HomeMy WebLinkAboutVincent Wentz Floors Inc; 1986-06-10; 3006-71 Recording Requested By an Return TO:
City Clerk b fi 627 0 1200 Elm Avenue
Carlsbad, CA 92008
NOTICE OF COMPLETION
To All Laborers and Material Men and to Every Other Per
Interested:
YOU WILL PLEASE TAKE NOTICE that on January 13, 1987,
project consisting of carpets at the Carlsbad Safety and Ser\
Center, on which Vincent Wentz was the Contractor,
completed.
CITY OF CARLSBAD
*A
PROJECT COORDINATOR
VERIFICATION af CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the
Council of said City on a? , 1987, acceptec
above described work as and ordered that a Notic
Completion be filed.
I declare under penalty of perjury that the foregoir
true and correct.
Executed on ay, 1987 at Carlsbad, Californi
CITY OF CARLSBAD -* ALETHA L. RA TENKRANZ
City Clerk
87- 065713
*I.l - ~ ..I
SI
t981 F"@ -5 fqj 8. 33
i:&y;: k&$kLJ
- .~ . ,. ,I
. ./ ij .r. ,
1,
/: m .. r;:, ...
I ./ I .. , __, . ,,’ *
?
0 e
1200 ELM AVENUE T
CARLSBAD, CALIFORNIA 92008 (E
Office of fhe City Clerk
aitg af Marlzi bab
January 30, 1987
Vera L. Lyle
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation are the following described documents:
I Notice of Completion - Engineering
Elevatorsat Carlsbad Safety and Service
Center; Reliable Elevators Contractor
Notice of Completion - Engineering
HVAC at Carlsbad Safety and Service Center
Kinney Air Conditioning Contractor
Notice of Completion - Engineering
Fire Sprinklers at Carlsbad Safety and
Service Center; Orving Engineering Contractor
Notice of Completion - Engineering
Electrical at Carlsbad Safety and Service Center
Catton-McCutcheon Contractor
Notice of Completion - Engineering
Service Station Equipment at Carlsbad Safety
and Service Center; Lube Life Equipment Contractor
Notice of Completion - Engineering
Vehicle Wash at Carlsbad Safety and Service
Center; N/S Corporation Contractor
Notice of Completion - Engineering
Precast Concrete at Carlsbad Safety and Service
Center; Tecon Pacific Contractor
Notice of Completion - Engineering
Miscellaneous Metal at Carlsbad Safety and
Service Center; Tulsa Steel Manufacturing Contract
0 a
” Vera L. Lyle
b,
County Recorder
January 30, 1987
Page 2
Notice of Completion - Engineering
Doors and Frames at Carlsbad Safety and Service
Center; Estrada Hardware Contractor
Notice of Completion - Engineering
Concrete Masonry at Carlsbad Safety and Service
Center; L.R. Hubbard Contractor
Notice of Completion - Engineering
Glass Block Ceilings at Carlsbad Safety and
Service Center; Dittman Masonry Contractor
Notice of Completion - Engineering
Toilet Partitions at CArlsbad Safety and Service
Center; Maloney Specialties Contractor
Notice of Completion - Engineering
Glazing at Carlsbad Safety and Service Center
Pacific Glass Contractor
Notice of Completion - Engineering
Aluminum Canopies at Carlsbad Safety and Service
Center; Construction Specialties Contractor
Notice of Completion - Engineering
Drywall at Carlsbad Safety and Service
Center; E.F. Brady Co. Contractor
Notice of Completion - Engineering
Roofing at Carlsbad Safety and Service Center
Hess Roofing Contractor
Notice of Completion - Engineering
Sheet Metal at Carlsbad Safety and Service
Center; California Sheet Metal Contractor
Notice of Completion - Engineering
Insulation at the Carlsbad Safety and Service
Center; Dittemore Brothers Contractor
Notice of Completion - Engineering
Ceiling Doors at Carlsbad Safety and Service
Center; Southern California Overhead Doors Contra(
Notice of Completion - Engineering
Pneumatic Tubes at Carlsbad Safety and Service
Center; Air Link International Contractor
a e
# Vera L. Lyle
a
County Recorder
January 30, 1987
Page 3
Notice of Completion - Engineering
Cabinets at Carlsbad Safety and Service Center
Bowser Cabinets Contractor
Notice of Completion - Engineering
Tile at Carlsbad Safety and Service Center
McCandless Tile Contractor
Notice of Completion - Engineering
Painting at Carlsbad Safety and Service Center
Simmons and Wood Contractor
Notice of Completion - Engineering
Carpets at Carlsbad Safety and Service
Center; Vincent Wentz Contractor
Notice of Completion - Engineering
Access Flooring at Carlsbad Safety and SErvice
Center; Tate Access Floors Contractor
Notice of Completion - Engineering
Folding Partitions at Carlsbd Safety and
Service Center; Advanced Wall Systems Contractor
Notice of Completion - Engineering
Window Coverings at Carlsbad Safety and Service
Center; Sheward Et Sons Contractor
Notice of Completion - Engineering
Lockers at Carlsbad Safety and Service Center
Goodale Co. Contractor
Our staff has determined that the recordation of these documents
of benefit to the City; therefore, it is requested that the fees
be waived.
Thank you for your assistance in this matter. g%xzF eputy City Clerk
Encs.
e necorairig JS~~U~SL~U DY ai A~LULLI LU.
City Clerk
1200 Elm Avenue
'Carlsbad, CA 92008
6
r'
% NOTICE OF COMPLETION
To All Laborers and Material Men and to Every Other
Interested:
YOU WILL PLEASE TAKE NOTICE that on January 13, 198;
project consisting of carpets at the Carlsbad Safety and S
Center, on which Vincent Wentz was the Contractor
completed.
CITY OF CARLSBAD
b--3=k?&
PROJECT COORDINATOR
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; th
Council of said City on s?-, 1987, accept
above described work as and ordered that a Not
Completion be filed.
I declare under penalty of perjury that the forego
true and correct.
Executed on dy, 1987 at Carlsbad, Califor
CITY OF CARLSBAD *- ALETHA L. RA TENKRANZ
City Clerk
EXCESS LIABILITY 4-19-85/4-19-86
0 OTHER $0 4-19-87
0 Employers Liability
1588 238-€325-55 B UMBRELLA Renewal Perlding
Workmen s/Workers Com- pensation-Coverage A
-Coverage B
0 Combined Single Limit for B(
PI
Each Occurrence $ 1,
Aggregate $1,
STATUT( Coverage A
Coverage B $-
-,
4 pj
~ #'"P L
.J
EXCESS LIABILITY 4-19-85/4-19-86 1588 238-1325-55 B UMBRELLA ?-:enewal Peddbg 0 OTHER to 5-1g-87
0 Employers Liability
Workmen'siWorkers Com- pensation-Coverage A
-Coverage B
0 Combined Single Limit for B
P
Each Occurrence $ 3 1
Aggregate $- 1,
Coverage A STATU1
Coverage B $-
r t t k{ a 0
Hld 2/-F' Bidder' eame
@--
CITY OF CARLSBAD
SAN DIEGO COUNTY
CALIFORNIA
BIDDING DOCUMENTS
FOR
PUBLIC SAFETY AND SERVICE CENTER
CONTRACT NO. 3006
BID PACKAGE NO. 7
FOR: Cabinets; Ceramic and Quarry Tile; Painting,
Waterproofing and Vinyl Wallcovering; Floor
Covering ; Access Flooring; Marlite; Glass
Block; Folding Partitions; Toilet Partitions
and Accessories; Flagpoles; Metal Lockers;
Caulking; Security Gates/Operators, Chain
Link Fencing and Mesh Partitions; Window
Coverings
For information relative to this project contact:
KOLL CONSTRUCTION COMPANY
2237 Faraday Avenue, Suite 101-C
*a- Carlsbad, CA 92008
(619) 438-8866
Steve Mahoney, Project Manager
1 f e 0
,& \
TABLE OF CONTENTS e
I tern I
NOTICE INVITING BIDS 1
PROP 0 SAL 5
BIDDER'S BOND TO ACCOMPANY PROPOSAL
DESIGNATION OF SUBCONTRACTORS
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
BIDERl S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE
C 0 NT R ACT 14
LABOR AND MATERIALS BOND 18
PERFORMANCE BOND 20
GENERAL PROVISIONS 22
CERTIFICATE OF COMPLIANCE
SPECIAL PROVISIONS 30
LIST OF CONTRACT DOCUMENTS
-
'4-
r 1 0 0
L
6 Pac
CITY OF CARLSBAD
PUBLIC SAFETY AND SERVICE CENTER
NOTICE INVITING BIDS
The City of Carlsbad invites bids for performing the following work:
Bid Package No. 7: Cabinets; Ceramic and Quarry Tile; Painting,
Waterproofing and Vinyl Wallcovering; Floor Covering; Access Flooring;
Marlite; Glass Block; Folding Partitions; Toilet Partitions and
Access0 ri es ; Flag po le s ; Metal Lockers ; Caulking ; Secur i ty Gates /Ope rat Chain Link Fencing and Mesh Partitions; Window Coverings.
1. Sealed bids for performing the work shall be received at the office of
Purchasing Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, ur
4:OO PM on the 27th day of February, 1986 at which time they will be ( and read aloud.
The work shall be performed in strict conformity with the specificatic
therefor as approved by the City Council of the City of Carlsbad on fj
the Engineering Department. Reference is hereby made to said
specifications for full particulars and description of the work.
2.
3. The work, a portion of the total Public Safety and Service Center Proj
involves complete sitework development of twenty-six (26 ) acres incluc
grading, underground utilities, and surface improvements, etc. A full
improved Police and Fire Administration Building, Vehicle Maintenance
Facility, car wash and fuel island shall also be constructed as a part
the Phase One construction program.
4. Koll Construction Company will provide construction management service
the City of Carlsbad and shall organize, monitor, coordinate and direc
phases of the construction at the Public Safety and Service Center.
5. Plans, specifications and bidding documents may be obtained at the
Purchasing Department, City Hall, Carlsbad, California, after Februarj
1986 at a cost of $50.00 per set to licensed contractors. Please call
ahead to reserve your documents, (619) 438-5601.
6. A pre-bid conference will be held at the City Council Chambers at 2:0(
on February 19, 1986 to discuss bidding requirements.
If information is required regarding the bid package, drawings and/or
specifications, the bidder SHALL NOT contact the City of Carlsbad nor
architect. All questions and requests for information shall be direct
Koll Construction Company, (619) 438-8866, Steve Mahoney.
7.
' .Er-
8. No bid will be received unless it is made on the proposal form includc with these bidding documents; a Bidder's Bond in the amount of 10% of
I I 0 0
ir
Pac
bid. Said guarantee to be forfeited should the bidder to whom the cor
is awarded fail to furnish the required bonds and to enter into a cont
with the City within the period of time provided for by the bid documc The bidders' security of the second and third lowest responsive bidder
be withheld until the contract has been fully executed. The cash,
cashier's check or certified checks submitted by all other unsuccessfu bidders shall be returned to them within ten (IO) days after the recei
bids, and their bidders' bond shall be of no further effect.
b
9. The documents included within the sealed bids which require completion
execution are the following:
1. Proposal
2. Bidder's Bond
3. Designation of Subcontractors
4. Bidder's Statement of Financial Responsibility 5. Bidder's Statement of Technical Ability and Experience
The entire bid package shall be executed and submitted prior to the til
for the bid opening.
Said document shall be affixed with the appropriate notarized signatur
and titles of the persons signing on behalf of the bidder. For
corporations, appropriately notarized signatures of the person authori
by the corporate by-laws are required and the corporate seal shall be
affixed to all documents requiring signatures. In the case of a
partnership, the properly notarized signature of at least one general
partner is required.
No bid shall be accepted from a Contractor who has not been licensed ir
accordance with the provisions of Chapter 9, Division 3 of the Busines:
Professions Code. The Contractor shall state his/her license number ai classification in the proposal.
IO. The City of Carlsbad reserves the right to reject any or all bids and 1
waive any minor irregularity or informality in such bids.
11. Bids shall not modify or contain any recapitulation of the work to be d Alternate proposals will not be considered unless called for. No oral
telegraphic changes to the bidding documents will be considered.
12. The amount of bond to be given for the faithful performance of the cont for said work shall be one hundred percent (100%) of the contract price
therefor, and an additional bond in the amount equal to fifty percent ( of the contract price for said work shall be given to secure the paymen
the claims for any material or supplies furnished for the performance c
the work contracted to be done by the Contractor for any work or labor
any kind done thereon. Bonds shall be prepared on the forms included within the bid package. Sureties shall be licensed and registered in t
State of California and subject to approval by the City.
* a-
I I 0 0
L
IV Pa!
13. Insurance requirements are specified within the contract section of tl
package, Items 10, I1 and 12. Insurance carriers for Contractors
performing work under this contract are required to be licensed to do
business within the State of California.
14. Partial and final payments on this contract shall generally be in accordance with Section 9 of the 1979 edition of "Standard Specificat
For Public Works Construct ion", as herein modified.
The Construction Manager will, after award of contract, establish a c
date for the purpose of making monthly progress payment.
Each month, the Construction Manager will make an approximate measuren
of the work performed to the closure date and as a basis for making mc
payments, estimate its value based on the contract breakdown furnishec
the Contractor and approved by the Construction Manager.
From each progress estimate, ten percent (10%) will be deducted and
retained by the agency, and the remainder less the amount of all prevj
payments will be paid to the Contractor. After fifty percent (50%) of work has been completed and if progress on and quality of the work is
satisfactory as determined by the Construction Manager, the deduction
made from the remaining progress payments and from the final payment v
be limited to $500 or ten percent (10%) of the first half of the total
contract amount, whichever is greater.
Final payment for value of work completed under this contract, unless
Notice of Leins or unpaid bills are on file with the City, shall be ma
thirty-five (35) calendar days after acceptance of the completed work.
City Council approval and filing of a Notice of Completion shall const
said acceptance. Application for payments and dispersement of funds H
be made through the Construction Manager.
The Contractor may, at his/her option, substitute securities, as speci by Government Code Section 16340, for the retention held on this contr
At the request and expense of the Contractor, securities equivalent to
amount withheld may be deposited with the City or with a state or fede
chartered bank as the escrow agent who shall pay such monies to the
Contractor upon satisfactory completion of the contract. The Contract
shall be the beneficial owner of any securities substituted for monies
withheld and shall receive any interest on the monies.
15. The bid documents are intended to be complementary so that any work ca for in one and not mentioned in the other, or vice versa, is to be exel
the same as if mentioned in all said documents. The intention of the
documents is to include all labor, materials, equipment, transportatio
services necessary for the proper execution of the work.
16. If any person contemplating submitting a bid for the proposed contract in doubt as to the true meaning of any part of the plans, specificatio
other proposed contract documents, or finds discrepancies in, or omiss
- 4-
I c e 0
k
Pag *.
from the drawings or specification, a request may be submitted to the
person named on the title page of the contract documents for the
interpretation or correction thereof. Any interpretation or correctio
the proposed documents will be made by addendum duly issued by the Cit
and a copy of such addendum will be mailed or delivered to each persor receiving a set of such documents. The City will not be responsible f
any other explanation or interpretation of the proposed documents.
17. Any addenda issued by the City during time of bidding, or forming a pa
the documents delivered to the Bidder, shall be covered in the bid and
shall be made a part of the Contract. Bidders are advised to verify t
issuance of all addenda and receipt thereof one day prior to bidding.
Submission of bids without acknowledgement of addenda may be cause for
rejection of bid.
No person, firm or corporation shall be allowed to make or file or be
interested in more than one (1) bid for the same work, unless alternat bids are called for. A person, firm or corporation submitting a
subproposal to a bidder, or Hho has quoted prices on materials to a Bi
is not thereby disqualified from submitting a subproposal or quoting c
to other bidders.
18.
19. Bidders are required to inform themselves fully of the conditions relt to construction and labor under hich the work will be or is now being
performed, and so far as possible, the Contractor must employ such met
and means in carrying out the specified work as will not cause any
interruptions or interference with any other Contractor.
The Contractor shall comply with the provisions of California Labor Cc
Part 7, Chapter 1, commencing with Section 1720.
20.
21. The Contractor shall not pay less than the specified prevailing rates wages established pursuant to Section 1773.2 of the California Labor (
A copy of the current applicable wage rates is on file in the Office (
Carlsbad City Clerk.
Contract may be awarded at the election of the City on one or a combir
of base bids, and alternate or combination of any alternates that migt
offered. The City reserves the right to reject this proposal and it :
remain open and not be withdrawn for a period of sixty (60) days from
date prescribed for its opening.
22.
Approved by the City Council of the City of Carlsbad, California, by Resolt
No. ,,y 117 , adopted on the 2 b cc day of <Lk2lL( , 19L. I
N ALETH4 L. RAUTENKRANZ, City Clerk 1?&6 * e-
I 1 0 0
L
c
Pag
CITY OF CARLSBAD
PUBLIC SAFETY AND SERVICE CENTER
CONTRACT NO. 3006
PROPOSAL
City Council
City of Carlsbad
1200 Elm Avenue Carlsbad, CA 92008
The undersigned declares he/she has carefully examined the location of the read the Notice Inviting Bids, examined the plans and specifications, and h
proposes to furnish all labor , materials, equipment, transportation and serl
required to do all the work to complete Contract No. 3006 in accordance wit
the Plans and Specifications of the City of Carlsbad, and the special
provisions, to wit:
The following proposal form includes work associated with the sitework bid
package 87 items 7A through 7M.
1. Proposals for the work shall include separate prices for each item of
bid: Bid f7A, or Bid 1\76, etc. A proposal for work may include a bid( combination for any or all items of work, but must also include bids fc
each separate item. Award on a combinatiorbid will only be made if il
the lowest of any possible combination of bids and is lower than the tc bids of the lowest responsible bidders on the particular items of work
making up that combination bid. The City reserves the right to (a) aw; separate contracts for each bid item, or each canbination of bids, or (
make no award at all.
Note: If not bidding on an item of work, the bidder shall state "no bj
2. Proposals for the work in each bid package shall be canplete per the pl
specifications and contract documents. Items listed in the special
provisions are for clarifcation only and sha.11 not be considered as a
complete list of all the required work.
-
3. Quantities of materials and earthwork used on the plans are for permit
purposes only. All bidding contractors are required to complete their
quantity take offs, and submit lump sum bids for all work unless specif
unit prices are requested within the special provisions. All work
associated with sheet nine of the improvement plans (Impala Drive), sha
'4- be broken out separately on the proposal form.
4. Addendum(a) No(s). has/have been received and is/ar included in this proposal.
0 0 ’\
L
t
Pagl
Bid
Item #
CABINETS
7A Complete cabinet work for the lump sum amount of
$ -
CERAMIC AND QUARRY TILE --
78 Complete ceramic and quarry tile work for the lump sum amount of -
$, I
I_--
GLASS BLOCK
7c Complete Glass block work for the lump sum amount of
$
PAINTING, WATERPROOFING AND WALLCOVERING
70 Complete painting, waterproofing and wallcovering for the lump SUP - amount of
--- --- $
FLOOR COVERING AND MARLITE PANELS
7E Complete floor coverinq and marlite panel work for the lump sum an
3ighty Six Thousand Seven Zrundred Thirtg-TvJo Dollars & of
~ $4-
ACCESS FLOORING
7F Complete access flooring for the lump sum amount of
-.,
FOLDING/OPERABLE WALLS -
7G Complete folding/operable walls for the lump sum amount of
I $ e
<a- 7G-1 Alternate additive price to provide electicahly operated walls wi meeting area for the lump sum mount of -- $ -
$’f5!/)J,,,A
24 rp/” ?\Y?
I 0 0
L
b Pag
Bid
Item f --
FLAGPOLES
-- - 7H Complete flagpole work for the lump sum mount of
.,- ------ - -- - - -_-- - - --
TOILET PARTITIONS AND ACCESSORIES
71 Complete toilet partition and accessory work for the lump sum amou - - of
$
I_ ----
SECURITY GATES/OPERATORS, CHAIN LINK FENCING AND MESH PARTITIONS
73 Complete gate, fencing and partition work for the lump sum mount
7 S -
METAL LOCKERS
7K Complete metal locker work for the lump sum amount of
I- $ - -- -.
CAULKING/SEALANTS
7L Complete sealant work for the lump sum amount of
75 --- I - -- - -
WINDOW COVERINGS
Complete window covering work for the lump sum mount of -L- 7M
$
-I
COMBINATION BID
__I-
7N Combination Bid No's.
for the lump sum amounrGf
$
h .&- NOTE: Bidder's must also bid combination bid item numbers separa
t e 0
i
Pag 4
5. All bids are to be computed on a lump sum basis with separated unit pr
when requested, as indicated in this proposal. In case of a discrepar
between words and figures, the words shall prevail.
6. The undersigned has checked carefully all of the above figures and
understands that the City will not be responsible for any errors or
omissions on the part of the undersigned in making up this bid.
7. The undersigned agrees that in case of default in executing the requir
contract with necessary bonds and insurance policies within twenty (X
days from the date of award of contract by City Council of the City of
Carlsbad, the proceeds of check or bond accompanying this bid shall be
the property of the City of Carlsbad.
8. Contractors shall be licensed in accordance with the Statutes of the :
of California providing for the registration of Contractors.
The undersigned bidder hereby represents as follows: 9.
a. That no Council Member, officer, agent or employee of the Cit}
Carlsbad is personally interested, directly or indirectly, in
contract, or the compensation to be paid hereunder; that no
representation, oral or in writing, of the City Council, its
officers , agents or employees, has induced him/ her to enter ir
this contract, excepting only those contained in this form of
contract and the papers made a part hereof by its terms; and
b. That this bid is made without connection with any person, firn
corporation making a bid for the same work, and is in all resf
fair and without collusion or fraud,,
IO. The undersigned is aware of the provisions of Section 3700 of the Lab(
Code which require every employer to be insured against liability for
workers' Compensation or to undertake self-insurance in accordance wil
provisions of that code, and agrees to compl-y with such provisions bel
commencing the performance of the work of this contract.
The undersigned is aware of the provisions of the State of California
Code, Part 7, Chapter 1, Article 2 relative to the general prevailing
of wages for each craft or type of worker needed to execute the contr< and agrees to comply with its provisions.
11.
*I*
\ - c e 0
4
I
Accompanying this proposal is Cashier' =heck $8,700 , 00
equal to ten percent (10%) of the total bid price.
(Cash, Certified Check, Bond or Cashier's I
Vincent Kent2 Floors, Inc. 259925 95-2269 Bidder's Name State License No. Employer I
8733 Xagnolia Ave., Ste. 117 Bernard Styvaert
Bidder's Address
- Santee, Calif, 92071
619-258-0558 2- 27- 86
Phone No. Date Name
Corporation
Type of Organization (Individual, Corporation, Partnership) Authorized Signature
List below names of President; Secretary; Treasurer; and Manager, if a corporation, and names of all partners, if a partnership:
I
(PLEASE ATTACH NOTORIAL
ACKNOWLEDGEMENT OF
EXECUTION BY ALL PRINCIPALS. )
(CORPORATE SEAL)
'.,
0 0 c
Y Pa?
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS:
That we, , as Principal, - as Surety, are held and firmly t unto the City of Carlsbad, California, in the sum of
Dollars ($ 7, lawful monf
the 'United States for the payment of which sum well and truly to be made, v bind ourselves, jointly and severally, firmly be these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH:
That if the proposal of the above-bounden principal for:
in the City of Carlsbad, is accepted by the City Council of said City, and
the above-bounden Principal shall duly enter into and execute a contract
including required bonds and insurance policies within twenty (20) days frc
date of award of contract by the City Council of the City of Carlsbad, beir
duly notified of said award, then this obligation shall become null and voj
otherwise, it shall be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event any Principal above named executed this bond as an individual
is agreed that the death of any such Principal shall not exonerate the Sur(
from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this da!
T l9 --
CI Surety Principal
- -
BY BY
Title Title
(Attach acknowledgement of
Attorney in Fact)
(Notarial acknowledgement of
execution by all PRINCIPALS and SURETY must be attached.) *a-
(Corporate Seal if corporation)
* 0
+
Page
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies he/she has used the subbids of the following listed Contractors in making up his/her bid and that the subcontractors listed will
used for the work for hich they bid, subject to the approval of the City
Engineer, and in accordance with applicable provisions of the specifications.
No changes may be made in these subcontractors except upon the prior approval
the City Engineer or the City of Carlsbad. The following information is
required for each subcontractor. Additional pages can be attached, if
required:
Work Company, Name
4 ycrrr;;
_I 1- -
- -
_LC
e --
--
-
- "_I- -
I
-
q3
? e 0
t
+
pa& e
BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a notarized or sealed statement of his/her
financial responsibility. Either a current audited incane tax or profit/loss
statement .
Available upon request!
-
-
_I-
--
-
- -- -
--
-
- 7
a-
‘ “P
(Notarize or Corporate Seal 1
c e e
4
c
Page 1
BIDDER'S STATEMENT OF
TECHNICAL ABILITY AND EXPERIENCE
The Bidder is required to state hat work of a similar character to that
included in the proposed contract he/she has successfully performed and give
references, with telephone numbers, which will enable the City to judge histhe
responsibility, experience and skill. An attachment can be used if notarized
s eal ed .
Date Name and Phone No.
Contract Name and address of Person Amount 01
Completed of the Employer to Contact Type of Work Contract I I 1 i 1 I Contact ISteve EIahoney with Ko11 Company I 1 I 111-711 1 I- I
I I I
1 I I I I I I-I------- I TTI I I 1 I I
I I 1 I I I f I 1 I 1 I I 1 I I I I I I I I I I I 1- I I I I I I I II I T-II I I I I I I I I I Ill
I+ - I -Ll
I-- -rT- --+I
I I 1 -T------t--I
I 1,- I I 1-
I 1--l-----1T----T-I I 1 I I
,.+-___+. I I I I
I I I
(Notarize or
9 a* Corporate Seal)
1 * 0 a
d
3i3 LI?;;I?ATIIO?!S February 27, 1966
Delete recessed mat frame.
Change Karlite to Bestile.
Change Bromley to Royalty Britannia,
Change Kings Road to Royalty Grand ?rix,
Change Illusions to Austin Eloquence,
1 Addendum ?Toted,
' 4-
t c
, 6 0 0
I +
Page CONTRACT
THIS ACREEMENT, made and entered into this && day of 9 191 by and between the City of Carlsbad, California, a munic
( hereinafter called 'Tity"), and
(hereinafter called "Contractor".T
City and Contractor agree as follows:
Vincent Went2 _I Floors I
1. Description of Work. Contractor shall perform all work specified in thl
contract documents for:
FLOOR COVERING & MARLITE
( hereinafter cal led " pr oj ect It )
2. Provisions of Labor and Materials. Contractor shall provide all labor
materials, tools, equipment and personnel to perform the work specifia
the contract documents.
3. Contract Documents. The contract documents consist of this contract;
bid documents, including the notice to bidders, instructions to bidder
contractors proposal: the plans and specifications and all proper
amendments and changes made thereto in accordance with this contract o
plans and specifications; and the bonds for the project; all of which incorporated herein by this reference.
4. Payment. As full canpensation for Contractors performance of work und this contract, City shall make payment to Contractor per the terms out
in the Notice Inviting Bids, Item 13. Contract amountEighty six thou seven hundred thirty two OO/lOO dollars 5 86, /37 -
Payment of undisputed contract amounts shall be contingent upon Contrc
furnishing City with a release of all claims against City and Construc
Manager arising by virtue of this contract as it relates to those am0
Extra compensation equal to 50 percent of the net savings may be paid Contractor for cost reduction changes in the plans or specifications
pursuant to a proposal by Contractor. The net savings shall be deten
by City. No payment shall be made unless the change is approved by t
Cf ty .
5. Independent Investigation. Contractor has made an independent
investigation of the jobsite, the soil conditions under the jobsite,
all other conditions that might affect the progress of the work, and aware of those conditions. The contract price includes payment for l
work that may be done by Contractor in order to overcane unanticipatc
underground conditions. Any information that may have been furnishec
Contractor by City about underground conditions or other job conditic
for Contractor's convenience only, and City does not warrant that th
conditions are as thus indicated. Contractor is satisfied will all conditions, including underground conditions and has not relied on
information furnished by City.
i * 0 0
c
Page
6. Contractor Responsible for Unforeseen Conditions. Contractor shall be
responsible for all loss or damage arising out of the nature of the work from the action of the elements or from any unforeseen difficulties whit
may arise or be encountered in the prosecution of the work until its
acceptance by the City. Contractor shall also be responsible for expens
incurred in the suspension or discontinuance of the work. However, contractor shall not be responsible for reasondle delays in the canplet
of the work caused by acts of God, stormy weather, extra work, or matter
which the specifications expressly stipulate will be borne by City.
7. Change Orders. City may, without affecting the validity of this contra( order changes, modifications, deletions and extra work by issuance of
written change orders. Contractor shall make no change in the work wit1
the issuance of a written change order, and Contractor shall not be
entitled to compensation for any extra work performed unless the City hq
issued a written change order designating in advance the mount of additional canpensation to be paid for the work. If a change order deli
any work the contract price shall be reduced by a fair and reasonable amount. If the parties are unable to agree on the mount of reduction
work shall nevertheless proceed and the mount shall be determined by
arbitration or litigation.
extra work is the City Engineer.
excess of $5,000.00 shall be effective unless approved by the City
Council.
The ody person authorized to order changes
However, no change or extra work orde
8. Prevailing Wage. Pursuant to the Labor Code of the State of California
the City Council has ascertained the general prevailing rates of per dj
wages for each craft or type of worker needed to execute the contract i
schedule containing such information is in the City Clerk's office and
incorporated by reference herein. Pursuant to Labor Code Section 1774
contractor shall pay prevailing wages.
applicable prevailing wages on the job site.
Contractor shall post copies of
9. Indemnity. Contractor shall indemnify, hold harmless and defend the
Construction Manager and the City and its officers and employees, and r of them, from any and all liability or loss resulting fran any suit, c or other action brought against the City, or for any other losses of
whatever nature, directly or indirectly arising fran the acts of Contr
or its officers, employees or agents done in the construction of this
project or in the performance of this contract regardless of responsib for negligence. The expenses of defense include all costs and expense
including attorneys fees, of litigation, arbitration or other dispute resolution method. Nothing in this paragraph shall require contractor
indemnify City for losses caused by the active negligence of City.
Contractor shall provide Certificates of Insurance evidencing coverage
amounts not less than the following:
10.
i
4 * 0 0
4
P<
Comb,ined Single I
,=le tiability $ 500,000 General Liability 500,000
Products/Cmpleted Operations 500,000
Contractor's Protective 500,000
Personal Injury 500,000 Excess Liability 500,000
Other
Contractor may be required to increase the limits of liability insurl
the size and nature of the project require excess coverage.
Contractor shall cause the City and Construction Manager to be named
additional insured on all policies concerning the subject matter or
performance of this contract .
11. Workers Compensation. Contractor shall canply with the requirements
Section 3700 of the California Labor Code. Contractor shall also as
the defense and indemnify and save harmless the City and Constructioi
Manager and its officers and employees from all claims, loss, damage
injury and liability of every kind, nature and description brought b
person employed or used by Contractor to perform any work under this
contact regardless of responsibility for negligence.
Blanket Contract ur a1 500,000
-
12. Proof of Insurqnce. Contractor shall submit to the City through the
Construction Manager, certification of the policies mentioned in Par4
10 and 11 or proof of workers' compensation self insurance prior to a
start of any work pursuant to this contract. Certificates of insurai
shall provide that the insurance will not be cancelled until the exp.
of at least thirty (30) days after written notice of such cancellatic been given to the City.
Arbitration. Any controversy or claim in any mount up to $100,000 I out of or relating to this contract or the breach thereof may, at thc
option of City, be settled by arbitration in accordance with the construction industry rules of the American Arbitration Association q
judgment upon the award rendered by the arbitrator(s1 may be entered
California court having jurisdiction thereof. The award of the
arbitrator(s) shall be supported by law and substantial evidence as
provided by the California Code of
13.
Civil Procedure, Section 1296.
14. Maintenance of Records. Contractor shall maintain and make availabli
the City, upon request, records in accordance with Sections 1776 and
of Part 7, Chapter 1, Article 2 of the California Labor Code. If thc
Contractor does not maintain the records at Contractor's principal p
business as specified above, Contractor shall so inform the City by certified letter accanpanying the return of this contract. Contract(
shall notify the City by certified mail of any change of address of
records.
-
* 0 0
c
Page
The provisions of Part 7, Chapter 1 canmencing \ 15. Labor Code Provisions:
section 1720 of the California Labor Code are incorporated herein by
reference .
Securit . Pursuant to the requirements of law (Goverment Code Section dpropriate securities may be substituted for any monies withheld
City to secure performance of this contract or any obligation estzbnishc
by this contract.
17. Additional Provisions. Any additional provisions of this agreement are
forth in the "General Provisions" or "Special Provisons" attached heret
and made a part hereof.
16.
(Notarial. acknowledgement of
execution by ALL PRINCIPALS
must be attached.)
-L___
---- IC --
e
Contractor's Principal Place of &si
CITY OF ARLSBAD, C LIFORNIA
BY Mayor +I &-b- .I
Contractor's Certification of Awareness of Workers Compensation Respnsibil
"I am aware of the provisions of Section 3700 of the Labor Code Hhich reqd
every employer to be insured against liability for workers compensation or
undertake self-insurance in accordance
will canply with such provisions before commencing of this contract."
..
2-
c ,. B
L Page
t. BOND # 1083822
PREMIUM INCLUDE N PERFORMANCE BOND
LABOR AND .MATERIAL BONO
KNOW ALL PERSDHS BY THESE PRESENTS:
WHEREAS, the city Council of the City of Carlsbad, State of California, by
Resolution No. 842:- adopted Arch 18, 1986
a *vrincipaP, a contract for:
4
, has awarde
Vincent Wentz Floors, Inc. , hereinafter desigr
FLOOR COVERING & MARLITE
in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract docuuents now on file in the Office ob thc
City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said contract a the terms thereof reqdre the furnishing of a bond with said contract, prov that if said Principal or any of his/her or Its subcontractors shall QaLl t for any materials, provisions, provender or other supplies or teas used Lr
upon for or about the performance of the work agreed to be done, or for any or labor done therkon of any Wnd, the Surety on this bod will pay the san the ex tent hereinafter set forth.
NOW, THEREFORE, WE, as Principal, hereinxer designated as the "Contractor", ad
as Surety, are held and firmly bound unto the Ci&-of Carlsbad, in thg 38m fortv three thousand three hundred sixty Six 00/1 0 Dollars ($ -- 43e36 *
*said sum being equal to 50 percent (50%) of the esaated anount of the contract, to be paid to the said City or its certain attorney, Its success
and assigns; for d'tich payment, well and truly to be made, ne bind ourselv
our heirs, executors and administrators, successors or assigns, jointly an severally, firmly by these presents.
THE CONDITION OF THIS 08LICATION IS SUCH that if person or his/her
subcontractors fail to pay for any materials, provisions, provender or 0th
supplies, or teams used in, upon, for, or about the performance of the wo1
contracted to be done, or for any other work or labor thereon of any Mnd! for mounts due under the Unemployment Insurance Code with respect to suct or labor, that the Surety or Sureties will pay for the same, in an amount
exceeding the sum specified in the bod, aid dl%, in case suit is broughl
the bond, a reasonable attorney's fee, to be fixed by the court, as rqdi
the provisions of Section 4202 of the Goverment Code of the State of
California.
Vincent Wentz Floors.,Inc.
AMWEST SURETY INSURANCE COMpmy
-. . e e '.
.I
t pas
This bod shall insure to the benefit of any and ali persons, cmpanies and
corporatfom entitled to file claims under Section 1192.1 of the Code of C1
Procedure so as to give a right of action to 'them or their assigns in ar.y
brought upon this bond, as required by the provfsions of Section 4205 of tl Goverment Code of' the State of CdffOrnfa.
In the event that any Contractor above named executed this bond as an
individual, it is agreed that the death of any such Contractor shall not
exonerate the Surety from its obfigations under this bod.
IN WITNESS WEREOF, this instrument has been duly executed by the Contract Surety above named on the 33 day of Apr i 1 , 19 86
1303 E. Edinger
- Santa Ana, California 927C5
(Notarize or Corporate Seal for Each Signer)
AMMEST SURETY INSURANCE COMPANY
5405 GARDEN GROVE BLVD o s SUITE f25t
WESTMINSTER, CALIFORNIA 92683
L
i I i i
i
MARILYN K. CARLISLE, ATTORNEY-IN- I i
I I
L
'i
i
55 STATE OF CALIFORNIA, COUNTY OF
On Anril 7'3.1986 . before me a Notary Public, within and
County and State. personally appeared Marilyn K. Carlisle
to me (or proved lo me on the basis of satifactory evidence) to be the person whose name is subscribed io the N Ith,
as the Attorney in Fact of and for the AMWEST SURETY INSURANCE COMPANY, and acknowledged t
subscribed the name ofthe AMWEST SURETY INSURANCE COMPANY thereto as Surety. and hls own nam
in Fact.
ORANGE
'.,
DUNb ULWVJOLL 9
' 'Fremibm .< ,i $ I, 985.00 e e
L Page
PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESOJfSs
WHEREAS, the Cfty Council of the City of Carlsbad, State of California, by
Resolution No. 8440 &opt&Mmch 18, 1986 , has awarde , hereinafter desigr as the '*Principal", a contract for:
Vincent Wentz,Tioors - inc.
FLOOR COVERING ti MARLfm
in the City of Carlsbad, in strict confomity with the drawings and specifications ad other contract documents now on file in the Office off th
City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said contract a the terms thereof require the furnishing of a bod for the faithful perfom
of said contract;
NOW, THEREORE, WE,
as Principal, hereinaf tet designated as the "Contrzctorn, ad
as Surety, are held and firmly bound tnto the Civ of Carlsbad, in the sum
Eishty six thousand seven hundred thirty two OO/lOO Oollars ($ 86,732-00 said sum being equal to 100 percent -1 of the estimated munt of the
contract, to be paid to the said City or its certain attorney, its succes~
and assigns; for nhich payment, well and truly to be made, we bind arrselv our heirs, executors and administrators, successors or assigns, jointly an
severally, firmly by these presents.
THE CONDITION Cf THIS 08CIGATION IS SUCH that if the above bounden Contra
his/her or its heirs, executors, administrators, successors or assigns, st all things stand to and abide by, ad well ad truly keep and perform the
covenants, conditions, and agreements in the said contract and any alterat
thereof made as therein provided on his/her or their part, to be kept and
perfonned at the time and in the manner therein specified, and in all res1
according to their true intent and meaning, ad shall indemnify and save
harmless the City of Carlsbad, its officers and agents, as therein stfpult
then this obligation shall become null and void; otherwise it shall remair full force and virtue,
And said Surety, for value received, hereby stipulates and agrees that na change, extension of the, alteration or addition to the terns of the con or to the work to be performed thereunder or the specifications accanpany
same shall affect its obligations on this bond, and it does hereby waive
of any change, extension of time, alterations or addition to the terns of
contractor or to the work or to the spctfications.
VINCENT WENT2 FLOORS.,INC.
AMWEST SURETY INSURANCE COMPANY
r, I e e a*
> .\ '
t Pa!
In the went that any Contractor above named executed this bond as an
individual, it is agreed that the death of any such Contractor shall not
exonerate the Surety from its oblfgations under this bod.
IN WITNESS WHEREOF, this instrument has been duly executed by the Contract(
Surety above named on the 23 day Of April - 9 1986 < -
- VINCENT WENTZ FLOORS..INC.
1303 E. Edinger
Santa Ana, California 92705 - -
I_ (Notarize or Corporate
Sed for Each Signer)
AMWEST SURETY INSURANCE COMPANY
5405 Garden Grove Blvd.,Suite $1250
Westminster, California 19683 - -
-n L
BY- / fh G4.J W" ClL.-J$d "
-1 e+r
MARILYN K. CARLISLE, ATTORNEY-IN-PA(
STATE OF CALIFORNIA, COUNTY OF ORANGE 5s
On April 23,1986 , before me a Notary Public, within and
County and State, personally appeared MARILYN K. CARLISLE
tome (or proved to me on the basis ofsatifactory evidence) to be the person whose name is subscribed tothe w~thir
as the Attorney in Fact of and for the AMWEST SURETY INSURANCE COMPANY, and acknowledged t(
subscribed the n SURETY mSUR4NCE COMPANY thereto as Surety. and hls own name in Fact.
I
\ I
'Lkk\k,\. \\y
e I 0
.5 AMWEST SURETY INSURANCE COMPANY
WOOD LAN D H I LLS, CALI FO R N IA
RIDER
To be attached to and form a part of CONTRACT Bond
numbered 1083822 and dated the 23 day of April , 19 86 ,
issued by AMWEST SURETY INSU~CE COMPANY, as Surety, on behalf of
Vince Wentz Floors.,Inc. , as Principal, in the penal sum of
Eighty Six Thousand Seven Hundred
Thirty Two Dollars and no/100 ($ 86,732.00), and in favor of
CITY OF CARLSBAD , as Obligee.
T
In consideration of the agreed premium charged €or this bond, it is underst
and agreed that effective from the 23 day of April , 19 86, said
bond shall be revised to read as follows:
The Surety is obligated only as follows:
If any additions or alterations of the original
contract, upon which this bond was issued,
occur, increasing or altering the contract
price, the Surety is obligated only to the
proportional amont that the original contract
price bears to the altered contract price,
and in no event to more than the dollar amount
shown on the face of the above mentioned bond,
unless written consent otherwise is issued by
the Surety.
Provided, however that the attached bond shall be subject to all its
agreements, limitations, and conditions except herein expressly modified,
and further that the liablility to the Surety under the attached bond
, and the bond amended by this Rider shall not be cumulative.
SIGNED, SEALED AND DATED THIS 23 day of Anril , 1986
AMWEST SUUTY INSURANCE COFlPAfJY
By : -h&J?7Y &LJL..L
J Attorney in Fact
1
_I 1 ~ &JEST SURETY INSURANCE &
I., ,. ' P.O. Box 4500
Woodland Hills, CA 91365
(818) 704-1111
KNOW ALL MEN BY THESE PRESENT
does hereby make, constitute and appoint
its true and lawful Attorney(s)-in-
deliver arid affix the seal of the c
tions in rhe nature thereof. as fol
and to bind AMWEST SU
presents, are hereby ratif
This Power of
junction with the
d or limited in the i
r certification thereof authorizing the
ip obligations of the company; and su
ugh manually affixed.
ficer, and its corporate seal to be hereunto affixed this - Ist day of April 1 9-
AMWEST SURETY INSURAMCE CQMPAN'
AT/ /44 Gary R Petersor
G-- H eAd
Karen G Coher
STATE OF CALIFORNIA, COUNTY OF LOS ANGELES - ss
85 Gary R. Petersc
and Karen G. Cohen to me known to be the individuals and officers of AMWEST SURETY INSURAb
PANY, CALIFORNIA who executed the above instrument, and they each acknowledged the execution of the same, and br:
duly sworn, did severally depose and say: that they are the said officers of the corporation aforesaid, and that the seal aff
above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were d
and subscribed to the said instrument by the authority of the board of directors of said corporation.
On this Ist day of April A.D., 19-, personally came before me
db%+&+Ws& N
(SEAL) /'
VOTARY CUlLtC - CALIFOI*U
CRMClF&L OfflCt IN
OS ANGELES COUNTY
STATE OF CALIFORNIA, COUNTY OF LOS ANGELES - ss
CERTIFICATE
I, the undersigned, secretary of the AMWEST SURETY INSURANCE COMPANY, a California corpc
HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked, '
more, that the provisions of the By-Laws of the company and the Resolutions of the board of directors set forth in tk
Attorney, are now in force. @
Signed and sealed at Westminster, Ca thisLdayof April
Karen G Coh
yb &h
-
, 0 0
.
Pagl
GENERAL PROVISIONS
1. PLANS AND SPECIFICATIONS
The specifications for the work shall consist of the latest edition of
Standard Specifications for Public Works Construction hereinafter
designated SSPWC, as issued by the Southern Chapters of the American PI
Works Association, the City of Carlsbad supplement to the SSPWC, the
Contract documents and the General and Special Provisions attached thereto.
The Construction Plans consist of 15 sheet(s).
utilized for this project are the San Diego Area Regional Standard
Drawings, hereinafter designated SDRS, as issued by the San Diego Coun
Department of Transportation, together with the City of Carlsbad
Supplemental Standard Drawings. Copies of pertinent standard drawings
enclosed with these documents. A detailed list of the plans and
specifications are attached hereto and made a part hereof.
The standard drawings
2. WORK TO BE DONE
The work to be done shall consist of furnishing all labor, equipment a materials and performing all operations necessary to complete the proj
work as shown on the project plans and as specified in the specificati
3. DEFINITIONS AND INTENT
A. Architect:
The word "Engineer" shall mean the architect or his approved r epr ese nt at ive .
9. Construction Manager:
The word "Construction Manager" shall mean Koll Construction Canpa
C. Reference to Drawings:
Where words "shown", "indicated1', "detailed", "noted", "scheduled'
words of similar import are used, it shall be understood that ref( is made to the plans accompanying these provisions unless stated
otherwise.
D. Directions :
Where words "directed", designated", "selected" or words of simili
import are used, it shall be understood that the direction, desigr or selection of the Construction Manager is intended unless statec
otherwise. The word "required" and words of similar import shall
understood to mean "as required to properly complete the work as
required and as approved by the Construction Managert1 unless stab
otherwise.
I ri^.
0 0
Pag
E. Equals and Approvals:
Where the words "equal", "approved equal", "equivalent" and such M
of similar import are used, it shall be understood such words are
followed by the expression "in the opinion of the Architect" unles otherwise stated. Where the words "approved", "approval",
"acceptance", or words of similar import are used, it shall be
understood that the approval, acceptance, or similar import of the
Architect is intended.
F. Perform and Provide:
The word "perform" shall be understood to mean that the Contractor
her/his expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified, or required to mean that
Contractor, at her/his expense, shall furnish and install the work
complete in place and ready to use, including furnishing of necesS
labor, materials, tools equipment and transportation.
4. CODES AND STANDARDS
/.
Standard specifications incorporated in the requirements of the
specifications by reference shall be those of the latest edition at tt
time of receiving bids. It shall be understood that the manufacturers
producers of materials so required either have such specifications
available for reference or are fully familiar with their requirements
pertaining to their product or material.
5. CONSTRUCTION SCHEDULE
The Contractor shall provide Consruction Manager with a Construction
Schedule indicating work activities and length of time required for e;
activity. The Contractor shall review with the Construction Manager
monthly the Construction Schedule to insure completion of the whole 01
part of the work.
The Contractor shall begin work after being duly notified by an issuar a "Notice to Proceed" and shall diligently prosecute the work to compl
in connection with the construction schedule as approved by the Construction Manager.
6. NONCONFORMING WORK
The Contractor shall remove and replace any work not conforming to the plans or specifications upon written order by the Construction Manage]
Any cost caused by reason of this nonconforming work shall be borne b]
Contractor.
e .r
, 0 0
Page
7. GUARANTEE
All work shall be guaranteed for one year after the filing of a "Notic1
Completion" and any faulty work or materials discovered during the
guarantee period shall be repaired or replaced by the Contractor.
8. MANUFACTURER'S INSTRUCTIONS
Where installation of work is required in accordance with the product manufacturer's directions, the Contractor shall obtain and distribute
necessary copies of such instructions, including two copies to the
Construction Manager.
9. INTERNAL COMBUSTION ENGINES
All internal combustion engines used in the construction shall be equi~
with mufflers in good repair ken in use on the project with special
attention to Carlsbad Municipal Code, Chapter 8.48.
IO. CITY INSPECTORS
All work shall be under the observation of a City Construction Inspectc
Inspectors shall have free access to any or all parts of work at any tj
Contractor shall furnish Inspectors with such information as may be
necessary to keep her/him fully informed regarding progress and manner
work and character of materials. Inspection of work shall not relieve
Contractor from any obligation to fulfill this contract.
11. PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to be insert
in this contract shall be deemed to be inserted herein and the contract
shall be read and enforced as though it were included herein, and if,
through mistake or otherwise, any such provision is not inserted, or i: correctly inserted, then upon application of either party the contract
shall forthwith be physically amended to make such insertion or
correction.
12. INTENT OF CONTRACT DOCUMENTS
The Contractor, her/his subcontractors and materials suppliers shall
provide and install the work as indicated, specified and implied by the
contract documents. Any items of work not indicated or specified, but
which are essential to the completion of the work, shall be provided at
Contractor's expense to fulfill the intent of said documents. In all
instances throughout the life of the contract, the City will be the
interpreter of the intent of the contract documents and the City's deci
* a\ relative to said intent will be final and binding. Failure of the
Contractor to apprise her/his subcontractors and materials suppliers of
this condition of the contract will not relieve her/him of the
responsibility of compliance.
0 0
Pag
13. SUBSTITUTION OF MATERIALS
The Proposal of the Bidder shall be in strict conformity with the draw
and specifications and based upon the items indicated or specified. T Contractor may of fer a substitution for any material, apparatus, equip or process indicated or specified by patent or proprietary names or by
names of manufacturer Hhich shelhe considers equal in every respect to those indicated or specified. The offer made in writing, shall includ
proof of the State Fire Marshal's approval (if required), all necessar information, specifications and data. If required, the Contractor, at
herlhis own expense, shall have the proposed substitute, material,
apparatus, equipment or process tested as to its quality and strength,
physical, chemical or other characteristics, and its durability, finis
efficiency, by a testing laboratory as selected by the City. If the substitute offered is not deemed to be equal to that so indicated or
specified, then the Contractor shall furnish, erect, or install the
material, apparatus, equipment or process indicated or specified. Suct
substitution of proposals shall be made prior to beginning of construcl
if possible, but in no case less than ten (IO) days prior to actual
installation. Substitution shall also include a statement of credit tc
issued .
14. RECORD DRAWINGS
The Contractor shall provide and keep up to date a complete "as-built" record set of plans, which shall be corrected daily and show every char from the original drawings and specifications and the exact "as-built"
locations, sizes and kinds of equipment, underground piping, valves, ai
all other work not visible at surface grade. Prints for this purpose I
be obtained from the Architect at cost. This set of drawings shall be I
on the job and shall be used only as a record set. Upon completion of
work, and prior to release of retention, the Contractor shall transposc
'las-builtll information on to a set of reproducible sepias. Drawings SI
be drafted in a professional manner and shall locate by dimension and
elevation all concealed work, and changes in manufacturer information.
"As-builtsl' for the sitework (bid package number 1) shall be prepared I
the engineer of record.
15. PERMITS
The general construction, electrical and plumbing permits will be issue
the City of Carlsbad at no charge to the Contractor. The Contractor i:
responsible for all other required licenses and fees.
'a-
e e
Pag c
16. QUANTITIES IN THE SCHEDULE
The City reserves and shall have the right, when confronted with unpredicted conditions, unforeseen events, or emergencies, to increase
decrease the quantities of work to be performed under a scheduled wit
price item or to entirely omit the performance thereof, and upon the decision of the City to do so, the Construction Manager will direct tht
Contractor to proceed with the said work as so modified. If an increa:
the quantity of work so ordered should result in a delay to the work, 1
Contractor will be given an equivalent extension of time.
17. SAFETY & PROTECTION OF WORKERS AND PUBLIC
The Contractor shall take all necessary precautions for the safety of
employees on the work and shall comply with all applicable provisions
Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about or adjacent to the premises wi
the work is being performed. He/she shall erect and properly maintain
all times, as required by the conditions and progress of the work, all
necessary safeguards for the protection of workers and public and shal
post danger signs warning against hazards created by such features of
construction as protruding nails, hoists, well holes and falling materials.
18. SURVEYING
Column control lines, offset outside the perimeter of the building, an
vertical control (benchmark) will be furnished by others. Contractors
shall perform their own engineering (survey staking) including elevati
as required.
Survey staking for the sitework (bid package number 1) shall be provid the City. Rough grade stakes at 50'-0" centers minimum to or toe-of-s
as required, surface and underground improvements at 25'-0" to 50'-0" centers including critical points with offsets, and blue tops for buil
and facility pads.
19. CODES, ORDINANCES, REGULATIONS & ABBREVIATIONS
Reference to codes, ordinances and regulations are to editions
in effect as to date of proposals. Abbreviations are used for
agencies issuing standard specifications as follows:
Agency Abbreviation
American Society for Testing Materials ASTM
U.S. Government Fed. Spec.
'4- National Board of Fire Underwriters NBFU
American Institute of Steel Construction AISC
Ame r ic an St and ard s As so ci at io n Underwriters Laboratories, Inc. UL
Department of Commerce Standards cs
ASA
American Concrete Institute ACI
e 0
Pag t
20. STORAGE
Space for storage and temporary buildings will be allocated by the
Construction Manager as job conditions 'permit. Temporary offices or SI shall be constructed of fire resistant materials. Material and layout
be approved by the Construction Manager prior to installation.
21. TESTING AND INSPECTION
Testing and inspection shall be as required by the Specifications. Thc
Contractor shall be required to cooperate fully with the inspecting agt during inspections at a fabricating plant and/or on the jobsite and sh,
provide ladders, platforms, scaffolds and/or safe accessibility to the
for such inspections and/or tests.
22. SCAFF0,LDING AND HOISTING
The price shall include all costs for the following:
a. Scaffolding and shoring required for the Contractor's work.
b. Hoisting required for the Contractor's work.
23. CLEAN UP
The Contractor shall keep the premises free at all times from all wast materials, packaging materials and other rubbish accumulated in connec
with the execution of the work by collecting and depositing said mater
and rubbish in locations or containers as designated by the Constructi
Manager.
24. TEMPORARY FACILITIES
Temporary toilet facilities and drinking water for the use of all trad
wi 11 be pr ov ided .
25. FORCE REPORTS
Force reports indicating trade and personnel per trade shall be submit
to the Construction Manager daily. A brief description of work perfor
shall be included.
26. ELECTRICAL POWER
Electrical power will be provided in the building for the use of the
Contractor for special lighting and operation of small tools only. Po
will be single phase at 208 volts or 240, and 120 volts. It is the Contactor's responsibility to provide extension cords and/or wiring fr
central distribution points. Power will not be provided for high volt or heavy amperage type equipment such as welding machines and any spec
power requirements shall be provided and paid for by the Contractor.
* 4.
e 0
Pag
27. BACKFILL AND COMPACTION
Backfill and compaction of trenches shall be in conformance with the 1
edition of "Standard Specifications for Public Works Construction". Backfill material shall be approved by the soils engineer. Contractor
shall pay all costs for retesting required as the result of density te
failures due to improper compaction. Backfilling of trenches and
excavations shall not be undertaken until required tests and inspectio
have been completed, "as-built" location notes have been verified, and
authority to start the backfill has been granted by the inspector and
superintendent.
*a
e 0
Pag
CERTIFICATION OF COMPLIANCE
I hereby certify that
in performing under the contract awarded by the City of Carlsbad, will comp with the Coimty of San Diego Affirmative Action Program adopted by the Boar
Supervisors, including all current amendments.
Legal Name of Contractor
- Y- -- Date Signature (Seal)
(NOTARIZE OR CORPORATE SEAL)
Title
(Notorial acknowledgement of execution by all principals must be attached).
' a-
e 0
Pa9
SPECIAL PROVISIONS
CABINETS - Bid Item 7A
1. Base bid to include furnishing and installation of the complete cabinet
package for the Police/Fire Administration and Service Center buildings
Special reference is directed towards sheets A-30 thru A-36, including specific specifications. Cabinet finishes are outlined within a letter
prepared by Designtech dated 3anuary 17, 1986, attached hereto and made part hereof. Wood handrails and base details G, H/A-36 are N.I.C.
Coordination of all contract documents shall be required in an effort t
determine potential conflicts prior to bid. Cabinet/drawer pulls outli
within Designtech's letter shall superceed designations within specific
sections 7411 and 6412.
2. Cabinet contract shall include all finishes and complete hardware packa
inclusive of locks and keys. Finishing shall include all polyurethane
painted finishes as specified, and all work shall be back painted prior
instal lat ion.
3. The intent of the cabinet bid package is to include all specialty items
which interrelate with cabinet work for a complete package. Items list below are for clarification only and shall not be construed as a comple
list of all required work. Questions and clarifications shall be addre
at the pre-bid conference.
Sheet A-33
a. llAlpl' lighting lens - 1B/A-33.
b. Felt lining of cabinet work - 5/A-33.
c. Brushed stainless steel - 6/A-33.
d. Stainless steel trays and steel frame for butcher block top - 7a/A-
paint as specif id.
7/A-33 top shall be fabricated and cut to accanodate twin laundry s
which have been added to plumbing contract.
approximately 3 feet now that free standing janitor sinks have been
eliminated.
e. Extend top and drawer
f. All steel supports for cabinet work as required.
g. 10/A-33 to be modified so that 1/4" glass extends to counter top an pass thru slot will be within glass. "Diebold" unit to be deleted.
Glass and frame by others.
'e
h. 12/A-33 provide small boxes in lieu of N.I.C. note on plans. Revis
width to 2' 4".
e II)
Pag
i. 13, 14/A-33 screen mesh and frame, and gun locker are N.I.C.
Sheet A- 34
a. 16/A-34 glass doors.
b. Complete detail - 17/A-34 is N.I.C.
c. 18/A-34 rubber on bench.
d. 20,20a/A-34 "Diebold" units similar to #I 17-29 including plastic la1
filler panels, counters and 1/4" protective steel inserts.
e. 21b/A-34 4" diameter polished chrome tube support for oak top.
Sheet A-35
a. Include shop painting of mail boxes - 48/A-35.
4. General work to be completed by others: plumbing and electrical fixtur
appliances, concrete and gypsum board work, fabric wrapped panels,
projection screens, bullet traps and bi-fold closet doors.
CERAMIC AND QUARRY TILE - Bid Item 78
1. Base bid to include furnishing and installation of all ceramic and quar tile for the Police/Fire Administration and Service Center buildings.
Review sheets A-24 thru A-29, and A-59 for specific types and majority
locations. Coordination of all contract documents shall be required, s
questions and/or clarifications shall be addressed at a pre-bid confere
2. Review sheet AC-2 for required exterior applications. Entry area to be extension of interior paver tiles with mortar bed.
3. All floors to be mortar set unless noted otherwise. All walls to be th set except shower and drying areas (reference 17, 25/A-17). Provide waterproof membrane in floors of showers, including gutters, and drying
areas. Extend up perimeter walls approximately six (6) inches.
4. Review sheet A-7 for pavers required at sally port deck area. Coordina
installation with deck drains and guardrail. Provide mortar setting be
Sheet metal backing and waterproofing shall be by others.
5. Review and include accent tile patterns.
6. Cleavage membrane shall be required as separation of mortar bed from
subfloor.
*a--
0 0
Pag c
GLASS BLOCK - Bid Item 7C
1. Base bid to include furnishing and installation of glass block for the
Police/Fire Administration building. Attached clarification drawings AF
thru AR-13, and AR-7A dated December 13, 1985 shall be utilized for basj
bid, and shall replace details and dimensions within plans dated Septemt
16, 1985 except where noted. Coordination of all contract documents sh;
be required, and questions and/or clarifications shall be addressed at c
pr e- bid conference .
2. Bid shall be inclusive of expansion strips, cushioning, reinforcing, mol
and complete caulking of all joints with backer rod as required.
3. Steel frames and "U" bars shall be installed by others.
PAINTING, WATERPROOFING AND WALLCOVERING - Bid Item 70
1. Base bid to include furnishing and installation of all painting,
waterproofing and wallcovering for all building facilities. Review she
A-24 thru A-36, and A-59 for specific types and mojority of locations.
Coordination of all contract documents shall be required, and questions
and/or clarifications shall be addressed at a pre-bid conference.
2. Waterproofing shall be required for all masonry facilities/walls, inclu
complete exterior applications and backside of parapet walls. Pre-cast
on Police building shall be waterproofed by others.
3. Review drawings and specifications to determine specific areas of work
require prefinishing per section 05030.
others.
This work shall be completed b
4. Cabinet contractors are required to finish their own work as specified
within Bid Package 7A.
5. Wallcovering work shall also include furnishing and installation of the following:
a. Padded vinyl in room 11143 per note 84, sheet A-24. Padded area sho also include ceiling, and shall be listed and approved by the State
Board of Corrections and Fire Marshall.
b. Corner guards per note #2, sheet A-30.
c. Fabric wrapped panels per details 21/A-34 and 35a/A-35. Fiberboard
panels should be provided for a complete installation.
d. Graphics.
'a
e 0
Pag
6. Painting contractor shall be required to caulk voids between various
materials to be painted, i.e.; hollow metal frames and drywall; wood
trim/cabinets and drywall; etc.
7. Painting work shall be completed per plans and specifications. Items 1
below are for clarification and shall not be construed as a complete li
all the work.
a. Painted stripes per detail 7/AC-2.
b. All sheet metal and steel not specified to be prefinished.
c. Hollow metal doors, frames and transom panels both exterior and
interior, glass block frames and security doors.
from Designtech dated 3anuary 17, 1986, attached hereto.
Paint exposed metal deck ceilings in lieu of gyp-board in detention
area. Application should include primer coat on galvanized metal a
required.
Guardrail at perimeter of atrium area within Police/Fire facility t
vertical steel tubes at 6-inch centers, continuous steel tube toe b
and round hardwood cap. Paint steel, transparent finish on cap. P
by others.
f. Paint light well at atrium skylights.
g. Stairs and railings - see note #IO.
h. Wood doors, base, handrails, caps, etc.
i. Portions of reception counter not finished with plastic laminate.
j.
See note 810 in 1
d.
e.
Galvanized steel railings and stairs within Service Center building
shall be primed and painted.
k. Sectional and rolling doors, trash gates and guard posts.
1. Ladders, access hatches and roof accessories.
m.
n.
All exposed piping and duct work within Service Center building.
All block walls within service area, equipment and parts roans shal
painted to underside of roof structure in lieu of 9' requirement or
finish schedule. Paint steel beams and columns supporting same. E
roof deck shall remain unfinished.
I/ ir 8. Clean up and protection of other work shall be a definite requirement (
this bid package.
b 0 0
Pag
9. Provide a minimum of one gallon of each color utilized within the
performance of the work to the owner as extra stock. A suitable quanti
each wall covering material shall also be required.
FLOOR COVERING AND MARLITE PANELS - Bid Item 7E
1. Base bid to include furnishing and installation of all floor covering a marlite panels for the Police/Fire Administration and Service Center
buildings. Review sheets A-24 thru A-29, and A-59 for specific types a
majority of locations. Coordination of all contract documents shall be
required, and questions and/or clarifications shall be addressed at a p
bid conference.
2. The following items listed within the legend on sheet A-27 shall be rec for this bid package: carpet, rubber flooring, vinyl canposition tile, seamless sheet vinyl, 'Pirelli' stair tread and nosing system, and carp tile. Include all rubber base as noted on finish schedules. Carpet t
within room #I11 shall be installed as a part of this bid package. Sec
#4 in letter prepared by Designtech dated January 17, 1986 attached he1
Coordinate with access floor contractor.
Marlite panels located within roans 8112 and fll3.
See note #9 sheet A-24 for carpet requirements at locker bases within F
and Service Center facilities.
3.
4.
5. Bidding contractors should visit jobsite prior to bid to review presenl
All subfloor preparation shall be included within this bic conditions.
package .
6. It should not be assumed that floorcoverings will be installed after ci
installations.
7. 'Pedimats' shown at entries on sheet A-27 have been reduced in size to
and 6'x7' respectively. Carpeting should be extended to enclose these
areas.
ACCESS FLOORING - Bid Item 7F
1. Base bid to include complete furnishing and installation of an access
system within roans #I09 and 115 of the Police/Fire facility per plans
specifications.
All bidding contractors shall review the complete set of contract docu
and shall be responsible to coordinate the flooring installation with other trades for a complete installation. Potential conflicts/problem
to be addressed at the pre-bid conference.
Actual flooring material shall be factory applied.
2.
ha.. 3. Installation of rubber and wood base shall be by others. Insure
compatibility and finished installation prior to bid.
, 0 0
Pag
4. Carpet tile for roan #/I11 shall be purchased under this bid package for
installation by others. See note #4 in letter prepared by Designtech d January 17, 1986, attached hereto. Coordinate with other flooring contractor.
FOLDING PARTITIONS - - Bid Item 7G
1. Base bid to include furnishing and installation of folding partitions a
operable walls in roans #161, 183, 184 and 185 per plans and
specifications.
2. Structural supports for operating walls shall be per detail 6/S-5 and a
currently on the jobsite. All bidding contractors are required to visi
jobsite and ascertain that support requirements are acceptable. Holes
been pre-punched within the steel flange for track installation. Addit
support/instdlation requirements shall be the responsibility of this
contractor. All Potential conflicts/problems are to be addressed at thl
pre-bid conference.
3. Provide alternate additive price for electrically operated partitions tl
installed within the meeting area only. Cost to include
installation/support of motor units. Electrical provisions to be provil
by others.
4. Specific finishes are listed on sheet A-25. Partition located within r
f161 shall be designated as OW3.
FLAGPOLES - Bid Item 7H
1. Base bid to include furnishing and installating of two (2) flagpoles wi
the plaza area of the Police/Fire Administration building per plans and
specifications. Reference sheet AC-2 and detail 27/A-7.
2. Concrete pole foundations/bases shall be installed by others. Pole
foundation tube with base plate, self-centering wedges and ground spike shall be furnished to the jobsite for installation/setting by others.
Contractor is responsible to coordinate installation of bases by others
assure compatibility with flagpole erect ion.
TOILET PARTITIONS AND ACCESSORIES - Bid Item 71
1. Base bid to include furnishing and installation of toilet partitions am
accessories per plans, specifications and as clarified herein. Referenc
Designtech letter dated January 17, 1986, note #I for partition finishe:
Coordination of all contract documents shall be required, and questions
and/or clarifications shall be addressed at a pre-bid conference.
Sd- 2. Toilet partitions and accessories shall be as defined on sheet A-17, wil
exception of the following: item f4 'Corian' countertops, item #I8 drir
fountains, item 1/21 console unit, and item 826 fire extinguisher cabinel
N.I.C. An addedum shall be issued prior to bid which shall clarify
additional accessory r eq uir eme nt s .
a 0
Pag
SECURITY GATESIOPERATORS, CHAIN LINK FENCING AND MESH PARTITIONS - Bid Item
1. Base bid to include furnishing and installation of items listed above p
plans and specifications. Review sheets AC-1, A-I, A-2, A-3, A-20, A-2
33, A-51, and A-58 for locations of required work. Coordination of all
contract documents shall be required, and questions and/or clarificatio shall be addressed at a pre-bid conference.
2. Sheet AC-1: six foot chain link fencing cmmences at northwest corner
Police and Fire parking area, continues along parking - across driveway
and heads east to enclose police vehilce parking at rear of building -
terminates at southeast corner of Police building. Security gates spec
in section 05990, paragraph 2.2.11 are located at entrance to Police/Fi
building and mechanical enclosure. Gates operate between masonry wall as 1/A-2. Also provide chain link gates across drive area at northeast
parking area.
Rolling security gates shall be fabricated of pref inished galvanized
material per specification section 05030, and per details 19, 25, 26, i
2. Bid should also include gate operators per specification section O€
Operator installations must be coordinated with electricians access cor
system (see E-2). Concrete rail bed shall be installed by others. Fur
steel wheel guide and coordinate installation.
Provide and install chain link gates at doors #I33 and 8134 within sal1
port - evidence vehicle enclosure.
3.
4.
5. Provide and install wire mesh door and partition in custodian roan 1\23
within PoliceIFire building.
6. Provide and install screen mesh and frame within detention area. Refei
sheet A-23 and detail 13/A-33. Screen shall continue to floor behind
cabinet.
7. Provide and install mesh partition and door at tool storage area of Sex
Center Building. Reference sheets A-51, A-58.
METAL LOCKERS - Bid Item 7K
1. Base bid to include furnishing and installation of metal lockers per p
and specifications. Reference sheets A-I, A-17 and A-51 for locations
Designtech letter dated 3anuary 17, 1986, note #8 shall be utilized i
preparation of bid along with other contract documents. Any questions
and/or clarifications shall be addressed at the pre-bid conference-
CAULKING - Bid Item 7L
< rr- 1. Base bid to include furnishing and installation of caulking/sealants fc
complete installation per plans and specifications. Items listed belo for clarification and shall not be construed as a complete list of all
work.
e 0
Pag
2. It is recommended that all contractors visit the jobsite prior to bid t
ascertain full extent of caulking requirements.
a. Sealants as required in exterior plaza area noted on sheet AC-2,
inclusive of field expansion joints and perimeter of ceramic tile < as required. ( 13/AC-3 )
All masonry wall joints ( 14/AC-3) : mechanical equipment enclosure, vehicle wash facility and Service Center building. Also include ma
walls which contain slopes around Police/Fire assembly area, and fr standing wall which encloses Police/Fire parking area and adjoins
northwest corner of PolicelFire building.
b.
c. kterior hollow metal door/panel frames for each building facility
including inside face as required. Hollow metal frames within dete
facility .
d. Duct and pipe penetrations thru masonry mechanical equipment enclos
within Police/Fire building. Provide backing material as required.
e. Exterior deck of sally port inclusive of perimeter of paver tiles,
guardrail/handrail penetrations, etc .
f. Sealant as required in restroom/shower areas.
g. Sealant at glass block frames. Review clarification drawings AR-4 1 AR-13 dates December 13, 1985 for extent. Caulking of block joints
shall be by masons.
h. Sealant at plaster areas as required.
i. Concrete apron expansion joints at Service Center Building, fuel is:
and within wash facility (ref. A-60).
WINDOW COVERINGS - Bid Item 7M
1. Base bid to include furnishing and installation of window coverings per
plans, specifications and as follows :
a. All exterior windows of Police/Fire facility.
b. Interior windows of Police/Fire facility as follows: west elevatior
rooms #I09 and 1~110, north elevation of room 8110, and east elevatio
of roans 11213 and 11216.
c. Service Center building as follows: south elevation exterior window
and #2, interior windows of roan #I013 separating adjacent offices. ‘.a=
1 a *
Pag
LIST OF CONTRACT DOCUMENTS -
I. Contract documents prepared by Ruhnau, McGavin, Ruhnau/Associates, 57
Palmer Way, Suite C, Carlsbad, CA 92008 (619) 438-5899. Plans date
September 16, 1985.
a. Architectural Site Plans Sheets AC-1 thru AC-3
b. Architectural (see item 111)
Public Safety Center Sheets A-I thru A-36
Public Service Center Sheets A-51 thru A-60A
c. Equipment Plans Sheets EQ-1 and EO.-2
d. Structural Plans Sheets S-I thru S-16 (10A thrc
e. Mechanical Plans Sheets M-I thru M-10
f. Plumbing Plans Sheets P-I thru P-8
g. Electrical Plans Sheets E-I thru E-20
11. Project manual (specifications) for the construction of the City of
Carlsbad Public Safety and Service Center prepared by Ruhnau, McGavir
Ruhnau/Associates dated September 16, 1985.
111. Updated/revised architectual sheets A-24 thru A-36, and A-59 revisior
date 3anuary 3, 1986.
IV. Designtech letter date 3anuary 17, 1986, pages 1 thru 3, including
clarification notes (#I thru #IO); pages 4 thru 6 specifying cabinet
finish types and hardware attached hereto and made a part hereof.
Glass block clarification drawings AR-4 thru AR-13, and AR-7A dated
December 13, 1985, attached hereto and made a part hereof. V.
-4-
r e 0
DESIGNTECH rsle
January 17, 1986
David Ruhnau Ruhnau McGavin Ruhnau Associates
5751 Palmer Way Carlsbad, CA 92008
RE: CITY OF CARLSBAD PUBLIC SAFETY AND SERVICE CENTER
Dear David,
Listed below are finishes, changes arid/or comments regarding certain items for the above mentioned project. Also enclosed is a complete list of cabinetry finishes.
1. Toilet Partition CGloL-s
Room #119 Nevamar #S-1-25T Sangaree Room #124 Vilsonart #D325-6 Juniper Room #178 Wilsonart #D48-6 Thistle Room #179 Wilsonart #D325-6 Juniper . Room #238 Nevamar #S-1-25T Sangaree Room #241 lu’evamar #S-3-3 OT Grotto Room #006 Nevamar #S-3-30T Grotto Room #009 Nevamar #S-1-25T Sangaree
2. Pedimat Color
Designtech will make the color selection as soon as Steve Mahoney at Koll Construction receives and provides us with current color samples from the manufacturer.
3. Modernfold Operable Walls
Please note these finishes on the Room Finish Schedule
(sheets A-24 thru A-26) and Finish Specifications Legend
(sheet A-25).
”a
2635 Camino del Rio South, San Diego, CA 92108 (619) 295-698
* (I,
DESIGNTECH a
David Ruhnau
Ruhnau McGavin Ruhnau Assoc.
Carlsbad PSSC
January 17 I 1986
Page 2
4. Carpet Tile for Access Flooring
The carpet tile specification is pending on the selection of an access flooring manufacturer. this decision has been made.
tile will be used in room #111 (even though the access flooring does not continue into this room).
Please contact us when
Also note that this same carpet
5. Mirror Location
Please note the floor to ceiling mirror to be located on the West wall in room #127.
6. Pneumatic Tubes
The pneumatic tube in room $224 is to be located at 45" A.F.F.
This is to allow for the 42" high furniture system panels that
will be against the wall. The other pneumatic tubes that I have noted are in rooms #log, #167 (with access from #168),
and #256. If there are any further changes, please notify us so that we might foresee any other furniture conflicts.
7. Stairway Handrails
Handrail finish is noted on sheet A-24, Room Finish Note #lo.
8. Gym Lockers
Specifications are as follows: Republic Steel Quiet Locker.
with continuous sloping top. mounted on left side of locker.
keyed. Include number plates. Custom color in rooms #12S
and #004 to match Frazee paint #S504D Highland Gray.
Custom color in rooms #120 and #008 to match Frazee paint #S29SD Chippendale.
Single tier 18"W x 18"D x 601'H Locks to be grooved key type,
All locks to be master
t j..
e e
1
DESIGNTECH v
David Ruhnau Ruhnau McGavin Ruhnau . Carlsbad PSSC January 17, 1986 Page 3
9. Wood Base and Doors
The following rooms are to have a 4" walnut base (not oak): #258, #259, #260, #262, #264 and #265.
Doors #26l, #264, #265, #266, #269, #270, #271 and #272 are
to be solid core with walnut veneer, all sides and edges.
10. Interior Door and Window Frames
Paint color to be Frazee #5505D Salem.
If you have any questions, or any of the above requires further clarification, please contact our office as soon as possible.
aren S. Lowe
ENC .
,cc: George Suttle i Steve Mahoney a.
0 0
DESIGNTECH a
January 17, 1986
CABINETRY FINISHES FOR CITY OF CARLSBAD PUBLIC SAFETY AND SERVICE CENTER
Page 1 of 3
* indicates a finish change P. Lam = Plastic Laminate W.V. = Wood Veneer
ROOM # DETAIL # FINISH DESCRIPTION
101 20/A-34 P. Lam. Nevamar #S-1-25T Sangaree
102 22a-e/A-34 P. Lam. Nevamar #S-1-25T Sangaree 103 *21/A-34 W.V. Oak w/ clear matte polyurethane fin: 103 *21a/A-34 W.V. Oak w/ clear matte polyurethane fin:
103 21b/A34 W.V. Oak w/ clear matte polyurethane fin: 103 * 47 /A- 3 6 W.V. Oak w/ clear matte polyurethane fin:
104 19/A-34 P. Lam. Nevamar #S-1-25T Sangaree 111 24/A-34 P. Lam. Wilsonart #D325-6 Juniper 120f125,17/A-34 Carpet Bentley, Kings Road #420-125 Oxford
004,008 120 18/A-34 * P. Lam. Nevamar #S-1-25T Sangaree
125 18/A-34 P. Lam. Wilsonart #D325-6 Juniper
133 10/A-33 P. Lam. Wilsonart #D48-6 Thistle 134 14/A-33 Prefabricated unit
135 15/A-33 P. Lam. Nevamar #S-2-51T Rose Brown 135 16/A-33 P. Lam. Nevamar #S-2-51T Rose Brown 139 12/A-33 (prefabricated unit)
139 13/A-33 P. Lam. Wilsonart #D325-6 Juniper 148 8/A-33 (see general notes #3, sheet A-36) 150 9/A-33 P. Lam. Wilsonart #D48-6 Thistle 152 7/A-33 P. Lam. Nevamar #S-3-30T Grotto 152 7a/A-33 Paint Frazee #5504D Highland Grey 153 6/A-33 (see detail)
154 3/A-33 P. Lam. Wilsonart #D48-6 Thistle
$4 154 4/A-33 P. Lam. Wilsonart #D48-6 Thistle
155 5/A-33 P. Lam. Wilsonart #D48-6 Thistle
Flooring Pirelli Rubber Flooring #103/G805 Battleship Grey, Low Profile Stud
Flooring Pirelli Rubber Flooring #103/G805 Battleship Grey, Low Profile Stud
0 0
DESIGNTECH s
January 17, 1986
CABINETRY FINISHES FOR CITY OF CARLSBAD PUBLIC SAFETY AND SERVICE CENTER
Page 2 of 3
ROOM# DETAIL# FINISH DESCRIPTION
160 2/A-33 P. Lam. Wilsonart #D48-6 Thistle 161A 1/A-33 P. Lam. Nevamar #S-3-30 Grotto 162 48/A-35 Paint Frazee #5504D Highland Grey 163 *23 /A-3 4 W.V. Oak w/ clear matte polyurethane fin
186 27/A-34 P. Lam. Wilsonart #D48-6 Thistle
186 2a/~-34 P. Lam. Wilsonart #D48-6 Thistle
186 28a/A-36 (see general notes #3, sheet A-36)
201 41b/A-35 P. Lam. Wilsonart #D325-6 Juniper 202 41a/A-35 P. Lam. Wilsonart #D325-6 Juniper 204 40 /A- 3 5 P. Lam. Wilsonart #D325-6 Juniper 204 38 /A-3 6 (see general notes #3, sheet A-36) 205 39/A-36 (see general notes #3, sheet A-36)
210 37/A-35 P. Lam. Wilsonart #D325-6 Juniper 211 46/A-36 (see general notes #3, sheet A-36) 213 35a/A-35 P. Lam. Wilsonart #D325-6 Juniper 213 35b/A-35 P. Lam. Wilsonart #D325-6 Juniper 213 36/A-36 (see general notes #3, sheet A-36) 223 34/A-35 P. Lam. Wilsonart #D48-6 Thistle 227 33/A-35 P. Lam. Wilsonart #D48-6 Thistle 244B 29/A-34 le. Lam. Wilsonart #D325-6 Juniper
256 44/A-35 P. Lam. Wilsonart #D324-6 Aspen 259 *45/A-3 5 W.V. Walnut w/ clear matte polyurethane
260, *42b/A-35, W.V. Bi-fold doors: Walnut w/ clear ma’ 262 * 4 2a/A-3 5 polyurethane finish
P. Lam. Cabinetry: Wilsonart #D48-6 Thist 262 * 43 /A-3 5 W.V. Walnut w/ clear matte polyurethane
265 *45/A-3 5 W.V. Walnut w/ clear matte polyurethane 002 25/A-34 P. Lam. Wilsonart #D14-6 Port
012 26a-c/A-34 P, Lam. Wilsonart #D324-6 Aspen
* *T.
8 0 @
DESIGNTECH a
January 17, 1986
CABINETRY FINISHES FOR CITY OF CARLSBAD PUBLIC SAFETY AND
SERVICE CENTER
Page 3 of 3
CABINET/DRAWER PULLS
Cabinetry with plastic laminate finish:
#HC160, White (see note 25e, sheet A-36).
Cabinetry with wood veneer: Forms and Surfaces #€IC213
(not previously noted).
Forms and Surfaces
' .a-
22%
? 070 FCZ;. 2 Kg-
KO0 % . m-
b 5 oiuo .p 2 3-2
2Y F[r s CpoD
mn
7 s 0
K (D
c o--*
2 b C
cr,
0 a' 'I
(D 2 -.
(D
0
tZ -4 2s: 2.": ;Q: - -s 0'
4 gs 3. L
a 0
9
"q e22
ZPI
:a :r> 2
-E3 * .4". %
Lo ".'
LC,
f * p;
99
.p1
$3
$cD io'-
Q-
- --a +J"O : - 0 E$ g-
"zzg 24@
e
- P ~m
City of Carlsbad Public Safety & Service Center Carlsbad. California .
rc.l. p+'L]'-o" revision
job no. dah 2.12.01 12/13/83
Arcn~recrs Planners
RUHNAU McGAVlN RUHNA U/ASSOClATES
J??S Twin Stnd
Rhraldq W D25Dl.666D
615 f Palmw WBV. Sult*C Carlabad CA 02008-1995
rho01 no.
AR5
Archifecfs Planners
RUHNAU MCGAVlN RUHNAU/ASSOCIATES
El# f Polmer War. SdI*C
Rlvenid.; o( 925014440 C.tiab.4 ~02008~f90S
iiuaa4 tnor 8lQltlR 1400
3776 Ionfh Stmet
sheet no.
AR6
RUHNAU McGAVlN RUHNAU/ASSOClATES
3778 Tanfh Stnaf Rlvania~ CA 92501.3660
8751 Palmar WIV SuSa C Carlebed CA 02008 ID95 7iua84 46a4 ~IO/~JB 3800
AR7
revision
ob no.
City of Carlsbad Public Safety & Service Center
realm
d8le
V4L 1'4
Carlsbad, California 2.rz.a 12/13/&5
AfcnrlulS Pfahnerr
RUHNAU McGAVlN RUHNAUIASSOCIATES
b 13 1 Pdmw WIY Svlre C trhbd U Olor38-10~6 J778 TWlh Shd ainnm, 0 0?501.jabo
rharl no.
AR7-A
revirion City of Carlsbad Public Safety & Service Center ob no.
SC JI@
V4" II'*" data Carlsbad. California 2.rz 01 12// 3/83
Afcn,lecfs Planners
RUHNAU McGAVlN RUHNAU/ASSOCIATES
875 I Pdmw Way Sulfe C C/llab.d a 02008 f991 3775 renin Stnd Rlr.rrk~~ CA 92501 3889 71i/e84 4664 dlQ/438 58QQ
shed no.
AR8
I 4,.
P
C Ip 0730 z %= 2 iii,-Ezu g CT-*
0 OD0 b D-hW ZCD 7
z Fii.poP
0 s. g;%
2 o&-- g 2%
5 cna
% E* 2 (D
2 0
?O .a sa 13
a *: sa 5;;; :rZ, T
E2 $
(D C
b -l e
\
CI,
cn *a0
g: a.
i
a
3 -
0
*nu
>::: .- .p
- -\ P '.
7'4.
E
b= -
trv
0,
-
-- __
i+
+I i<
9 ;
pl YC
#-
U Q= 0 e s -i 3
g 2h-J P t
F" F; 31$ v! m € !it. t *tr a
x
-IN
-Kl
>
b t ., - bTi
qL(y r- I 4
, al -IO' .LZn y M 5.
;-I' I%G - 1054M.0.
. 3
c, P D F A
rrvlrlon City of Carlsbad
ob no. Public Safety & Service Center
8C.10
&%jl+' date
0
-
- - -
%a
revision SC.10 City of Carlsbad 3"=(~0b Public Safety & Service Center ob no. d8to Carlsbad. California ' 2.1201 l2/13/& shrrt no. Archttecrs Planners
RUHNAU McGAVlN RUHNA UIASSOCIATES
3r7s Tanin stmst 875 t ps/m*r We7 Sdh C AR-13
R/v.rr/ds. CA 02S01 3660 Cldabdd cAO2008 fgQ5 .l",,?n .no3