HomeMy WebLinkAboutEstrada Hardware Inc; 1985-10-11; 3006-4FOctober 9, 1985
TO: City Clerk
FROM: Furchasing Officer
RE: ESTFADA HARDWARE, INC.
CONTRACT NO. 3006-4F - STEEL DOORS & FRAMES - PUBLIC SAFETY CENTER
Attached are four copies of the above referenced contract ready for
execution of sicjnatures. Insurance certificate will follow. After
retaining one copy, please return the remaining to Purchasing.
c
Ruth Fletcher
ct
7 , 5
*'
i
rcpi4UcJ ; a.C-:
CITY OF CARLSBAD
SAN DIEGO COUNTY
CALIFORNIA
BIDDING WCUENTS
FOR
PUBLIC SAFETY AND SERVICE ENTER
CONTRACT NO. 3006
BID PACKAGE NO. 4
For information relative to this oroject contact:
KOLL CONSTRUCTLOV COMPANY
7330 Engineer Road San Dieqo, CA 92111
Steve Mdhoney, Project Mandqer
(619) 292-5550
/' C
1200 ELM AVENUE
CARLSBAD, CA 92008-1989 (t
Qitp of Qsrlsbab
PURCHASING DEPARTMENT
May 23, 1985
ADDE"MN0. 1
PROJECT: PUBLIC sm AND SERVICE CENTER
BID PACKAGE NO. 4
This addendum, receipt acknowledged, must be attached to proposal
form when bid is submitted.
%F&, Ci) CITY OF CARLSBAD
I acknowledge receipt of Addendum No. 1 to Bid Package No. 4.
idder ' dsignature
*
*
A\ .
TABLE OF CONTENTS
P - Item
NOTICE INVITING BIDS 1
PROPOSAL 5
BIDDER'S BOND TO ACCOMPANY PROPOSAL
DESIGN AT1 ON OF SUBCONTRACT OR S
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
BIDDER'S STATEMENT OF TECHNICAL ARIL ITY AND EXPERIENCE
CONTRACT 15
LABOR AND WTERIALS BOND 19
PERFORMANCE BOND 21
GENERAL PROVISIONS 23
CERTIFICATE OF COMPLIANCE
SPECIAL PROVISIONS/SPECIFICATIONS 31
LIST OF CONTRACT OOCUFENTS
-
if.) ,
‘t
Page
CITY OF CARLSRAD
PUSLIC SAFETY AND SERVICE CENTER
NOTICE INVITING BIDS
The City of Carlsbad invites bids for performing the following work:
8id Package ff4 - Concrete, Reinforcing Steel, Architectural Pre-Cast,
Masonry, Wscel laneous Metal s , Steel Doors and Frames .
1. Sealed bids for performing the work shall be received at the office of ti
Purchasing Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, unti
4:OO PM on the 30th day of May, 1985, at which time they will be opened
read aloud.
The work shall be performed in strict conformity with the specifications
therefor as approved by the City Council of the City of Carlsbad on file
the Engineering Department. Reference is hereby made to said
specifications for full particulars and description of the work.
2.
3. The work, a oortion of the total Public Safety and Service Center Projecl
involves complete sitework development of twenty-six (26) acres includinc
grading, underground utilities, and surface improvements, etc. A fully
improved Police and Fire Administration Building, Vehicle Maintenance
Facility, car wash and fuel island shall also be constructed as a part 0’
the Phase One construction proqram.
4. Koll Construction Company will provide construction management services
the City of Carlsbad and shall orqanize, monitor, coordinate and direct
phdses of the construction at the Public Safety and Service Center.
5. Plans, specifications and biddinq documents may be obtained at the
Purchasinq Deoartment, City Hall, Carlsbad, California, after 3:OO PM on
April 23, 1985 to licensed Contractors for a non-refundable fee as follol
Please call ahead to reserve your documents, (619) 438-5601.
Bid Package No Cost
Complete Set, Specifications Included $50.00
Architectural (AC- 1 thru A-60A) 20.00
Equipment (EQ-I and EQ-2) 1 .oo
Structural (S-I thru S-16) 10 .oo
Mechanicdl (M-I thru Y-IO) 5.00
Plurrbing (P-I thru P-8) 5 .OO
Electrical (E-I thru E-20) 10 .oo
Complete documents are available for review at the following locations:
Construct ion Plan Roans Koll Construction Company, 7330 Engineer Road, San Diego, CA 92111
/-' ,
<
Page
6. A pre-bid conference will be held at the City Council Chambers at 2:00 P
on May 16, 1985 to discuss bidding requirements.
7. If information is required regarding the bid packaqe, drawings and/or
specifications, the bidder SHALL NOT contact the City of Carlsbad nor th
architect. 411 questions and requests for information shall be directed
Koll Construction Company, (619) 292-5550, Steve Yahoney.
8. No bid will be received unless it is made on the proposal form included
with these biddinq documents. Each bid must be accompanied by cash,
certified check or bidder's hod made payable to the City of Carlsbad fo
an amount equal to at least ten percent (10%) of the amount of bid; said
guarantee to be forfeited should the bidder to whom the contract is awarl
fail to furnish the required bonds and to enter into a contract with the
City within the period of time provided for by the bid documents. The
bidders' security of the second and third lowest responsive bidders may
withheld until the contract has been fully executed. The cash, cashier'
check or certified checks submitted by all other unsuccessful bidders sh
be returned to them within ten (10) days after the receipt of bids, and
their bidders' bond shall be of no further effect.
9. The documents included within the sealed bids which require completion d
execution are the following:
1 . Proposal
2. Bidder's Bond
3. Designation of Subcontractors
4. Bidder's Statement of Financial Responsibility
5. Ridder's Statement of Technical Ability and Experience
The entire bid package shall be executed and submitted prior to the time
for the bid opening.
Said document shall be affixed with the appropriate notarized signatures
and titles of the persons signing on behalf of the bidder. For
corporations, rlppropriately notarized signatures of the person authorize
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 in
accordance with the provisions of Chapter 9, Division 3 of the Rusiness
Professions Code. The Contractor shall state hisfher license nuher and
classif ication in the proposal.
IO. The City of Carlsbad reserves the right to reject any or all bids and to
waive any minor irregularity or informality in such bids.
11. Bids shall not modify or contain any recapitulation of the work to be do
Alternate proposals will not be considered unless called for. No oral o
telegraphic changes to the bidding documents will be considered.
.p ,
1
,
Page
12. The amount of bond to be qiven for the faithful performance of the contr
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 (5
of the contrdct price for sdid work shall be given to secure the payment
the claims for any material or supplies furnished for the performance of
the work contracted to be done by the Contractor for any work or labor o
any kind done thereon. Ronds shall be prepared on the forms included
within the bid package. Sureties shall be licensed dnd registered in thc
State of California and subject to apmoval by the City.
13. Partial and final payments on this contrdct shall generally be in
accordance with Section 9 of the 1979 edition of "Standard Specification
For Public Works Construction", as herein modified.
The Construction Manager will, after award of contract, establish a clost
date for the ourpose of making monthly progress payment.
Each month, the Construction Mandger will make an approximate medsurement
of the work performed to the closure date and as a basis for making mntl
payments, estimate its value based on the contract breakdown furnished b!
the Contractor and dpproved by the Construction Manager.
From each progress estimate, ten percent (10%) will be deducted and
retained by t3e aqency, and the remainder less t+e amount of all previou!
payments will he paid to the Contractor. After fifty percent (50%) of tf
work hds been completed and if progress on and auality of the work is
satisfactory as determined by the Construction Ydnager, the deduction to
made from the remaining progress payments and from the final payment wil
be limited to $500 or ten percent (10%) of the first half of the total
contrdct amount, whichever is gredter.
Findl payment for value of work completed under this contrdct, unless Notice of Liens or unpaid bills are on file with the City, shall be made
thirty-five (35) calendar days after dcceptance of the completed work.
City Council approval and filing of a Notice of Canpletion shdll constit(
said acceptance. Application for payments and dispersement of funds wil
be mdde throuqh the Construct ion Manager.
The Contrdctor may, at his/her option, substitute securities, as specific
by Government Code Section 16340, for the retention held on this contract
At the request and expense of the Contractor, securities equivalent to tt
amount withheld may be deposited with the City or with a state or federal
chartered bank as the escrow agent who shall my such monies to the
Contractor upon satisfactory completion of the contract. The Contractor
shall be the beneficial owner of any securities substituted for monies
withheld and shall receive any interest on the mnies.
14. The bid documents are intended to be complementary so that any work cdlk
for in one and not mentioned in the other, or vice versd, is to he execut
the same as if mentioned in all said documents. The intention of the
documents is to include all labor, materials, equipment, transportation c
services necessary for the proper execution of the work.
1
Page L
15. If any person contemplating suhittinq a bid for the proposed contract i: in doubt as to the true medning of any Dart of the nlans, soecificdtions
other proposed contract documents, or finds discrepancies in, or missior
from the drawings or soecification, a request mdy he submitted to the
person named on the title page of the contrdct documents for the
interpretation or correction thereof. Any interpretation or correction (
the proposed documents will be made by addendum duly issued by the City,
and a copy of such addendum will be mailed or delivered to each person
receiving a set of such documents. The City will not be responsible for
any other explanation or interpretation of the proposed documents.
16. Any addendd issued by the City during time of bidding, or forming a part
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 the
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.
17. Ho person, firm or corporation shall be allowed to qdke or file or be
interested in more than one (1) bid for the same work, unless alternate
bids are called for. A person, firm or corporation submittinq a
subproposal to a bidder, or who has quoted prices on mdterials to d Biddl
is not thereby disqualified from submittinq a subproposal or quoting mil
to other bidders.
18. Sidders are required to inform themselves fully of the conditions relati to construction and labor under which the work will be or is now being
performed, and so far ds oossible, the Contractor must employ such metho
dnd means in carryinq out the specified work as will not cause any
interruptions or interference with any other Contractor.
19. The Contractor shall cmply with the provisions of California Labor Code
Part 7, Chdpter 1, commencing with Section 1720.
20. The Contractor shall not oay less thdn the swcified nrevailing rates of
wages established pursuant to Section 1773.2 of the California Labor Cod
A copy of the current applicable wdge rates is on file in the Office of
Carlsbad City Clerk.
Approved by the City Council of the City of Carlsbdd, California, by Resoluti
No. 796.3 , adopted on the ad ddy of Lf;p-;j , 19z.
2? j 983- u4L Date v ALETHA L. RAUTE?IKRANZ, City Cl&
.
*
7
Paqe
CITY OF CARLSRAD
PUBLIC SAFETY AND SERVICE ENTES
CONTRACT NO. 3006
PROPOSAL
City Council
City of Carlshad
1200 Elm Avenue
Carlsbad, C4 92008
The undersigned declares hefshe has carefully examined the location of the w
read the Notice Inviting Rids, examined the plans and specifications, and he
proposes to furnish all labor, materials, equipment, transport ation and sen
required to do all the work to complete Contract No. 3006 in accordance with
the Plans and Specifications of the City of Carlsbdd, and the specid
provisions, to wit:
The following proposal form includes work associated with the project bid
package 84, items A through F.
1. Proposals for the work shall include separate prices for each item of w bid: Bid #4A, or Bid #4B, etc. A proposal for work may include d bidd
combination for any or all items of work, but must also include bids fo
each separate item. 4ward on a combination bid will only be made if it
the lowest of any possible combination of bids and is lower than the to
bids of the lowest responsible bidders on the particular items of work
making up that canbination bid. The City reserves the right to (a) awa
separdte contracts for each hid item, or each combination of bids, or (
make no award at all.
Note: If not bidding on an item of work, the bidder shdll state "no bi
2. Proposals for the work in each bid packaqe shall be complete per the pl
specifications and contract documents. Items listed in the special
provisions are for clarifcation only and shall not be considered as a
complete list of all the required work.
1
3. Quant itis 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 dl1 work unless specif
unit prices are requested within the special provisions. A11 work
associated with sheet nine of the improvement dans (Immla Drive), sh(
be broken out separately on the proposal form.
4. Addenduddl Vo(s). / hasfhave been received and isfai included ir, this proposal.
%
Page
Bid
Item #
CONCRETE
4A- 1 Complete concrete work for the lump sum amount of
I $
4A-2 Deductive cost from Rid Item 4A-1 to construct wash facility in mas(
by others for the lump sum amount of
.I
4A- 3 Deductive cost from Bid Item 4A-1 for construction of reception cour
and locker bases for the lump sum amount of
A ($
4A-4 Additive cost to Rid Item 4A-1 for construction of light pole bdses
the lump sum amount of
$
4A-5 Additive cost to Rid Item 4A-1 for drain pipes behind site walls foi
the lump sum amount of - $ -
REINFORCING STEEL
46- 1 Complete reinforcinq steel work for the lump sum amount of
$
4B- 1 Deductive cost from Rid Item 48-1 to construct wash facility in mas
for the lump sum amount of
($
48- 3 Additive cost to Bit Item 46-1 to furnish rebar for light pole base
for the lump sum amount of
- ..
ARCHITECTURAL PRE-CAST
4c- 1 Complete pre-cast work for the lump sum amount of - .$
>
*
Page
Bid
Item 11
4C- 2 Deductive cost from Bid Item 4C-1 for steel support tubes as specif
for the lump sum amount of -- (S
MASONRY -
4D- 1 Complete masonry work for the lump sum amount of - s
40-2 Additive price to Bid Item 4D-1 to construct wash facility in mason
for the lump sum amount of
$
MISCELLANEOUS METALS
4E- 1 Complete miscellaneous metal work for the lump sum amount of
!j
4E- 2 Alternate price to powder coat steel in lieu of finish included wit
Bid Item 4E-1 for the lump sum amount of: (add or deduct)
s
4E-3 Deductive cost from Rid Item 4E-1 to eliminate special finsish for
lump sum amount of
(S
4E-4 Deductive cost from Bid Item 4E-1 to construct wash facility in mas
for the lump sum amount of
(S
STEEL DOORS AND FRAMES
4F- 1
L (1) + -#?
(2) k2-h 4 lj3t' yq 3
*
Pdqe
Bid
Item /I
COMBINATION BID
4G- 1 Combination Bid Vo's.
For the lump sum amount of
(S - -
Note: Ridders must also bid these individual Rid Item nunbers
separately.
*
0
Page
5. All bids are to be computed on a lump sum basis with separated unit Dric
when requested, as indicated in this proposal. In case of a discrepanc
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 oart of the undersigned in making up this bid.
7. The undersigned agrees that in case of default in executing the require
contract with necessary bonds and insurance policies within twenty (20)
days from the date of award of contract by City Council of the City of
Carlsbad, the proceeds of check or bond accompanying this bid shall becl
the property of the City of Carlsbad.
8. Contractors shall be licensed in accorddnce with the Statutes of the St,
of California providing for the registration of Contractors.
9. The undersigned bidder hereby represents as follows:
a. That no Council Member, officer, agent or employee of the City L
Carlshad is personally interested, directly or indirectly, in tl
contrdct, or the compensation to be oaid hereunder; that no
representation, ordl or in writing, of the City Council, its
officers, agents or employees, has induced hidher to enter intc
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, firm t
corporation making a bid for the same work, and is in all respec
fair and without collusion or fraud.
10. The undersiqned is aware of the provisions of Section 3700 of the Labor
Code which require every employer to be insured against liability for
workers' compensation or to undertake self-insurance in accordance with
provisions of that code, and agrees to comply with such provisions befoi
commencing the performance of the work of this contract.
11. The undersigned is aware of the orovisions of the State of California Lt
Code, Part 7, Chapter I, Article 2 relative to the qeneral prevailing rc
of wages for each crdft or type of worker needed to execute the contract
and agrees to comply with its provisions.
*
*
b
1
Page '
Accompanying this proposal is
in an amount of not less than ten percent (10%) of the total bid price.
EJTPHaf3 A! R3?d&&d & zmc Js/sB J- 95-3 4///iFsb
Bidder's Name State License No. Employer 1.D. Nc
- +4?HM4N fl&y /G, k-5 rH4 3# Bidder's Address Name
/y& @H G%i-~~ : s&qGy,*&A,
Aut ti0 r i zed S ig n atu r e
a--&? .-JS MPRLSNE ESTP&/St Date Name
Type 6f Organization (Individual, Authorized S i@n atu r e
Corporation, Partnership)
List below names of President; Secretary; Treasurer; and Manager, if a
corporation, and names of all partners, if a partnership:
/4ML /c: ES74Hd42 >S&k> &>&zZ-Ld-
3
ENE A. E5TP4Wr;t %-p,r&/7r u- 82-
#/Q/+MEL fX7Pr3DR h\, 1."- E VejWR
(NOTORIAL ACKNOWLEDGEMENT OF EXECUTION BY
ALL PRINCIPALS MUST BE ATTACHED)
(CORPORATE SEAL) + I Subscribed and Sworn to before me this 3Oday
8 of m% , 19&j
P - FO THE CO'tiNTY OF LOS AN1 i ~TARY &*UP+ LIC IN AND i STATE OF CALIFORNIA.
MY Comm Expires Nov 25 19813
*I
Pd9e
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESFNTS:
That we, , as Principal, a
-> as Surety, are held dnd firmly bou
unto the City of Carlsbad, California, in the sum of
Dollars ($ 1, lawful money
the United States for the payment of which sum well and truly to be made, we
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 if
the above-bounden Principal shall duly enter into and execute a contract
including required bonds and insurance policies within twenty (20) days from
date of award of contract by the City Council of the City of Carlsbad, being
duly notified of said award, then this obliqation shall become null and void;
otherwise, it shall be and remain in full force and effect, and the mount
specified herein shall be forfeited to the said City.
In the event any Princioal above named executed this bond as an individual, i
is agreed that the death of any such Principal shall not exonerate the Surety
from its obliqations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this day c
9 19
hK 25953820
> "? 3 il
N I) _* - ? . 5
11'559538201l' I:L 2200OOL,31:7L,211~5602L,~ll' 1
+
Page
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies he/she has used the subbids of the following listec
Contractors in making up his/her bid and that the subcontractors listed will
used for the work for which they bid, subject to the approval of the City
Enqineer, and in accordance with applicable provisions of the specifications No changes may be mdde in these subcontractors except upon the prior approva
the City Engineer or the City of Carlsbad. The followinq information is
required for each subcontrdctor. Additional paqes can be attxhed, if
required:
Work Company Name
-.
-
S ig n a tu r e
Page
BIODER'S STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a notarized or sealed statement of his/her
financial responsibility. Either a current audited income tax or profit/loss
statement.
i fl
/ / - /Asdo L, & / ,&, J/&
P & 9/667 / & g k.'() 7LP-46/7 LY
-
-
Ad- S ig n a tu re
(NcAariza or
Corporate Seal 1
I I I I
Page
, 15
CONTRACT
THIS AGREEMENT, made and entered into this I I $-' day of 0 c-I-~BE~~
by and between the City of Carlsbad California, a municipal corporation
(hereinafter called "City"), and
(hereinafter called "Contractor". 1
City and Contractor agree as follows:
EjsTRADA --v INc.
1. Description of,Work. Contractor shall perform all work specified in tt
c ont r act document s for :
Contract #3006-4F - Steel Doors and Frams - Carlsbad Public Safety and
Service Center
(hereinafter called "project")
2. Provisions of Labor and Materials. Contractor shall provide all labor
materials, tools, equipment and nersonnel to oerform the work specifiec
the contract documents.
3. Contract Documents. The contract documents consist of this contract; 1
bid documents, including the notice to bidders, instructions to bidder:
contractors proposal; the plans and specifications and all proper
amendments and chanqes mdde thereto in accordance with this contrdct 01
plans dnd specifications; and the bonds for the project; all of which (
incorporated herein by this reference .
4. Payment. As full compensation for Contractors oerformance of work undc
this contract, City shall make payment to Contrdctor per the terms out1
in the Notice Inviting Bids, Item 13.'
Five Hundred Sixty and OO/lOO
Payment of undisputed contract amounts shall be contingent upon Contrac
furnishing City with a release of all claims against City and Construct
Manager drisinq by virtue of this contract as it relates to those amour
Extra compensation equal to 50 percent of the net savings may he paid I
Contractor for cost reduction changes in the plans or swcifications rnc pursuant to a proposal by Contractor. The net savings shall be detennj
by City. No payment shall be mdde unless the Ghdnge is approved by thc
City.
Contract mount SiW ~o~~d s 60.560.00
5. Independent Investiqation. Contractor has made an independent
investigation of the jobsite, the soil conditions under the jobsite, ar
all other conditions that miclht affect the progress of the work, and i:
aware of those conditions. The contract price includes payment for dl!
work that may be done by Contractor in order to overcane unanticipated
underground conditions. Any information that may have been furnished 1
Contractor by City about underground conditions or other job condition:
for Contractor's convenience only, and City does not warrant that the
conditions dre as thus indicated. Contractor is satisfied will all jot conditions, including underground conditions and has not relied on
information furnished by City.
.
Page
6. Contractor Responsible for Unforeseen Conditions. Contractor shall be
resDonsible for all loss or damage arising out of the nature of the worl
from the action of the elements or from any unforeseen difficulties whic
may arise or be encountered in the prosecution of the work until its
acceptance by the City. Contractor shall also be responsible for expen!
incurred in the suspension or discontinuance of the work. However,
contractor shall not he responsible for reasonable delays in the comple
of the work caused by acts of God, stormy weather, extra work, or matte
which the specifications expressly stipulate will be borne by City.
7. Change Orders. City may, without affecting the validity of this contra
order changes, modifications, deletions and extra work by issuance of
written change orders. Contractor shall make no change in the work wit
the issuance of a written change order, and Contractor shall not be
entitled to compensation for any extra work performed unless the City h
issued a written change order designating in advance the amount of
additional compensation to be mid for the work. If a change order dell
any work the contract price shall be reduced by a fair and reasondle
amount. If the parties are undble to agree on the amount of reduction
work shall nevertheless proceed and the amount shall be determined by
arbitration or litigation. The only person authorized to order changes
extra work is the City Engineer. Yowever, no change or extra work orde
excess of $5,000.00 shall be effective unless approved by the City
C ounci I.
8. Prevailing Waqe. Pursuant to the Labor Code of the State of California
the City Council has ascertained the qeneral prevailing rates of per di
wages for each craft or type of worker needed to execute the contract a
schedule containing such information is in the City Clerk's office and
incorporated by reference herein. Pursuant to Labor Code Section 1774
contractor shall pay prevailing wages. Contractor shall post copies of
applicable prevailing wages on the job site.
9. Indemnity. Contractor shall indemnify, hold harmless and defend the
Construction Manager and the City and its officers and employees, and e
of them, from any and all liability or loss resulting from any suit, cl
or other action brought against the City, or for any other losses of
whatever nature, directly or indirectly arising from the acts of Contra
or its officers, employees or agents done in the construction of this
project or in the performance of this contract regardless of responsibi
for negligence. The expenses of defense include all costs and expenses
including attorneys fees, of litiqation, arbitration or other dispute
resolution method. Nothing in this paragraph shall require contractor
indemnify City for losses caused by the active negligence of City.
10. Contractor shall rxovide Certificates of Insurance evidencing coverage
amounts not less than the following:
3
Page
Coverage Combined Sinqle Limi
Automohi le Liability $ 500,000
General Liability 500,090
Product s/Complet ed Ope rat ions 500,000
Blanket Cont r acturdl 500,000
Cont r dc t o r ' s Pr ot ec t ive 500,000
Persond Injury 500,000
Excess Lidbility 500,000
Other T
Contractor may be required to increase 2e limits of lidility insurance
the size and nature of the project requre excess coverage.
Contractor shall cause the City and Construction Manager to be named as
additional insured on all policies concerning the subject matter or
performance of this contract.
11. Vorkers Compensation. Contractor shall comply with the requirements of
Section 3700 of the California Labor Code. Contractor shall also assum
the defense and indemnify and save harmless the City and Construction
Manager and its officers and employees from all claims, loss, damage,
injury and liability of every kind, nature and description brouqht by ar
person employed or used by Contractor to perform any work under this
contact regardless of responsibility for negligence .
12. Proof of Insurance. Contrdctor shall submit to the City through the
Construction Manager, certification of the policies mentioned in Paragrc
10 and 11 or proof of workers' compensation self insurance prior to the
start of any work pursuant to this contract. Certificates of insurance
shall provide that the insurance will not be cancelled until the expirat
of at least thirty (30) days after written notice of such cancellation t been qiven to the City.
13. Arbitration. Any controversy or claim in any amount up to $100,000 ari:
out of or relating to this contract or the breach thereof may, at the
option of City, be settled by arbitration in accordance with the
construction industry rules of the Americdn Arbitration Association and
judgment upon the award rendered by the arbitrator(s) may be entered in
California court having jurisdiction thereof. The award of the
arbitrator(s) shall be supported by law and substantid evidence as
provided by the California Code of Civil Procedure, Section 1296.
14. Maintenance of Records. Contractor shall maintain and make available to
the City, upon request, records in accordance with Sections 1776 and 181
of Part 7, Chapter 1, Article 2 of the California Labor Code. If the
Contractor does not maintain the records at Contractor's principal place
business ds specified above, Contractor shall so inform the City by
certified letter accompanying the return of this contract. Contractor
shall notify the City by certified mail of any change of address of suck
records.
Subscribed and Sworn to before me this 2 day
I_p_ 4,
of &AkwL , 1gb5 - $f
/l./gKxuL, LL.1 /2!!lL
'NCTARY P%BL!kC IN AND FOR THE COU'NTY-'OF-"LOS ANGELES
STATE OF CALIFORNIA.
J
*
Page
15. Labor Code Provisions: The provisions of Part 7, Chapter 1 commencing v
section 1720 of the California Labor Code are incorporated herein by
reference.
16. Se urit . Pursuant to the requirements of law (Government Code Section
Mpropriate securities may be substituted for any monies withheld
City to secure performance of this contract or any obligation estdlishf
by this contract.
17. Additional Provisions. Any additional provisions of this agreement are
forth In the "General Provisions" or "Special Provisons" attacw=he*J heretc
and mdde a part hereof.
&& / x &!-,L C odr actor
(SEAL
(Not ari a1 dc knowledgement of
execution by ALL PRINCIPALS
e must be attached.) AA/, / ,&59da. .
Title
/Tg' /i By !cz&L&e+u ?3fzLL-e-
\ 1, PA- 5 t n LT/J .r
Title
3116 DAMON WAY
BURBANK, CA 91 50 5
Contractor's Principal Place of Rusini
CI
BY
ATTEST:
Contractor's Certification of Awareness of Workers Canpensation Responsibilii
"I am aware of the provisions of Section 3700 of the Labor Code hich requirt
every employer to be insured against liability for workers compensation or tc
undertake self-insurance in accordance with the Drovisions of that code, and
will comply with such provisions before commencing the performance of the WOI
of this contract .'I \(& Co rdctor ,& 0- 4-L
$
4 x* 1
4
Paqe
LABOR AND MATERIAL BOND . BOND MO. 2 548 539-l PREM: INCL . m P3m .
KNOW ALL PERSONS RY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, by
Resolution No. 8053 adopted June 11, 1985 , has awarde
ESTRADA €lARDm, INC. , hereinafter design
as the "Principal", d contract for:
Contract #3006-4F - Steel Doors and Frms - Carlsbad Public Safety and
Service Center
in the City of Carlsbad, in strict conformity with the drawings and
specifications and other contract documents now on Pile in the Office of thc
City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said contract ar
the terms thereof require the furnishing of a bond with said contract, provj
that if said Principal or any of his/her or its subcontrcictors shall fail tc
for any materials, provisions, provender or other supplies or teams used in
upon for or about the performance of the work agreed to be done, or for any or labor done thereon of any kind, the Surety on this bond will pay the same
the extent hereinafter set forth.
NOW, THEREFORE, WE, ESTRA.DA IUXDWAAXE COS, INCm
as Principal, hereinafter designated as the "Contractor", and TEE 0610 CASUALTY INXUIIANCE COflPANY as Surety, are held and firmly bound unto the City of Carlsbad, in the sum (
THIRTY %iOUSAI$D TWO EUKDRED EIGH.TY 8c NO/EOO-- Dollars ($ 30,2@0.00 said sum beinq equal to 50 percent (50%) of the estimated mount of the
contract, to be paid to the said City or its certain attorney, its SUCC~SSOI
and assiqns; for hich payment, well and truly to be made, we bind ourselve:
our heirs, executors and administrators, successors or assigns, jointly and
severally, firmly by these Dresents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if person or his/her
subcontrdctors fail to pay for any materials, provisions, provender or othe
supplies, or teams used in, upon, for, or about the performance of the work
contracted to he done, or for any other work or labor thereon of any kind,
for amounts due under the Unemployment Insurance Code with respect to such or labor, that the Surety or Sureties will pay for the same, in an mount n
exceeding the sum swcified in the bond, and also, in case suit is brouaht
the bond, a reasonable attorney's fee, to be fixed by the court, as requirec
the provisions of Section 4202 of the Government Code of the State of
C a1 i f o r ni a.
i ' <
Pdge
This bond shall insure to the benefit of any and all persons, companies and
corporations entitled to file claims under Section 1192.1 of the Code of Civi
Procedure so as to give d right of action to them or their assigns in any sui
brought upon this bond, as required by the provisions of Section 4205 of the
Government Code of the State of California.
In the event that any Contractor above named executed this bond as an
individual, it is agreed that the death of any such Contractor shall not
exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor
Surety above named on the 24 day of SE;,DTElIL"ii3XR , 19 85 .
I
ESTBADA Z~RDIJAE GO., INC, ---
(Notarize or Corpordte
Seal for Each Signer)
I
b TIFIE OHIO CASTJALTY I~JBANCE corm
--,NOliTd HOLLYbfOOD, CA. 91606 12200 SY:LVAN ST.
K', (Jj 'L&~--h2 c + !- ,?> B,// - c -4':
L &JFEJJJ A o pic{:.UIT\gm~S , A i*smey-i.i
r
§TATE OF
SEPTEMBER 1985 24 ............. On this ............ day of ......e...e.........................9 in the year before r
ANXE N. LARSON ................................................................. a NOTARY PUBLIC in and for s;
SHARON .A. McGUIf\3NESS State, personally appeared ................................................................. persona known to me (or proved to me on the basis of satisfactory evidence) to the person whwe name is subscribed to this instrument as the attorney- fact of THE OHIO CASUALTY INSURANCE COMPANY, and ackno edged to me that he (she) subscribed the name of THE OHIO CASUAL' INSURANCE COMPANY thereto as Surety and his (her) own name
COWWW LOS ANGELEX I=
(Notary's Name)
My Commission Expir
S-4828
J *n CERTIFIED COPY OF POWER OF ATTORNEY
i TEE QHIO CAS
HOME OFPICE, HAMLTON, OH18 No ,
xmm All fin by mpkw prPsPnt& =t THE OHIO CULJALlY nwm"cE COMPANY. in Purr
of authority granted by Article VI, !ktion 7 of the By-Laws of mid Company. dou hemby nominate. wnatitute and ay
Sharon A, McGuinness - - - - - - - - - - - - - - - - d North Hollywood, Califor
h tme and lawful agent -in-fact, to make, execute, seal and deliver for and on ita behalf as rurety, I
ita act and deed Any and all bonds, recognizances, stipulations or undertakings excli
however, any bonds or undertakings guaranteeing payment of loans, notes or the
and attorney
interest thereon. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - ........................................
And the execution of auch bonda or undertaking~ ip puronance of them prersnta, shall be IU binding rrpon uid Corn
a. fdy and amply, to aU intent. and purpose^. as if they had been duly executed and acknowledged by the rei dectd officers of the Company at ita office in Hamilt- Ohio, in their own proper permru
k WITNESS WHEREOF, the undermplsd officer of the rid The Ohio G
Insurance Company has horeunto ~ubscnbed hb name and affixed the &rporate sed
~\\\\~~~~~~"""ll"/~ @;yJ-!.!!&
% 2 .......... ..%< (simed) Richard T. Hoffman i#,lros &@'' ................ ".I,, ,,,,,,,,, ),\,\i\+\\
&>. $-a ..A ..e5 $2; $si SEAL !zs .aid The Ohio hualty hranw Company thin 9th day of December
SF ., .-s zz 3 2.. ...:*s
".........n.."................n......~-..n..~.."..~.."~.~
Asst. Secretary } ss. STATE OF OHIO,
COW OF BUTLER
day of December A. D. 19 80 On thia 9th
the aubncriber. a Notary Public of the State of Ohio, in and for the County of Butler. duly commi.sioned ad qualified
Richa d T. Hofkrnag est, Secr tar - - - pe-nafiy known to t e'in 'vidual and ozcer gscribed in. and who executed the preceding inatrumant. and he ai ledged the execution of the same. and being by me duly .worn depowth and 4th. that he is the officer of the Co aforesaid, and that the mal affixed to the preceding indrument is the Corporate Seal of said Company. and the Mid Cor Sear1 ad his signature M officer were duly affixed and subscribed to the said instrument by tb authority ad direction Mid &rpoaation.
IN TESTIMONY WHEREOF. 1 have hereunto set my ,hand and aflixad my 1
of THE OHIO CA§UALTY INSURANCE COMPANY,
Seal st the City of Hamilton. State of Ohm. the day and year first above written.
(Signed) Dorothy B ibee ................................................................................... Notary Public in and for County of Butler. State of December 11, 1' My Cornmiasion expires .......................... .-.... .." .....
This power of attorney is grand under and by authority of Article VI. Section 7 of the By-Law. of the Company, ador ib directorr on April 2. 1954, extract. from which read:
"ARTICLE VI"
"Section 7. Appohtmeat of Attorney-in-Fact, ate. The chairman of the board, the president, any rice-prmeidei
secretary or any arsistant secretary shall be and ia hereby rcmted with full power and authority to appoint attorney* for the pUrp060 of aigning the name of the Company as surety to, and to execute, attach the corporate seal. adrno and deliver any and sll bonds, recogniza- stipulations, undertaking. or other instrument. of suretyship and poli
insurance to be given in favor of any individual, firm. corporation, or the official reprasentative thereof. or to any
or date. or any official board or board. of county or &ate, or the United Statu of America, or to any other politicl dirision."
?Xis hatrumant is signed and sealed by facsimile as authorized by the following Meiolution adopted by the directors Company on May 27. 19702
"~OLVED that the dgnature of any 05Cer of the Company authorized by Article V1 Section 7 of the by-lam to a attorneys En fact, the rignature of the Secretary or any Adatant Secretary certifying to the correctnerr of any cop
power ob atPorney and the .ea1 of the Company may be aflixed by facsimile to any power of attorney or copy thereof
OD behalf of the Company. Such mgnaturer and seal are hereby adopted by the Csmpany as original eignaturu un to be valid and bbdkg uFon the Company with the anme force and effect as though manually ubxecl"
CERTIFICATE I. the ~ndenig~tad Aaaiotaot Sscratary of The Ohio Casualty Insurance Company, do hereby certify that the folggping of athaey, Article VI -on 7 of the by-laws of the Company and the above Resolution of it^ Board of Directom a ad correct m ad are in fd force and effect on thia date.
IN ww -OF, I have hereunto .et my hand and the seal of the Company thio 24 day of SEPT A. B..
,,\nnulmnm &L +/ c &m!!$$. 2 b ..-*-- ...,$-a
.:\.e .& s&/
5. % 2%. ,*.@
*4&$W*
./ I.,. SEAL !sz .== 2-s ZI:
Q
-,-i " *&........ (@&* Assistant Secretary
S-4295-C 10-74-2500
/ &%
Pagc
BCED XO, 2 548 539-' PERFORMANCE BOND
2REMIbEl: $363.00
KNOW ALL PERSONS BY THESE PRESFNTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 8053 adopted June 11. 1985 , hds award€
ESFA HARDFTARE, INC. , hereinafter desigr as the "Principal", a contract for:
Contract #3006-4F - Steel Doors and Fres - Carlsbad Public Safety and
Service Center
in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents now on file in the Office of thc
City Clerk of the City of Carlsbad.
WHEREAS, sdid PrinciDal has executed or is about to execute said contract ar
the terms thereof require the furnishing of a bond for the faithful performi
of said contrdct;
NOW, TYEREFORE, NE, ESTRADA L3ARD'WAR.E GO., IKC-
as Principal, hereinafter designated -as the "Contractor", and
as Surety, are held and firmly hound unto the City of Carlsbad, in the sum c S,IXTY TfICUXAlYD PIE3 IEKNDLKED SIXTY & lUC/lOO-- Dollars ($60,560 -00
sdid sum being equal to 100 percent (100%) of the estimated amount of the
contract, to be paid to the said City or its certain attorney, its SUCC~SSOI
and assigns; for which payment, well and truly to be made, we bind ourselves
our heirs, executors and ddministrdtors, successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contrdctc
his/her or its heirs, executors, administrators, successors or assigns, shal
all things stand to dnd abide by, and well and truly keep and perform the
covenants, conditions, and aqreements in the said contract and any dteratic
thereof made ds therein provided on his/her or their part, to be kept and
performed at the time and in the manner therein specified, and in all respec
according to their true intent and meaning, and shall indemnify and save
harmless the City of Carlsbad, its officers and agents, as therein stipulate
then this obligation shall become null and void; otherwise it shall remain i
full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no
chdnge, extension of time, alteration or addition to the terms of the contr?
or to the work to be performed thereunder or the specifications accompanying
same shall affect its obligations on this bond, and it does hereby waive not
of any change, extension of time, alterations or addition to the terms of tt
contractor or to the work or to the specifications.
BE OBIO CASUALTY IKST~NCE cormmy
/ A. +
Page
In the event that any Contractor above named executed this bond as an
individual, it is aqreed thdt the dedth of any such Contractor shall not
exonerate the Surety from its obligations under this bond
IN WITNESS WHEREOF, this instrument has been duly executed by the Contrdctor Surety above named on the 24 day of SEPTXMBZR , 19 85.
EXTMDA &RDW&J@3 GO,, I%C. -I
i 1 .O
J
(Notarize or Corporate
b Sed for Each Signer)
TliE OHIO CAs'isALTY INSURANCE COMB
12200 SYLVAN ST.
1
Sur et
: SEAR& A. YlcGUITTESS , A ttorney-i
STATE OF CALIFORNIA
cou QF LOS ANGELES e&
24 SEPTEKBER On this ............ day of ............s........*...........m..9 in the year ..%?.?, before r
ANNE "I LARSCN ................................................................. a NOTARY PUBLIC in and for s(
State, personally appeared SIIARON A. McGUINESS persong known to me (or groved to me on the basis of satisfactory evidence) to the person whose name is subscribed to this instrument as the attorney- fact of THE OHIO CASUALTY INSURANCE COMPANY, and acknoi edged to me that he (she) subscribed the name of THE OHIO CASUAL: INSURANCE COMPANY thereto as Surety and his (her) own name attorney-in-fact.
(Notary's Name) .................................................................
&-.dp] *&% ........................................................... Notary Public in md for rid st
My Commhion Expu ea...
5-4828
e. A- CERTIFIED COPY OF POWER OF ATTORNEY
CE c m
HoLBe: QFFIa HAMILTON, 8HIo No.
gmm ,&I1 &n bg @&fit PfpBMfi: That "HE OH10 CASUALTY INSWCE COMPANY. in par
of authority granted by A~ticJe VI. sectiom 7 of the By-bwa of aid Company, doa hereby nominate, constitute and a1
Sharon A, McGuinness - - - - - - - - - - - - - - - - of North Hollywood, Calif01
ib true and lawful agent
it. act and deed Any and all bonds , recognizances, stipulations or undertakings excli
however, any bonds or undertakings guaranteeing payment of loans, notes or the
and attorney -in-fact, to make, execute. 8-1 and deIiver for and on ita behalf as surety,
interestthereon.------------------------------- ........................................
And the execution of auch bond. or dertakiqp ha puramnce of these pre.snth aha be M binding upon nM Cci
as fully and amply, to all intents and pu-. aa if they had been duly axecuted and acknowledged by tho rq, elected o&on of obe Company at ib o&ce in Hamilton, Ohio, in their own proper persons,
In WITNES3 WHEREOF. the underaignsd officer of the rid The Ohio Cd
hurance Company ha. hereunto subscribed hi. name and affixed the corporate sed
.aid The Qhio Casualty hranco Company thia 9th day of December
(simd) Richard T. Hoffman ......................................................... "-"..-....~.-..-..-...
Asst. Secretary } ss. STATE OF OHIO,
COUNT" OF BUTLER
&thio 9th day of December A. D. 19 80
the subacriber, a Notary Public of the State of Ohio, in and for the County of Butller. duly commiuioned and qualified
$&kz;,dkkw??$ mt?'in 'viddl and of&er dscribed in, and who executed the preceding instrument, and he at ledged the execution of the -me, and being by me duly morn deposeth and aaith. that he ia the officer of the Coi doremaid. and that rha seal affixed to the preceding hDtNrnent is the Corporate Seal of said Company. and the aaid Cor Seal ad hia signature aa officer were duly affixed and aubcribed to the said instrument by tha authority and direction Mid Corpsration.
%% pst Secr tar - - - of THE OHIO CASUALTY INSURANCE COMPANYn
IN TESTIMONY WHEREOF, 1 have hereunto ret my .hand and a6ixed my C Seal at the City of Hamilton, State of Ohm. the day and year first above written.
(Signed) Dorothy Bibee ........................... .......................................................... Notary Public in and for County of Butler, State of 4 December 11, 19
This power d attorney ia granted under and by authority of Article VI, Section 7 d the By-Lwa of the Company. sdopl its directors on April 2. 1954, extracts Prom which read:
My Commission expires ........................... .. ...... .. ......
"ABIICLE W'
"Section 7. Appointmen! olt Attorney-imFact, eh. The chairman of the board, the president. any rice-prcuiden recr-ry or any amistant wretary .hall be and is hereby Tuted with full power and authority to appoint sttornopi POP the purpose of si-g the name of the Company as surety to, and to axecuts. attach the corporate seal, ackrmv and deliver any and all bond* recognizanceo. etigulations. undertakings or other inatrumenta of suretyahip and polic
inasranc4, to be given in favor of any individual, firm. corporation, or the official reprasentative thereof. or to any c
or state..pr any official board or boards of county or mtata, or tho United Statu of America. or to any other pobk &&ion.
7%~ inmtrument is aimed and ~akd by facsimile ai authorized by the following Rwolution adopted by the directom company on by 27, 1970;
'*IXSOL~ that the dgnature of any officer of the Company authorized by Airticla VI Section 7 of tho by-law to .F attomem in foe the aignat9re of the Secretary or any Awttant Sacretary certifying to the correctne~~ of any copy
power of attorney and the meal of the Company may be affixed by facsimile to any power of attorney or copy thereof 1
on behalf 0% the Company. Such mgnatursr and sea1 are hereby adopted by the Company as OngiMl clignaturu rnd to be did and bin&% upon the Company with the Mme force and effect as though manually affixed."
CERTIFICATE 1, the ~tlndertigned Anistaat Secretary aP The Ohio Carppalty Insurance Company, do hereby certify &it tho foregoin8 1 of attomay, Article VI Section 7 of &e by-laws of the Company ad the above Resolution of its Bead ef Directon ari and correct cepiam and are in fd force and effect on thia date.
IN W"33 WHEREOF. I have hereunto aet my hand and the s-1 of the Company this 2hy of SEPT -A D.. 1
/.Lzj#lAL *,,\\\\yp& &$?L~~..... ..4. ..&
\ %.. *@ &,.
5,: ?I: SEAL iZ$ /* I % &.* ...< $
*&I1 1,,,,1,, \ll\W*'*
v 4%
SF: ><=
=.I. =0.
%oi4Kiici.b* \* Assistant Secretary
5-4295-C 10-74-2500
Page
GENERAL PROVISIONS
1. PLANS AND SPECIFICATIONS
The specifications for the work shdll consist of the latest edition of t
Standard Specifications for Public Works Construction hereinafter
designated SSPWC, as issued by the Southern Chapters of the American Pub
Works Association, the City of Carlsbad supplement to the SSPWC, the
Contrdct documents and the Generdl and Special Provisions attached
thereto.
The Construction Plans consist of 15 sheet(s). The standard drawings
utilized for this project are the San Diego Area Regional Standard
Drawings, hereinafter designated SDRS, as issued by the San Diego Count)
Department of Trdnsportation, together with the City of Carlsbad
Supplemental Standard Drawings. Copies of pertinent standard drawings 1
enclosed with these documents. A detailed list of the plans and
specifications are dttached hereto and made d part bereof.
2. WORK TO BE DONE
The work to be done shall consist of furnishing all labor, equipment an<
materials and oerforming all operations necessary to complete the projec
work as shown on the project plans and as specified in the specificatior
3. DEFINITIONS AND INTENT
A. Architect:
The word "Engineer" shall mean the architect or his approved
representative.
B. Cons truct ion Mandger:
The word "Construction Mandger" shall mean 14011 Construction Canpan1
C. Reference to Drawings:
Where words "shown", "indicdted", "detailed", "noted", "scheduled"
words of similar import are used, it shall be understood that refer
is made to the plans accompanying these provisions unless stated
otherwise.
D. Directions:
Where words "directed", designated", "selected" or words of similar
import are used, it shall be understood that the direction, designd
or selection of the Construction Manager is intended unless stated
otherwise. The word "required" and words of similar import shall b
understood to mean "as required to properly complete the work as
required and ds dpproved by the Construction Mdnager" unless stated
otherwise. .
*
Page
E) Equals and Approvals:
Were the words "equal", "approved equal", "equivalent" and such wor
of similar import are used, it shall be understood such words are
followed by the expression "in the opinion of the Architect" unless
otherwise stated. Where the words "approved", "approval",
"acceptance", or words of similar import are used, it shall be
understood that the approval, acceptance, or similar import of the
Architect is intended.
F) Perform and Provide:
The word "perform" shall be understood to mean that the Contractor,
herthis 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 medn that th
Contractor, at herthis expense, shall furnish and install the work,
complete in place and ready to use, including furnishing of necessar
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 the
time of receiving bids. It shall be understood that the manufacturers c
producers of materials so required either have such specifications
available for reference or are fully familiar with their requirements as
pertaining to their product or material.
5. CONSTRIJCTION SCHEDULE
The Contractor shall orovide Consruct ion Manager with a Construction
Schedule indicdting work activities and length of time required for each
activity. The Contractor shall review with the Construction Manager
monthly the Construction Schedule to insure completion of the whole or t
part of the work.
The Contrdctor shall begin work after being duly notified by an issuance
a "Notice to Proceed" and shall diligently prosecute the work to canplet
in connection with the construction schedule as approved by the
Construct ion Manager.
6. NONCONFORMING WORK
The Contractor shall remove and replace any work not conforming to the
plans or specifications upon written order by the Construction Manager.
Any cost caused by reason of this nonconforming work shall be borne by t
Contractor.
<
Paqe
7. GUARANTEE
All work shall be quaranteed for one year after the filing of a "Notice
Completion" and any faulty work or materials discovered during the
guarantee period shall be repaired or replaced by the Contractor.
8. MANUFACTURER "5 INSTRIJCTIONS
Where installation of work is required in accordance with the product
manufacturer's directions, the Contractor Shall obtain and distribute t!
necessary copies of such instructions, including two copies to the
Construct ion Yanager .
9. INTERNAL COMEUSTiON ENGINES
All internal combustion engines used in the construction shall be equip with mufflers in good repair when in use on the Droject with special
attention to Carlsbad Municipal Code, Chapter 8.48.
10. CITY INSPECTORS
All work shall be under the observation of a City Construction Inspecto
Inspectors shall have free access to any or all parts of work at any ti
Contractor shall furnish Inspectors with such information as may be
necessary to keep her/him fully informed regdrding 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 RY 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 he read and enforced as though it were included herein, and if,
through mistdke or otherwise, any such provision is not inserted, or is
correctly inserted, then upon application of either narty the contract
shall forthwith be physically amended to make such insertion or
correct ion.
12. INTENT OF CONTRACT DOCUMENTS
The Contractor, her/his subcontractors and materials suDpliers shall
provide and install the work as indicated, specified dnd 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
relative to said intent will be find 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.
% ,
Page
13. SUBSTITUTION OF MATERIALS
The Proposal of the Bidder shall k in strict conformity with the drdwir
and specifications and based upon the items indicated or sDecified. Thf
Contractor may offer a substitution for any material, dpparatus, equipm
or process indicated or specified by patent or proprietary names or by
names of manufacturer which shefhe considers equal in every respect to
those indicated or specified. The offer made in writing, shall include
proof of the State Fire Yarshal's wproval (if required), all necessary
information, specifications and data. If required, the Contractor, at
herfhis own expense, shall have the oroposed substitute, material,
apparatus, equiDment or process tested as to its quality and strength, j
physical, chemical or other characteristics, and its durability, finish,
efficiency, by a testing hbordtory as selected by the City. If the
substitute offered is not deemed to be equal to thdt so indicated or
specified, then the Contractor shall furnish, erect, or install the
material, dpparatus, equipment or process indicated or specified. Such
substitution of proposals shall be made prior to beginning of construct
if possible, but in no case less than ten (10) days prior to actual installation. Substitution shall also include a statement of credit to
issued .
14. RECORD DRAWINGS
The Contractor shall provide and keep up to date a complete "as-built"
record set of olans, which shall be corrected daily and show every chaq
from the original drawings and specifications and the exact "as-built"
locations, sizes and kinds of equipment, underground pipinq, valves, arx:
all other work not visible at surface grade. Prints for this purpose m,
be obtained from the Architect at cost. This set of drawings shall be kc
on the ,job and shall be used only as a record set. IJpon completion of
work, and prior to release of retention, the Contractor shall transpose
"as-built" information on to a set of reproducible sepias. Drawings sh
be drafted in a professional manner and shall locate by dimension and
elevation all concealed work, and changes in manufacturer information.
"As-builts" for the sitework (bid package nuher 1) shall be prepared b,
the engineer of record.
15. PERMITS
The general construction, electrical and plunbing permits will be issuec the City of Carlsbad at no charge to the Contractor. The Contractor is
responsible for all other required licenses and fees.
%
>
Page
16. QUANTITIES IN THE SCHEDULE
The City reserves and shall have the right, when confronted with
unpredicted conditions, unforeseen events, or emergencies, to increase (
decrease the quantities of work to be performed under a scheduled unit
price item or to entirely omit the performance thereof, and upon the
decision of the City to do so, the Construction Manager will direct the
Contrdctor to proceed with the said work as so modified. If an increasc
the quantity of work so ordered should result in a delay to the work, tl
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 01
Federal, State and Municipal safety laws and building codes to prevent
accidents or injury to persons on, about or adjacent to the premises whc
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 shall
post danger signs warning against hazards created by such fedtures of
construction as protruding nails, hoists, well holes and falling ma teri a1 s .
18. SURVEYING
Column control lines, offset outside the perimeter of the building, and
vertical control (benchmark) will be furnished by others. Contractors
shall perform their own engineering (survey staking) including elevatioi
as required.
Survey staking for the sitework (bid package nuder 1) shall be provide(
the City. Rough grade stakes at 50'-0'' centers minimum to or toe-of-slc
as required, surface and underground improvements at 25 '-0" to 50'-0''
centers including critical points with offsets, and blue tops for build
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:
Aqency Abbreviation
American Society for Testing Materials 4s TM
U .S. Government Fed. Spec.
National Board of Fire Underwriters NBFU American Ins ti tut e of S tee1 Cons tr uct ion AI sc
American S t and ard s A ssoci at ion ASA
Underwriters Laboratories , Inc. UL
iepaqtmen of C m rc t ndards @I merican EoncreE fnsti%uee
Page
20. STORAGE
Space for storage and temporary buildings will be allocated by the
Construction Manager as job conditions permit. Temporary offices or she
shall be constructed of fire resistant materials. Material and layout n
be approved by the Construction Manager prior to installation.
21. TESTING AND INSPECTION
Testing and inspection shall be as required by the Specifications. The
Contractor shall he required to cooperate fully with the inspecting ager
during inspections at a fabricating plant and/or on the jobsite and shal
provide ladders, platforms, scaffolds and/or safe accessibility to the v
for such inspections and/or tests.
22. SCAFFOLDING AND HOISTING
The price shall include all costs for the following:
a. Scaffolding and shoring required for the Contractor's work.
b. Hoisting required for the Contractor's work.
23. CLEAN UP
The Contrdctor shall keep the Dremises free at all times from all waste
materials, packaging materids and other rubbish accumulated in connectj
with the execution of the work by collecting and depositing said materi<
and rubbish in locations or containers as designated by the Constructior
Manager.
24. TEMPORARY FACILITIES
Temporary toilet facilities and drinking water for the use of all trade2
will be provided.
25. FORCE REPORTS
Force reports indicating trade and personnel per trade shall be submittc
to the Construction Manager daily. A brief description of work perform6
shall be included.
26. ELECTRICAL POWER
Electricdl power will be provided in the building for the use of the
Contractor for special lighting and operation of small tools only. Powc
will he single phase at 208 volts or 240, and 120 volts. It is the
Contactor's responsibility to provide extension cords and/or wiring fror
central distribution ooints. Power will not be provided for high voltac
or heavy amperage type equipment such as welding machines and any swci<
power requirements shall be provided and paid for by the Contractor. .
*
,
Page
27. BACKFILL AND COMPACTION
Backfill and compaction of trenches shall he in conformance with the 197
edition of "Standard Specifications for Public Works Construction".
Backfill material shall be approved by the soils engineer. Contrdctors
Shall pay dl costs for retesting required as the result of density test
failures due to improper compaction. Bgkfilling of trenches and
excavations shall not be undertaken until required tests and inspections
have been completed, "as-built" location notes have been verified, and
authority to start the backfill has been granted by the inspector and
s u pe r i nt end e nt .
Page
CERTIFICATION OF COMPLIANCE
r c
I hereby certify that 4d74.4 - L6 -;?+f/c
in performing under the contract awarded by the City of Carlshdd, will canpl!
with the County of San Diego Affirmative Action Program adopted by the Board
Supervisors, including all current amendments.
I
9
,/! 1
y;L&>A<: g\y-
Date i
(YOTARIZE OR CORPORATE SEAL)
Title
(Notorial acknowledgement of execution by all principals must be attxhed).
.
Page
SPECIAL PROVISIONS / SPECIFICATIONS
Scheduling for the project facilities shall canmence about June 1, 1985.
Project completion is anticipated for the third quarter of 1986. All
underground piping shall be completed as soon ds possible to facilitate asph,:
paving operdtion by year end.
associated with these time frames within their bids.
Concrete Bid Item 4A
All contractors should incorporate all costs
1. Rase bids for concrete work shall include complete excavations, grade
preparation, forming and backfilling. Excess spoils generated under th.
contract shall be relocated to on-site areas designated by the project
superintendent, thus returning exterior grades to original elevations.
2. The following is a brief list of work to be included within the base bic for all building/facilities.
Police/Fire kilding
A. Footings including steps per details 19, 20/S-1 required for pipes,
slabs including specified depressions, recesses, pits, raised pads,
sand bedding and vapor barrier.
B. Concrete fill for metal deck, including temporary holding facility
ceiling, stair treads and landings.
C. Cocker bases and reception counter (See A-11, S-16)
D. Exterior stairs; landings; concrete retaining walls including weep
holes and gravel backfill; bollards; flag pole footings; planters;
concrete slab for courtyard quarry tile including paving edge; and
sidewalk around perimeter of meeting area (sheet A-2); in front of
entry parking stalls; and below site walls at stair landings (sheet
1).
entering parking lot.
Sand blasting of site walls and color (1/2 lb. per sack).
Walk shall join sitework (by others) at end of curb radius
E.
F. Block-out and patch around elevator jack holes.
G. Track slot, foundation and cement filler per detail 30/A-8.
H. Grouting all block out, oartition recesses and elevator sills, and of masonry wall at the detention area.
I, Block-out and grout pockets for pre-cast connections.
3. Provide temporary plywood treads for all pan filled stairs.
>
Page
Mechanical Equipment Enclosure
A. Footings; slab with sdnd bedding and vapor bdrrier; and equipment
pads.
5. Exterior concrete ramp - six (6) inches over four (4) inches Class I
base.
C. Exterior walks to curbs - four (4) inches concrete over native soil.
Vehicle Maintenance Bu~ildinq
A. Footings and slabs inciuding specified depressions, pits, sand beddi
and vapor barrier.
R. Concrete fill at mezzanine.
C. Complete tilt up package including but not limited to embed
installations; panel engineering, erection, pickup steel, lifting
hardware and bracing; sandblastinq; color (1/2 lb. per sack),
furnishing and installation of all anchor bolts and wedge anchors
except column anchor bolts; complete welding and bolting of ledger
angels and miscellaneous panel connections. Ledger angles and
miscellaneous metal shall be supplied by others; panel caulking.
D. Exterior concrete aprons - six (6) inches over four (4) inches Clas
base.
E. Concrete pilasters per details 4, 5, 12/S-11.
F. Grouting of tube steel sleeve per detail 4, 5/S-12.
Vehicle Wash Building
A. Footings and slabs including pits; trench drains; and sdnd bedding
vapor barrier.
8. Base bid shall include wash fdcility as tilt up construction per sh S-14 and per the complete requirements listed under Item C for the
vehicle maintenance buildinq.
Include concrete apron - six (6) inches over four (4) inches Class
base around perimeter of wash facility and fuel island. 4ctual
construction of fuel island shall be by others.
C.
3. Include complete installation of all footings for masonry walls. (See
1)
4. Provide alternate deduct from base bid to construct wash facility utili Deduct should include complete tilt up packac masonry per sheet S-14A.
specified above. Anchor bolts to oe provided and installed by masonry
contractor.
Page
5. Concrete bid shall also include the following requirements:
A. Construction, control and weakened plane joints.
8. Sealer, hardener and/or special aggregate.
C. Groutingidry pack of steel colum base plastes, and roof beams at
vehicle mdintendnce building and tilt up walls.
D. Footings, slab and apron for trash enclosures located north of vehic
maintendnce building. (Sheet AC-1)
E. Receiving, storing dnd setting of sleeves, embeds and hollow metal
frames provided by others.
6. Provide alternate additive price to install concrete pole bases for site
light fixtures (sheet E-I). Anchor bolts by others.
7. All site concrete work not specifically listed above, including gate
rolling pads, shall be furnished and installed by others.
8. Provide dlternate deduct from base bid for construction of reception
counter and Locker bases -(sheets A-11, 5-16).
9. Provide alternate price to install four (4) inch drain pipe behind site
concrete walls as specified.
IO. Concrete bids shall include, if necessary, the instatlation and removal
temporary waste slabs in order to cast panels to meet construction
scheduling. The intent is to complete panel erection in no mre than tH
(2) lifts. Permanent slabs shall be repaired and restored as reqdred.
11. Coordinate installation of qreased dowells per detail 22/S-10.
12. Include receiving, storing and installation of anchor bolts supplied by others for steel columns. Provide templets if necessary.
13. Provide premoulded expansion joint where shown.
14. Maintain safety cables installed by the structural steel contractor dur.
the concrete phase of construct ion.
15. Provide and maintain safety protection at slab openings.
16. Temporarily shore beams and decking for construction loading if require
17. Provide temporary or permanent edge angle support and/or stabilization
required.
b
9
*
b
Page
Reinforcing Steel Rid Item 48
1. Rase bid to include all reinforcing steel and welded wire mesh for all
building facilities including but not Limited to: footings; grade beams
slabs; site concrete aprons, stairs, and walls; tilt up panels; equipmr
pads; flag pole footings; etc. Assume vehicle wash facility shall be ti
up construction. Reinforcing steel for masonry construction shall be
provided and installed by others, with exception of bars extending from
concrete footings, or as mentioned below.
2. Provide steel for two (2) gate rolling pads shown on sheet AC-1, per del
26/A-2.
3. Provide and install reinforcing steel including welding per detail 261s-
Holes in steel columns shall be by others.
4. Provide dnd install all rebar dowels, including expansion cap indicated
detail 22/S-10.
5. Provide and intall rebar dt concrete pilasters per deteails 4, 5, 121s-’
6. Include all blocking of rebar for concrete pours including approved pla:
chairs for tilt up panels.
7. Provide alternate deduct from base bid to construct wash facility utili;
masonry per sheet S-14A. (See item 1 above.)
8. Provide alternate additive price to furnish rebar for concrete pole bas
( sheet E- 1 ) .
Architectural Pre-Cast Concrete Bid Item 4C
1. Contractor shall design, engineer, detail, furnish, fabricate, transpor
and erect all thin shell pre-cast panels as shown within the contrdct
documents.
2. Contractor shall furnish and install all angles, anchors, braces, threa
rods, plates and/or other devices for connecting and securing the panel
the building.
Structural steel tubing and angles welded and/or bolted to steel beams
shall be installed by others. (Reference details 9, 10/S-7.)
3. Contractor shall furnish and install all caulking and sealant work
associated with the pre-cast for a complete installation. Operation st
include seal at bottom of panels adjacent to the slab.
4. The intent of the plans and specifications is to provide a structural11
rigid and uniform support for the installation of perimeter bands of
operable windows. (Reference details 13, 14/A-.22.) Contractor shall
include specified horizontal steel tubes within pre-cast panels as a p:
of the base bid.
-
.+ .
4
Page
5. Provide alternate deduct from base bid to eliminate tubes specified in i
4 above, if determined unnecessary by this contrdctor , to fulfill the intent of the documents.
6. Contractor shall furnish and install within pre-cast panels all required
reinforcement and/or stiffners and connection hardware for future
installation of cdnopy/sunscreens by others. It is the intent to supporl
the canopy/sunscreens on the nre-cast panels. The estimated weight of tl
larger section is six (6) lbs. per square foot.
7. Size of panels may be changed to effect economies in design as long as t'
architectural feature strips are retained.
8. Curved wall Danels will be fabricated to minimize defects due to casting
angles.
9. First floor windows will be constructed to facilitate the Dassage of stu
at 4' oc to connect the first floor panels to the bottom of the second
floor panels .
Masonry Bid Item 4D
1. Base bid to include masonry construction of the mechanical equipment
enclosure including retaining wall; interior mechanical room and detent i
area walls within Police facility; interior partition walls within the
vehicle maintenance and wash facilities; and site trdsh enclsoures.
Also include complete glass block installations for the Police/Fire
facility including joint sealant. Steel support channels with "U" bars
shall be provided and installed by others. Block size shall be as
specified on the plans (8 x 8).
2. Provide all shoring of openings as required.
3. Provide and install dl rebar, mortar, grout, anchor bolts and sand
blasting for all masonry work. Reference special details: 15/S-7
including connection to steel beam; and 11, 13, 15, 16/S-10.
4. Provide and install added dowels oer details 4, 5, 12/S-11. Concrete
pilaster and rebar cage shall be by others.
5. Provide and instal1 all setting and grouting of hollow met& door and
louver frames within masonry walls. Also include qrouting of frames shc
on sheet 4-58.
6. Provide alternate additive price to base bid to construct vehicle wash
facility utilizinq masonry per sheet S-l4A, in lieu of concrete tilt up
Price shall be complete including rebar, anchor bolts, setting of embed:
and sandblasting.
*
I, '
c *
b
Page
7. Project erection scheduling necessitates the installation of perimeter
masonry walls for the detention facility and mechanical rooms after the
pre-cast wall cladding has been instal led.
8. Water repellant coating is N.I.C.
Miscellaneous Metals Bid Item 4E
1. Structural steel for the Police/Fire building and vehicle maintenance
building has already been bid. This bid shall include remaining steel Y
as specified below, and compelte structural and miscellaneous steel
associated with the mechanical equipment enclosure (sheets AC-3 and S-15
and vehicle wash facility (sheets A-60 and S-14).
2. The base bid shall include special finish requirements as outlined with.
the specifications. Alternates shall also be requested as follows:
A. Provide alternate add and/or deduct to powder bake finish in lieu 01 specification section 05030.
8. Provide alternate deduct to eliminate special finish entirely, and
prepare metal surfaces galvanized and/or primed for paint by others
3. Steel gates details 19, 25, 26 and 27/4-2; and angle at fuel island are
N.I.C.
4. Steel framing associated with the elevators in the Police/Fire facility
shall be furnished and installed by others. However, this bid shall
include the sill angles for edch floor landing and pit ladder
instdllations.
5. The following items shall be furnished and installed as a part of this I
p dc kdg e :
A. Exterior and interior handrails and guardrdils for all facilties.
Reference details 1, 13, 19/AC-2; 14/A-7; 12/A-51.
B. Tubes and trellis for mechanical equipment enclosure. Reference
details sheet AC-3, sheet 5-15. Embeds to be furnished F.O.B.
jobsite.
C. Ladders and grab rails details 25, 26/A-7; IO, 11/A-53 and ladder SI
for roof hatch at mezzanine sheet A-51.
D. Miscellaneous angles per detail - section 4/A-15.
E. Complete stair systems. Reference details sheet A-16; 12/A-51; she(
S-16. Perimeter vertical tubes, curved horizontal tubes and wide
flange framing shall be completed by others.
F. 4" x 3" x 1/2" angle per details 27/A-16, 11, 12/S-7. Angle at decl
and qlass handrail shall be completed by others.
*
t' ' +
..
Page
G. Galvanized plates and 'Vl-bars welded to plate per details 8, 9, 13,
25, 27/A-21 typical.
H. All 4 x 4 tube steel located outside the main structural frame for
support of pre-cast panels.
I. Horizontal and curved tubes, angles per details 1, 2, 4, 6/S-5.
3. Complete angles, tubes, plates, sleeve nut and threaded rod per deta
3, 61s-5.
K. Tube steel framing at main entry including lower threaded rod and
connection of components. Reference det dil 10/S-7. Tube welded to
beam dnd 4x angle shall be furnished by others.
Curved tubes ad angles at atrium per details 1, 13, 14/S-9. L.
M. Complete tube and angle framing for door supports detail 23/S-9.
N. Furnish and install all beams and connection plates for vehicle maintenance mezzanine framing.
Also include 3 1/2" tube column oer ll/S-ll~,
0. Bent plates and field welds per detail IIIS-IO.
P.
Q. Tube framing above plane of roof per detail aa/S-12.
R.
F.O.B. gobsite,
A. All handrail and guardrail sleeves.
R. Guard posts.
C. Embed angles at door jambs per details 2, 8/A-58.
D.
E.
Reference details 13, 14, 15, 16/S-1
4 x 3 tube welded to plates per detail 5/S-12.
Tube framing per detail 10/S-14.
Ledger angles and plates per details 1, 2, 5, 7/S-IO.
Miscellaneous embeds per details 8, 9, lO/S-lO; 4, 5, l2/S-11; 6, 1
12.
F. Miscellaneous angles, plates and channels per sheets S-13, S-14, S-
6. Provide alternate deduct from base bid should owner elect to construct
vehicle wash facility in masonry per sheet S-14A.
plates and tube framing should remain.
Stairs shall be installed within forty-five (45) days after award of
contrdct or temporary stairs shall be provided by this contractor.
Ledger angle, bearinl
7.
r.
0- + r
Page
8. Storage bin track, detail 30/A-8 is N.I.C.
Steel Doors and Frames Bid Item 4F
1. Steel doors and frames and window frames (borrowed lites) shall be
completed per plans and specifications and delivered F.0.6. jobsite, all
tax included. Include all hollow metal and detention sliding doors.
Actual installation shall be coordinated in a future bid package.
2. Provide tdb welded to frdmes per detdil 16/A-21, here applicable.
3. Include labeled openings, louvers and door glass lights where specified.
4. Base bid shall also include rated metal frames for fixed wire glass loca
within the Police/Fire and vehicle maintenance facilities. Glass shall
supplied by others in future bid package.
5. Provide adequate spreader bars for frames.
6. Provide backing for all hardware and weparation (drilling and tapping,
etc . ) for all hardware.
.
*
.P
4,
'I e
c..
Page
LIST OF CONTRACT DOCUMENTS
I. Contract documents prepared by quhnau, McGavin, Ruhnau/Associates, 1207
Avenue, Carlsbad, CA 92008 (619) 729-7144. Plans dated April 22, 19
a. Architectural Site Plans Sheets AC-1 thru AC-3
b. Architectural
Public Safety Center Sheets A-I thru 4-36
Public Service Center Sheets A-51 thru A-60A
c. Equipment Plans Sheets €9-1 and EQ-2
d. Structural Plans Sheets S-I thru S-16
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, McCavin,
Ruhnau/Associates dated April 8, 1995.
Recording Requested By an eturn To: r! 61Z * City Clerk OF d
1200 Elm Avenue
Carlsbad, CA 92008
NOTICE OF COMPLETION
To All Laborers and Material Men and to Every Other Pers
Interested:
YOU WILL PLEASE TAKE NOTICE that on January 13, 1987, t
project consisting of doors and frames at the Carlsbad Safety E
Service Center, on which Estrada Hardware was the Contractor, k
completed.
CITY OF CARLSBAD
PROJECT COORDINATOR
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the Ci
Council of said City on a7 , 1987, accepted t above described work as and ordered that a Notice
Completion be filed.
I declare under penalty of perjury that the foregoing
Executed on k &'f, 1987 at Carlsbad, California.
true and correct.
) CITY OF CARLSBAD
-J22zd&J. k?- ALETHA L. RAUTENKRANZ
City Clerk
81 0
-.. - - --
'pc" '*tL FZ3 -5 Atd 8. 37 i:u 1 nr I
i_JERA CDUtG-Y RE'CORCILR L, ULy FE6
1 e a rr 4
1200 ELM AVENUE TEL
CAR LS BAD, CALI FO R N I A 92008 (61:
Office of the City Clerk aitn af Marlsbab
January 30, 1987
Vera L. Lyle
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation are the following described documents:
I
Notice of Completion - Engineering
Elevatorsat Carlsbad Safety and Service
Center; Reliable Elevators Contractor
Notice of Completion - Engineering
HVAC at Carlsbad Safety and Service Center
Kinney Air Conditioning Contractor
Notice of Completion - Engineering
Fire Sprinklers at Carlsbad Safety and
Service Center; Orving Engineering Contractor
Notice of Completion - Engineering
Electrical at Carlsbad Safety and Service Center
Catton-McCutcheon Contractor
Notice of Completion - Engineering
Service Station Equipment at Carlsbad Safety
and Service Center; Lube Life Equipment Contractor
Notice of Completion - Engineering
Vehicle Wash at Carlsbad Safety and Service
Center; N/S Corporation Contractor
Notice of Completion - Engineering
Precast Concrete at Carlsbad Safety and Service
Center; Tecon Pacific Contractor
Notice of Completion - Engineering
Miscellaneous Metal at Carlsbad Safety and Service Center; Tulsa Steel Manufacturing Contractor
I @ 0
7
Vera L. Lyle
County Recorder
January 30, 1987
Page 2
Notice of Completion - Engineering
Doors and Frames at Carlsbad Safety and Service
Center; Estrada Hardware Contractor
Notice of Completion - Engineering
Concrete Masonry at Carlsbad Safety and Service
Center; L.R. Hubbard Contractor
Notice of Completion - Engineering
Glass Block Ceilings at Carlsbad Safety and
Service Center; Dittman Masonry Contractor
Notice of Completion - Engineering
Toilet Partitions at CArlsbad Safety and Service
Center; Maloney Specialties Contractor
Notice of Completion - Engineering
Glazing at 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 Contractor
Notice of Completion - Engineering
Pneumatic Tubes at Carlsbad Safety and Service
Center; Air Link International Contractor
e 0
>
Vera L. Lyle
County Recorder
January 30, 1987
Page 3
Notice of Completion - Engineering
Cabinets at Carlsbad Safety and Service Center
Bowser Cabinets Contractor
Notice of Completion - Engineering
Tile at Carlsbad Safety and Service Center
McCandless Tile Contractor
Notice of Completion - Engineering
Painting at Carlsbad Safety and Service Center
Simmons and Wood Contractor
Notice of Completion - Engineering
Carpets at Carlsbad Safety and Service
Center; Vincent Wentz Contractor
Notice of Completion - Engineering
Access Flooring at Carlsbad Safety and SErvice
Center; Tate Access Floors Contractor
Notice of Completion - Engineering
Folding Partitions at Carlsbd Safety and
Service Center; Advanced Wall Systems Contractor
Notice of Completion - Engineering
Window Coverings at Carlsbad Safety and Service
Center; Sheward & Sons Contractor
Notice of Completion - Engineering
Lockers at Carlsbad Safety and Service Center
Goodale Co. Contractor
Our staff has determined that the recordation of these documents is
of benefit to the City; therefore, it is requested that the fees
be waived.
Thank you for your assistance in this matter.
2jiiiiZX5F eputy City Clerk
Encs.
* Recording Requested By and 9 turn To:
1200 Elm Avenue
Cirlsbad, CA 92008
City Clerk 4
NOTICE OF COMPLETION
To All Laborers and Material Men and to Every Other Pers
Interested:
YOU WILL PLEASE TAKE NOTICE that on January 13, 1987, t
project consisting of doors and frames at the Carlsbad Safety E.
Service Center, on which Estrada Hardware was the Contractor, w
completed.
CITY OF CARLSBAD
PROJECT COORDINATOR
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the Ci
Council of said City on , 1987, accepted t
above described work as an: ?ordered that a Notice
Completion be filed.
I declare under penalty of perjury that the foregoing
true and correct.
Executed on h zf, 1987 at Carlsbad, California. I CITY OF CARLSBAD
ALETHA L. &?(Ly RAUTENKRANZ
City Clerk
13400 Riverside Dr. EXFEKD OR ALTER 7XE COVERAGE WFFOWEQ BY THE ."OLICIES BEib
Sherman Oaks, Ca. 91423 E% A~~~~~~~~ ~~~~~A~~~
KOLL co 3110 Damon Way
Burbank, Ca. 91505
XPW 306024
PREMISES/OPERATIDNS
PRODUCTS/COMPLETED OPERATIONS
INDEPENDENT CONTRACTORS
BROAD FORM PROPERTY DAMAGE
PERSONAL INJURY
ALL OWNED AUTOS (PRIV PASS )
ALL OWNED AUTOS (F&y$R&t$N)
NON-OWNED AUTOS
GARAGE LIABILITY
WORKERS' COPd?PENSATEON
EMIPLBMEWS' LlABlL!TV
Attn: Steve Mahoney