HomeMy WebLinkAboutAdvanced Wall Systems Inc; 1986-04-15; 3006-7GI 8
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 GatesIOperators, Chain
Link Fencing and Mesh Partitions; Window
Coverings
For information relative to this project contact:
KOLL CONSTRUCTION COMPANY
2237 Faraday Avenue, Suite 101-C
Carlsbad, CA 92008
Steve Mahoney, Project Manager
(61 9 ) 438 -8866
rt .-a
TABLE OF CONTENTS
Pas I tern
NOTICE INVITING BIDS
_L_ -
1-
PROPOSAL 5-
BIDDER'S BOND TO ACCOMPANY PROPOSAL 10
DESIGNATION OF SUBCONTRACTORS 11
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE
12
13
CONTRACT - 14 - '
LABOR AND MATERIALS ROND 18 - '
PERFORMANCE BOND 20 - ;I
22 - 2 GENERAL PROVISIONS
CERTIFICATE OF COMPLIANCE . 29
SPECIAL PROVISIONS 30 - 3
LIST OF CONTRACT DOCUMENTS 38
1' 1.1
Page
CITY OF CAKLSBAD
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 Wallcwering; Floor Covering; Access Flooring;
Marlite; Glass Block; Folding Partitions; Toilet Partitions and
Accessories; Flagpoles; Metal Lockers; Caulking; Security Gates/Operator:
Chain Link Fencing and Mesh Partitions; Window Coverings.
9 1. Sealed bids for performing the work shall be received at the office of tt
Purchasing Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, until
4:OO PM on the 27th day of February, 1986 at which time they will be oper
and 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.
specifications for full particulars and description of the work.
2.
Reference is hereby made to said
3. The work, a portion of the total Public Safety and Service Center Project
involves complete si tework development of twenty-six (26) acres including
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 of
the Phase One construction program.
4. Koll Construction Company will provide construction management services to
the City of Carlsbad and shall organize, monitor, coordinate and direct a1
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 February 5,
1986 at a cost of $50.00 per set to licensed cont,ractors.
ahead to reserve your documents, (619) 438-5601.
Please call
6. A pre-bid conference will be held at the City Council Chambers at 2:OO PM
on February 19, 1986 to discuss bidding requirements.
7. If information is required regarding the bid package, drawings and/or
specifications, the bidder SHALL NOT contact the City of Carlsbad nor the
architect. All questions and requests for information shall be directed tc
Koll Construction Company, (619) 438-8866, Steve Mahoney.
8. No bid will be received unless it is made on the proposal form included with these bidding documents; a Bidder's Bond in the amount of 10% of the
>I Ji
Page
bid. Said guarantee to be forfeited should the bidder to horn the contr
is awarded fail to furnish the required bonds and to enter into a contra(
with the City within the period of time provided for by the bid document The bidders' security of the second and third lowest responsive bidders r
be withheld until the contract has been fully executed. cashier's check or certified checks submitted by all other unsuccessful
bidders shall be returned to them within ten (IO) days after the receipt
bids, and their bidders' bod shall be of no further effect.
The documents included within the sealed bids which require completion ar
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 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, appropriately notarized signatures of the person authorized
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 Business ant
Professions Code. The Contractor shall state his/her license number and
classification in the proposal.
The cash,
9.
T
10. 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 done
Alternate proposals will not be considered unless called for. No oral or
telegraphic changes to the bidding documents will be considered.
12. The amount of bond to be given for the faithful performance of the contract
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 contract price for said work shall be given to secure the payment of
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 of
any kind done thereon. Bonds shall be prepared on the forms included
within the bid package. Sureties shall be licensed and registered in the
State of California and subject to approval by the City.
1* 7,
Page
13. Insurance requirements are specified within the contract section of the
package, Items 10, 11 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 Specification For Public Works Construction", as herein modified.
The Construction Manager-will, after award of contract, establish a closi
date for the purpose of making monthly progress payment.
Each month, the Construction Manager will make an approximate measuremenl
of the work performed to the closure date and as a basis for making montt
payments, estimate its value based on the contract breKdown furnished b:
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 previou
payments will be paid to the Contractor. After fifty percent (50%) of tl
work has been completed and if progress on and quality of the work is
satisfactory as determined by the Construction Manager, the deduction to made from the remaining progress payments and from the final payment will
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 made
t hirty-five (35) calendar days after acceptance of the completed work.
City Council approval and filing of a Notice of Completion shall constitL
said acceptance. Application for payments and dispersement of funds will
be made through the Construction Manager.
The Contractor may, at his/her option, substitute securities, as specifio
by Government Code Section 16340, for the retention held on this contract At the request and expense of the Contractor, securities equivalent to th
amount withheld may be deposited with the City or with a state or federal
chartered bank as the escrow agent &o shall pay 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 monies.
The bid documents are intended to be complementary so that any work calle
for in one and not mentioned in the other, or vice versa, is to be execut
the same as if mentioned in all said documents. The intention of the
documents is to include all labor, materials, equipment, transportation a
services necessary for the proper execution of the work.
15.
16. If any person contemplating submitting a bid for the proposed contract is
in doubt as to the true meaning of any part of the plans, specifications t other proposed contract documents, or finds discrepancies in, or omission:
1. I,
Page
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. 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.
Any addenda 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.
Any interpretation or correction
17.
T 18. 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 alternate
bids are called for. A person, firm or corporation submitting a
subproposal to a bidder, or who has quoted prices on materials to a Biddi
is not thereby disqualified from submitting a subproposal or quoting pric to other bidders.
Bidders are required to i'nfon themselves fully of the coditions relatir
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 methoc
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 Code
Part 7, Chapter 1, commencing with Section 1720.
19.
20.
21. The Contractor shall not pay less than the specified prevailing rates of
wages established pursuant to Section 1773.2 of the California Labor Code
A copy of the current applicable wage rates is on file in the Office of t
Carlsbad City Clerk.
22. Contract may be awarded at the election of the City on one or a combinati
of base bids, and alternate or combination of any alternates that might b offered. The City reserves the right to reject this proposal and it shal
remain open and not be withdrawn for a period of' sixty (60) days from the
date prescribed for its opening.
Approved by the City Council of tpe City of Carlsbad, California, by Resolutior c- adopted on the -)., '' ' day of f7it \t ( , 19&. No* w9
---my1 Date 4 I !?W6 ALGikitAkT E4'R r?d
/
72 I.
Page 5
CITY Of CARLSBAD
PUBLIC SAFETY AND SERVICE CENTER
CONTRACT NO. 3006
PROPOSAL
City Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
I The undersigned declares he/she has carefully examined the location of the work
read the Notice Inviting Bids, examined the plans and specifications, and her&
proposes to furnish all labor, materials, equipment, transportation and service required to do all the work to complete Contract No. 3006 in accordance with
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 work
bid: Bid #7A, or Bid 1\76, etc. A proposal for work may include a bidder':
combination for any or all items of work, but must also include bids for
each separate item. Award on a combination bid will only be made if it is
the lowest of any possible combination of bids and is lower than the total
bids of the lowest responsible bidders on the particular items of work
making up that canbination bid. The City reserves the right to (a) award
separate contracts for each bid item, or each canbination of bids, or (b) make no award at all.
Note: If not bidding on an item of work, the bidder shall state "no bid".
_- -
2. Proposals for the work in each bid package shall be complete per the plans,
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.
3. Quantities of materials and earthwork used on the plans are for permit
purposes only. All bidding contractors are required to complete their own
quantity take offs, and submit lump sum bids for all work unless specific
unit prices are requested within the special provisions. All work
associated with sheet nine of the improvement plans (Impala Drive), shall
be broken out separately on the proposal form.
4. Addenduda) No(s). cW.6 0) has/have been received and islare
included in this proposal .'
1,
Page 6
Bid
Item B
CABINETS
7A Complete cabinet work for the lump sum amount of flQ &b - $
_I- -- . -
CERAMIC AND QUARRY TILE -
0 &- $ Wd
78 Complete ceramic and quarry tile work for the lump sum amount ---- -
7 GLASS BLOCK
7c Complete glass block work for the lump sum amount of do d/d
$
PAINTING, WATERPROOFING AND WALLCOVERING
70 Complete painting, waterproofing and wallcovering for the lump sum
- --
amount of --
--_11__1- --
FLOOR COVERING AND MARLITE PANELS
7E Complete floor covering and marlite panel work for the lump sum amour
I /& A29 ,
- of - $ - --
ACCESS FLOORING
7F Complete access flooring for the lump sum amount of @a &d
- -:c
FOLDING/OPERABLE WALLS
7G Complete folding/operable walls for the lump sum amount of Thirty-three thousand seven hundred nine and no/100 -~ - $ 33,709.00
7G-1 Alternate additive price to provide electically operated walls nlthi
meeting area for the lump sum amount of -- - Five thousand eight hundred fifty and no/100 - - S 5,850.00 --
qJ? .'{&gLfl \.?
?
,a I.
Page 7
Did
Item f
FLAGPOLES
@ k/8 - 7H Complete flagpole work for the lump sum mount of
A-I L - c- - .-I- --
TOILET PARTITIONS AND ACCESSORIES
Complete toilet partition and accessory work for the lump sum
of - ,.& 2Vt
Ax &Vf
71
$ v --- -7
SECURITY GATES/OPERATORS, CHAIN LINK FENCING AND MESH PARTITIONS
Complete gate, fencing and partition work for the lump sum am0 73
3-
. METAL LOCKERS
7K Complete metal locker work for the lump sum mount of p AM - 1- $ -- - _I_
CAULKING/SEALANTS
- A% &A@ 7L Complete sealant work for the lump sum amount of
-^-A __ - --- - - s__
WINDOW COVERINGS
Complete window covering work for the lump sum mount of /&---d,p c 7M -- - -I __ - $ d -- -_I_
COMBINATION BID - 7N Combination Bid No's.
for the lump sum amounrGf
$ - -A --
NOTE: Bidder's must also bid canbination bid item numbers separately.
,a I,
Page 8
All bids are to be computed on a lump sum basis with separated unit price:
when requested, as indicated in this proposal.
between words and figures, the words shall prevail.
The undersigned has checked carefully all of the above figures and
understands that the City will not be responsible for any errors or
omissions on the part of the undersigned in making up this bid.
The undersigned agrees that in case of default in executing the required contract with necessary bo-nds and insurance policies within twenty (20)
days frcm the date of award of contract by City Council of the City of
Carlsbad, the proceeds of check or bond accompanying this bid shall become
the property of the City of Carlsbad.
5.
In case of a discrepancy
6.
7.
8. Contractors shall be licensed in accordance with the Statutes of the State
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 City of
Carlsbad is personally interested, directly or indirectly, in this
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 into
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 or
corporation making a bid for the same work, and is in all respects
fair and without collusion or fraud.
IO. The undersigned 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 the
provisions of that code, and agrees to comply with such provisions before
commencing the performance of the work of this contract.
The undersigned is aware of the provisions of the State of California Labor
Code, Part 7, Chapter 1, Article 2 relative to the general prevailing rate
of wages for each craft or type of worker needed to execute the contract
and agrees to comply with its provisions.
11.
INDEMNITY COMPANY OF CALIFORNIA
Home Office: 333 Wilshire
Anaheim, California 92801 (714) 999-1471
POWER OF ATTORNEY
KC N? 508 I' a<
KNOW ALL MEN BY THESE PRESENTS, that Indemnity Company of California, does hereby make, constitute and appoint
its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver for and on its behalf as surety, all bonds or undertakings i before June 30, 1986;
and to bind INDEMNITY COMPANY OF CALIFORNIA thereby and all of the acts of said Attorney(s)-in-Fact, pursuant to these presents, ratified and confirmed. This Power of Attorney is granted and is signed by fascimile under and by the authority of the following Resoluti by the Board of Directors of INDEMNITY COMPANY OF CALIFORNIA at a meeting duly called and held on the 16th day of August, 1976
This power of Attorney does not cover the following:
Mary Therese Allen Kissner
Bank depository bonds. mortgage deficiency bonds, mortgage guarantee bonds, guarantees Of installment paper, note guaran
bonds on financial institutions. lease bonds. insurance company qualifying bonds, warehouse bonds, self-insurer's bonds, fide
bail bonds, wage law bonds, and bonds of Ne Exeat or fiduciary bonds.
"RESOLVED. that the Chairman of the Board, the President, any Vice President of the Company. be. and that each or any of then authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute in behalf of Ih COMPANY OF CALIFORNIA, bonds, undertakings and all contracts of suretyship; and that any Secretary or any Assistant Secretary b each or any of them hereby is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Corn1
"FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attc any certificate relating thereto by facsimile. and any such Power of Attorney or certificate bearing such facsimile signatures shall be
binding upon the Company when so affixed and in the future with respect to any bond, undertaking wontract of suretyship to I
attached."
NOTICE: 1, This Power void if altered or erased. 2. Power of attorney should not be returned to Attorney-in-Fact, but should remain a permanent part of the obligee's records.
In Witnesswhereof, INDEMNITYCOMPANYOFCALIFORNIA hascaused itsofficialseal to be hereuntoaffixed, and thesepresc . signed by its President and attested by its Secretary this 23rd Day of April, 1985.
INDEMNITY COMPANY OF CALIFORNIA
ATTEST:
1 Paul E. Griffin Jr. /- Secretary BY ~ Jerome J. Sweeney
/-5ZJW
STATE OF CALIFORNIA
COUNTY OF ORANGE ] ss.
On April 23, 1985, before me, the undersigned, a Notary Public in and for said State, personally appeared Jerome J. Sweeney an( Griffin, Jr., personallyknowntome(orprovedtome0n the basisof satisfactotyevidence) to bethepersonswhoexecutedthewithin instru President and Secretary on behalf of indemnity Company of California, the corporation therein named, and acknowledged to me corporation executed it.
WITNESS my hand and official seal.
---.. .. - .. -- ----. - - - - - __ - __ - -,
I OFFiCiAt SEAL ;
I LAURtE 8. EWER 1
I
4 NOTARY PUBLIC - CALIFCHNIA; I i PRINCIPAL OFFJCE IN;
Laurie B. Epner I ORANGE COUNTY ;
!MY COMMfSSfON EXPlRES APRIL 22, 1988 I
Signature @& &a
Notary Public 1
._____________^_r------_-.
STATE OF CALIFORNIA )
COUNTY OF ORANGE )
CERTIFICATE
I, the undersigned, executive vice president of INDEMNITY COMPANY OF CALIFORNIA, DO HEREBY CERTIFY that the foregoi attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the provisions of the Resolutions of the tive Committee of the Board of Directors set forth in the Power of Attorney, are now in force.
Signed and sealed in the City of Anaheim, California, this 26th day of February ,19 86
&He WARNING! This is a copyfighted documeqt. Any ~nauthor~zed
reproduction is prohibited THIS POWER IS VClD unless :be
seals are readable. text is in brown ink, signatufes are In Diue ink and warning is in red ink
ICC-2 Rev. 6-30-85 Thomas H Tvrell Jr Exfaltiw Vim Pin'
1 ~~~~XKXU or proved to me on the basis ,, o satisfactory evidence to be the person who executed s the within instrument as the-- = Pre&dent, and -XXXX ,, xcxKxxxx personally known to me or t- 2 prowd to me on the basis of satisfactory evidence to be the Fnon who executed the within instrument as the mB- of the Corporation that executed the within instrument and acknowledged to me that such corporation executed the within instru- ment pursuant to its by-laws or a resolution of its
i pr~sirfent
-
'Attached to a Contractors Bid dated (~!?~~~~@¬nridud'
.I .L
ai
d
CORPORATION --- ----__
-sr- ORANGE STATE OF CA1 IFORVIA } SS
1986 before me. the undersigned. a *rofary Put On cociyryokm 6
MARY THERESE ALLEN KISSNER personallv appeared
personally known to me (or proved to me on the basis of satisfactory
evidence) to be the person who executed the withm instrument as Attorney
in-Fact on behalf of Indemnity Company of California, the corporation
therein named, and acknowledged to me that the corporation executed it
WITNESS my hand and official seal
Signature f?. &nM/
firs area for o/f 04(REV 2/85) - CI' I*
I.
-
l-
i
k. ,$i
4
i 1
8
I
i 1
I
1 Lc-78lll85l
(Corporation)
} *. STATE OF CALIFORNIA
COUNTY OF J,OS ANGET,ES d
that executed the within instrument and acknowledged
to me that such corporation executed the within instru-
9 ment pursuant to its by-laws or a resolution of its board of directors.
TACHED TO BIDDEI
NY ~~~~ff~~ td
-w
-. I ( - -__I___
- ~ ---_ __ - -- - -
-. -
Bond No. 918456P-1
.1 = PFemium included in B.B.S.U.
Paye 1
BIDDER ' S 80ND TO ACCOMPANY PROPOSAL
_I_-
KNOW ALL PERSONS BY THESE PRESENTS:
-_. - _I_ ' ds Priiwipjl, irtl That we, Advanced Wall Systems, Inc.
Indemrljty - ComQany of California ---- aiirPty, are held and firmly oocin, unto the City of Carlsbad, California, in the slim of TenErcent _I- of - - bid _- amc
001 Lars ($lo% of bid a*. lawfkil mow) oi not to exceed- 24,000. ~OX------- i=nfted^ States for the pdyrnent of which sum well and trtlly to !)e rndde, we
bind Wrselves, jointly did sevetal ly, firmly be these presents.
THE CONDITION Of THC_ fOHE(;OING 00LICATIUN is SIJCH:
That if the proposal of the hove-boimdtsl~ principal ftir:
---A- --
-- -c --_ -- -- ----
Public Safety and Service Center Bid Package No. 7: Cabinets; Ce:
Quarry Tile; Painting, Waterproofing and Vinyl Wallcovering; Floor Coverii
Flooring; Marlite; Glass Block; Folding Partitions; Toilet Partitions and Flagpoles; Metal Lockers; Caulking; Securety Gates/Operators, Chain Link E Mesh partin the City of Carlsbad, l.S accepted by the City Coiincil of said City, and ifw
the dove-bounden Principdl shall duly enter into ard exectlte J contrdct
including required bonds and Insurance policies within twrtty (to) (IdVS fran tt
date of award of contract by the City Council of thk City of Cdrlsbad, beinq duly notified of said award, then this obligation stla11 become null <II~ void;
otherwise, it shall be and remain in full force drrl effwt, and the mount specified herein shall be forfeited to the said City.
In the went ariy Principal above named eXeClJtt?d this hod as dl1 i.dividunl, it is agreed that the death of any such Principal shall riot exunerate the Surcty frcnn its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hdnds and seds t-his I--..---- 26th day of
February * 19 86 . --
Indemnity CQmpany of California
333 Wilshire Ave.
Advazced Wall - - Systems ------I - Inc. - ---I-- Surety P?TOrpd f
-- -4T /A&zr-r ---.-- e-- -_- -- pAheirn& 92801_- el
.- 7 ~~-78lI/851 (Corporation) SID J STATE OF CALIFORNIA -- } =e AND LOAN ASSOCIATION
COUNTY OF X
Sandra Lopu De Arrire,
~~puBuc-cAuMI#A
- CHED TO BIDDER'S TO ACCOM #y@p@&p#fiial *OwiY*d)
I > 3-
I8 > LC
Page 11
DESIGN AT ION OF, SUBCON TRACTORS
The undersigned certifies he/she has used the subbids of the Follo~it~l iistcd Contractors in making up his/her bid dnd thdt the subcontrdctars listmi nilL bt: used for the work for which they bid, subject to the approval of ttle City
Engineer, and in accordance with applicnble provisions of the speclf icdtions. No changes may be made in these suhcontrdctors except upon the prior approval ot the City Engineer or the City of Cdclsbnd. The followinq irrfonndtion is rquired for each subcontractor,
required :
Work
Manufacture Operable Walls
Additional pages can be attached, if
--__I - ---.. Company Name - --
Kwilr-Wall Company, SpringField, IL -- --_I-- ------- 4-v I
----- -------- ----_I_--
I- ^---I-- - - - - ---- - - - - --^-----
- -I - ---------- ----- ---_____ --
------ ---- ----- -- -- - -- -_-__ -- - - ___ -- - _- ---
--.I ----I_- -- - -- .I - - ---- - -_I_ - - - __-
- --- - -- --A_- - - - ---- -- I_-- - ---- -- -- --I ---- -- - -- ~
---. ---_- -- -- ------_LI--------_L -I_-
------- ----_I-- -- I----I_-----_-II_ - - -- -- -_--_ I---I_- - -u----
--I_- ------I_-- ----l----.-l_ I---I ---
_^____I_ _--- A ---- --- - -I_-- --
---I_--- 1- --------- - ---._- -_I
----- -I----------------
- - -- - I-- ---- - - --
L- Sign - &Je ure I_-
-* r
32 .I
Page
BIDDER'S STATEMENT OF- FINANCIAL RESPONSIBILITY
The mdersigned submits herewith d notarized or scaled statement of his/her financial responsibility. Either d current audited Incame tax or profit/los:
statement .
-I_ ~&22/W~L.__+
I- -------I_--- - ----- -- --I
-- --- -------- -e --_I_____
A.- ------ - ----e - - - -- --- - - --_I_ ---
-I_- - ---------- --I------
-4-- - - -__I-- --- --- -----^-
---I_ -II- -----I-1_- ...- _______
----I- --- - ------ - _1_------- -I--- ---I
----I---I_----- L_- - ---~-____ -
- -- .--- - - - ---_I ------ A_--
- -----e --I-_----- -1
- - - ..-- -- - --I_-- -
-- -- --u- I_--- - -------
- ---I - -----I_--- -------
-I_-- -.. --- I__- ---_ --I_---------I
___I_^ _I_--- ---_ --^ - - - ---- ._--- -- ---- -- -
-----------_-I__-----__ -- - -- -
---A&---_I Ad-- -- --~ A-
(:!otarize or
Corporate Seal)
rZ ‘I
Pdg e
BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE
The Bidder is required to state +at work of a similar character to that included in the proposed contract heishe has successfully performed aid give
references, with telephone numbers, which will enale: the City to jiidqe his/t responsibility, experience and skill. An dttachment can be used if notdrfzec
sealed*,S4.2 A-~;~cMA &A 8 occ/mNf 430s
-- + I --T I ---- +-
++>- --r---------
T - ----- +- t l.+---l.
I - - ----- +-* ;---*+-------
I I I 1 .+---
1 -I-------- ---7---- + I---
,l----r- I 1 *+--I .T I -----I_ +-
I+
I- - +-----
i v+--- - -- - -
Date riame and Phone No.
Contract Name and dddress of Pe cson Amount
T e of Work Contra( 1 -1 -- - -1-
?
Completed of‘ the Employer to Corltact I
I 1
I
-A I_- ----A -- - ------I-
1- - - ------ T-
T- ----- -I---------- -- t7- -- -- - --
I I I I 1 IT---- ----i I 1 I
IT--- I I I I
4 I 1 1 -I----- T- I I I I---l--------’
I 1 T-- r I i
1 1 I
I I 1 - -- -- - - - ---. - -
7- --------I----
-r-- I - --- - --- f
-----
---
--l---- ----l- --- --1- - ----
T-- I - e---- --
?--- -7- ---- ---I---- I - - -- -- - -I
----
- -Il--.L- -
0- --
---a
(Notarize or Corporate Seal 1
5 L -&.sA” - -
k ?
*
Page 11 CONTRACT
THIS AGREEMENT, made and entered into this /fl day of 1 9 19& by and between the City of Carlsbad, California, a municipeoration
(hereinafter called "Contractor".)
City and Contractor agree as follows:
(hereinafter called "City"), a& Advanced Wall Systems, Inc-
1. Description of Work. Contractor shall perform all work specified in the contract documents for:
FOLDING PARTITIONS
(hereinafter called "project")
materials, tools, equipment and personnel to perform the work specified t
the contract documents.
2. Provisions of Labor and Materials. Contractor shall provide all labor,
3. Contract Documents. The contract documents consist of this contract; thc bid documents, including the notice to bidders, instructions to bidders contractors proposal; the plans and specifications and all proper amendments and changes made thereto in accordance with this contract or plans and specifications; and the bonds for the project; all of which art incorporated herein by this reference.
4. Payment. As full canpensation for Contractors performance of work under
this contract, City shall make payment to Contractor per the terms outli in the Notice Inviting Bids, Item 13. Contract amounphirty Three thous: en hundred nine dollars----------------------------$ 33,709 -
Payment of undisputed contract amounts shall be contingent upon Contract furnishing City with a release of all claims against City amd Constructi Manager arising by virtue of this contract as it relates to those amount
Extra compensation equal to 50 percent of the net savings may be paid tc Contractor for cost reduction changes in the plans or specifications mac pursuant to a proposal by Contractor. The net savings shall be determir by City. No payment shall be made unless the change is approved by the city.
5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions under the jobsite, am all other conditions that might affect the progress of the work, ad is aware of those conditions. The contract price includes payment for all work that may be done by Contractor in order to overcane unanticipated underground conditions. Any information that may have been furnished ti Contractor by City about underground conditions or other job conditions
for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied will all job conditions, including underground conditions and has not relied on information furnished by City .
f-' r- j - --
* ..
*
Page 1
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 *ick
may arise or be encountered in the prosecution of the work until its
acceptance by the City. Contractor shall also be responsible for expense
incurred in the suspension or discontinuance of the work. contractor shall not be responsible for reasonable 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 contracl
order changes, modifications, deletions and extra work by issuance of
written change orders. Contractor shall make no change in the work witk
the issuance of a written change order, and Contractor shall not be entitled to compensation for any extra work performed unless the City ha:
issued a written change order designating in advance the mount of additional compensation to be paid for the work. If a change order dele
any work the contract price shall be reduced by a fair and reasonable
amount. If the parties are unable to agree on the mount of reduction t
work shall nevertheless proceed and the amount 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.
Prevailing Wage. Pursuant to the Labor Code of the State of California,
the City Council has ascertained the general prevailing rates of per die
wages for each craft or type of worker needed to execute the contract ar
schedule containing such information is in the City Clerk’s office and j
incorporated by reference herein. Pursuant to Labor Code Section 1774
contractor shall pay prevailing wages.
applicable prevailing wages on the job site.
However,
The only person authorized to order changes
However, no change or extra work order
8.
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 e?
of them, from any and all liability or loss resulting from any suit, cls 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 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.
a X
1
Pabe ~t
Comb-ined Single Limits
ii%Z%e Liability $ 500,000
General Liability 500,000
Products/Completed Operations 500,000
Blanket Contractur a1 500,000 Contract0 r I s Protective 500,000 Personal Injury 500,000
Excess Liability 500,000
Other -
Contractor may be required to increase the limits of liability insurance the size and nature of the project require excess coverage.
Contractor shall cause the City and Construction Manager to be naned as a
additional insured on all policies concerning the subject matter or
performance of this contract.
11. Workers Compensation. Contractor shall canply with the requirements of
Section 3700 of the California Labor Code. Contractor shall also assume the defense and indemnify and save harmless the City and Construction
Manager and its officers and employees from all claims, loss, damage,
injury and liability of every kind, nature and description brought by an)
person employed or used by Contractor to perform any work under this
contact regardless of responsibility for negligence.
12. Proof of Insurqnce. Contractor shall submit to the City through the
Construction Manager, certification of the policies mentioned in Paragral 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 h4
been given to the City.
Arbitration. out of or relating to this contract or the breach thereof may, at the
option of City, be settled by arbitration in accordance with the construction industry rules of the American Arbitration Association 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 substantial evidence as
provided by the California Code of
Maintenance of - Records. Contractor shall maintain and make available ta
the City, upon request, records in accordance with Sections 1776 and 181
of Part 7, Chapter 1, Article 2 of the California Labor Code.
Contractor does not maintain the records at Contractor's principal placf
business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this contract.
shall notify the City by certified mail of any change of address of sucb records.
13. Any controversy or claim in any amount up to $100,000 aris
Civil Procedure, Section 1296.
14.
If the
Contractor
LE-78(1/85)
(Corporation)
STATE OF CALIFORNIA
MARCH 24, 1986 COUNTY OF IDS A?XGELEs AND LOAN ASSOCIATI
efore me, the undersigned, a Notary Public in and f
of the Corporation and acknowledged ration executed the within instru- !.OS ANGEES CQUkP
h& Con?missioii Exp. kc. 5, 1989 by-laws or a resolution of its
(This area for official notarid sed)
4
Page 1'
15. Labor Code Provisions: The provisions of Part 7, Chapter 1 cmmencing wid
section 1720 of the California Labor Code are incorporated herein by
reference
Securit . 4 4590 appropriate securities may be substituted for any monies withheld b! City to secure performance of this contract or any obligation estrblished
by this contract,
17. Additional Provisions. Any additional provisions of this agreement are st
forth in the "General Provisions" or "Special Provisons" attached hereto
and made a part hereof.
16. . Pursuant to the requirements of law (Goverment Code Section
Advanced Wall Systems, Inc. -
(Notarial acknowledgement of
execution by ALL PRINCIPALS
must be attached.)
BY
Title
11110-B Artesia Blvd., P.O. BOX 1268
Cerritos, CA 90701
Contractor's Principal Place of &sines
-
-
-
ATTEST:
\
Contractor's Certification of Awareness of Workers Compensation Responsibilit;
"I am aware of the provisions of Section 3700 of the Labor Code Hhich require
every employer to be insured against liability for workers compensation or to
undertake self-insurance in accordance with the provisions of that code, and
will canply with such provisions befor of this contract."
Bond No. 921254~ Premium included in Performance BondPage 18
513NS BY THESE PRESENTS:
City Council of the City of Carlsbad, State of California, by
after designat
Folding Partitions only Bid Package No. 7 at the
Public Safety Service Center
y of Carlsbad, in strict conformity with the drawings and ificatians and other contract documents now on file in the Office of the
contract dm
Clerk of the City of Carlsbad.
I ndegn i t y Comp+puf_aJ-i.-;k-- --_-___I. are held and firmly bound unto the City 08 C rd5bad, in the sum
and %&nrs (5 16,854.5f Ei ht H-undred Fi€EF-kgb4 --+ _--_ --_- &percent (5m of the estimated mwrlrit oF t,hP
or8 fail to pay for any materials, provisions, provender or o r teams used in, upon, for, or about the performance of the wl
be done, or for any other work or labor thereon of any kin ue under the Unemployment Insurance Code with respect to su
t the Surety or Sureties will pay for the same, in dn mour
sum specified in the burxi, dirwf dlso, in case suit is brow
reasonable attorney's fee, to be fixed by the court, ds req
ns of Section 4202 of the Government Code of the State of
_I
Page 19
insure to the benefit of any and all persons, canpanies and
itled to file claims under Section 1192.1 of the Code of Civil
s to give a right of action to them or their assigns in any suit
his bod, as required by the provisions of Section 4205 of the
t that any Contractor above named executed this bond as an
t is agreed that the death of any such Contractor shall not Surety from its obligations under this bond.
ment has been duly executed by the Contractor and day of April 1 192-*
-II_ Advanced Wall Systems, Inc.
Contractor
CI Indemnity Company - of California-
_L David e. Banfer, . ---------II_ Attorney-in-Fact - ”- c-
Surety
CORPORATION
, before me, the undersigned, a Notary Public in and for said State
STATE OF CALIFORNIA
DAVID C. BANFER
Z personally known to me (or proved to me on the basis of satisfactorv
a m-Fact on behalf of Indemnity Company of California, the corporatlon
WITNESS my hand and offictal seal
PRINCIPAL OFFICE
* Signature
ICC 304 (REV. 2/85) This area for Official Notarial Seal
c
Bond No. 921254P Premium: $506.00 Page 20
PERFORMANCE BOND
RSONS BY THESE PRES€NTS:
of California, by
has awarded 1
2 herei&f ter designati
nly Bid Package No. 7 at the
of Carlsbad, in strict conformity with the drawings dnd
ns and other contract documents now on file in the Office of the
f the City of Carlsbad.
id Principal has executed or is about to execute said contract and
hereof require the furnishing of a bond for the faithful performanc
2 its successor5 r which payment, well and truly to be made, we bind ourselves, utors and administrators, successors or assiqns, jointly and
mly by these presents.
THIS OBLIGATION IS SUCH that if the above bounden Contract0 eirs, executors, administrators, successors or dssiqns, shal
to and abide by, and well and truly keep and iwrfonn the tions, and agreements in the said contract and nny alteratio therein provided on his/her or their part, to be kept and e time and in. the manner therein specified, and in all respec
ty of Carlsbad, its officers and agents, as therein stipulate ation shall becane null and void; otherwise it shall remain j
k to be performed thereunder or the specifications accanpanyim
feet its obligations on this bond, and it does hereby waive no extension of time, alterations or addition to the terms of t
ta the work or to the specifications.
L
W
& ‘
personally known tn me (or proved to me on the basis of satisfactory
evidence) to be the person who executed the within instrument as Attorney
in-Fact on behalf of Indemnity Company of California, the corporation
therem named, and acknowledged tn me that the corporation executed it.
WITNESS my hand and official seal.
2 6, &,p:,(],
/’
.--- - - __”._--_ - - __ - - - __ OFFlClAL SEA t
I I
I
I I I
LAURIE B. EPh
t NOTARY PtiSLlC - CAliFI
i PRINCIPAL OFFIC ORANGE COUN
ION EXPIRES APRtL 22,- .____ - .._--_-- --
smu~raiiUI 1 'B LWMPPdVY Wi- LABSf-UHNWa
Home Office: 333 Wilshire N9 5084 Anaheim, California 92801 0 (714) 999-1471
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, that Indemnity Company of California, does hereby make, constitute and appoint
its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver for and on its behalf as surety, all bonds or undertakings if before June 30, 1986;
and to bind INDEMNITY COMPANY OF CALIFORNIA thereby and all of the acts of said Attorney(s)-in-Fact, pursuant to these presents,
ratified and confirmed. This Power of Attorney is granted and is signed by fascimile under and by the authority of the following Resolutic
by the Board of Directors of INDEMNITY COMPANY OF CALIFORNIA at a meeting duly called and held on the 16th day of August, 1976.
This power of Attorney does not cover the following.
David C. Banfer
Bank depository bonds, rnorigage deficiency bonds, mortgage guaranlee bonds, gua:antees of installment paper, note guaran bonds on financial institutions. lezse bonds, insilrance company qualifying bonds, warehouse bonds. self-insurer's bonds, fide bail bonds. wage law bonds, and bonds of Ne Exeat or fiduciary 5onds
"RESOLVED. that the Chairman of the Board, the President, any Vice President of the Company, be, and that each or any of then authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute in behalf of Ih COMPANY OF CALIFORNIA, bonds, undertakings and all contracts of suretyship; and that any Secretary or any Assistant Secretary b each or any of them hereby is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Com
"FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attj
any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures shall bc binding upon the Company when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to
attached."
KEYICE: 1. This Power void if altered or erased. 2. Power oi attorney should no4 be ieturned to Altorney-in-Fact, but should remain a permanent part of the obligee's records.
In Witness Whereof, INDEMNITY COMPANY OF CALIFORNIA has caused its official seal to be hereunto affixed, and these pres signed by its President and attested by its Secretary this 23rd Day oi April. 1985.
INDEMNITY COMPANY OF CALIFORNIA
ATTEST:
T&-yjL A- 6
/ BY Secretary Jerome J. Sweeney --u
eJ*/
Paul E. Griffin 5.
STATE OF CALIFORNIA
COUNTY OF ORANGE } ss.
On April 23, 1985, before me, the undersigned, a Notary Public in and for said State, personally appeared Jerome J. Sweeney a Griffin, Jr., Personally known to me(or proved tome on the basis of satisfactory evidence) to be the personswho executed the within insti President and Secretary on behalf of Indemnity Company of California, the corporation therein named, and acknowledged to mi corporation executed it.
WITNESS my hand and official seal.
-----.-----* __--_c. OFFICIAL SEAL f LAURIE 8. EWER i NOTARY PUBLfC - CAlIFCHNtA;
Signature 4& B4&2m+2/ PRlNClPAi. OFFICE fN I ORANGE COUNTY ; Notary Public /
SON EXPIRES APRIL 22, 1988 1
Laurie B. Epner
_--_____L____,.___
STATE OF CALIFORNIA 1
COUNTY OF ORANGE 1
CERTl F ICATE
I, the undersigned, executive vice president of INDEMNITY COMPANY OF CALIFORNIA, DO HEREBY CERTIFY that the fore! attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the provisions of the Resolutions of tl tive Committee of the Board of Directors set forth in the Power of Attorney, are now in force.
Signed and sealed in the City of Anaheim, California, this 2nd day of April I 1986
WARNING' This is a copyrighted document. Any unauthor,zed
reproduction is prohibited. THIS POWER IS VOID unless the seals are readable, text is in brown ink, s:gnatures are in blue
ink and warning is in red ink.
ICC-2 Rev. 6-30-85 Thomas H. Tyrell, Jr. Executive Vice F
I, 'I
TE
(61
1200 ELM AVENUE
CARLSBAD, CA 92008-1989
Citp of Carls'fiab
RISK MANAGEMENT
February 21, 1986
ADDENDUM NO. 1 T
PROJECT: PUBLIC SAFETY AND SERVICE CENTER
BID PACKAGE NO. 7 - FOR: Cabinets: Ceramic and
Quarry tile: Painting, Water-
proofing and Vinyl Wallcovering;
Floor Covering; Access Flooring;
.. Marlite; Glass Block; Folding ' Partitions; Toilet Partitions
and Accessories; Flagpoles; Meta
Lockers; Caulking; Security Gate Operators, Chain Link Fencing an
Mesh Partitions; Window Covering
This addendum, receipt acknowledged, 'must be attached to propo
form when bid is submitted.
32) /- /%&<
I acknowledqe receipt of Addendum No. 1 to Bid Package No. 7.
L. * RUHNAU McCi4VIN RUHNAUIASSOCIATES
5751 Palmer Way Carlsbad, CA 52008 6191438-5899
February 21, 1986
ADDENDUM NO. 1
to the Contract Documents for
THE CITY OF CARLSBAD SAFETY AND
- SERVICE CENTER (2-12-01)
CONTRACT NO.: - 3006
BID PACKAGE NO. - 7
FOR: Cabinets: Ceramic and Quarry Tile: Painting, Waterproofing and Vinyl Wallcoverin Floor Covering; Access Flooring; Marl ite; Gla
Block; Folding Partitions; Toilet Partitions and Accessories; Flagpoles; Metal Lockers;
Caul king; Security GatedOperators, Chain Link Fencing and Mesh Partitions; Window
Cover i ngs
CITY OF CARLSBAD, CALIFORNIA
,----
NOTICE TO BIDDERS:
All work affected by the following provisions shall conform to the plans and
specifications for the City of Carlsbad Public Safety and Service
Center, Bid Package No. 7, for: Cabinets; Ceramic and Quarry Tile, Paint- ing, Waterproofing and Vinyl Wallcovering; Floor Covering; Access Floor- ing; Marlite; Glass Block; Folding Partitions; Toilet Partitions and Ac- cessories; Flagpoles; Metal Lockers; Caulking; Security Gates/Operators, Chain Link Fencing and Mesh Partitions; Window Coverings.
Delete, or modify each of the following items whenever appearing on drawings, and/or in any section of the specification. Acknowledge re- ceipt of Addendum No. 1 in the space provided on thee Contractor's pro- posal.
Item #1 - Revise Project Manual (Specifications) as follows:
a) SECTION 09900 - Painting, Pg. 09900-4, Para.2.2.1 Exterior:
Failure to do so may subject bidder to disqualification.
follow new sub-paragraph:
- .3 Exterior Masonry - Gloss: (All surfaces exposed to sight and/or weather). 1 Coat ((F) 542 ARO-Gard Epoxy Primer. 2 Coats (F) 542 ARO-Gard Epoxy Finish Coat
Addendum No. 1, Bid Package No. 7
Page 1 of 4
1' * t RUHNAU McGAVlN RUHNAUIASSOCIATES
Item #2 - Revise project construction drawings as follows:
a) DWG AC-1 Add 'Fencing Location Plan' as shown on the accom-
b) DWG A-33 Revise room elevation 13/A33-Room #147 cabinet,
c)
d)
panying I Fencing Location Plan' dated 2-21-86.
as shown on the accompanying Sketch Sheet AR-14.
on the accompanying Sketch Sheet AR 15.
& revise Section A/A36 as shown on the accompanying
Sketch Sheet AR 16.
DWG A-33 Revise room elevation 7/A33 - Room #152, as shown
DWG A-34 Revise room elevation 23/A34 - workcounter elevations,
e)
Item #3 - Revise Information to Bidders Booklet Special Provisions/
Specifications as follows:
a) Page 30 - Cabinets-Bid Item 7A, Paragraph 3. Add the following
DWG A-59 Revise room finish schedule as shown on the accompanying 7 Revision Sheets, A-59, pg. 1 & 2.
new sub-paragraph:
Sheet AR-16
a. Include all hardware, paralite lens, and numbers on
lockers (electrical & drywall work by others).
b) Page 31 - Ceramic and quarry Tile - Bid Item 78, Paragraph 5, add the following new sub-paragraphs:
a. At rooms #124 and #126 change accent tile color
b. Change ceramic tile specification for tile Type T1
to AT-5 as listed in the finish schedule Specifications
Drawing A-25.
1 isted in the finish schedule specifications drawing
A-25 to the following: American Olean #B10, Dawn
Grey, 2 X 2 with matching
grout, abrasive finish.
c) Page 31 - Ceramic and Quarry Tile - Bid Item 7B, Para. 2, add the
following sentence: Tile at Plaza Paving, bench & planters
shall be Paver F8 as noted in the finish schedule speci-
fication Dwg A-25.
d) Page 31 - Ceramic and Quarry Tile - Bid Item 7B, Add the following
new p ar ag r aph s : 7. All shower and drying areas shall have "mud-set"
8. Lath and plaster scratch coat at areas to relieve
ti le not "thin-set".
"mud set" tile shall be installed by others. Tile
Contractors are responsible for brown & finish plaster
coats prior to tile application.
Addendum No. 1, Bid Package 7,
Page 2 of 4
I. . I RUHNAU McGAVlN RUHNAUIASSOCIATES
Item #3 (Continued)
e) Page 32 - Painting, Waterproofing and Wallcovering - Bid Item 713,
Paragraph 5a., add the followig: Padded vinyl shall be equal to "Gold Medal 11" resilient cell padding, 3/4" thick, as manufactured by the Marathon Engineering Corporation, Redwood City, California, installed in accordance with the manufacturer's specifications.
f) Page 32 - Painting, Waterproofing and Wallcovering - Bid Item 7D,
Paragraph 5 ., Add the following new sub-paragraph:
e. Room 109, Dispatch Center shall have continuous
acoustic panels at the entire north, east anksouth walls, floor to ceiling. Panel shall be equal to "Soundsoak 85"
wall panel system as manufactured by Armstrong World Industries, Inc. with fabric finish 'Pearl Grey' and
attached to the walls with concealed spline system.
g) Page 33 - Painting, Waterproofing and Wallcovering - Bid Item 7D,
Paragraph 7. Add the following new sub-paragraphs:
0. At Room #180, change west wall finish to paint, color
p. At finish schedule specifications, Drawing A-25,
q. At finish schedule specifications, Drawing A-25, Add
shall be P4.
change - P15 to read as follows: Frazee #5314D Falcon.
the follwing new paint item: P1.7 Frazee #641 Aro-Plate Industrial Enamel, semi- gloss finish, color #5504D Highland Gray.
h) Page 34 - Painting, Waterproofing and Wallcovering - Bid Item 7D,
Add the following new paragraph:
10. Sandblasting work shall be by others.
i) Page 35 - Folding Partitions - Bid Item 76, add the following new
paragraphs :
5. Partitions at Briefing Room #161 shall be single stacking type and disc operated.
6. Partitions shall be wood framed (in lieu of steel framed), panel edges shall have clear anodized
aluminum finish trim, panel tackable finish shall be a feature of the vinyl fabric covering.
four-foot hi h band entire len th of wall, remainder
7. At Room #183, OW1 finish (liquid chalk) shall be a
of wall shal 9 be typical tacka 8 le vinyl fabric.
Addendum No. I, Bid Package NO. 7
Page 3 of 4
*' RUHNAU McGAVlN RUHNAUIASSOCIATES ,*
Item #3 (Continued)
j) Page 35 - Toilet Partitions and Accessories - Bid Item 71, Paragraph
2. Add the following new sub-paragraph:
a. Item #4 shall be 18" wide continuous 'Corian' counter and backsplash similar to Bobrick No. B-1058 series, complete with concealed supports and instal led to accommodate wall hung 1 avator i es by others.
k) Page 38 - List of Contract Documents, Paragraph V., Note: Drawing AR9 had been erroneously omitted and is attached hereto.
7 END OF ADDENDUM -4- .
David Ruhnau, AIA of
Ruhnau McGavi n RuhnadAssoci ates
BM/c a
2-12-01
Attachments: Fencing Location Plan - Dated 2-21-86 Sheets ARl4 & AR15 Sheet AR 16 - Dated Feb. 14, 1986 Sheet A59, Pgs. 1 & 2 - Dated 2-10-86
Sheet AR9 - Dated 12/13/85
- Dated Feb. 7, 1986
Addendum 0. 1 Bid Package 7 Page 4 of 4
-JE?s!!Xqye- --.
-- - -- -__
30.
A A
F PQPQ : 2 0 -u cn
: iii e=!$? 9 p
$2 rn U4Yi g -to# r
B s 1: 4
ll ho" #? 5 ;;1 'h. >
LC
2 gQa c
L 2 *--o z >;; - z 1- 1; iq m --I zip 0" .. \r
\rn
u* 0
v)
0)
0
6; 0"
D rn
azi3 tl
cn
\t i
31]
01- 4
V I] E p”S o :! p
4:
cn
3% 2 P @$< & J
: ‘k? $
:L
0 g 2 ‘l, D
cl
.. v)
>.I[ 2 z 1- 113; v) c) ?J ’g, di 7E E
Yk
u @! la
ma I3 3 X- m
!- cn c2 B
cl rn tr i;
=a
-Lm
$1 cn c3 U v) -cI ng D i z f!Fi
hlq E@% cn- G) "my z !p 49 9 --I 3;
$E 3
3 3. I;z 4 ; {i
1
m =u
D v,
8
5
8
(= z
b 2
C \
2
b c s
b
f 2
3
b cn
0
i?g<
a00 +m- ~P,~ E-9, z(D-r 0-5 FC E-pQQ, up z
a=-*
CD
0 -.
0. 0
1
4
3.. a: -x
u .i 0’ c
a- z 9 -
7, 2 -0 5 irJ’ -0 a ry)
0 ‘3 20, 0 2 ‘ =r
--- * (D Q ‘L ico
0
ct
- --
4- vgy2, iQ 5: 0. - a -@ 6
;I sim
* I.;ol;f 1 1’ $
fi (o!
GI * 1
.-
r 5
8 2 e
Public Safety & Service Center
C ar Is bad. Calif or nia job no.
2.12 .Ol
A~chrkcts Planners
RUHNAU McGAVIN RUHNAU/ASSOCIATES
3775 Tonth Sfmt
RlnrJdr( CA OISO1-JddD C4dab.d UOIOObIOO5
714/8844064 6 1W43U-6UDO
875 I Palmu way. Sult. c
I hec
E
I. ot
Page
GENERAL PROVISIONS
1. PLANS AND SPECIFICATIONS
The specifications for the work shall consist of the latest edition of t
ihereinaf ter
d-esignated SSPWC, as issued by the Southern Chapters of the American Pub.
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 theAan Diego County
Department of Transportation, together with the City of Carlsbad
Supplemental Standard Drawings. Copies of pertinent standard drawings ar
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 and
materials and performing all operations necessary to complete the project
work as shown on the project plans and as specified in the specifications
3. DEFINITIONS AND INTENT
A. Architect:
The word "Engineer" shall mean the architect or his approved
represent at ive .
0. Construction Manager:
The word "Construction Manager" shall mean Koll Construction Company.
C. Reference to Drawings:
Where words "shown", "indicated", "detailed" j "noted", "scheduled" or
words of similar import are used, it shall be understood that referenc
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, designatio,
or selection of the Construction Manager is intended unless stated
otherwise. The word "required" and words of similar import shall be
understood to mean "as required to properly complete the work as
required and as approved by the Construction Manager" unless stated
otherwise.
'. r.
Page
E. Equals and Approvals:
Where the words ltequal" , "approved equal", "equivalent" and such WOI 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.
"acceptance1', or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the
Architect is intended.
Where the words "approved", "approval",
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, ad further, including the furnishing aryi, installing of
materials that are indicated, specified, or required to mean that th
Contractor, at her/his 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
II
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 01
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. CONSTRUCTION SCHEDULE
The Contractor shall provide Consruction Manager with a Construction Schedule indicating 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 ap
part of the work.
The Contractor shall begin work after being duly' notified by an issuance
a "Notice to Proceed" and shall diligently prosecute the work to completii
in connection with the construction schedule as approved by the
Construction Manager.
6. WNCONFORMING 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 th,
Contractor.
'C x.
Page
7. GUARANTEE
All work shall be guaranteed for one year after the filing of a "Notice
Completion" and any faulty work or materials discovered during the
guarantee period shall be repaired or replaced by the Contractor.
8. MANUFACTURER'S INSTRUCTIONS
where installation of work is required in accordance with the product
manufacturer's directions, the Contractor shall obtain and distribute thc
necessary copies of such instructions, including two copies to the
Construction Manager.
9. INTERNAL COMBUSTION ENGINES
1
All internal combustion engines used in the construction shall be equippe
with mufflers in good repair when in use on the project with special
attention to Carlsbad Municipal Code, Chapter 8.48.
IO. CITY INSPECTORS
All work shall be under the observation of a City Construction Inspector.
Inspectors shall have free access to any or all parts of work at any time
Contractor shall furnish Inspectors with such information as may be
necessary to keep her/him fully informed regarding progress and manner of
work and character of materials.
Contractor from any obligation to fulfill this contract. Inspection of work shall not relieve
11. PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to be inserted
in this contract shall be deemed to be inserted herein and the contract
shall be read and enforced as though it were included herein, and if,
through mistake or otherwise, any such provision is not inserted, or is no
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 thc
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 decisior 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.
.L ,,
Page
13. SUBSTITUTION OF MATERIALS
The Proposal of the Bidder shall be in strict conformity with the drawin,
and specifications and based upon the items indicated or specified. The Contract0.r may offer a substitution for any material, apparatus, equipme
or process indicated or specified by patent or proprietary names or by
names of manufacturer which she/he considers equal in every respect to
those indicated or specified. The offer made in writing, shall include
proof of the State Fire Marshal's approval (if required 1, all necessary
information, specificatiorrs and data. If required, the Contractor, at
her/his own expense, shall have the proposed substitute, material,
apparatus, equipment or process tested as to its quality and strength, it
physical, chemical or other characteristics, and its durability, finish,
efficiency, by a testing laboratory as selected by the City. If the substitute offered is not deemed to be equal to that soadicated or
specified, then the Contractor shall furnish, erect, or install the material, apparatus, equipment or process indicated or specified. Such substitution of proposals shall be made prior to beginning of constructio
if possible, but in no case less than ten (IO) days prior to actual installation. Substitution shall also include a statement of credit to bi
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 change
from the original drawings and specifications and the exact "as-built"
locations, sizes and kinds of equipment, underground piping, valves, and
all other work not visible at surface grade.
be obtained from the Architect at cost. This set of drawings shall be kept
on the job and shall be used only as a record set. Upon completion of the
work, and prior to release of retention, the Contractor shall transpose a1
"as-built" information on to a set of reproducible sepias. Drawings shall
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 number 1) shall be prepared by
the engineer of record.
Prints for this purpose may
15. PERMITS
The general construction, electrical and plumbing permits will be issued b]
the City of Carlsbad at no charge to the Contractor. The Contractor is
responsible for all other required licenses and fees.
I. ..
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 o
decrease the quantities of work to be performed under a scheduled unit
price item or to entirely omit the performance thereof, and upon the decision of the City to do SO, the Construction Manager will direct the
Contractor to proceed with the said work as so modified. If an increase
the quantity of work so ordered should result in a delay to the work, th
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 applicatxle provisions of Federal, State and Municipal safety laws and building codes to prevent
accidents or injury to persons on, about or adjacent to the premises whe
the work is being performed. Heishe shall erect and properly maintain a
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 features of
construction as protruding nails, hoists, well holes and falling
mat eri 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 elevatior as required.
Survey staking for the sitework (bid package number 1) shall be providec
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 buildi
and facility pads.
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.
National Board of Fire Underwriters NBFU
American Institute of Steel Construction AISC
American Standards Association ASA
Underwriters Laboratories, Inc. UL
Department of Commerce Standards cs
19.
American Concrete Institute ACI
6' -x
Page
20. STORAGE
Space for storage and temporary buildings will be allocated by the
Construction Manager as job conditions permit.
shall be .constructed of fire resistant materials.
be approved by the Construction Manager prior to installation.
Temporary offices or she(
Material and layout rnt
21. TESTING AND INSPECTION
Testing and inspection shall be as required by the Specifications. Contractor shall be required to cooperate fully with the inspecting agenc
during inspections at a fabricating plant and/or on the jobsite and shall
provide ladders, platforms, scaffolds and/or safe accessibility to the wo
for such inspections and/or tests.
The
7 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 waste
materials, packaging materials and other rubbish accumulated in connectior
with the execution of the work by collecting and depositing said materials
and rubbish in locations or containers as designated by the Construction
Manager.
24. TEMPORARY FACILITIES
Temporary toilet facilities and drinking water for the use of all trades
will be provided.
25. FORCE REPORTS
Force reports indicating trade and personnel per trade shall be submitted
to the Construction Manager daily. A brief description of work performed
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. Power
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 from
central distribution points. Power will not be provided for high voltage
or heavy amperage type equipment such as welding machines and any special
power requirements shall be provided and paid for by the Contractor.
.* *I
Page
27. BACKFILL AND COMPACTION
Backfill and compaction of trenches shall be in conformance with the 197
edition of "Standard Specifications for Public Works Construction".
Backfill material shall be approved by the soils engineer. Contractors
shall pay all costs for retesting required as the result of density test
failures due to improper compaction. Backfilling 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 upe r i n t end en t .
-7
.I '.
Page
CERTIFICATION OF COMPLIANCE
*- - I hereby certify that
in performing under the contract awarded by the City of Carlsbad, will comply
with the County of San Diego Affirmative Action Program adopted by the Board
Supervisors, including all current amendments.
Legal Name of Contractor
- Signature (Sed.) .. Date
(NOTARIZE OR CORPORATE SEAL) 7 Title
(Notorial acknowledgement of execution by all principals must be attached).
'I ..
Page
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 January 17, 1986, attached hereto and made
part hereof.
Coordination of all contract documents shall be required in an effort to
determine potential conflicts prior to bid. Cabinet/drawer pulls outlin
within Designtech's letter shall superceed designations within specifica
sections 7411 and 6412.
Wood handraas and base details G, H/A-36 are N.I.C.
7 2. Cabinet contract shall include all finishes and complete hardware packagl
inclusive of locks and keys. Finishing shall include all polyurethane a
painted finishes as specified, and all work shall be back painted prior
installation.
3. The intent of the cabinet bid package is to include all specialty items
which interrelate with cabinet work for a complete package. Items listec below are for clarification'only and shall not be construed as a complet
list of all required work. Questions and clarifications shall be addres at the pre-bid conference.
Sheet A-33
a. "Alp" 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-3
paint as specified.
7/A-33 top shall be fabricated and cut to accanodate twin laundry si
which have been added to plumbing contract. @tend top and drawer u
approximately 3 feet now that free standing janitor sinks have been
eliminated.
e.
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 and
pass thru slot will be within glass.
Glass and frame by others.
"Diebold" unit to be deleted.
h. 12/A-33 provide small boxes in lieu of N.I.C. note on plans. Revise
width to 2' 4".
*.
Page
i.
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.
13, 14/A-33 screen mesh and frame, and gun locker are N.I.C.
20,20a/A-34 "Diebold" units similar to #I 17-29 including plastic lam
filler panels, counters and 1/4" protective steel inserts.
21b/A-34 4" diameter polished chrome tube support for oak top. e.
Sheet A-35
a. Include shop painting of mail boxes - 48/A-35.
7
4. General work to be completed by others: plumbing and electrical fixtures,
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. Ease bid to include furnishing and installation of all ceramic and quarry 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 of
locations. Coordination of all contract documents shall be required, and
questions and/or clarifications shall be addressed at a pre-bid conference
Review sheet AC-2 for required exterior applications.
extension of interior paver tiles with mortar bed.
2. Entry area to be
3. All floors to be mortar set unless noted otherwise. All walls to be thin
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.
Review sheet A-7 for pavers required at sally port deck area. Coordinate
installation with deck drains and guardrail. Provide mortar setting bed.
Sheet metal backing and waterproofing shall be by others.
- 4.
5. Review and include accent tile patterns.
6. Cleavage membrane shall be required as separation of mortar bed from
subfloor.
4 -1
Page
GLASS BLOCK - Bid Item 7C
1. Base bid to include furnishing and installation of glass block for the
PoliceIFire Administration building. Attached clarification drawings AR- thru AR-13, and AR-7A dated December 13, 1985 shall be utilized for basi:
bid, and shall replace details and dimensions within plans dated Septembc
16, 1985 except where noted. Coordination of all contract documents shal be required, and questions and/or clarifications shall be addressed at a
pre-bid conference.
Bid shall be inclusive of expansion strips, cushioning, reinforcing, mort and complete caulking of all joints with backer rod as required. 2.
3. Steel frames and ."U" bars shall be installed by others.
PAINTING, WATERPROOFING AND WALLCOVERING - Bid Item 7D
1. Base bid to include furnishing and installation of all painting,
7
waterproofing and wallcovering for all building facilities. Review sheet
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, includi
complete exterior applications and backside of parapet walls. Pre-cast SI
on Police building shall be waterproofed by others.
3. Review drawings and specifications to determine specific areas of work wh
require prefinishing per section 05030. This work shall be completed by
others .
4. Cabinet contractors are required to finish their own work as specified
within Bid Package 7A.
5. Wallcovering work shall also include furnishing and instdlation of the
following :
a. Padded vinyl in room #I43 per note #4, sheet A-24. Padded area shoulc
also include ceiling, and shall be listed ana approved by the State
Board of Corrections and Fire Marshall.
b. Corner guards per note 82, 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
Page
. 6. Painting contractor shall be required to caulk voids between various
materials to be painted, i.e.; hollow metal frames and drywall; wood
trimlcabinets and drywall; etc.
7. Painting work shall be completed per plans and specifications. Items li!
below are for clarification and shall not be construed as a complete lis1
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. See note 810 in lei
from Designtech dated 3anuary 17, 1986, attached hemto.
d. Paint exposed metal deck ceilings in lieu of gyp-board in detention
area. Application should include primer coat on galvanized metal as
required.
Guardrail at perimeter of atrium area within PoliceIFire facility to
vertical steel tubes at 6-inch centers, continuous steel tube toe bo<
and round hardwood cap. Paint steel, transparent finish on cap. Pr.
by others.
e.
f. Paint light well at atrium skylights.
g. Stairs and railings - see note 1/10.
h. Wood doors, base, handrails, caps, etc.
i. Portions of reception counter not finished with plastic laminate.
j. 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. All exposed piping and duct work within Service Center building.
n. All block walls within service area, equipment and parts rooms shall
painted to underside of roof structure in lieu of 9' requirement on
finish schedule. Paint steel beams and columns supporting same. Me1
roof deck shall remain unfinished.
8. Clean up and protection of other work shall be a definite requirement of
this bid package.
'I
Page
9. Provide a minimum of one gallon of each color utilized within the
performance of the work to the owner as extra stock.
each wall covering material. shall also be required. A suitable quantiq
FLOOR COVERING AND MARLITE PANELS - Bid Item 7E
1. Base bid to include furnishing and installation of all floor covering an( marlite panels for the Police/Fire Administration and Service Center
buildings. Review sheets-A-24 thru A-29, and A-59 for specific types am
majority of locations. Coordination of all contract documents shall be required, and questions and/or clarifications shall be addressed at a prc
bid conference.
2. The following items listed within the legend on sheet A-27 shall be requj
for this bid package: carpet, rubber flooring, vinyl cemposition tile, seamless sheet vinyl, 'Pirelli' stair tread and nosing system, and carpel
tile. Include all rubber base as noted on finish schedules. Carpet tilt
within room #I11 shall be installed as a part of this bid package. See I
W4 in letter prepared by Designtech dated 3anuary 17, 1986 attached here'
Coordinate with access floor contractor.
3. Marlite panels located within rooms #I12 and H113.
4. See note #9 sheet A-24 for carpet requirements at locker bases within Po
and Service Center facilities.
5. Bidding contractors should visit jobsite prior to bid to review present
conditions. All subfloor preparation shall be included within this bid
package .
6. It should not be assumed that floorcoverings will be installed after cab.
installations. .
7. 'Pedimats' shown at entries on sheet A-27 have been reduced in size to 6
and 6Ix7' 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 flc
system within rooms 8109 and 115 of the Police/Fire facility per plans a1
specifications. Actual flooring material shall be factory applied.
All bidding contractors shall review the complete set of contract documer
and shall be responsible to coordinate the flooring installation with a1
other trades for a complete installation. Potential conf licts/problems t
to be addressed at the pre-bid conference.
2.
3. Installation of rubber and wood base shall be by others. Insure
compatibility and finished installation prior to bid.
,.
Page
4. Carpet tile for roan #Ill shall be purchased under this bid package for installation by others.
January 17, 1986, attached hereto.
contractor.
See note 84 in letter prepared by Designtech dat Coordinate with other flooring
FOLDING PARTITIONS - Bid Item 7G
1. Base bid to include furnishing and installation of folding partitions and
operable walls in roans W161, 183, 184 and 185 per plans and
specifications.
2. Structural supports for operating walls shall be per detail 6/S-5 and are
currently on the jobsite. All bidding contractors are required to visit
jobsite and ascertain that support requirements are acceptable. Holes ha
been pre-punched within the steel flange for track instaation. Additio
support/installation requirements shall be the responsibility of this
contractor.
pre-bid conference.
Provide alternate additive price for electrically operated partitions to
installed within the meeting area only. Cost to include
installation/support of motor units.
by others.
All Potential conflictsfproblems are to be addressed at the
3.
Electrical pr'ovisions to be provide(
4. Specific finishes are listed on sheet A-25. Partition located within rocn
fl6l shall he designated as OW3.
FLAGPOLES - Bid Item 7H
1. Base bid to include furnishing and installating of two (2) flagpoles with
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 foundatioris/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 insta.Llation/setting by others.
Contractor is responsible to coordinate installation of bases by others to
assure compatibility with flagpole erection.
TOILET PARTITIONS AND ACCESSORIES - Bid Item 71
1. Base bid to include furnishing and installation of toilet partitions and
accessories per plans 7 specifications and as clarified herein. Reference
Designtech letter dated 3anuary 17, 1986, note #I for partition finishes.
Coordination of all contract documents shall be required? and questions
andfor clarifications shall he addressed at a pre-bid conference.
2. Toilet partitions and accessories shall be as defined on sheet A-17, with
exception of the following: item #4 'Corian' countertops, item 818 drinki
fountains, item #21 console unit, and item #26 fire extinguisher cabinet a N.I.C. An addedum shall be issued prior to bid which shall clarify
additional access0 r y r eq ui r erne nt s .
2, '.
Page
SECURITY GATES/OPERATORS, CHAIN LINK FENCING AND MESH PARTITIONS - Bid Item :
1. Base bid to include furnishing and installation of items listed above pel
plans and specifications. Review sheets AC-1, A-I, A-2, A-3, A-20, A-23
33, A-51,'and A-58 for locations of required work. contract documents shall be required, and questions and/or clarification:
shall be addressed at a pre-bid conference.
Coordination of all
2. Sheet AC-1: six foot chain link fencing canmences at northwest corner 01
Police and Fire parking area, continues along parking - across driveway .
and heads east to enclose police vehilce parking at rear of building - ai
terminates at southeast corner of Police building. Security gates specii in section 05990, paragraph 2.2.11 are located at entrance to Police/Firc
building and mechanical enclosure. Gates operate between masonry wall nc
as 1/A-2. Also provide chain link gates across drive aPe;a at northeast (
parking area.
3. Rolling security gates shall be fabricated of prefinished galvanized
material per specification section 05030, and per details 19, 25, 26, 271
2. Bid should also include gate operators per specification section 0872
Operator installations must be coordinated with electricians access contr system (see E-2). Concrete rail bed shall be installed by others. .Furnj
steel wheel guide and coordinate installation.
Provide and install chain link gates at doors #I33 and A134 within sally
port - evidence vehicle enclosure. 4.
5. Provide and install wire mesh door and partition in custodian roan #239
with in PolicelF ire building.
6. Provide and install screen mesh and frame within detention area. Referer
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 Servi
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 plan
and specifications. Reference sheets A-I , A-17 and A-51 for locations.
Designtech letter dated January 17, 1986, note #8 shall be utilized in
preparation of bid along with other contract documents.
and/or clarifications shall be. addressed at the pre-bid conference.
Any questions
CAULKING - Bid Item 7L
1. Rase bid to include furnishing and installation of caulking/sealants for
complete installation per plans and specifications. Ttems listed below a
for clarification and shall not be construed as a complete list of all th
work.
1. e.
Page
It is recommended that all contractors visit the jobsite prior to bid to ascertain full extent of caulking requirements.
a.
2.
Sealarits as required in exterior plaza area noted on sheet AC-2,
inclusive of field expansion joints and perimeter of ceramic tile arc as required. ( 13/AC-3 )
All masonry wall joints ( 14/AC-3 ):
vehicle wash facility and Service Center building. Also include maso
walls which contain slopes around Police/Fire assembly area, and free standing wall which encloses Police/Fire parking area and adjoins
northwest corner of Police/Fire building.
b. mechanical equipment enclosure,
c. Exterior hollow metal door/panel frames for each burning facility
including inside face as required. Hollow metal frames within detent
facility .
d. Duct and pipe penetrations thru masonry mechanical equipment enclosur
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 th
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 isla
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.
b. Interior windows of Police/Fire facility as follows: west elevations rooms 8109 and 8110, north elevation of roan #llO, and east elevation:
of rooms /I213 and K216.
All exterior windows of Police/Fire facility.
c. Service Center building as follows: south elevation exterior windows
and #2, interior windows of roan A013 separating adjacent offices.
0.
Page
LIST OF CONTRACT DOCUMENTS
I. Contract documents prepared by Ruhnau, McGavin, Ruhnau/Associates, 5751
Palmer Way, Suite C, Carlsbad, CA 92008 (619) 438-5899. Plans dated
September 16, 1985.
a. Architectural Site Plans Sheets AC-1 thru AC-3
b. Architectural (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 EQ-2
d. Structural Plans Sheets S-I thru S-16 (10A thru I
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
Project manual (specifications) for the construction of the City of
Carlsbad Public Safety and Service Center prepared by Ruhnau, McGavin,
Ruhnau/Associates dated September 16, 1985.
11.
111. Updated/revised architectual sheets A-24 thru A-36, and A-59 revision
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.
', .
DESIGNTECH a
January 17, 1986
David Ruhnau Ruhnau McGavin Ruhnau Associates
5751 Palmer Way Carlsbad, CA 92008
RE: CITY OF CARLSBAD PUBLIC SAFETY AND SERVICE CENTER
7
Dear David,
Listed below are finishes, changes and/or comments regarding certain items for the above mentioned project. is a complete list of cabinetry finishes.
1. Toilet Partition Colors
Also enclosed
Room #119 Nevamar #S-1-25T Sangaree Room #124 Xilsonart #D3 25 -6 Juniper
Room #178 Wilsonart #D48-6 Thistle Room #179 Wilsonart #D325-6 Juniper - Room #238 Nevamar #S-1-25T Sangaree
Room #241 iu'evamar #S-3-30T Grotto
Room #006 Nevamar #S-3-30T Grotto
Room #009 Nevamar #S-I-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).
2635 Carnino del Rio South, San Diego, CA 92108 (619) 295-6987
,.
DESIGNTECH 9
David Ruhnau
Ruhnau McGavin Ruhnau Assoc. Carlsbad PSSC January 17, 1986
Page 2
4, Carpet Tile for Access Floorinq
The carpet tile specification is pending on the s&ection of an access flooring manufacturer. Please contact us when
this decision has been made.
tile will be used in room #111 (even though the access flooring does not continue into this room).
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. All locks to be master keyed. Include number plates. Custom color in rooms #125
and #004 to match Frazee paint #5504D Highland Gray. Custom color in rooms #120 and #008 to match Frazee paint
#5295D Chippendale.
Single tier 18"W x 18"D x 60"H Locks to be grooved key type,
I. p.
DESIGNTECH -
David Ruhnau Ruhnau McGavin Ruhnau Carlsbad PSSC
January 17, 1986
Page 3
9. Wood Base and Doors
i The following rooms are to have a 4" walnut base (not oak):
#258, #259, #260, #262, #264 and #265. Doors #261, #264, to be solid core with walnut veneer, all sides and edges.
10. Interior -- Door and Window Frames
Paint color to be Frazee #5505D Salem.
#265, #266, #269, #270, #271 and #272 are
If you have any questions, or any of the above requires further
clarification, please contact our office as soon as possible. kb
aren S. Lowe
ENC .
cc: George Suttle ' Steve Mahoney &-
I. *t
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 1
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 *2 1/A-3 4 W.V. Oak w/ clear matte polyurethane finisl 103 *21a/A-34 W.V. Oak w/ clear matte polyurethane finisl 103 21b/A34 W.V. Oak w/ clear matte polyurethane finisl
103 *47/A-3 6 W.V. Oak w/ clear matte polyurethane finisl 104 19/A-34 P. Lam. Nevamar #S-1-25T Sangaree 111 24/A-34 P. Lam. Wilsonart #D325-6 Juniper
120,125,17/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 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
. ' *,
DESIGNTECH 9
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 ThistlA
161A 1/A-33 P. Lam. Nevamar #S-3-30 Grotto
162 4 8 /A-3 5 Paint Frazee #5504D Highland Grey
163 * 2 3 /A-3 4 W.V. Oak w/ clear matte polyurethane finis 186 27/A-34 P. Lam. Wilsonart #D48-6 Thistle
186 28/A-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-35 P. Lam. Wilsonart #D325-6 Juniper 204 38/A-36 (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 P. Lam. Wilsonart #D325-6 Juniper 256 44/A-35 P. Lam. Wilsonart #D324-6 Aspen
259 *4 5 /A-3 5 W.V. Walnut w/ clear matte polyurethane fir 260, *42b/A-35, W.V. Bi-fold doors: Walnut w/ clear matte 262 *42a/A-35 polyurethane finish
262 *43 /A-3 5 W.V. Walnut w/ clear matte polyurethane fii
265 *45/A-35 W.V. Walnut w/ clear matte polyurethane fii
002 25/A-34 P. Lam. Wilsonart #D14-6 Port 012 26a-c/A-34 P. Lam. Wilsonart #D324-6 Aspen
P. Lam. Cabinetry: Wilsdnart #D48-6 Thistle
#
I. ’<
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:
(not previously noted).
J
Forms and Surfaces
Forms and Surfaces #HC213
aL1-r
g 030 z ecx 2 ti-gw b cf-. c: fpo -% I c/l* 5 cwc3 %;D"p.' 3 s-2
ll 5YD 5 Sj'pOcL) 1 an s 0
0 5'
2 0
b T < (n &I
(D 0 I;
(D A sa a 22 rc
nz a2 40
D --7 0' a
e
2: ;% 3. . I
a w u - a 3 9 f
P
5 n *~ e;
m T D- n & :ql -
- n -an ;g:e,: sa+'
1- '.
d'
!
City of Carlsbad Public Safety & Service Center job no. dato 2.12.01 12/13/m Carlsbad. California
RUHNA U McG A VlN RU H NA U /A SSO CIA TES
shoot no. Aichdecls Planners
AR5 all5 Tmh Sfmd 675 I Pafmar Wmv. SultaC
fllr.dd~ C.4 P230I~3UdO Clffabd4 . . . . . c-4 . 92008- . f9os .. .. ..
RUHNA u McGA VIN RUHNAU/ASSOCIATES
3?76 Tenin Slner
Rlvenidq CA 02501.3880 675 I Pmlmef War. Sulle C Cadrbad C4 92008.1995
114/a84 4004 810/430 5145
AR6
Aicnllecir Planners
RU"A u McGA VIN RUHNAU/ASSOCiA TES
3775 Tmfh Slnel
114m+4dd4
6?51 Pilmer Way. SuIfoC
~JQ/~J~.~BDO
fllvenld~ CA 92501~3669 CufrbrU CAOZD08-lOD5
shed no.
AR7
Public Safety & Service Center Carlsbad, California
trvlrlon acale
job no.
V4's 1 ?-@
2.12.61 12/13/&5 d8tr
Archjtects Pbboers
flU"A u McGA VIN RUHNA U /ASSOCIATES
1776 RlnnMa rm CA stm onoiaeo 8?3 ~o~ot~~~ozo06t~~6 t Polmet Way Su/f*C
.,I .^ ,.., "r,'," .a:?
ahmet no.
AR7-A
Public Safety & Service Center Carlsbad, California
1/4" I I'Q" job no. dr 1. 2.12 01 E// 3/85
AfcR,lecIs Planners
RUHNAU McGAVlN RUHNAU/ASSOCIATES
3lTd Tenm Slnd dl5 I Pelmor Wev SuNeC RIwwi104 CA 925Of.3669
rive84 4004 dlW4J8 5889
Cadabed U 92008 IO08
sheet no.
AR8
-
., ',
Q
.. 7'4. 1
C - rd JZ@HMfR
i 84 I pv, F L sr 9 r.'
T t9 @
- -a x! Q-2 - * 1
4
-I
p_ .
P F
0- -IN
U 0 F:
4= 3
f +A P t
f". 3 4- ;e xi zf
t
XI m€ 1
a t !f k R.
r
EJC = 105' M.0. ;-I'
t c, P B A
City of Carlsbad
Public Safety & Service Center Carlsbad, California
revision SCJlO
%"lr\le'
ob no. d.10 2. IZ.01 f2/13/85
-
9
- >
E
F ?
- P - - -
3
6'
d
revision
ob no. Public Safety & Service Center Car Is bad, Calif or nia
scale
date
~"=(L~P
Afchilecrs Planners
RUHNA u McGAVlN RUHNAU/ASSOCIATES
3775 Imlh S1rs.l 675 I Pdm.r Way Sul1.C
Rlrarrlclq CA 92501 3860 ,,, A4, ,#A, 110/41R qno?
Cadrbdd. CA D?OOfI 1995
rho01 no.
AR-13
>!
THE AMERICAN INSTITUTE OF ARCHITECTS
- --_-~ ___ - -__ _-__ - ____
AIA Document A305
Contractor's Qualification Statement
1979 EDITION
Required in advance of consideration of apphcatron to bid or as a qualification
statement in advance of award of contract. Approved and recommcndcd by The
American fnsotute of Archit- and The Associated Ceneraf ConbactocJ uf Anmica.
The Undersigned certifies under oath he truth and correctness of all statements and of
all answers to questions made hereinafter.
. SUBMJTED TO:
ADoRfss:
SSWlYED By: ADVANCED WALL SnSPS8S', IlC.
ADDRESS:
ff
NAME: RICEABD STEBLIFG ptrtncnhip I* U
PRINCIPAL OFFlCE: CERRITOS, CA 90701 johtveIlture
othtt c3
-
11110-B ARTESIA BOULPVAPD, PoO*k% 1%8
1.0 How many years has your organization been in business as a General Contractor? zero, we are a
specialty sub-contmcbr,
2.0 How many years has your organization been in business under sb present business name? 11 3 ye0 - 2.1 Under what other or former names has your organizatron operated? None
*
Copyright l%4. W. 0 I979 k The ARarcr, -@e d ArSh?tuts. 173s WW YOrt A-. N W.. w O& 20006 - oi h auttnd Lcrrn a daravl- of IPI provraaa wdho~ paamrum d dr&tA-ak cow- rrgtkwcOf~unicIyII.dW#Lc~loWpora*r
N- AUDOQ~~~(I-~-V~~AW~~W*-~-*W 8 m~,*~~~~~~~lnanvrt-~lirvollnrc~m~~~~~~~rt.-t~:~ 6W- I
IC -
c -7PZ ' d# -L*-
I, I,
3 (' it a Carporation ancb\er the !ciion np
i 1 i'dte o: ,icrl-;v-dtlvn 3-30-73
q -I 'tale 0: rc:(orpo,at:on CA
5 \ ;'.t.. !!c.. ' , K':--$ Richard Sterling
.. -. .. _.
3.5 Secretary's name: Barbam Sterling
3.6 Treasurer's name: --
-,,
4.0 If an individual or a partnership answer the following:
4.1 Date of organization:
4.2 Name and address of all partners (State whether general or limited partnership):
5.0 If other than a corporation or partndip, describe organization and name principals: .
6.0 List states and categories in which your organization IS legally qualified to do business. Indicate regis-
tration or license numbers, if applicable. List states in which partnership or trade name is filed.
CA, NV, HI, AZ, LA, NJ
1
:" 2. AirrDoaylwm CONTUXTOR'S QUAtffKAT~ST*~T MAlCH 1-m @ Oms lMf AMUKAN INYTtTlJTF OF ARCHtT€Cl% m5 nRlr voll( AMNVE. M.W WASHIWm. D.C llDQ m-1979 2
(I 7.
7 0 We nordy perform rht fd- WrOIc wibc 001 own brces. Ins-: apmbk dIs, fok
partiti-, accordion doon, movable partitions, dmKnntable p~titiw, +le partiti
.
8 0 Have you ever failed to complete any work awarded to you? If x), note when, where, and why
NO
J
9.0 Within the last five years, has any officer or partner of your orguriution ever been an offiier
partner of another organization when it kikd to compkte a anrst~~th amtract? If so, attach
separate sibtat d arplrution.
No
tur mpPocc95, @lhng t)wrurr 10.0 On a separate sheet, list major - - P~vou~ow=-f=
of project, owner, uchitea, amtractamount, pI#ntcoudete,ndWcbnrpktnn, -date
..
hkewood 6rrm. Focil., City of bweod, a; $91,000; 30%; Nov. '840
Hycrtt -, Narhvilb, TN; $58,ooO; 95%; Oct. '84
Kauai Hiftm Hotel, HI; $12O,ooO; 1%; Octo '85
Las Vegm Hiltun, NV; $185,OOO; 9996, Oct. '84
Norttlrop Corp., Anaheim, CA; $38,000; 70%; Nova '84
17 0 On a se arate sheet list the malor projects your organization hiis completed in the past five year
giving the name of project, owner, architect, contract amount, date of completion, and percentag (__9__1 of the cost of the work performed with your awn forces.
h?C 423
12 0 On a separate sheet, list the construction cxgtria#e of the key indivtdrslls of your organization.
Richard Sterling - 1958 to present - All phases of project development, &rip, proposals
Larry Boyd
contracting administration - supervision of operable wall business. - 1974 to present - Some as above.
F-
AU DOCUMENT *116 COUTUACTOR'S QLALRICATIW STATEMEW macn 189 EIXWM a AM moTq * THE AM€UlCAW \.cSrllUT OF ARCHITECTS l735 N€W Yo11 AWNUF W W WASl+WClOh D C lDlllb A#-m
'> L.
11.0
Hilton Hohl, Walt Disney World, FL; Tishman; Aim LQpida; $106,000; Dee. '83
huna Lon; Bav Hotel, Hawaii
MGM Grand Hotel, Las Vegas, NV; MGM; Martin Stern; $135,800; Aug. '82
2ivera Hotel, Las Vegas, NV, Nik'ta zukov, 5560,300; Jan.
Hyott Regency Hotel, Flint, MI; Ellerbe Corp.; $228,600; Cct. '81
Waiohai Hotel, Kwai, HI, Amfoc Corp.; Mori Assoc.; $104,000, Sept. '81
seraton &yo1 Waikoloan, HI; Hogan Chqman Cobeen weitz; $134,000; Aug. '81
CIaricfge House Hotel, Atlantic City; $240,000; Aug. '81
Caesar's Boardwalk Regency Hotel, Atlantic City, $203,000, Aug. '81
Hyatt Regency Hotel, Kansas City; $289,000, Oct. '80
Las Vegos Hilton; Hilton Hotels Corp.; Risrmon 8 Rissman; $385,000; Jm '78
MGM Gmd Hotel, ibno; MGM Grand, Martin Stem; $43!5,ooO; April '78
Tokvu COT.: KiIIingsworth-Brody; $86,ooO; Jan. '83
82
I
J
!
I i
I
I
! I
I
k
'. 1.
13 0 TradeUcfcrences Kwik-Wall
Curtition
Won-Door
vvowfold
bturp .
14.0 Bank References: Crocker ktionaI Bmk, Grritos
4
15.0 Name of Bonding Company and rWn ad address of ;rlpRt:
Ray Link Insurance Agency
1521 E. Lincoln Ave.
Anaheim, CA 92805
i~sco- Qbco
E
AIA OOcU~ *15 CmACT- WALIF~ATIOI ST4TfMfYT U4KH 1919 ED1Ta - d ZV4Q 'r! 4MERIC44 '\'jTITLTt OF 4RDlITFCTC --:; 4fR v"WY 4\1F4Lc \ N H45HhCTO% 0s m m-
** I
160 Attach a firunual statement, audtted if mbk, tncludlng cCMVtr&ds btest hknce r)m
incow statement showing the following items amcw
ii Curren! Asset< ip g cacr: l<)>nt \eqture dccount5 account5 receivable notes receivable ac
qcornc deposf.. TIdierldl\ nvenlcin and prepaiu exnrnses,
a
13 Net Fixed Assets
C Other Assets
D. Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for il
taxes, advances, accrued salaries, and accrued payroll taxes) :
J
E. Other Liabilities (e-g., capital, capital stock, authorized and outstanding shares par values, I
surplus, and rained earnings):
Name of firm prcpuing financia1 m and date thereof:
ViImun, Peeler & Boucher, C.P.A,’r I /2-3/-85
- - - -- - x
Is this financial statement for the identical organization named on page one? Yes
If not, explain the relationship and financial responsibility of the organization whose finana
ment IS provided (e g , parent-subsidiary).
Wit1 this organization act as guarantor of the contract for construction? Yes
‘t ”. -
UA Doa#IIwI *116 COUTRACTo(1’S QUALHKATION STAT€M€NT MUCH T979 EDiTIm A@ m TM AMEtKAN W&?ITUTF OF ARCHITECTS 1735 ‘UfW YOItK 4M4bE b W WhyIlHcTON D C 11)8L A3s
a. I.
17.0 Dated at Cerritos, CA
this 26th day of February 19 86
Name of Organizafion Advanced Wal I Systems, Inc.
BY
'Itie %s iden t
18.0
d
M r. Richard Siding
that he/she is the President
Contnctor(s), and that answers to the fomgokq - and all statemewts therein contained are
true and correct
being duty worn deposes and says
of AdMnccd Wall Systems, inc.
Subscdddsnmbduremethh 26th &Yd February l9 86
___-- I-. ~ +,.2-, M i --
+I
=.w*--m-
w
"~"ly.m* clwm3=m-*--ID%f(BI=lCllbF -----~~~la--rr,~ac- e -+em9 . .e
,< ‘I
4
ADVANCED WALL SYSTEMS, INC.
FINANCIAL STATEYENTS
OECEM6ER 31t 1985
P’- - 1 I- - . 7 .- _. $/ 5 ,
i pl! xi, ..,
I certify this is a true photocopy of the nine month Financial
Statement of Advanced Wall Systems, Inc. received in our office
on February 20, 1986.
Date g/& B
--7 h - -- __
*< *,
ViLYJ&Ev oE€LE? C 9OUCHEXr C.FmAe‘S
13305 PENN STREET9 SUITE 200
WYITTIERt CALIFORNIA 90602
213 945-1611
FEBRUARY 17, 15
r? 3 7” I .:\ L ADVANCED dALC SYSTE”S9 INC.
11110-8 APTESIA BLVDo CERRI~OSI CA 90701
CC!$! v: ). - _.. -: -.. 1. , 6. a il
id€ HAVE COMPILED THE ACCOHPANYIYG BALANCE SHEET
THE RELATED STATEMENT OF INCOME FUR THE NINE MONTHS THEN ENC
IY ACCORDANCE WITH STANDARDS ESTABLISHED RY THE AMERICAN INSTITU
AOVAUCED WALL SYSTEYSv INC- AS OF DECEMBER >31t 1985 n
OF CERTIFIED PUBLIC ACCOUNTANTS.
A COMPILATION IS LIMITED TO PRESENTING IN THE FORM Of FINANCIAL STAT
MENTS INFORMATION THAT IS THE REPRESENTATION OF MANAGEMENT. WE HA
NOT AUDITED OR REVIEWEO THE ACCOMPANYING FINANCIAL STATEMENTS AN
ACCORDIYGLYv DO NOT EXPRESS AN OPINION OR ANY OTHER FORM OF ASSURAN
ON THEM.
MANAGEMENT HAS ELECTED TO OMIT SUBSTANTIALLY ALL OF THE DISCLOSUR
AND THE STATEMENT Of CHANGES IN FINANCIAL POSIT1
REQUIRED BY GENERALLY ACCEPTEO ACCOUNTING PRINCIPLES. IF THE OMITT
DISCLOSURES WERE INCLUOEO IN THE FINANCIAL 5 ATEMENTS, THEY HIG
INFLUENCE THE USER’S CONCLUSIONS ABOUT THE COYPANY’S FXNANCT
POSITION, RESULTS OF OPERATIONS, AN0 CHANGES N FINANCIAL POSITKOI
ACCORDINGLYt THESE FINANCIAL STATEMENTS ARE NOT DESIGNED FOR THOSE WI
ARE NOT INFORMED ABOUT SUCH HATTERS. j&/@ CERTIfIE3 PUBLIC ACCOUNTAN1
-b <I
A3VAYCED dALL SYSTEMS, Ihti.
BALAkCE SHEET
DECEMBER 319 1985
ASSETS
CURRENT ASSETS
CASH
CASW ON HANO S5OoOO
CASH IN B4NK-CROCKER 489 298.53
CASH IN BANK-LAS VEGAS - 80.28
CPSH IN BANK-RENO 59.32
CASH IN BANK-MOBILE ACCT 32,390037
MONEY MARKET FUN0 ACCT 221.42 ------------
TOTAL CASH 8 19 099.32 -----------_
CONSTRUCTION RECEIVABLE
PROGRESS BILLINGS 1199799.1+
PROGRESS BILLINGS-RET. 41 9 +43. 63
TOTAL CONSTRUCTION RECETVABtE 22lrZl2.77
--_---------
------------
UNOER OVER BILLINGS
CONSTRUCTION COSTS 4809222.19
PROFIT ON CONSTRUCTION 1089024.18
CONSTRUCTION IN PROGRESS 6219343.45- ------------
TOTAL UNDER OVER BILLINGS 339097.08- ------------
OTHER CURREWT ASSETS
PREPAID NoJo TAX 100.00
PREPAID RENT Ir712.00
INVENTORY 5 9 7550 00 _-_- --------
TOTAL OTHER CURRENT ASSETS 7*567oQO ------------
TCJTAL CURRErJT ASSETS 6276t812061
pd-) 7,J c: - - - - '7
t.2 ~ ~ 1 :
SEE ACLGU'iTAhTS' CGYPiLATIOh IEFJQT
~.:LWI+GF. OCELER r CI~IJCYEQ. c O,A,*C
'. <r
AOVAfJCED kaLL SYSTEMS, INLo
BALANCE SHEET
OECEM6ER 31r 1985
FIXED ASSETS LEASEHOLD IYPROVEMENTS 865006
AUTOS & TRUCKS 18,312067
FURNITURE & FIXTURES 12 9 269 090
TOTAL COST 3 1,447 63
---- --------
15~155.25- LESS ACCUHo DEPRECIATION --------_---
FIXED ASSETS, NET 169292.38
OTHER ASSETS J
DEPOSITS 19 944 0 00 ---_ --------
TOTAL OTHER ASSETS 19944-00 ------------
- TOTAL ASSETS -
C,O /y F; ;- .. -- 1 - ' -:- 4 . -r ?._I . i P
StE ALCOJbTANTS' CgHPILATiO\ <Er'3RT
* -iv .re ~cz* rc c ??I 'UEP, I- E.jo*t __-
*I II
ALVANCED HALL SYSTEMS, INCo
BALANCE SHEET
DECEMBER 319 1985
LIABILITIES & STCKHLDERS' EQUITY
CURRENT L IABI LIT I ES
ACCOUNTS PAYABLE 1379480010
ACCRUED SOI-SUI 260.57
ACCRUED SeWeT 19542.07
P/ri TAX DEPOSITS-STATE - 19174.67-
ACCRUED FoIoCoAo 4~005.86
ACCRUED FoWoTo 79462.00
PAYROLL TAX DEPOSITS 1 1 9 779.06-
ACCRUED FoUoToAo - 306052
P/R TAX DEPOSI TS-FUTA 203dO-
ACCRUED SALES TAX 69798.85
ACCRUED UNION 19789.20
ACCRUED LABOR BURDEN 31035.28
ACCOUNTS PAYABLE-OHNI 21 2200 83
FED INCOME IAX DEPOSITS 150.00-
FRANCHISE TAX DEPOSITS 549 0 00-
ACCRUED FED INCOME TAX 7993s.04
ACCRUED FRANCHISE TAX 49 600.90
CONTRACT PAYABLE-CURRENT 5 9 150.30 ------------
TOTAL CURRENT LIABILITIES f1689731eS9
LONG TERM LIABILITIES
CONTRACT PAYABLE-AUTO 99 318 52
LESS CURRENT PORTION 5 9 1500 30- ------------
TOTAL LONG TERM LIABILITIES 47 168e22
STOCKHOLDERS' EQUITY
CAPITAL STOCK-100 SAHRES
AUTHORIZED-$100 PAR VALUE
ISSUED 100 SHARES 109 000.00
RETAIWED EARNINGS ?6~?59008
NET PROFIT OR -LOSS '359390.10 ------------
TOTAL STOCKHOLDERS' EOUITY 122r149018 ------------
TOTAL LIAY. & STCKHLZEfi5' kCljTTY - -
ptq \ 2 --- 5 . -, - '-i- ; fl , >. .' LL'I :: . - -,-j . : $f
S E E A L C 3 U i\c T C Y T 5 ' C 3 M P : L A T : 9 'r < f 3 7 T T
L:tu-;;=. 3Ft[EO c nQ'J;&$2, c C,A,'C
.* **
ADVANCED rlaLL SYSTEMS~ IYC.
STATEMENT OF INCOME
FOR THE NINE MONTHS ENOEO DECEMBER 9 i9as
CURRENT PERIOD t YEAR-TO-DA
I Nt OH€
EARNED REVENUES 789544-60 45601 8359 583.
COST OF CONTRACT REVENUE
LABOR 99 532 097 55.4 96,840.
HATERX ALS 42~010e43 244.0 462 963 1
MISCELLANEOUS 99780058 5608 57.886. ------------ ----------
TflTAL COST OF CONTRACT REV 619323-98 356.1 6179358.
GROSS PROFIT 17r22006Z 100.0 > 1889224.
------------ --__------
------------ ----------
CUMHISSIONS EARNED 000 .O 6999221 LESS MATERIAL PURCHASED 00 -0 12.571.
NET COHYLSSIONS 0 00 .O 5793504
TOTAL OPERATING IMCOME 17~2200.62 100.0 24595754
-----e-.-.-- ----------
------------ ------- --- ------------ -----.----
OPERATING EXPENSES
ADVERT I S I HG .oo 00 469 4
AUTO EXPENSES 565-35- 3.3- 2936Sa
SALES EXPENSE 1 t 554- 19 9. 0 5,0224
DUES AND SUBSCRIPTIONS 411.40 2.4 7491
INSURANCE 60.00 03 1495821
1,582, INTEREST 131.17 .R
LICENSES a00 00 6801
21776t LIFE INSURANCE 0 00 00
OFFICE 530.62 301 a.417,
PROFESSIONAL SERVICE 258000 1.5 7 9 304,
RENT 2 9243 00 13.0 13~745q
REPAIRS AND MAINTENANCE 300.00 L 107 495<
SUPPLIES 0 00 00 331q
TAX-PERSONAL PROPERTY -00 00 94,
DEPRECIATION 44a.91 te6 4,0404
TAXES-PAYROLL a21.04 4.5 69606,
SALARIES-OFFICERS ~r000.00 23.2 36 9 000
SALAK! ES-C)FcICE 6971 i -5C 39.9 549225
UTILITIFS 113.27 .7 199743
T E L E PdGNE 734.63 $01 7,398
------------ ---------.
T ’l$- ~OF?ATI\\> tl(PF~5tY 17r 72L.30 1 ,?.? lh’j ril‘ ” ----- ---- _____-------
’4: T J~CF A’ 1.4~ I?d~d~~ ;h-L?55 ‘J?L.-lh-- 2. i- 31 I- --------- ------------
r: t I \-- --. -
-!, -2 1. P i A L -/ L-1 . : ;r%
SEE &CCOUqTANTSg C~Y~ILATI& 3EPCIF.T VItul-’q~* PfELC‘c r_ sr_ ‘;-(E”. : D*i.’C
ew c
ADVANCED WALL SYSTEMS, INCo
STATEUEYT OF INCOME
FOR THE NINE MONTHS ENOED OECEYBER 9 1985
% YE AR- TO- Di CURRENT PERIOD
OTHER INCOME/EXPENSE
INTEREST INCOME 826.36 'io 8 1 t 337
DISCOUNTS EARNED 000 00 365
MISC. COSTS-CLOSED JOES 000 00 337
SALES DISCOUNTS 000 -0 240
OTHER INCOHE/EXPENSEv NET 826036 40 8 19125
------------ ---------
__--------_- ---------
PQOFIT SPLIT
PROFIT SPLIT-OWN1 2t218e64- 1209d 3944Q
COMMXSSION SPLIT-OMNI 7OOoOO- 4e1- 26 9 669
TOTAL PROFIT SPLIT 29918.64- 16.9- 299914
-------_---- ---------
------------ ---------
INCOME BEFORE TAXES 2~594.2+ L5.1- 47,926
e----------- ---------
TAXES ON INCOME
FEDERAL INCOME TAX 1 9 266.06- 7.4- 79935
STATE FRANCHISE TAX 249005- 1.4- 4,600
TOTAL TAXES ON INCOME It 515.11- 8.8- 129535
----------- --------
------------ ---------
NET INCOME OR -LOSS Slt079013- 60 3- s3fir39a ------------ -_------- ------------ --e-- ----
*-i 3 2 ;f-. f- I-\ : <. L*.a: ..I .- _. " .
SEE ACCOUNTANTS' CCM3!L4T17t 9FP3kT
V:LMl-lR=, CEE;f3 C 2- -. - 4-2. - ; 2.A**q
Ray Link Iiise Agency 1521 E. Lincoln Ave. hnahein, Calif. 92805
Cerritos, Calif. 90701
IN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSlOl
PREMISESIOPEWTIGNS
59COO 3 9990CCA PRODUCTSKOMPLETED OPERATIONS
INDEPENDENT CGNTRACTGRS
BROAD FORM PROPEW OAMAGE
PERSONAL INJURY PERSONAL INJUF
59FJ591696CCA ALL OWNED AUTOS (~$~’~p’A”s”)
’u0h OWNED AUTOS
SAPAGE LIABILITY
UMBRELLA FOSM
- -_-_I_
Koll Const. Co.
7330 Engineer Road San Dieyo, Calif. 92111-1464
a 6ZY neLuLuuig A~~U~SL~U uy aiiu nrLuLii 'LO:
City Clerk m 0
1200 Elm Avenue
Carlsbad, CA 92008
NOTICE OF COMPLETION
To All Laborers and Material Men and to Every Other Per:
Interested:
YOU WILL PLEASE TAKE NOTICE that on January 13, 1987, 1
project consisting of folding partitions at the Carlsbad Safr
and Service Center, on which Advanced Wall Systems was 1
Contractor, was completed.
CITY OF CARLSBAD
_I PROJECT COORDINATOR
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the Ci
Council of said City on 4- 27 , 1987, accepted t above described work as Pmpleted )and ordered that a Notice
Completion be filed.
I declare under penalty of perjury that the foregoing
Executed on & 2r , 1987 at Carlsbad, California.
true and correct.
I/ I CITY OF CARLSBAD
A City LW Clerk R& E$- i
81.. 0657 15
". ._ ...... , . .. . - .-,
,,.e.- ik.;if FEg -5 #.! 8: 35
i L- _q
'JER A t-. LYLE c &!fd r Y 85 C2 i?D E R
t ic a e '.
1200 ELM AVENUE T EL CAR LSBAD, CALI FOR N IA 92008 (619
Office of the C~ty Clerk
Mitg of Mnrlsbab
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
Elevators at Carlsbad Safety and Service
Center; Reliable Elevators Contractor
Notice of Completion - Engineering
HVAC at Carlsbad Safety and Service Center
Kinney Air Conditioning Contractor
Notice of Completion - Engineering
Fire Sprinklers at Carlsbad Safety and
Service Center; Orving Engineering Contractor
Notice of Completion - Engineering
Electrical at Carlsbad Safety and Service Center
Catton-McCutcheon Contractor
Notice of Completion - Engineering
Service Station Equipment at Carlsbad Safety
and Service Center; Lube Life Equipment Contractor
Notice of Completion - Engineering
Vehicle Wash at Carlsbad Safety and Service
Center; N/S Corporation Contractor
Notice of Completion - Engineering
Precast Concrete at Carlsbad Safety and Service
Center; Tecon Pacific Contractor
Notice of Completion - Engineering
Miscellaneous Metal at Carlsbad Safety and
Service Center; Tulsa Steel Manufacturing Contractor
e 0
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 Catrlsbad 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 Contract0
Notice of Completion - Engineering
Pneumatic Tubes at Carlsbad Safety and Service
Center; Air Link International Contractor
0 0
1,
Vera L. Lyle
County Recorder
January 30, 1987
Page 3
Notice of Completion - Engineering
Cabinets at Carlsbad Safety and Service Center
Bowser Cabinets Contractor
Notice of Completion - Engineering
Tile at Carlsbad Safety and Service Center
McCandless Tile Contractor
Notice of Completion - Engineering
Painting at Carlsbad Safety and Service Center
Simmons and Wood Contractor
Notice of Completion - Engineering
Carpets at Carlsbad Safety and Service
Center; Vincent Wentz Contractor
Notice of Completion - Engineering
Access Floorin'g at Carlsbad Safety and SErvice
Center; Tate Access Floors Contractor
Notice of Completion - Engineering
Folding Partitions at Carlsbd Safety and
Service Center; Advanced Wall Systems Contractor
Notice of Completion - Engineering
Window Coverings at Carlsbad Safety and Service
Center; Sheward & Sons Contractor
Notice of Completion - Engineering
Lockers at Carlsbad Safety and Service Center
Goodale Co. Contractor
Our staff has determined that the recordation of these documents i:
of benefit to the City; therefore, it is requested that the fees
be waived.
Thank you for your assistance in this matter.
y%xT2 eputy City Clerk
Encs.
e - - - _. - -
' - --0 v I--
City Clerk
1200 Elm Avenue
' Carlsbad, CA 92008
NOTICE OF COMPLETION
To All Laborers and Material Men and to Every Other Per
Interested:
YOU WILL PLEASE TAKE NOTICE that on January 13, 1987,
project consisting of folding partitions at the Carlsbad Saf
and Service Center, on which Advanced Wall Systems was
Contractor, was completed.
CITY OF CARLSBAD
PROJECT COORDINATOR
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Cle City of Carlsbad; the C
above described work as and ordered that a Notice
Completion be filed.
Council of said City on 23 , 1987, accepted
I declare under penalty of perjury that the foregoing
true and correct.
Executed on ~r, 1987 at Carlsbad, California
CITY OF CARLSBAD
ALETHA L. RAUTENKRANZ
City Clerk
Ray Link Iris, Agency 1521 E, Lincoln Avc, Anaheim, Calif, 92805
COMiPREtIENSIVE FORV
PREMISESIOPEFlATIONS
PRODUCTSICOMQLETEO OPERA [IONS
INDEPENDENT CONTRACTORS
BROAD FORM PROPERTY DAMAGE
PERSONAL INJURY
ALL OVdMED AUTOS (PRIV "ASS )
ALL OWNED AUTOS ((&$R,$2') 59FJ591696CCA
MOM-OWNED AUTOS
GARAGE LIABILITY
V%~0RKZRS' COP~PENSATZCX
Garltsbad SaJfety Center Carfsbad, Calif,
Roll CUPfSt. c0-q
7330 Engineer Road
San Diego, Calif, 92111-1464
8H:S CERVlFiCATE S ISSUED AS A XlAWEW OF MFOR?JATdOX OaLV AI
ay Link Ins, Agency 521 E. Lincoln Ave.
nahein, Calif. 92805
ystems Inc. *oG-7
PLOSION & COLLAPSE HAZARD 59C0039990CCA
INDEPENDENT CONTRACTORS
BROAD FORM PROPERTY OAMPGE
PERSONAL IRlJURY PERSONAL INJURY
ALL OWNED AUTOS (PRIV PASS )
ALL OWNED AUTOS (~~~/R&!!$N)
NON-OWNED AUTOS
GARAGE LIABILITY
59FJ591696CCA
Ul%G COk’JPAN1.9 WILL E Koll Const. Co.
7330 Engineer Road
San Dieyo, Calif. 92111-1464