CONSTRUCTION SCHEDULE
3.1 Immediately upon the award of the contract, a meeting will be held betw
the Contractor, the Owner and Owner's representatives to determine
phasing of the construction work to minimize the "down" time of the fac
and to determine how to maintain a minimal office operation of the
Station during the remodeling process.
The Contractor shall furnish a construction schedule indicating start
completion dates of all the predetermined phases and shall continc
update the schedule reflecting the effect of change orders on o
undeterminal causes.
3.2
0
END OF SECTION
H:UJBRARr\UM\WPDATA\SPC\SPC91030.FM SCHEDULES AND REPORTS - 012O( 0
SECTION 01300 - SUBMITI'ALS 0 PART1-GENERAL
1.1 GENERAL CONDITIONS
The General Provisions and Division 1 are a part of and apply to this sect
PART 2 - SCOPE
Includes the preparation and submission of samples and shop drawing
specified herein and in the various sections of these specifications.
PART 3 - SAMPLES
Submit all samples to the Owner for approval before purchasing, fabricat
applying or installing such materials and finishes. Affected finished Y
shall not be commenced until the owner has given written approval for
samples.
PART 4 - SHOP DRAWINGS
4.1 The term "shop drawings" as used herein includes fabrication, erection
installation, layout and setting drawings, manufacturer's standard drawi
Wiring and control diagrams.
pertaining to materials, equipment, piping, duct and conduit systems.
used herein, the term "manufactured" applies to standard units usually n:
produced and "fabricated" means specifically assembled or made ou
selected materials to meet individual design requirements.
The Contractor shall check all field measurements and shall submit
approval d shop or setting drawings and schedules required for the WOI
the various trades.
Shop drawings shall establish the actual detail of all manufacture1
fabricated items, indicate proper relation of adjoining work, amplify de
details of mechanical and electrical equipment in proper relation to phy
spaces in the structure. Shop drawings shall be drawn to scale and sha
completely dimensioned.
All other drawings and descriptive 0
4.2
4.3
END OF SECTION
H:\LIBRARNJM\WPDATA\SPC\SPC91030.FM SUBMITTALS - 013 e
SECTION 01400 OUALlTY CONTROL
PART1 -GENERAL
1.1 GENERAL CONDITIONS
The General Provisions and Division 1 are a part of and apply to this sect
PART 2 - TESTS AND INSPECTIONS
2.1 MA"ALS TESTS AND CERTIFICATION
2.1.1 Any and all materials supplied by the Contractor shall conform to
materials as called for in each section of these specifications and w
required by the applicable codes or standards shall be tested and labele
stamped as such by the manufacturer.
All materials shall be furnished by manufacturers who are currently eng:
in the manufacture of said materials and shall be of the latest cataloj
design and production versions of those products.
Any materials which are not clearly called out in the following specificat
that the Contractor must furnish to continue his work shall first be apprc
by the Owner and/or his representative and shall be of at least "specificz
grade" quality to be considered for approval.
2.1 -2
2.1.3
2.2 INSPECTION BY THE OWNER
2.2.1
e
The owner and his representatives shall at all times have access, fox
purpose of inspection, to all parts of the work and to the shops where
work is in preparation, and the Contractor shall at all times maintain
provide for safe access for such inspection.
The Owner shall have the right to reject materials and workmanship w
are defective, or to require their correction. Rejected workmanship sha
satisfactorily corrected and rejected materials shall be removed from
premises without charge to the Owner. If the Contractor does not co
such rejected work within a reasonable time, fixed by written notice
Owner may correct same and charge the expense to the Contractor.
2.2.2
H:UJBRARnUM\WPDATA\SPC\SPC91030.FM QUALITY CONTROL - 014 a
2.2.3 The work of construction in all stages of progress shall be subject to
personal periodic observation of the inspector. He shall have free acces
any or all parts of the work at any time. Inspection of the work shall
relieve the Contractor from any obligation to fulfill his contract.
inspector and/or Owner shall have the authority to stop the work when(
the provisions of the contract documents are not being complied with
the Contractor shall instruct his employees accordingly.
No work which requires a modification of the contract documents shal
performed without obtaining a written change order.
0
2.2.4
END OF SECTION
0
H :WBRARr\UM\WPDATA\SPC\SPC9 1 030.FM QUALITY CONTROL - 014 e
SECTION 01410 - TESTING LABORATORY SERVICES
PART1-GENERAL,
1.1 GENERAL CONDmONS
The General Provisions, Special Provisions and Division 1 are a part of
section and the Contract for this work and apply to this section as full;
if repeated herein.
PART 2 - TESTS AND INSPECTIONS
2.1.1 Tests: The Owner shall select an independent testing laboratory to con(
the tests. Selection of the material required to be tested shall be by
laboratory or the Owner's Representative and not by the Contractor.
The Contractor shall notify the Owner's Representative a sufficient thn
advance of the manufacture of material to be supplied by him under
Contract Documents, which must by terms of the Contract be tested in o
that the Owner may arrange for the testing of same at the source of SUP
Any material shipped by the Contractor from the source of supply prio
having satisfactorily passed such testing and inspection or prior to the rec
of notice from said representatives that such testing and inspection will
be required shall not be incorporated in the job.
The Owner will select and pay testing laboratory costs for all tests
inspections.
Test Reports: One copy of all test reports shall be forwarded to the Arch
and to the City by the testing agency. Such reports shall include all 1
made, regardless of whether such tests indicate that the materis
satisfactory or unsatisfactory. Samples taken but not tested shall alsc
reported. Records of special sampling operations as required shall alsr
reported. The reports shall show that the material or materials were Sam
and tested in accordance with the requirements of the apprc
specifications. Test reports shall show the specified design strength. 1
also shall state definitely whether or not the material or materials te
comply wiuh requirements.
2.1.2
2.1.3
2.1.4
0
2.2
2.3 . Verification of Test Reports: Each testing agency shall submit to
Architect and to the City verified report, in duplicate, covering all the
which were required to be made by that agency during the progress of
a H:\LIBRARYWM\WPDATA\SPC\SPC91030.FM TESTING LABORATORY SERVICES - 014
project. Such report shall be furnished each time that work on the proj
is suspended, covering the tests up to that time, and at the completion of
project, covering all tests.
PART 3 - INSPECTION BY THE OWNER
0
3.1 The Owner and his representatives shall at all times have access, for
purpose of inspection, to all parts of the work and to the shops wherein
work is in preparation, and the Contractor shall at all times maintain pro
facilities and provide safe access for such inspection.
The Owner shall have the right to reject materials and workmanship WE
are defective, or to require their correction. Rejected workmanship shaU
satisfactorily corrected and rejected materials shall be removed from
premises without charge to the Owner. If the Contractor does not con
such rejected work within a reasonable time, fixed by written notice,
Owner may correct same and charge the expense to the Contractor.
Should it be considered necessary or advisable by the Owner at any t
before final acceptance of the entire work to make an examination of M
already completed by removing or tearing out the same, the Contractor s
on request promptly furnish all necessary facilities, labor and materials
such work is found to be defective in any respect due to fault of
Contractor or his subcontractor, he shall defray all expenses of s
examinations and of satisfactory reconstruction. If, however, such WOI
found to meet the requirement of the Contract, the additional cost of 12
and material necessarily involved in the examination and replacement s
be allowed the Contractor.
The work sf construction in all stages of progress shall be subject to
personal periodic observation of the Inspector. He shall have free acces
any or all parts of the work at any time. The Contractor shall furnish
Inspector reasonable facilities for obtaining such information as maj
necessary to keep him fully informed respecting the progress and mannc
the work and the character of the materials. Inspection of the work shall
relieve the Contractor from any obligation to fulfill this Contract.
inspector and/or Architect shall have authority to stop the work when
the provisions of the Contact Documents are not being complied with an(
Contractor shall instruct his employees accordingly.
No work which requires a modification of the Contract Documents sha
performed without obtaining a written change order.
3.2
3.3
0
4.1
4.2
END OF SECTION
e H:UIBRARnUM\WPDATA\SPC\SPC91030.FM TESTING LABORATORY SERVICES - 014
SECTION 01600 - SUBSTITUTIONS
PART1-GENERAL
1.1 GENERAL CONDJTIONS
The General Provisions and Division 1 are a part of and apply to this sect
PART 2 - REQUIREMENTS AND SUBSTITUTION SUBMITI'AL
2.1 REQuRFAENTS
2.1.1 Whenever in the specifications any material, article or process is indicate
specified by trade, patent or proprietary name of manufacture, 5
specification for material, article or process, unless marked "NO Substituti
shall be deemed to be followed by the words, "or equal" as approvec
writing by the Owner and his representatives.
Where more than one proprietary name is specified, the Contractor
provide any one of the materials or equipment specified. Only one br;
kind or make of material or equipment shall be used for each spe
purpose throughout the work.
2.1 -2
2.2 SUBMrrrtbL
The Contractor shall submit a written request for proposed substitutior
the Owner not later than 15 days after date of "Notice to Proceed". Propc
substitutions relating to a particular subcontract or trade shall be submi
at one time on the Contractois letterhead, listing proposed items
indicated Or specified items, and stating amounts for all variations in CI
If the Owner approves any proposed substitution, such approval will bc
forth in a change order.
Where the Contractor proposes to use a system of equipment other than
specified or detailed on the drawings the substitution shall be proposed
complete system.
The Contractor shall submit with his request for a proposed substitutio
data substantiating his request certifying that the proposed substitutic:
equal to or better in all respects to that which is specified.
. 2.2.1
2.2.2
2.2-3
END OF SECTION
e H:\LIBRARnUM\WPDATA\SPC\SPC91030.FM SUBSTITUTIONS - 016
SECTION 01700 - CLEAPIJING AND CLEANUP 0 PART1-GENERAL
1.1 The General Provisions and Division 1 are a part of and apply to this sect
PART 2 - SCOPE
2.1 The work includes the furnishing of all labor, materials, equipment
services to provide cleanup during construction and final cleaning of
building prior to acceptance by the Owner, including waxing and polisl
as specified herein and in other sections when specified.
PART 3 - CLEANUP DURING CONSTRUCTION
3.1 It is required that the entire site be kept in a neat and orderly condition
the Owner may, at any time during construction, order a general cleanu
the site as a part of the work under this section.
Dispose of waste, trash and debris in a safe, acceptable manner
accordance with applicable laws and ordinances and as prescribec
authorities having jurisdiction. Bury no wasre material and debris on
site. Bumkg of trash and debris on the site will not be permitted.
Location of dump for trash and debris and length of haul is the Contrac
responsibility.
3.2
3.3
PART 4 - FINAL CLEANUP
4.1 Prior to final inspection by the Owner and after all construction WOI
essentially complete, thoroughly clean the building. Items to be cle:
include, but are not limited to, all glass, plastic, doors, opening frai
grilles, trim, exposed non-ferrous metal surfaces, floor covering, light fixt
and plates, plumbing fixtures and trim and all finish surfaces throughour
construction. Remove all ink trademarks from laminated plastic surf:
Vacuum clean the building and remove all spots, smears, dust, debris, 1
prints and defacements of every sort, including those of vandals. Follov
recommendations of the manufacturer of the materials and items t
cleaned for all cleaning, polishing and treatment such as waxing.
H:\IJBRARnUM\WPDATA\SPC\SPC91030.FM CLEANING AND CLEANUP - 0170 e
4.2 Also prior to final inspection, thoroughly clean the entire site and put it
a neat acceptable condition. Hose down and scrub all new and exis
concrete and asphalt pavement and walks. Thoroughly remove mortar
stucco droppings from concrete walks and other pavements where 1
occur.
0
END OF SECTION
e
a H:WBRARnUM\WPDATA\SPC\SPC91030.FM CLEANING AND CLEANUP - 0170(
SECTION 01710 PROJECT CLOSEOUT
PART1-GENERAL
1.1 GENERAL CONDITIONS
The General Provisions and Division 1 are a part of and shall apply to
section.
PART 2 - SCOPE
2.1 The work includes performing all operations necessary for and prop
incidental to closing out the project and assisting in the OwneJs i
inspection as hereinafter specified.
PART 3 - REQUIREMENTS FOR FINAL INSPECTION
3.1
3.2
3.3
All temporary facilities and dumpsters shall be removed from the site.
The building and site shall be thoroughly cleaned as specified in 0170(
All plumbing and mechanical equipment shall operate quietly and free i
vibration. Properly adjust, repair, balance or replace any equipr
producing objectionable noise or vibration in any of the occupied areas o
building. All systems shall operate without humming, surging, or r e cycling.
3.4
3.5
All operating instructions for equipment shall be properly posted.
Record (as-built) drawings shall be completed, signed and submitted tc
Owner.
The material and equipment maintenance instructions, as specified in
body of the specifications, shall be submitted to the Owner.
All guarantees and warranties shall be submitted to the Owner as spec
in the General Conditions.
3.6
3.7
PART 4 - FINAL INSPECTION
4.1 After all the requirements for the final inspection have been completed Contractor shall notify the Owner to perform the final inspection. NI
shall be given at least three (3) days in advance of the time the
inspection is to be performed.
@ H:UlBRARnUM\WPDATA\S~SK91030.FM PROJECT CLOSEOUT - 017
4.2 The Contractor or his authorized representative shall accompany the Ow
on the hal inspection tour as well as any principal subcontractors that
Owner may request to be present.
If the work has been completed in accordance with the contract docume
and no further corrective measures are required, the Owner will accept
project and will file for the Notice of Completion.
If the work has been substantially completed in accordance with the contr
documents and only minor corrective measures are required, the Owner 1
prepare a punch list of work to be corrected. Upon completion of
corrections on said punch list, the Owner shall file for the Notice
Completion.
Upon acceptance of the project by the Owner, Contractor shall submit
request for final and acceptance payment. Final payment will not be m
by the Owner until thirty-five (35) days after filing for the Notice
Completion.
4.3
0
4.4
4.5
PART 6 - GUARANTEE
6.1 Contractor shall guarantee work in contract against faulty worlunanship
materials for a period of one year (except where a longer period of guarar
is specified under certain divisions) from date of filing Notice of Complet
END OF SECTION
0
H:WBRARnUIWWPDATA\SPC\SPC91030.FM PROJECT CLOSEOUT - 017 a
SECTION 02050 - DEMOLITION
PART1-GENERAL
1.1 GENERAL CONDITIONS
The General Provisions and Division 1 are a part of, and apply to the sect
1.2 SCOPE
The work under this section includes all work necessary to prepare
existing structure for the alternations to follow as indicated on the draw
and the following sections of these specifications.
1.3 WORK INCLUDED
1.3.1 The work of this section includes the demolition of existing walls, cabir
floor coverings, and the removal of fixtures and appliances as indicate(
the approved drawings.
The layout, saw cutting, and removal of the existing concrete floor slat
the replacement and addition of new sewer lines.
The layout, saw cutting, and the removal of the existing masonry wa
create a new door opening per approved plans.
The cutting and removal of the lower section of mansard roof extensio
the rear of the structure as indicated on the approved plans.
1.3.2
1.3.3
1.3.4
0
PART 2 - PRODUCTS (NOT USED THIS SECTION)
PART 3 - EXECUTION
3.1 GENERAL REQUIREMENTS
3.1.1 Due to the lack of as-built drawings and the age of the existing structur
demolition shall be accomplished under the supervision of the Contract(
minimize damage, and maintain the structural integrity of the building.
Contractor shall be responsible for repairing or replacing all work dam;
by these operations.
All concrete sawing shall be performed with adequate water contrc
minimize water damage.
3.1.2
a H:UBRAFLnUM\WPDATA\SPC\SPC9 1030.FM DEMOLITION 020
3.1.3 All sub-surface obstructions that interfere with the new modification!
alterations shall be removed, if the removal presents a violation of cod1
health and safety problems they shall be immediately brought to
attention of the Project Manager or the owner before proceeding. 0
3.2 DISPOSlTIQN OF UATERIALS
3.2.1 All removed material resulting from the work of this section is the prop
of the Contractor and shall be promptly removed to a legal disposal area,
and all fixtures to be retained by the owner shall be tagged or removed F
to demolition.
Stockpiling of removed materials on the Project Site will not be permi
without written approval of the owner or the Project Manager.
3.2.2
END OF SECTION
0
a H:\LIBRARY/UM\WPDATA\SPC\SPC91030.FM DEMOLITION - 020
SECTION 03300 - CAST-EN-PLACE CONCRETE
PART1-GENERAL.
1.1 GENERAL CONDITIONS
The General Provisions and Division 1 are a part of, and apply to
section.
1.2 SCOPE
The work includes furnishing all labor equipment and materials for
installation of all the cast-in-place as shown and noted on the drawings
specified herein.
All underground plumbing shall be in place, tested, and inspected prior tc
backfilling and pouring of concrete.
1.2s
1.3 WORK INCLUDED
1.3.1 Patch trenched areas of existing concrete slab that were removed to re€
or modify existing plumbing.
Form and pour approximately 3 1/2 inch overlay slab to the level of
existing slab as shown on the approved drawings.
Form and pour a concrete curb to match existing where sectional over1
door was removed as indicated on the approved drawings.
1.3.2
1.3.3
e
PART 2 - PRODUCTS
2.1
2.2
Portland cement: Standard, ASTM C150 Type I or 11, low alkali.
All concrete shall be ready-mixed six sack with maximum of 3/4
aggregate and a minimum slump of 3 inches.
Backfill material to be used in all underground piping trenches shall 1
fine, clean, river-run sand.
Vapor bartier where used shall be 6 mil Polyvinyl Chloride (PVC) shet
with a perm rating of .OS.
2.3
2.4
0 H:\LIBRARNJM\WPDATA\SPC\SPC91030.FM CAST IN PLACE CONCRETE - 033
PART 3 - EXECUTION
3.1 Before placing concrete all trenches shall have been backfilled using matt
previously specified, thoroughly compacted, and screeded to maintain a
3 1/2 inch minimum thickness slab.
Semi-porous sub-grades shall be sprinkled sufficiently to eliminate suct
After concrete is in place it shall be screeded to the height of the adja
surfaces, tamped, and floated.
Final finish shall be steel trowel flush with adjacent surfaces and all exids
surfaces shall be left clean with no concrete flash or residue.
AU patched and poured surfaces shall be left in a final condition for recei
the application of the specified floor covering.
All forms shall be removed and patching required shall be done will conc
is still moist.
Clean up: During the progress of the work and at the completion of
work remove all trash, debris, etc., from the Project Site and leave the
broom clean and in orderly condition.
3.2
3.3
3.4
3.5
3.6
3.7
END OF SECTION
0
H:\LIBRARnUM\WPDATA\SPC\SPC91030.FM CAST IN PLACE CONCRETE - 0331 a
SECTION 04200 - MASONRY
PART1-GENERAL
1.1 GENERAL CONDITIONS
The General Provisions and Division 1 are a part of, and apply to
section.
1.2 SCOPE
The work includes the removal of brick veneer on the exterior wall!
indicated on the approved drawings, and the patch-back of same venee
required by alterations to the exterior walls of the structure.
1.3 QUALJTY ASSURANCE
Work shall be performed by skilled workmen who are thoroughly trail
and experienced in the applicable crafts and who are familiar with
specified requirements of the work in this section.
PART 2 - PRODUCTS
2.1 rnm
BRICK: To be of salvaged material from areas where veneer was rem0
or to be of new material to match existing as closely as possible.
MORTAR: Shall be by volume, one part Portland cement, one part
putty, six parts sand.
2.1.1
2.1.2
PART 3 - EXFiCUTION
3.1 GENERALREQUI[REMENTS
3.1.1 Removal of existing areas of brick veneer shall be accomplished with
intentions of salvaging enough material to be used for patching other a
after alterations are completed.
Patching shall be prepared for by breaking back in a stepped fashio
courselines, both horizontally and vertically will match existing I
completion.
All mortar joint thicknesses shall be made to match existing and "struc1
match existing.
3.1.2
3.1.3
e H:\LIBRAR~UM\WPDATA\SPCXK91030.FM MASONRY 042
3.1.4 Brick veneer shall be tied to existing backing with corrosion resistant m
ties applied as required to assure a secure installation.
@ 3.2 CLEANUP
3.2.1 After installation and construction all work shall be cleaned down with
brushes and water followed by a thorough rinsing with clear water.
surrounding area shall be similarly cleaned as necessary to prey
permanent staining.
END OF SECTION
e
0 H:\LIBRARYWM\WPDATA\SPC\SPC91030.FM MASONRY 042
SECTION 06100 - ROUGH CARPENTRY
PART1-GENERAL
1.1 GENERAL CONDJTIONS
The General Provisions and Division 1 are a part of and apply to this sect
1.2 SCOPE
1.2.1 Included: AU labor, equipment, and materials in connection with rc
carpentry, complete, including:
A. Providing and installing all plates, straps, brackets, hangers, rc
hardware, and all fasteners for connecting wood to wood, or o
construction.
Installing other miscellaneous iron, steel, and sheet metal il
finished under other sections which are pertinent to carpentry w
Related work in other sections: Provide all work hereunder as require(
the support, and accommodation of related trades.
B.
1.2.2
1.3 QUALITY ASSURANCE
All frarning work shall be performed by an adequate number of sk
workmen under the direction of a foreman thoroughly trained
experienced in construction practices.
CODES: All work performed shall comply with the latest Uniform Buil
Code requirements and all other local and governmental codes.
1.3.1
1.3.1
PART 2 - PRODUCTS
2.1 LUMBER
2.1.1. FRAMING, LUMBER: unless otherwise noted shall be Douglas Fir No. 2
better, surfaced four (4) sides.
PLYWOOD SHEATHING: Shall comply with U.S. Product Standard P.4
74, 1/2 inch plywood shall consist of five plies. Structural 1 identified
DFPH, TECO, or PTL grade stamp, exterior glue, grade C-D.
2.2
H:’&IBRARnUM\WPDATA\SPC\SPC9103O.FM ROUGH CARPENTRY - 016 a
2.3 TREATED LUMBER: Where required to be used, shall be pressure trea
and carry a brand stamp by the American Wood-Preservers Association
the American Wood Preservers Institute.
2.4 WOOD PRESERVATIVE: Pentachlorophenol, in accordance with AI
Specifications for the Pressure Treatment of Western Woods, latest edit
Retention: 5 percent penta-chlorophenol, 6 lbs. per cubic foot.
0
2.5 FRAMING ANCHORS: Sheet metal 19 gauge (USS) minimum shaped
punched for nailing with special nails. Manufacturers: Simpson Strong
or Harlen Metal Products.
PART 3 - EXECUTION
3.1 WOOD PRESERVATIVE TEEATMECNT
3.1.1 All Douglas Fir sills, wood curbs on roof, wood cant,furring strips at inte
of concrete walls up to curb height, and bearing blocks resting on conc
shall be pressure impregnated.
TreaG all ends and edges of members that have been sawn or cut i
treatment with a heavy brush application of 5 percent pentachlorophi
preservative.
3.1.2
@ 3.2 ERECTION
3.2.1 FRAMING: Lay out all framework as called for on the approved drawi
Cut and fit for the conditions encountered. All work to be plumbed, levc
and braced with nails, spikes, bolts, etc., to insure rigidity, with bridging
blocking in place.
COOPERATE WITH ALL TRADES: Provide framing and perform all neces
cutting and patching of rough carpentry work as required.
WASHERS: AU bolts and lag screws shall be provided with cut steel was
under heads and nuts.
Provide fire stops in exterior and interior walls at ceiling and roof le7
Fire stop all other locations which could afford a passage for flames. L
concealed air space to 8 feet vertically and horizontally.
3.2.2
3.2.3
3.2.4
a H:\LIBRARWJM\WPDATA\SPC\SPC91030.FM ROUGH CARPENTRY - 016(
3.3 BLOCKING AND GROUNDS:
3.3.1 Install blocking and grounds throughout work to properly suppofl
woodwork, base, and trim for plumbing, heating, and electrical fixtures
appliances as shown or directed. Provide blocking for curtain tracks, t(
bars, cabinets, ceiling hung toilet partitions, and other specialties. Pro
solid blocking (minimum 7 1/2 inch surface width) at all locations w
door knobs or other hardware will contact walls. Consult with other tr
for roughing-in dimensions.
Provide wood grounds for plastering to secure work and anchorin
required materials.
3.3.2
3.4 CLEANUP
3.4.1 Upon completion of work, clean all exposed surfaces of work removin
obstructions, temporary spacing (not required) leaving all framing surf
ready to receive the following work.
Remove all debris of the work from the job site and leave the entire job
ready to receive following work.
3.4.2
END OF SECTION e
H :UIBRARWJM\WPDATA\SPC\SPC9 1 030.FM ROUGH CARPENTRY - 016 a
SECTION 06200 - FINISH CARPENTRY
PART1 -GENERAL
1.1 GENERAL CONDITIONS
The General Provisions and Division 1 are a part of and apply to this seci
1.2 SCOPE
The work includes the funishing and installing of all finish carpentry
related items required to produce a complete and finished installatio
building specialties and finish hardware, as shown and noted on
approved drawings and specified herein.
1.3 QUALITY MSURANCE
Use skilled workmen who are thoroughly trained and experienced in
necessary crafts and who are completely familiar with the spec
requirements of this section.
PART 2 - PRODUCTS
2.1 MATERIALS: All interior exposed wood material, trim etc., shall be
dried vertical grain Douglas Fir except as specified otherwise. Exp members shall be selected for grain and appearance. Warped members :
not be used.
Nails,bolts, washers, nuts, wood screws, felts, etc., shall be best suite(
their specific condition. Nails shall be steel, common or finished, as requ
Galvanized when used in exterior conditions or with cedar., Miscellan
hardware, including metal fittings, where used in exterior conditions
where exposed to the weather, excepting nails, shall be cadmium pl:
unless otherwise specified.
Provide other materials not specifically described but required for a coml
and proper installation, as selected by the Contractor subject to the appi of the owner or Project Manager.
e
2.1.1
2.1.2
PART 3 - EXECUTION
3.1 GENERAL
3.1.1 Verify all dimensions in the field and all related conditions before sta
work. Inform the owner or Project Manager of any conflict between a H :UBRARYVJM\WPDATA\SPC\SPC9 1 030.FM FINISH CARPENTRY - 062
locations and conditions of this work and work of others and do not v
in the areas of conflict until a decision is reached by the owner or Prc
Manager.
.
3.1.2 Adhesives used on the work shall be used in strict conformity .
manufacturer's specifications and recommendations for the applica
involved.
a
3.2 INSTALLATION
3.2.1 Installation of all assembled items in the work shall be done carefully
neatly. Scribe items as required for tight, straight fit. Shim as require(
straight level and plumb finished surfaces.
All trim shall be fixed in place in full lengths, without piecing, except w
single lengths would be impractical. Butt joints if necessary shall be sca:
filled, and sanded to prepare for final finish. Miter all exterior angles ex
where detailed otherwise. All exposed nails shall be set for putty. Harr
marks on finished surfaces shall be a cause for rejection. Wood screws I
be used only where the heads are to be covered by other material, and w
they will be out of sight in the finished work.
Fit and adjust all hardware accurately. Remove hardware before finish c
of painting are applied; except hinge butts, Re-install after completic
painting.
Protect all parts from injury after installation and maintain protection
completion of project.
WOOD DOORS: Install plumb and true, fit accurately and hang free,
hinge bind. Fit snug against all stops, trim accurately to 1/16 inch cle
head and jambs and 1/2 inch clear of finished floor. Undercut door:
carpeting and ventilation purposes where required.
3.2.2
3.2.3
3.2.4
e
3.2.5
3.3 CLEAN UP
Take all necessary action to keep this work clean and free of dirt, tj
obstructions and equipment, except that necessary for the proper complt
of the work. Materials not used, shall be removed immediately. Dirt
trash shd be removed daily and final clean up shall leave the WOI
thoroughly clean and acceptable condition.
END OF SECTION a H:\LIBRARWJM\WPDATA\SPC\SPC9103O.FM FINISH CARPENTRY - 062
SECTION 06400 - CASEWORK
PART1-GENERAL
1.1 GENERAL CONDITIONS
The work under section is: NOT A PART OF THIS CONTRACT AND SF
CONSIST OF THE FOLLOWING:
A. Kitchen cabinets
B. Washroom cabinets
C. Utility room cabinets
D. Bedroom lockers
E. Day room entertainment center
F. Shop cabinets
END OF SECTION
0
H:\LIBRARnUM\WPDATA\SPC\SPC91030.FM CASEWORK - 0640 0
SECTION 06600 - PLASTIC FABRICATION 0 PART1-GENERAL
1.1 GENERAL CONDITIONS
The work under this section is: NOT A PART OF THIS CONTRACT 1
SHALL CONSIST OF THE FOLLOWING:
A. Corian kitchen countertops and backsplashes
B. Corian washroom countertop and backsplash
END OF SECTION
0
H:\LIBRAR~UM\WPDATA\SPC\SPC91030.FM PLASTIC FABICATION - 0660 a
SECTION 07200 - BUILDING INSULATION
PART1-GENERAL
1.1 GENERAL, CONDlTIONS
The General Provisions and Division 1 are a part of and apply to this sect
1.2 SCOPE
The work includes the furnishing of all labor, materials, and equipmen1
the installation of thermal and sound installation as indicated on
approved drawing and specified herein.
PART 2 - PRODUCTS
2.1 THERMAL INSULATION: Shall be flexible fiberglass batts or blanket
manufactured by Owens/Corning Fiberglass with non-reflective kraft pi
covering one side; R-11, 3 1/2 inch nominal thickness.
2.2 SOUND INSULATION: Shall be "NOISE BARRIER BATT INSULATION'
manufactured by Owens/Corning Fiberglass; preformed glass fiber 1
friction fit type without membrane, 4 inches nominal thickness.
@ PART3-EXECUTION
3.1 GENERAL REQUIREMENTS
3.1.1 Insulation shall not be installed until all electrical, plumbing, and mecha
rough-ins are complete and tested.
Installation shall be in accordance with manufacturer's recommendations
shall be full height of wall without gaps and behind light switches. Sur
tape may be used for splices and around pipes.
Thermal insulation shall be applied to exposed exterior walls with fac
applied membrane facing the warm side of the building.
3.1.2
3.1.1
END OF SECTION
H:UIBRAR~UM\WPDATA\SPC\SPC91030.FM BUILDING INSULATION - 0720( a
SECTION 07510 - BUTLT-UP ASPHALT BITUMINOUS ROOFING
PART1-GENERAL
1.1 GENERAL CONDITIONS
The General Provisions and Division 1 are a part of and apply to this sect
1.2 SCOPE
The work under this section shall be to repair and restore the integrity of
existing roof of this structure after all of the related trades have complc
their work insofar as, constructing platforms, making penetrations for d
and vents and all electrical and plumbing lines are in place.
1.3 QUALnry ASSURANCE
Work of this section shall be accomplished by journeymen who
thoroughly experienced in the field of built-up roofing and repairs.
PART 2 - PRODUCTS
2.1 FLASHINGS 0 2.1.1
2.1.2
H.VAC.: Equipment flashings and counter flashings shall be furnished UI
Section 15500.
Plumbing vent pipe, water heater vent flashings and any other pi
penetrations through the roof that require flashing shall be furnished u:
Section 15400.
Cant strips shall be furnished and installed under Section 06100. 2.1.3
2.2 ROOFING MATERIALS
2.2.1 Products used in these repairs shall be as standard manufactured for
industry by manufacturer's normally engaged in the production of t
materials.
PART 3 - EXECUTION
3.1 INSTALLA410N, GENERAL
a H:\LIBRARnUM\WPDATA\SPC\SPC91030.FM BUILT UP ASPHALT BmMINOUS ROOFING475
3.1.1 All flashings shall be embedded in mastic prior to their fastening. After be
secured they shall be three coursed in place using layers of bitumen
inorganic felts and capped with 90 pound mineral surfaced cap sheet.
All repairs shall be accomplished when the substrate is clean, dry, and :
of all sharp projections and depressions. All repairs shall be built-up s(
to eliminate ponding in the repaired areas without creating a dam
situation.
After all repairs are complete all areas shall be cleaned and all rub1
removed from the site.
3.1.2
a
3.1.3
END OF SECTION
8
0 H:~BRARnUM\WPDATA\SPC\SPC91030.FM BUILT UP ASPHALT BmMINOUS ROOFING475
SECTION 08100 - METPaL DOOR FRAMES
PART1-GENERAL
1.1 GENERAL CONDITIONS
The General Provisions and Division 1 are a part of, and apply to
section.
1.2 SCOPE
The work includes the furnishing of labor, material and equipment to in
all knock-down steel (KDS), and hollow metal door frames (FURNISHEI
OTHERS) according to the approved drawings and specified herein.
PART 2 - PRODUCTS
2.1 Knock-down steel door frames; (FURNISHED BY OTHERS) shall bi
manufactwed by Timely Industries TYPE "C" series 18 ga. drywall frai
factory applied polyester paint finish.
Hollow metal door frames; (furnished by others) shall be as manufact
by Steelcraft TYPE F-16 16 ga. factory primed.
2.2
@ PART3-EXECUTION
3.1 DRYWALL FRAMES, (KDS):
3.1.1 Vedy opening dimensions for compliance with approved drawings,
surrounding conditions are acceptable for installation.
At the time of installation all wall finishes shall have been applied.
Install frames using the door as a template to obtain the correct alip
of the door and the frame. Secure frame with 1 1/4 inch Bugle I
Drywall Screws.
3.1.2
3.1.3
3.2 HOLLOW METAL FRAMES
3.2.1
3.2.2
Where practicable, set frames prior to the enclosing of exterior walls.
Install frames accurately in position, plumbed, aligned, and braced. Sc
to walls with wood stud anchors provided. Leave bottom spreaders in 1
until wall construction is complete.
a H:V,IBRAR~UM\WPDATA\SPC\SPC91030.FM METAL DOOR FRAMES - 081
3.3 RNAL ADJUSTMENTS: Check operation and readjust any finish hardv
items in work just prior to final inspection. Leave work clean and in prt
operating conditions.
PART 4 - SPECIAL REOUIREMENTS
a
4.1 ERECIION
Metal hmes shall be set by the Contractors and all doors shall be
machined solid core wood (FURNISHED BY OTHERS) and installec
FINISH CARPENTRY work.
END OF SECTION
0
a H:UIBRARNJM\WPDATA\SPCWC91030.FM METAL DOOR FRAMES - 0810
SECTION 08700 - FINISH HARDWm
PART1-GENERAL
1.1 GENERAL CONDITIONS
The General Provisions and Division 1 are a part of and apply to this secf
1.2 SCOPE
Install finish hardware; (FURNISHED BY OTHERS) as indicated on
approved drawings and as specified herein, complete.
HARDwAwE NOT LISTED OR FURNISHED
Hardware necessary for the completion of work and is not specifie
furnished shall be brought to the attention of the owner and or the Prc
Manager, and method of procurement shall be agreed upon at that tim
1.3
1.4 DELIVERY
Hardware shall be delivered to the jobsite at the request of the Contra(
Each item shall be inventoried at that time by the Contractor, owner an
the Project Manager. The hardware shall become the responsibility of
Contractor until job completion, at that point.
1.5 FINISH
e
In general the f~sh for all hardware shall be 613, oil rubbed bronze UI
otherwise specified.
PART 2 - PRODUCTS
Refer to the hardware - Schedule on sheet 1 of the approved drawings
PART 3 - EXECUTION
Hardware installation shall be as specified in section 06200.
END OF SECTION
0 H:\LIBRARnUM\WPDATA\SPC\SPC91030.M FINISH HARDWAFE - 087C
SECTION 08800 - ALUMINUM WINDOWS. GLASS AND GLAZING
PART1-GENERAL
1.1 GENERAL CONDITIONS
The General Provisions and Division 1 are a part of, and apply to
section.
1.2 SCOPE
1.2.1 WINDOWS: Furnish the labor, materials and equipment to install ald
windows; (FURNISHED BY OTHERS) complete as shown on the apprc
drawings, schedules, and as specified herein.
SHOWER DOORS: Furnish and install shower doors complete as show
approved drawings and specified herein.
MIRROR Furnish and install mirror in washroom complete as shown on
approved drawings.
1.2.2
1.2.3
1.3 SAMPLES
Submit samples of mirror and trim, and shower doors to the owner
approval. SEE SECTION 01300.
1.4 CODES AND STANDARDS
0
All glazing compounds and methods of glazing shall be in accordance 1
the applicable portions of the Flat Glass Jobbers Association "Gla
Manual", "Glazing Sealing Systems Manual", and applicable sections of
latest "Uniform Building Code", Chapter 54, "Glass and Glazing".
PART 2 - PRODUCTS
2.1 MATERfALs
2.2.1 Sliding window units; (FURNISHED BY OTHERS) shall be as manufact
by Windowmaster Products, El Cajon California, Masterline Series 41
420 with screens. Roll formed aluminum frames with screens. Finish: 1
bronze anodized. Glazing: Factory-installed dual glazing as standard
this series.
Shower dsor panel frames and framing shall be bright anodized a1um.h
glazed with obscure glass:
2.2.2
a H:V.IBRAR~UM\WPDATA\S~~~~O~~.FM ALUMINUM WINDOWS, GLASS & GLAZING488
Mississippi Pattern Glass .218 inches thick pluralite, tempered.
samples and drawings.
Mirrors shall be 1/4 inch Float Glass with polished edges, and chromed
Mold top and bottom.
Provide other materials not specifically described but required for a comF
and proper installation as selected by the Contractor subject to the appn
of the owner and or the Project Manager.
SUI-
a 2.2.3
2.2.4
PART 3 - EXECUTION
3.1 GENERAL REQUIREMENTS
3.1.1 Companies accomplishing the fabrication and installation of the glass min
and the shower door units shall be companies that have been specializin
those fields for a period of five years.
Sizes indicated on the approved drawings are appropriate.
dimensions shall be determined by field measurements.
The aluminum windows to be installed according to the manufactu
instructions by the General Contractor under the "FINISH CARPEN?
section. e 3.2 REPLACEMENT AND CLEANING
3.1.2 The ac
3.1.3
After the installation of the windows and the glazing work all glass surf
shall be cleaned and inspected for defects, and the labels removed. 1
cleaning the work shall be protected from damage until job completion.
replacement shall be the Contractors responsibility.
END OF SECTION
0 H:\LIBRAR~UM\WPDATA\SPC\SPC91030.FM ALUMINUM WINDOWS, GLASS & GLAZING-~~~I
SECTION 09200 - CEMENT PLASTER
PART1-GENERAL
1.1 GENERAL CONDITION
The General Provisions and Division 1 are a part of and apply to this sect
1.2 SCOPE
The work under this section includes everything necessary for and incide
to executing and completing the cement plaster work.
1.3 GENERALREQUIREMENTS
1.3.1 Applicable portions of the "Lathing and Plastering Reference Specificatic
published by the California Lathing and Plastering ContractoJs Associa
(CLPCA) is a part of this specification.
APPLICATOR: Company specializing in cement plaster work with five y
documented experience.
Cooperate with other trades in coordinating their work requirec
conjunction with the work under this section.
1.3.2
1.3.3
0 1.4 PROTECTION
Protect all adjoining work and surfaces from plaster, and or water dam
Any damages resulting from the work of this section shall be clea
removed or the material replaced as directed by the owner and or the Prc
Manager.
PART 2 - PRODUCTS
2-1 PRODUCXS
2.1.1
2.1.2
Portland Cement shall conform to ASTM C-150, TYPE I, grey color.
Sand shall conform to ASTM C-144, and shall be sharp, clean, and frr
clay.
Water shall be clean and potable.
Plaster for finish coat shall be expo stucco exterior or approved equal, fa(
sacked with integral color.
2.1 -3
2.1 -4
H:\LIBRARWJM\WPDATA\SPC\SPC91030.FM CEMENT PLASTER - 092 e
2.1.5
2.1.6
All color shall be from the same color run and all bags shall be marked fi
the same production run.
STUCCO LATH: 17 gauge galvanized line wire, 15 pound asp
impregnated building felt and 1-1/2 inch hex, 17 gauge galvanized stL
netting.
2.1.7 NAILS FOR WOVEN WIRE MESH: Approved self-furring galvanized r
with not less than 3/4 inch penetration into backing.
2.1.8 MISCELLANEOUS ITEMS: Furnish all items shown on drawings 01
necessary for a complete installation.
END OF SECTION
Q
H:\LIBRARnUM\WPDATA\SPC\SPC91030.FM CEMENT PLASTER - 092 a
SECTION 09250 - GYPSUM WALLBOARD SYmM
PART1-GENERAL
1.1 GENERAL CONDITIONS
\ The General Provisions and Division 1 are a part of and apply to this sect
1.2 SCOPE
Provide labor, material, and equipment to install Gypsum Drywall
accessories as shown on the approved drawings and as specified herein;
to provide wallboard systems for various wall closures, and patching
related trades due to modifications required involving those trades. Pre]
for and provide gun applied texture to all new work and to all existing v
and ceilings as called for in the finish schedule on Sheet 2 of the apprc
drawings.
1.3 QUALITY ASSURANCE
Provide skilled workmen who are thoroughly trained and experienced ir
necessary crafts and who are completely familiar with the requirements
methods to perform the work in this section. e PART 2 - PRODUCE
2.1 MATERIALS
2.1.1 GYPSUM WALLBOARD: ASTM 36, recessed edges for exposed surfaci
48 inch widths and in such lengths as will minimize the number of veI
joints. Shower room, and washroom walls and ceilings shall be M
resistant type.
SCREWS: ASTM C 646, corrosion resistant self tapping TYPE W bugle-
spiral threaded type, 1-1/4 inches in length.
METAL TRIM AND CORNER BEADS: Electrogalvanized steel not lighter
26 gauge with taping flanges as manufactured or recommended bq
drywall manufacturer, corner beads at all outside comers and "St
members where abutting to other materials.
2.1.2
2.1.3
2.1.4 FINISH M[ATERIALs: ASTM C475, joint type, joint bedding compc
finish cement, adhesive, and laminating supplied or recommended b:
wallboard manufacturer.
a H :\LIBRAR~UM\WPDATA\SPC\SIPC91030.FM GYPSUM WALLBOARD SYSTIEM - 092
2.1.5 OTHER MATERIALS: To be provided though not specifically described 1
required for a complete and proper installation.
PART3-EXECUTION
3.1 INSTALLATION
3.1.1 WALLS: Install wallboard horizontally with long dimension across stu
vertical joints centered on supports and staggered on walls so that fc
boards will not meet a common point, and so as not to occur on direc
opposite sides of the same stud. Secure to each stud with screws keepi
screws 3/8 inch from edges.
CEILINGS: Install wallboard to ceilings with long dimension at right ang
to the supporting members.
3.1.1
3.1.2 ATTACHING: Drive screws with clutch controlled power screw drivers
head of screw fastener is just below the wallboard surface without break
surface paper. Space fasteners according to code approvals.
JOINT TREATMENT AND FINISHING: Apply joint bedding compound, t;
and at least two coats of finishing compound over A1 exposed joints. Ap
joint compound and two or more layers of finishing compound o
screwheads. Finish inside corners with joint compound, tape and finish
compound. Finish cutside coiners with gypsum wallboard metal cor
reinforcement and fishing compound. Provide "S' metal caging bead at
edges of wallboard that abut other materials. Make joints, trims, i
attachments non-apparent following application of paint and other finis1
If joints and fasteners are apparent after finishes correct defects to om
satisfaction at no extra cost to owner.
TEXTURE: After all finsh coats have been applied and inspected by
Project Manager a gun applied texture shall be applied to all surfaces
called for on the approved drawings.
3.1.3
0
3.1 -4
3 -2 CLEAN UP
3.2.1 In addition to other requirements for cleaning, use necessary care to pret
scattering and tracking gypsum and joint compound onto floor surfaces
@ H:\LIBRARnUM\WPDATA\SPC\SPC91030.FM GYPSUM WALLBOARD SYSTEM - 092:
3.2.2 At completion of each segment of installation in a room or space, pick
and remove all debris, and surplus material of this section. Upon completj
of all work in this section the jobsite shall be thoroughly cleaned and tral
of compound shall be scraped from floors, scraps and debris shall be hau
from the site. The site shall be left clean and orderly for other trades tl
follow.
a
END OF SECTION
0
a H:V.IBRARnUM\WPDATA\SPC\SPC91030.FM GYPSUM WALLBOARD SYmM - 0925
SECTION 09300 - CERAMIC TILE
PART1-GENERAL
1.1 GENERAL CONDITIONS
The General Provisions and Division 1 are a part of and apply to this secti
1.2 SCOPE
Includes the furnishing of all labor materials and equipment to pro\
ceramic tile floors, walls, wainscot, and base using both the thinset i
mortar set applications as indicated on the approved drawings and spec3
herein.
1.3 QUALllY ASSURANCE
INSTALLER: Shall be a company specializing in applying the work of
section with a minimum of five (5) years of documented experience.
PART 2 - PRODUCTS
2.1 MA- 0 2.1.1
2.1.2
TILE T-1: American Olean, 4 1/4 x 4 1/4 inch glazed. Color: 78 heat1
Base to be coved.
CAP T-2: American Olean, 2 x 6 inch glazed bullnosed wainscot cap. Co
78 heather.
2.1.3 TUE T-3: American Olean: 1 x 1 x 1/4 inch unglazed. Color: R
me thys t
MORTAR AND GROUT: Custom building products. Color: Designer se
175 Bubblegum.
2.1 -4
2.1.5 GROUT SEALER: Custom building products.
PART 3 - EXECUTION
3.1 INSTAJLATION - THINSET
3.1.1 Install adhesive, tile, and grout in accordance with TCA handbook
ceramic tile installation.
0 H:\LIBRA€l~UM\WPDATA\SPC\SPC91030.FM CERAMIC TILE - 093(
3.1.2 Cut and fit tile tight to penetrations through surface. Align floor, base, i
wall joints. Make joints watertight without voids, cracks, excess adhesj
or grout.
Allow tile to set for 48 hours prior to grouting. 3.1.3
0
3.2 INSTALJATION - MORTAR SET
3.2.1 Install mortar bed, tile and grout in accordance with TCA handbook
ceramic tile installation.
Cut and fit tile tight to penetrations through surface. Align floor, base (
wall joints. Make joints watertight, without voids, cracks, excess mortal
grout.
Sound tile after setting. Replace hollow sounding units.
Allow tile to set for 48 hours before grouting.
3.2.2
3.2.3
3.2.4
3.3 SEALANT AND GROUT SEALER
3.3.1 Apply sealant to junction of tile and dissimilar material and at junctior
dissimilar planes.
Seal grout in accordance with grout sealer manufacturers instructions. 0 3.3.2
3.4 CLEAN UP AND PROTECTION
3.4.1 Clean surrounds, remove all excess materials, clean all tile surfaces
provide protection for finish work.
END OF SECTION
e H:WBRARYVJM\WPDATA\SPC\SP@91030.FM CERAMIC TILE - 093(
SECTION 09510 - SUSPENDED ACOUSTICAL CEILINGS
PART1-GENERAL
1.1 GENERAL CONDITIONS
The General Provkions and Division 1 are a part of and apply to this sectic
1.2 SCOPE
1.2.1 Furnish labor materials and equipment to install a complete suspenc
acoustical ceiling in the weight room area as indicated on the appro1
drawings.
Furnish labor materials and equipment to complete the required me
perimeter framing and the installation of the diffuser materials in the light
soffits in the kitchen, dining and washroom areas shown on the appro
drawings.
1.3 QUALITY ASSURANCE
1.3.1 MANUFACFURER: A company specializing in the manufacture of ceil
suspension systems and ceiling panels with three years minimum experiex
INSTALLATION: Shall be according to ASTM C636 - installation of rnc
ceiling suspension systems for acoustical tile and lay-in panels, by a comp
with a minimum of three years documented experience.
1.2.2
@ 1.3.2
PART 2 - PRODUCTS
2.1 SUSPENSION SYSTEM: Donn System by VSG Interiors Inc. Exposed
with 1 1/2 inch main tees and 1 inch cross tees. Color, white. 2 foot E
foot grid pattern as shown on drawings.
LAY-IN PANELS: Avratone by USG Interiors, inc, 2 foot by 4 foot by
inch, square edge directional fissured series unit no. 562. Color, white
2.2
2.3 LIGHT SOFFIT MATERIALS: By K.G. Ceilings, 2136 Ketmer Blvd.,
Diego. To be selected by Owner.
PART 3 - EXECUTION
3.1 INSTUnON
0 H:\LIBRAR~UM\WPDATA\SPC\SPC91030.FM SUSPENDED ACOUSTICAL CEILING - 095:
3.1.1 Install acoustical material and suspension system, including necess;
hangers, grillage, splines and other supporting hardware, in accordance w
ASTM C636 and manufacturer's instructions.
Space hanger wires on main tees a maximum of 48 inches or as specified
UL fire resistant directory, attaching hangers directly to structure abc
Provide additional hanger wires as required to meet seismic, fire rating
local code.
Install 2 foot by 4 foot Troffer type fluorescent light fixtures (FURNISH
BY Om) and secure with independent hanger wires per seismic,
rating and local codes. Electrical wiring under section 16050.
3-12
0
3.1.3
END OF SECTION
e
e H:WBRARnUM\WPDATA\SPC\SPC91030.FM SUSPENDED ACOUSTICAL CEILINGS - 0951
SECTION 09650 - RESILIENT FLOORING 0 PART1-GENERAL
1.1 GENERAL CONDITIONS
The work under this section is: NOT A PART OF THIS CONTRACT AI
SHALL CONSIST OF:
A. Kitchen sheet vinyl floor covering.
END OF SECTION
a
a H:\LIBRAR~UM\WPDATA\SPC\SPC91030.FM RESILIENT FLOOEUNG - 096:
SECI'ION 09680 - CARPET
PART1-GENERAL
1.1 GENERAL, CONDITIONS
The work under this section is NOT A PART OF THIS CONTRACX A
SHALL CONSIST OF:
A. All interior carpet €3. All interior top set rubber base.
END OF SECTION
0
H:\LIBRAR~UM\WPDATA\SPC\SPC9103O.FM CARPET - 0961 e
SECTION 09900 - PAINTING
PART1-GENERAL
1.1 GENERAL CONDITIONS
The General Provisions and Division 1 are a part of and apply to this sectil
1.2 SCOPE
The work of this section includes the furnishing of labor, materials, i
equipment to accomplish all of the painted finishes to the remodeled i
existing areas of the interior, and exterior of the building required
complete the finishing of the building, as called for on the drawing and
specified herein.
1.3 WORK INCLUDED
The intent and requirements of this section, is that all work, items i
surfaces, which are normally painted and finished in a building of this ty
shall be so included in this contract, whether or not said work is specific;
called out and included in the schedules and notes on the drawings, or is
specifically mentioned in these specifications.
@ 1.4 QUALITY ASSURANCE
Work of this section shall be accomplished by a company specializing
commercial painting and finishing with 5 years documented experience.
1.5 PRODUCZ IHANDLING
Paint shall be delivered to the site in manufacturer's labeled and sec
containers, and when not in use shall be stored at a site location specific
designated for that purpose. All mixing and handling shall be done in
area.
1.6 PROTECTION AND CLEAN-UP
1.6.1 Before painting, remove hardware, accessories, plates, lighting fixtures
similar items or provide adequate protection of such items. On compler
of each space, said items are to be replaced.
H:\LIBRARnUM\WPDATA\SPC\SPC91030.FM PAINTING - 099C 0
1.6.2 In areas where painting and finishing are being performed, all floors, surfa
and items shall be protected by clean drop cloths and other appro
methods of protection. All accidental splatter, spillage etc., shall
immediately cleaned and damaged surfaces restored to perfect condition.
paint spots on glass, ceramic tile, porcelain fixtures etc., shall be complel
removed and the surfaces cleaned.
Upon completion of work in each space or room, and completion of d;
work, all materials supplies, debris and rubbish shall be removed and
areas left in a clean orderly condition.
a
1.6.3
PART 2 - PRODUCTS
2.1 MA-
2.1.1 Paint materials called for in this section are based on products manufactu
by Sinclak Paint Company. Equal products of other manufacturers will
approved by the Owner and or the Project Manager, prior to their use.
UNDERCOATERS AND THINNERS: Provide undercoat paint produced by
same manufacturer as the finish coat. Use only thinners as recommendec
the paint manufacturer, and use only to the recommended limits.
When a specific name is not given for a product, such item shall be of
best quality of the approved manufacturer which is normally used for
2.1.2
2.1.3 0 intended purpose.
2.2 FINISHES
Refer to the drawings for surface finish and color schedule.
PART 3 - EXECUTION
3.1 PREPARATION
3-1.1 AU surfaces shall be clean and dry prior to painting. Dirt and dust shal
removed with brushes and wiping cloths. Oil and grease shall be shal
removed using solvent or mineral spirits and wiping cloths. The first coa
paint shall be applied as soon as possible after cleaning and drylng
surfaces. Gypsum board defects shall be latex filled and spot primed p
to first coat.
Previously painted surfaces shall be cleaned with Trisodium Phosphate (7
prior to painting and previously enameled surfaces shall be lightly sande
"break the glazel for proper adhesion of successive coatings.
3.1.2
H:\LIBRAR~UM\WPDATASPC\SPC91030.FM PAINTING - 099( e
3.1.3 Shop primed ferrous metal shall be cleaned with solvent and touched
where primer is damaged and at all welds. Galvanized surfaces shall
solvent cleaned prior to the application of etching primer.
Wood surfaces shall be sanded smooth and cleaned prior to the applicat
of the first coat. Holes, splits, joints, and scratches shall be puttied
spackled after first coat application. Sand between coats.
3.1 -4
e
3.2 APPLICATION
3.2.1 All materials shall be applied and cut neatly so as to dry uniformly to
color and sheen required and shall be free of runs, sags, wrinkles, shin
streaks and brush marks.
All materials shall be applied in accordance with manufacturefs directi
on specifications. Thinning if required shall be done using the type
amounts of reducer recommended.
Recoating shall be done according to manufacturefs recommendations to I
adverse weather conditions. Under no conditions shall recoating
attempted unless the surface feels firm and is not sticky under thu pressure.
Wet areas such as toilet rooms, shower rooms, shall have an appro
fungicide added to the paint. Additive shall be of the manufactur
3.2.2
3.2.3
3.2.4 e recommendation.
3.3 PAINTING SCHEDULE
3.3.1 EXTERIOR WOOD
A. First Coat .................. 289 Exterior Wood Primer
B. Second Coat ................ 4800 Aqua Sash
C. Third Coat ................. 4800 Aqua Sash
3.3.2 EXTERIOR METAL. (FERROUS)
A. First Coat .................. 14 Corro Prime
B. Second Coat ................ 248 Sash & Trim Primer
C. Third Coat ................. GE2 Sash & Trim Enamel
a H:\LIBRARr\UM\WPDATA\SPC\SPe9103O.FM PAINTENG - 099(
3.3.3 EXTERIOR METAL (GALVANIZED)
A. Pretreatment ................ #12 Galvanwash
B. First Coat .................. 14 Corro Prime
C. Second Coat
D. Third Coat ................. GE2 Sash & Trim Ename13.3.4 248 Sash & Trim Primer
0
................
INTERIOR WOOD (SEMI-GLOSS ALKYD)
A. First Coat .................. 975 Sinco Prime Undercoater
B. Second Coat. ................ SG25 Shco Stain Enamel
C. Third Coat .................. SG25 Sinco Satin Enamel
3.3.5 GYPSUM WALLBOARD (EGGSHELL ACRYLIC/LATEX TYPICAL WA
FINISH)
A. First Coat .................. 1770 Pigmented PVA Sealer
B. Second Coat ................. 1790 Aqua Coater
C. Third Coat .................. 3000 Aqua Suede Enamel
GYPSUM WALLBOARD (QL.KYD, SHOWER, TOILET ROOM, WASHROC 3.3.6
A. First Coat .................. 1770 Pigmented PVA Sealer
B. Second Coat ................. 975 Sinco Prime Undercoater
C. Third Coat .................. SG25 Sinco Satin Enamel
INTERIOR METAL (FERROUS: ALKYD, METAL DOOR FRAMES) 3.3.7
0
A. First Coat .................. 15 Chrome Oxide Primer
B. Second Coat ................. 975 Sinco Prime Undercoater
C. Third Coat .................. G25 Sinco Satin Enamel
INTERIOR METAL (GALVANIZED) SEMI-GLOSS ALKYD 3.3.8
A. First Coat .................. 28 White Prime
B. Second Coat ................. G25 Sinco Enamel
EXTERIO€vNlXRIOR NEW WOOD FRONT DOOR
A. First Coat .................. 3900 Staintek
B. Second Coat ................. 92 Flecto Varathane
C. Third Coat .................. 92 Flecto Varathane
D. Fourth Coat ................. 92 Flecto Varathane
3.3.9
e H:WBRARnUM\WDATA\SPC\SPC91030.FM PAINTING - 099(
3.4 COLORS
Are as scheduled on the drawings 0
END OF SECTION
0
a H:WBRARr\UM\WPDATA\SPC\SPC91030.FM PAINTING - 099(
SECTION 10150 - PLASTIC LAMINATE TOILET COMPARTMENTS
PART1-GENERAL
1.1 GENERAL CONDITIONS
The General Provisions and Division 1 are a part of and apply to this secti
1.2 SCOPE
The work of this section includes the hrnishing of all labor, material, :
equipment to measure, fabricate and install ceiling hung plastic lamin
toilet compartments complete with all hardware and accessories, as specif
herein.
1.3 WORK INCLUDED
The work of this section shall include obtaining on site measurements
finished openings and preparation of all shop drawings required
accomplish the fabrication and installation of these units.
1.4 QUALITY ASSURANCE
The work of this section shall be accomplished by a company specializiq
this work for a minimum of five (5) years.
PART 2 - PRODUCTS
e
2.1 MANUFACHZJRERS
2.1.1 Bobrick Washroom Equipment, 1048 series, ceiling hung plastic lamir
toilet partitions, or equal, subject to Owner's approval.
2.2 MA-
2.2.1 WOOD PARTICLE BOARD CORE: Three ply resin impregnated part
board.
PLASTIC LAMINATJ3 General purpose 1/16 inch thick matte finish. Co
See approved drawings.
ACCESSORIES: Attachments, shoes, screws, and bolts to be stainless st
Brackets to be heavy duty extruded aluminum anodized.
2.2.2
2.2.3
e H:UIBRAFWUM\WPDATA\SPC\SPC91030.FM PLASTIC LAMINATE TOILET COMPART-1.01:
2.2.4 HINGES:
positioning with nylon bearings.
LATCH AND KEEPER: Thumb turn door latch, door strike and keeper w
rubber bumper.
COAT HOOK Cast alloy with rubber bumper tip.
non-ferrous cast pivot hinges, gravity type, for door clc
2.2.5 e
2.2.6
PART 3 - EXECUTION
3.1 FABRICATION
3.1.1
3.1.2
Thickness of partition panels, doors, and stiles shall be one inch.
Fabricate partitions by applying single sheet plastic laminate to faces :
edges of core material using adhesive and pressure bonding. Seal edge:
cut outs. Bevel comers and edges.
Reinforce stiles with I1 gauge steel core reinforcement sandwiched wit
particle core at attachment points.
3.1.3
3.2 ERECTION
3.2.1 Verify backing locations provided under section 06100 (Rough Carpent
and install partition components plumb and level. Attach panel bracket:
walls and ceiling using appropriate anchor devices.
pilasters to brackets with through bolts. Provide 1/2 inch spacing betw
wall surface and panel or stiles.
Support stines from ceiling Eraming using two adjustable hanging stud:
provide vertical plumbing. Conceal ceiling fastenings with pilaster shot
Install doors, hinges, latches, keepers and related hardware. Adjust and a
doors to obtain door clearances not to exceed 3/16 inch.
Attach panels a
3.2.2
3.2.3
3.3 CLEAN AND PROTEXX
3.3.1 Remove all protective coverings and clean all surfaces and hardw
Remove all debris from site.
Field touch-up of finished surfaces will not be permitted.
damaged components.
3.3.2 Replace
END OF SECTION a H :\LIBRARWJM\WPDATA\SPC\SPC91030.FM PIASTIC LAMINTE TOILET COMPART-101:
SECTION 10800 - TOILET AND BATH ACCESSORIES
PART1-GENERAL
1.1 GENERAL. CONDITIONS
The General Provisions and Division 1 are a part of and apply to this secti
122 SCOPE
1.2.1 The work of this section requires furnishings labor, materials, and equipm
to install toilet and bath accessories (FURNISHED BY OTHERS) as indica
on the approved drawings.
Work shall be accomplished by the contractor under section 06200 FIN1
WENTRY.
1.2.2
PART 2 - PRODUCTS
2.1 MANUFACXURFX
2.1.1 BOBRICK WASHROOM EQUIPMENT (FURNISHED BY OTHERS)
A. B-530 (QTY-2) Grab bar 18 inches long (used as towel bar) v
concealed mounting plate, satin finish : e stainless steel.
B. B-530 (QTY-2) Grab bar 24 inches long (used as towel bar) v
concealed mounting plate, satin finish :
stainless steel.
C. B-2116 (QTY-2) Robe hook with concealed mounting plate. S
finish to match stainless steel.
D. B-369 (QTY-1) Recessed towel dispenser and waste recept
satin finish to match stainless steel.
E. (QTY-2) Toilet tissue holder.
PART 3 - EXECUTION
3.1 Verify site conditions are ready to receive work and locations are as indic:
on the shop drawings. Notify owner or Project Manager of any conflic
e H:UBRARnUM\WPDATA\SPC\SPC91030.FM TOILET AND BATH ACCESSORIES - 108(
3.2 INSTALIATION
Install fixtures, accessories and items in accordance with manufacturi
instructions. Install plumb and level, securely anchored to the substrate e
END OF SECTION
a
0 H:UIBRARnUM\WPDATA\SPC\SP69103O.FM TOILET AND BATH ACCESSORIES - 108(
SECTION 114-00 - FOOD SERVICE EOUIPMENT
PART1-GENERAL
1.1 GENERAL CONDITIONS
The General Provisions and Division 1 are a part of, and apply to
Section.
1.2 SCOPE
Provide the labor and miscellaneous materials to install food ser
equipment (FURNISHED BY OTHERS) where shown on the drawings
specified herein, and according to manufacturer's recommendations.
1.3 RELATED WORK
Providing utility services is a part of the work of Sections in Divisions 15
16 of these specifications.
PART 2 - PRODUCTS
2.1 The equipment listed below will be (FURNISHED BY OTHERS).
A. Kitchen Range.
B. Range Exhaust Hood
C. Refrigerator
D. Freezer (Under-counter)
E. Microwave Oven
F. Dishwasher
a
PART 3 - EXECUTION
3.1 INSTUXON
Cooperate as needed with related trades to provide for the proper inter
of the work of this Section.
3.2 CLEANUP
Remove all traces of soil and fingerprints from all surfaces of the work of
Section, using only the cleaning materials recommended for the purpos
the manufacturer's of the materials being cleaned.
END OF SECTION
0 H:\LIBRARnUM\WPDATA\SPCXSPC9 1030.FM FOOD SERVECE EQUIPMENT - 114O(
1
SECTION 12500 - WINDOW TREATMENT
PART1-GENERAL
1.1 GENERAL CONDITIONS
The work under this section is: NOT A PART OF THIS CONTRACT A
SHALL CONSIST OF:
A. Window mini-blinds as shown on the drawings.
END OF SECTION
0
H:\LIBRARY/UM\WPDATA\SPC\SPC91030.FM WINDOW TREATMENT - 125C 0
1
SECTION 15400 - PLUMBING
PAJXT1-GENERAL
1.1 GENERAL CONDITIONS
The General Provisions and Division 1 are a part of and apply to this secti
1.2 SCOPE
The work under this section includes all labor, materials and equipm
required to install a complete plumbing system as indicated on the drawi
and specified herein.
1.3 WORK INCLUDED
1.3.1 SANITARY SOIL, Wm AND VENT SYSTEM: Remove existing system
required, modify and reinstall per approved drawings.
DOMESIC HOT AND COLD WATER SY!XEM: Modify existing system
add new runs to accommodate the relocation and addition of fixtures.
PLUMBING FIXTURES AND EQUIPMENT: Install and do final hook up o
new fixtures and equipment (FURNISHED BY OTHERS) as shown on
approved drawings.
FUEL GAS SYSTEM: Modify existing natural gas lines and size
accommodate the installation of a new gas range, a larger water heater
the relocation of the WAC unit.
Provide all necessary tests required by the latest editions of Federal, S
and Local Codes, on all systems.
Excavation and backfilling for all underground lines.
AU access panels, yard boxes and other accessories furnished complete
installed.
1.3.2
1.3.3
1.3.4
0
1.3.5
1.3.6
1.3.7
1.4 GUARANTES
1.4.1 The Contractor, in accepting the contract, binds himself to replace or re
at his own expense any defect in workmanship or material which may apl
within a period of one year from the final acceptance of the work.
H:\LIBRAR~UM'\WPDATA\SPC\SPC91030.FM PLUMBING - 154 0
1
WATER DAMAGE: The Contractor shall be responsible for all damage to :
part of the premises or work of other Contractors, caused by leaks or bre:
in the piping or equipment furnished or installed under this section, dur
1.4.2
e construction and guarantee period.
1.5 QUALITY ASSURANCE
All work shall be accomplished by qualified journeymen and in conforma:
with the latest editions of State of California Administrative Code, Unifc
Plumbing Code and all applicable local codes.
1.6 EXPLANATION OF DRAWINGS
Due to the age of the building and the lack of as-built drawings,
approved drawings pertaining to the work of this section are essenti;
diagrammatic and show the intent of the work. If the drawings are
conflict with code requirements it shall be brought to the attention of
Owner and/or the Project Manager to be resolved.
PART 2 - PRODUCTS
2.1 MATE=
2.1.1 GENERAL: Materials and equipment shall be standard, cataloged prodi
of manufacturer's regularly engage in the manufacture of these products
shall be of the latest standard design that conforms to these specificatic e
2.2 PIPE AND FITIINGS
2.2.1 WATER PIPING AND FI'ITINGS: Shall be "L" copper tubing, hard dra
95/5 solder with wrought type solder fittings and adapters for screw I
connections. Type "L" copper with silver brazed fittings below slab.
WASTE PIPING: Shall be service weight cast iron no-hub soil piping
fittings. Johts below grade shall be made with M.G. couplings. Joints ab
grade shall be made with ideal stainless steel bands.
VENT PIPING: Service weight cast iron pipe and fittings as specified
waste piping.
GAS PIPING: Inside building, schedule 40-A-120 black steel screwed 1
with 150 pound black bonded malleable iron fittings. Outside build
schedule 40-A-120 galvanized steel and galvanized fittings as specified ab(
2.2.2
2.2.3
2.2.4
2.3 VALVES AND UNIONS a H:UIBRARYWM\WPDATA\S~PC91030.FM PLUMBING - 154
7
Ball valves, threaded 2.3.1
2.3.2
2.3.3
Water piping valves shall be Nibco, or equal.
soldered, sized per U.P.C. and local codes.
Gas cocks to be Walworth, or equal, sized per U.P.C. and local codes.
Unions shall be installed at each threaded connection to all equipment. c
Unions shall be located so that equipment can be easily disconnected
removal. Unions shall be Nibco, or equal for copper pipe and Grinnell
equal for steel pipe.
2.4 MIS-OUS PLUMBING ACCESSORIES
2.4.1
2.4.2
Cleanouts to be J.R. Smith, Zurn, or equal.
Roof flashing furnished and installed on each pipe passing through the r(
Stoneman, or equal, four pound seamless lead flashing assembly IA
reinforced boot and cast iron counter flashing sleeve.
Insulation on all hot water supply piping, Manville "Micro-lock" (
fiberglass. Fittings and valves shall be insulated with "Zeston" PVC COT
with fiberglass inserts.
Fixtures shall be installed complete by this contractor, who shall supply
each sanitary fixture a 17 gauge chrome tailpiece, a Los Angeles pattern (
brass trap and wall flanges and a chrome plated brass casing between 1
2.4.3
2.4.4 e and wall flanges.
2.4.5 Fixture supplies to lavatories, sinks, and flush tank water closets, shall
chrome rigid and be equipped with chrome plated screwed type ar
compression stops as manufactured by Chicago or equal.
PART 3 - EXECUTION
3.1 EXCAVATION AND BACKFILLING
3.1.1 Prior to the saw cutting under section 0250 (demolition) this contractor s
determine the exact sanitary fixture locations and shall provide the layou1
trenching of the underground waste lines.
After the saw cutting is complete and the concrete is removed, the contra
shall trench to the correct depth and to grade. Trenches shall be bot
smooth.
3.1.2
H:UJBRAR~UM\WPDATA\SPC\SPC9103O.FM PLUMBING - 154 0
7
Backfill of trenches of underground waste lines shall not occur until tests i
inspections have met with the Owner's approval. After approval backfill sk
be accomplished with clean soil free from rocks and compacted to 90%
surrounding soil. Concrete patching by others.
3.1.3 e
3.2 PIPING, rm6IzJRES AND EQUIPMENT
3.2.1 Copper tubing joints shall be made with 95/5 solder threaded adapters sl:
be used where required.
No-hub cast iron soil pipe connections shall be made with M.G. COUPE
below grade and ideal couplings above grade. The sewer lines in trenc
shall be laid and fitted so that sewer will have a smooth and uniform invi
Where pipes pierce the roof, extend pipe 7 inches above the roof exc
where local codes require exceeding this dimension, and furnish r
flashing.
All closet bend, trap arms below the floor shall be adequately blocked
secured. All piping installed above grade within the building shall be secl
to structural framing with Unistrut or pipe clamps to provide a r
installation.
All piping shall be isolated from other piping, any part of the build
framing, conduit, etc., with suitable pipe isolators.
3.2.2
3.2.3
3.2.4
3.2.5
3.3 FIXTURE INSTALLATION
3.3.1
e
Set fixtures, supplies, traps and trap outlets square with the wall, in line v
fixture outlets without offsets, angles, or bends.
Grout joint between wall or floor with silicone sealant to provide smoc
even, water tight seal.
All connections to fixtures shall meet all code requirements and bc
accordance with manufactureis recommendations.
3.3.2
3.3.3
3.4 TESTING
3.4.1
3.4.2
Soil, waste, vent lines within the building shall be head tested.
All water and fuel gas lines shall be pressure tested. All leaks shal
repaired by remaking with new material. No makeshift leak stop
methods are acceptable.
H:WBRARnUM\WPDATA\SPC\SP@91030.EM PLUMBING - 1544 0
1
The contractor shall perform all pressure tests required by codes, Uti1
Companies, and local governing authorities.
3.4.3
0 3.5 COMPLETION OF INSTALLATION
3.5.1
3.5.2
Clean all equipment, materials, and fixtures thoroughly.
Flush each unit of water supply and distribution thoroughly with clean wa
at highest velocities attainable.
Clean all piping, valves, traps, strainers, water heaters etc., flush and or bli
out until free of scale, oil, silt, sediment, pipe dope and all foreign matter
any kind.
3.5.3
END OF SECTION
0
H:WBRAR~UM\WPDATA\SPC\SPC91030.FM PLUMBING - 154c a
SECTION 15500 - MECHANICAL (H.V.A.C.) 0 PART1-GENERAL
1.1 GENERAL, CONDITIONS
The General Provisions and Division 1 are a part of and apply to this sectj
1.2 SCOPE
The work under this section shall include all labor, materials, and equipm
and incidentals to complete the satisfactory installation and operation of
heating, ventilation, and air conditioning systems.
1.3 WORK INCLUDED
1.3.1 The work shall include the removal of the existing unit from the interio
the building. The existing unit shall remain the property of the owner.
Furnish and install new five (5) ton package unit atop the roof so a!
facilitate the tie in to the existing ductwork, and determine the size
location of platforms. (To be constructed by others) All new additions
modifications must be compatible with the existing system.
To modify existing size and add new ductwork, including return air ducl
as indicated on the approved drawings. To furnish and install all I
flashings and counter-flashings related to the installation of this system
To furnish and install the new exhaust fan in the shower room as indicz
on the drawings.
To provide and install ductwork for range hood (FURNISHED BY OTHEI
Ductwork to be sized and installed to range hood manufactur
specifications.
1.3.1
1.3.2
1.3.3
1.3.4
1 -4 RELATED WORK
1.4.1 The following work will not be furnished under this specification but wil
furnished by other trades:
A. Line voltage wiring
B. Openings in walls and roofs
C. Cutting, patching, and furring
0 H:UIBRARnUM\WPDATA\SPC\SPC91030.FM MECHANICAL (H.V.A.C.) - 155(
D. Roof platforms
E. Painting
F. Door modifications
1.5 CODES AND STANDARDS
0
All work and materials shall be in full accordance with the latest Fede
State Uniform Codes, local codes and regulations, State Fire Mar:
Regulations, the National Electric Code, and other applicable codes
regulations.
1.6 WARRANTES AND SERVICES
The contractor under this section shall warranty the entire H.V.A.C. Sys
for a period of one year after acceptance and start up against defect
materials and workmanship. Any failures or defects during this period s
be corrected at no expense to the owner.
PART 2 - PRODUCTS
2.1 EQUIPMENT AND MAERIALS
2.1.1 Unit shall be a natural gas combination heating and cooling unit, as ca
for on Sheet 3 of the approved drawings, manufactured by Carrier, Mc
48N, or equal.
2.1.2 Equipment specified by the manufacturer's number shall include
accessories and controls, etc. listed in the catalog as standard with
equipment.
DUCTWORK: All ductwork shall be galvanized steel conforming to A5
A527 with full compliance with tables 10-A, lO-B, 10-E of the Unif
Mechanical Code and S.M.A.C.N.A. Standards.
Flexible air duct (concealed areas only) maximum 7 feet in length for f
connections to outlets. Glass-flex ABL 181 or approved equal.
INSULATION: Concealed supply ducts shall be insulated with 1 inch t
3/4 pound per cubic foot density glass fiber external duct insulatio1
manufactured by Owens-Coming or equal.
Plenums and return ductwork that necessitate internal insulation shall 1
1 inch, 1-1/2 pound per cubic foot density fiber duct liner with vinyl coat
as manufactured by Owens-Corning Aeroflex duct liner or equal.
0
2.1.3
2.1.4
2.1.5
2.1.6
0 H :WBRARnUM\WPDATA\SPC\SPC9 1 030.FM MECHANICAL (H.V.A.C.) - 155(
I
2.1.7 DIFFUSERS, REGISTERS AND GRILLES:
drawings. Finish of all the air distribution outlets shall be off-white ba
enamel.
EXHAUST FAN: As specified on the drawings.
Shall be as called for on
2.1.8
0
PART 3 - EXECUTION
3.1 INSULATION
3.1.1 The location of equipment and ductwork indicated on the drawing
approximate and shall be changed to meet existing and structural conditii
as required.
Install all equipment in this section in strict accordance with manufactur
recommendations.
Coordinate framed openings in walls, and roof for ductwork in advancr
work. Furnish any additional drawings or dimensions to facilitate the cut1
and or the framing of said openings.
Ductwork shall be installed in a neat appearance properly strapped, all jo
properly sealed and external insulation properly applied all in accorda
with S.M.A.C.N.A. regulations.
Do not allow any of this work to be covered prior tot he inspection i
acceptance by the owner.
3.1.2
3.1.3
3.1.4
3.1.5 0
3.2 TESTING AND BALANCING
3.2.1
3.2.2
3.3 CLEANUP
3.3.1
Perform start-up, testing and balancing to the satisfaction of the owner
Calibrate all controls for maximum comfort and energy conservation.
After all testing, balancing, and calibration, thoroughly clean all equiprr
and leave all surfaces properly prepared for painting if required.
Remove all debris from site and dispose of in a legal manner. 3.3.2
END OF SECTION
@ H:\LIBRARnUM\WPDATA\SPC\SPC91030.FM MECHANICAL (H.v.A.c.) - issa
SECTION 16050 - ELECTRICAL 0 PART1-GENERAL
1.1 GENERAL CONDITIONS
The General Provisions and Division 1 are a part of and apply to this sectj
1.2 SCOPE
The work under this section shall include the furnishing of all la1
materials, and equipment to provide a complete and operable electr
system as shown on the drawings and as specified herein. All miscellane
items of work and materials necessary to the completion of the installa1
shall be provided, whether or not mentioned in these specificatiom
indicated on the drawings.
1.3 WORK INCLUDED
1.3-1 BRANCH ClRCUlT WIRING: Modify existing wiring to accommodate
relocation and addition of new outlets. The addition of a new applie
circuit if necessary to provide for the additional kitchen appliances. S
include all sub-panels circuit breakers, wiring devices, disconnect switc
pull boxes, wiring and conduit.
LIGHTING SYSTEM: To include the modification of existing and additio
new wiring for a complete renovation of the lighting system as shown on
drawings. The installation of light fixtures, and mounting hardware a
part of this section. Contractor shall furnish and install all light fixtu
lamps and other components to include boxes, switches, dimmers, photo
controls, time switches and relays. Work shall include wiring of new ligh
to the existing emergency call system as shown on the drawings.
CONNECXON OF MECHANICAL EQUIPMENT: Extend existing line voll
wiring from the present furnace equipment location to the new location, i
the roof. Check the new mechanical equipment requirements and pro
the applicable fused disconnect. Provide and install all other control wi
as required. All wiring and equipment installed atop the roof shall 1
weather-proof system. Provide electrical wiring and switching for sho
room exhaust fan. Provide electrical wiring for the range hood ventila
fans and lighting.
1.3.2
1.3.3
1.3.4 EMERGENCY GENERATOR WIRING: Provide conduit, wiring and wi
device to extend the existing temporary emergency generator wiring to a
shop location as indicated on the drawings. Provide the applicable NE a H:WBRA€WUM\WPDATA\SPC\SPC91030.FM ELECTRICAL - 160!
configured wiring device to make up with the generator device. Size wi~
and protection to the output ampacity of the generator.
COMPUTER WIRING: Provide a new "clean" dedicated circuit with isolz
ground for computer installation in the office area, as indicated on
drawings. Wiring device shall be orange in color so as to identify
purpose.
PUBLIC ADDRESS SYSTEM: Check with owner or Project Manager prk
rough electrical inspection to see if any modifications or additions are nee
to be made in the public address system wiring prior to the closing of w'
1.3.5 0
1.3.6
1.4 EXPLANATION OF DRAWINGS
Due to the age of the building and the lack of as-built drawings,
approved drawings pertaining to the work of this section are essenb
diagrammatic and show the intent of the work. If the drawings an
conflict the latest edition of the National Electric Code or any Local Code
requirements it shall be brought to the attention of the owner and or
Project Manager to be resolved.
1 .s GUARANTEE
The Contractor of this section shall guarantee all electrical work
equipment for a period of one year from the date of acceptance. Any rep
required shall be accomplished with no expense to the owner. 0
PART 2 - PRODUCTS
2.1 GENERAL
Materials and equipment shall be standard catalogued products
manufacturers regularly engaged in the manufacture of these products
shall be the latest standard design that conforms to these specifications
2.2 RACEWAYS
2.2.1 METALLIC CONDUIT: Rigid steel conduit, intermediate metallic conc
(IMC) fittings and accessories shall be hot dipped galvanized, with threa
connectors. Threadless connectors are not acceptable.
ELECTRICAL, METALLIC TUBING (Em): Shall be galvanized. Fittings s
be compression type for sizes to 2 inches and set screw. For sizes aboT
inches.
2.2.2
e H:UIBRAR~UM\WPDATA\SPC\SPC91030.FM ELECTRICAL - 160:
2.2.3
a 2.2.4
FLEXIBLE CONDUIT: Shall be galvanized steel and shall be installed v
"JAKE" type connectors.
LIQUID TIGHT STEEL, CONDUIT: Shall be used to make connection
mechanical equipment.
2.3 coNDucroRs
2.3.1
2.3.2
All conductors shall be copper and insulated for 600 volts.
Conductors No. 4 AWG and smaller shall be type THHN/THWN; minir~
size of conductors shall be No. 12 AWG. Conductors larger than No. 4 A
shall be type THW.
2.4 SPLICES
2.4.1 For conductors No. 3 and smaller, use Skotchloc Spring connectors.
larger cables use solderless connectors.
2.5 OUTLET AND JUNCI'ION BOXES
2.5.1 Galvanized pressed steel, knock out type 4 inches square by 2 1/8 in(
deep with required device rings. Rayco, Bowers, or equal. Wall outlets I
one conduit entry may be 2 1/8 inches square by 4 inches high.
Switch boxes shall be solid gang boxes. Where two switches are installe
one box, 4 11/16 inches square by 2 1/8 inches deep box shall be minim
Exterior outlet boxes shall be cast and have drilled and tapped hc
Connections shall be weatherproof and boxes shall have suitable gasker
@ 2.5.2
2.5.3
2.6 RECEPTACLES
2.6.1 120 volt duplex grounding type specification grade 15 amp. Hubbel, Lev
or equal. Provide ground fault interrupters where required by code. IT
phenolic plates.
2.7 LIGHT !3WlTCHES
2.7.1 Toggle type, specification grade 120 volts Hubbel, Leviton or equal. IT
phenolic plates.
Photo-electric controllers as manufactured by Square D, Tork or Paragc 2.7.2
2.8 DISCONNECT SWITCHES a H :UIBRARr\UM\WPDATA\SPC\SPC9 1 030.FM ELECTRICAL - 160:
3
Horsepower rated NEMA 3 R fused as required by equipment rnanufactw 2.8.1 a PART3-EXECUTION ~
3.1 CONDUIT AND WIRING
3.1.1 All conduit and wiring shall be installed, concealed in walls, above ceili
or exposed (when approved by owner) in accordance with all c(
regulations and the electrical drawings. Conduit runs are diagrammatic:
shown on the drawings and exact routing shall be determined in the fie
Conduit shall not be run closer than 6 inches to any hot water pipe, he;
valve or vent.
3.1.2
3.1.3 . All equipment, boxes, disconnects, switches, conduit and wiring on
exterior or roof of the building shall be weatherproof.
Ground all metallic conduits, supports and enclosures in accordance with
National Electrical Code.
Nails, perforated tape or plumbers tape shall not be used for suppor
conduit. Wooden plugs in masonry or concrete shall not be used as a 1
to fasten supports.
3.1.4
3.1.5
0 3.2 TESTING
3.2.1 All new circuits shall be tested for short or open circuit to ground wh
megger; resistance to ground is to be in compliance with National Electr
Code.
END OF SECTION
0 H:\LIBRARnUM\WPDATA\SPC\SP691030.FM ELECTRICAL- 1601
September 25, 1992
I
Vincent C. Cramer, General Contractor, Inc.
3410 Dove Hollow Rd.
Ohenhain, CA 92024
Re: Bond Release - Fire Station #2 Remodel - Contract No. U/M 92-4
The Notice of Completion for the above-referenced project has recorded. Therefore, wt
hereby releasing 75% of the Faithful Performance Bond. Please consider this letter as ;
notification that $61,200.00 of Insurance Co. of the West Faithful Performance Bond
B1201138 is hereby released.
A copy of the recorded Notice of Completion is enclosed for your records.
&r& Assistant City Clerk
Enc.
1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-2
x -. Recording requested by*
CITY OF CARLSBAU
When recorded mail to:
City Clerk City of Carlsbad
Carl sbad, CA 92008
I" Q
1200 Elm Avenue
I 1
12tIO
5. , '.
:n 4 Space above for RecoLder' s IJXe
CERTIFICATE NUMBER(S)
1479 13 14
AGENT’S NUMBER CANCELLATION DATE
99 74 31A 91 15/92
#
June 17, 1992
Annette 3. Evans County Recorder
P.O. Box 1750 San Diego, CA 92112-4147
Enclosed for recordation is the fol 1 owing described document:
Notice of Completion - Contract No. U/M 92-4 Fire Station No. 2 Remodel Vincent C. Cramer, Contractor
Our staff has determined that the recordation of this document is of benefil the City; therefore, it is requested that the fees be waived.
Thank you for your assistance in this matter.
&%X& Assistant City C1 erk
Enc.
I
1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-2:
4D ' a Rzcording requested by:
CITY OF CARLSBAD
Nhen recorded mail to:
City Clerk City of Carl sbad 1200 Elm Avenue Carlsbad, EA 92008
* -4
I i
-.
/)
:n * Space above for Recorder's Use