HomeMy WebLinkAboutBannister Steel; 1985-07-25; 3006-2BJuly 25, 1985
TO: City Clerk
FROM: Purchasing Officer
RE: BANNISTER STEEL, INC .
CONTRACT NO. 3006-2B - METAL DECK - PUBLIC SAFETY CENTER
Attached are four copies of the abme referenced contract ready for execution of signatures in the following order:
1. City Attorney
2. Mayor
3. City Clerk
After execution of signatures, retain one copy for your files along
with the original insurance certificate and return the rmining copies to Purchasing.
& 6
Ruth Fletcher
ct
NATIONAL CITY, CA. 92050
EXPLOSION & COLLAPSE HAZARD
PRODUCTS/COMPLFTED OPERARONS
INDEPENDENT CONTRACTORS
BROAD FORM PROPERTY DAMAGE
PERSONAL INJURY PERSONAL INJURY
ALL OWNED AUTOS (PRIV PASS )
ALL OWNED AUTOS (~&~~R&~')
NON-OWNED AUTOS
LDER IS ADDITIONAL INSURED BUT ONLY AS RESPECTS THE OPE
* P
A *
Bidder's Name
CITY OF CARLSBAD
SAM DIEGO COUWTY
CALIFORNIA
BIDDING DOCUENTS
FOR
THE CITY OF CARLSBAD
PUBLIC SAFETY AND SERVICE CENTER
1
CONTRACT NO. 3006
BID PACKAGE NO. 2
FOR: STRUCTURAL STEEL AND KTAL DECK
For information relative to this project contact:
KOLL CONSTRUCTION COMPANY
7330 Engineer Road
San Diego, CA 92111
Steve Mahoney, Project Manager
(619) 292-5550
r.
'2 "Q. -
<
s TABLE OF CONTENTS
I tern Page -
NOTICE INVITINC BIDS 1-
PROPOSAL 5-
BIDDER'S BOND TO ACCOMPANY PROPOSAL 9
DESIGNATION OF SUBCONTRACTORS 10
BIDDER'S STATEMENT OF FIWNCIAL RESPONSIBILITY 11
BIDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENI E 12
CONTRACT 13 -
.LABOR AND MVEfUALS BOND 17 -
PERFORMANCE BOND 19 -
GENERAL PROVISIONS 21 -
SPECIAL PROVISIONS/SPECIFICATIONS 28 -
LIST W CONTRACT DOCUMENTS 33
,CERTIFICATE OF COMRIANCE 34
;
f
I. 7.
2 : \4 7 {'I
c
* Page '
CITY OF CARLSBAD
PUBLIC SAFETY AND SERVICE ENTER
NOTICE INVITING BIDS .*
The City of Carlsbad invites bids for performing the following work:
-
. .. Bid Package 12 - Structural Steel and Metal Deck.
Sealed bids for performing the work shall be received at the office of t Purchasing Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, unti
4:OO PM on the 21st day of March, l9e5 at which time they will be opened
and read aloud,
The work shall be performed in strict conformity with the specifications
therefor as approved by the City Council of the City Qf Carlsbad on file
the Engineering Department. specifications for full particulars and description of the work.
The work, a portion of the total Public Safety and Sexvice Center Projec
*' involves complete sitework development of twenty-six (26) acres includin
grading, underground utilities, and surface improvements, etc. A fully improved Police and Fire Administration Building, Vehicle Haintenance
Facility, car wash and fuel island shall also be constructed as a part t
the Phase One construction program.
1 .
4
2.
Reference is hereby made to said
3.
f .).
4. Koll Construction Company will provide construction management services
the City of Carlsbad and shall organize, monitor, coordinate and direct
phases of the construction at the Public Safety and Service Center.
Purchasing Department, City Hall, Carlsbad, California, after February i
1985 at no cost to licensed Contractors for the first set. Addftional : are available for a non-refundable fee of $25.00 per set.
ahead to reserve your documents, (619) 43-5601.
A pre-bid conference will be held in The City Council Chaabers at 2:00 I
on March 13, 1985 to discuss bidding requirements.
If information is required regarding the bid package, drawings and/or specifications, the bidder SHALL NOT contact the City of Carlsbad nor t architect. All questions and requests for information shall be directe
Koll Construction Company, (619) 292-5550, Steve Hahoney.
No bid will be received unless it is made on the proposal fonn included
5. Plans, specifications and bidding documents may be obtained at the
Please call
6.
7.
8.
ng documents.
fail to furnish the required bonds and to enter into B contract with th
City within the period of time pravlded for by the bid documents. The
,- I.
*Att, >'I
1
Page 2
bidders' security of the second and third lowest responsive bidders may k
withheld mtil the contract has been fully executed. The cash, cashier's check or certified checks submitted by all other tnsuccessful bidders sha
be returned to them within ten (IO) days after the receipt of bids, and their bidders' bond shall be of no further effect.
9. The documents included within the sealed bids which require completion an execution are the following:
1,. Proposal
2. Bidder's Bond
4. 8idder's Statement of Financial Responsibility 5.
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
v
1 3. Designation of Subzontractors
Bidder's Statement. of Technical Ability and Experience
I of at least one general partner is required .
No bid shall be accepted from a Contractor who has not been licensed in
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.
Bids shall not modify or contain any recapitulation of the work,to be do Alternate proposals will not be considered unless called for. No oral o telegraphic changes to the bidding documents will be considered.
11.
12,
of the contract price for said work shall be given to secure the payment the claims for any material or supplies furnished for the performance 01
the work contracted to be done by the Contractor for any work or labor (
any kind done thereon. within the bid package. Sureties shall be licensed and registered in tl State of California and subject to approval by the City.
Partial and final payments on this contract shall generally be in accordance with Section 9 of the 1979 edition of "Standard Specificatio
For Public Works Construction", as herein modified. -
Bonds shall be prepared on the forms included
13.
3- 1.
i
.a tI 1 :'I
t
* Page 3
The Construction Manager will, after award of contract, establish a closu
date for the purpose of making monthly progress payment.
Each month, the Construction Manager will make an approximate measurement of the work performed to the closure date and as a basis for making mnth payments, estimate its value based on the contract bredcdown furnished by 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 anount of all previou:
payments will Le paid to the Ccntractor. After fifty percent (X%) of tl
satisfactory as dctennined by the Construction Manager, the deduction to
made from the remaining progress payments and fran the final payment wil 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
City Council approval and filing of a Notice of Canpletion shall constitr
said acceptance. Application for payments and dispersement of funds wil be made through the Construction Manager.
The Contractor may, at his/her option, substitute securities, as specific by Government Code Section 16340, for the retention held on this contrac At the request and expense of the Contractor, securities equivalent to t
amount withheld may be deposited with the City or with a state or federa chartered bank as the escrow agent who 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 canplementary so that any work call for in one and not mentioned in the other, or vice vesa, is to be execu the same as if mentioned in all said documents. The intention of the documents is to include all labor, materials, equipment, transportation services necessary for the proper execution of the work.
If any person contemplating submitting a bid for the proposed contract 1 in doubt as to the true meaning of any part of the plans, specifications other proposed contract documents, or finds discrepancies in, or omissic
from the drawings or specification, a request may be submitted to the
person named on the title page of the contract documents for the
interpretation or correction thereof. Any interpretation or correction the proposed documents will be made by addendum duly issued by the City,
and a copy of such addendum will be mailed or delivered to each person
receiving a set of such documents. The City will'not be responsible fol any other explanation or interpretation of the proposed documents.
L work has been completed and if progress on and quality of the work is
_thirty-five (35) calendar days after acceptance of the completed work.
F
14.
15.
L-
I ,i 'I 'I!
I Page 4
16. Any addenda issued by the City during the 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.
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, mless alternate bids are called for.
subproposal to a bidder, or d-10 has quoted prices on materials to a Bid&
L is not thereby disqualified from submitting a subproposal or quoting pric
to other bidders.
17.
A person, firm or corporation submitting a
18. Bidders are required to inform themselves fully of the conditions relatin 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 method 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 1728.
% 19.
", . c
1: 20. 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 qplicable wage rates is on file in the Office of 1 Carlsbad City Clerk.
Approved by the City Council of the City of Carlsbad, California, by Resolutic
No. 791'8 , adopted on the 79th day of February, 1985.
k 20 /?rf Date 1 ALETHA L. RAUTENKRPNZ, City Clfrk
1. ' .,
1
\ .c ' , "I 1200 ELM AVE,NUE TEl
CARLSBAD, CA 92008-1989 (619
Citp of Carls'bab
PURCHASING DEPARTMENT
March 8, 1985
ADDENDUM NO. 1
PROJECT: PUBLIC SAFETY AND SERVICE CENTER BID PACKAGE NO. 2 - STRUCTURAL STEEL AND METAL DECK
This addendum, receipt acknowledged, must be attached to proposal form when bid is submitted.
e Ll e4md<
RUTHYLETCHER, PURCHASING OFFICER
I acknowledge receipt of Addendum No. I
I* I.
I 1
\ ( l?ilO ELia >NENUE TEI
CARLSEAD, CA 92008-1989 - (619 *
Cltp of GarISfiab
PURCHASING DEPARTMENT
-Mch 14, 1985
ADDENDWINO. 2
PEQ"3?C?T* J3JBTJc. SAFETY AND SllEYICE (33NIER
BID PACKAGE No. 2 - Smm ST= NW €JiZT& SEX
This addendum, receipt acknowledged, mt be attach& to proposal form
when bid is submitted. p- L.E?.&&LL
FLETCHER, PURCHASING OFFICER
I admowledge receipt of Addendum No. 2,
&scPYLVt( a- bl
I
1
i' 3 I, 7
t
Page 5
', CITY OF CARLSBAD
PUBLIC SAFETY AND SERVICE CENTER y
CONTRACT NO. 3006 ,,dl 7 R' 3'
L! qi 2 *.
5.' ','\ v"
t PROPOSAL VI, JY b'tJ
City Council City of Carlsbad
Carlsbad, CA 92008
L 1200 Elm Avenue
The undersigned declares he/she has carefully examined the location of the WOK read the Notice Inviting Bids, examined the plans and specifications, and here proposes to furnish all labor, materials, equipment, transportation and servic
required to do all the work to canplete Contract No. 3006 in accordance with t Plans and Specifications of the City of Carlsbad, and the special provisions, wit: ..
The following proposal form includes work associated with the bid package No,
2. I No. 2A - Structural Steel
No. 28 - Metal Deck
Proposals for the work shall include separate prices for each item of WOI bid. A proposal for work may include a bidder's canbination for any or a
items of work, but must also include bids for each separate item. a canbination 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
canbination bid. contracts for each bid item, or each combination of bids, or (b) make no
award at all.
Note: If not bidding on an item of work, the bidder shall state "no bid"
Fhposals for the work in each bid package shall be canplete per the plar specifications and contract documents. provisions are for clarifcation only and shall not be considered as a complete list of all the required work.
Quantities of materials and earthwork used on the plans are for permit
purposes only. All bidding contractors are required to canplete their 01 quantity take offs, and submit lump sum bids for all work unless spepific
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. Mdenduda) No(s). 7 d 2 has/have been received and is/are
1.
Award
bidders on the particular items of work making up that
The City reserves the right to (a) award separate
2. Items listed in the special
3.
included in this proposal.
11 f' I> r
t
Page 6
E? id Item d
Bid Item #
STRUCTURAL STEEL
2A- '! Complete structural steel work for the lump sum amount d Four
Hundred Eighty Six Thousand Six Hundred and One Dollars
4 (Based on mill order, April 10, 1984, sixteen (16) week delivery.)
0 4R6-601 00
2A-2 Complete structural steel work for the lump sum munt of Five
Hundred Sixteen Thouand Six Hundred Fiftv Four Dollars
TBased on twelve (12) week delivery from Notice of Award.)
$ 516,654.00
METAL DECK
28 Complete =tal deck work for the lump sum amount of One Hundred
s 102,293.00
Two Thousand Two Hundred Ninety Three Dol lars
T
COMBINATION BID
2c Combination bid no's 2A-1 and 28.
for the lump sum amount of Five Hundred Eiqhty Eiaht Thouand Eight Hundred Ninety Four Dollars
$558.894.00
2c- 1 Cornbination bid no's 2A-2 and 28.
Hundred Forty S-even Dol lars
for the lump sum amount of Six Hundred Eiqhteen Thousand Nine
$618,947.00
Note: Bidders must also bid these items individual items numbers separately.
I) See attached Bannister Steel Inc. proposal for Further
2) Deliveries predicated on mill schedule and warehouse
3) All above prices include cost of labor & performance
informat ion.
availability.
Sond.
1.
t .I (619) 477-9311 BANNISTER STEEL, INCORPORATED LIC. N(
1 Steel Fabricators and Erectors
P.O. BOX 876
3202 HOOVER AVE. NATIONAL CITY, CALIFORNIA 92050
PROPOSAL - CONTRACT
TO: City of Carlsbad
1200 Elm Avenue
Carslbad, Ca. 92008
Date 3-21-85
Bid Date 3-21 -85 Time 4: 0 Project Name Carlsbad Pub1 ic Safety
and Service Center
(HEREINAFTER CALLED THE PURCHASER) Project Location Car I sbad, Ca.
Architect
Owner
BANNISTER STEEL, INC., hereinafter called the Seller, proposes to furnish all material and labor
below, and in accordance with the plans and specifications and the Terms and Conditions on the rev
hereof -
TERMS OF PAYMENT - All terms of payment are granted subject to the approval of the Seller’s Credit Del
Payments shall be made on or before the 10th of the following month for 90% of the value of material i
provided during the preceding calendar month, and the remaining 10% shall be paid within 35 days a
pletion of the Seller’s portion of structural steel work for structural steel, and 35 days after completion of th
portion of miscellaneous work for miscellaneous steel. On F.O.B. work terms shall be net 30 days for the
value of each shipment. This proposal shall become part of contract.
This Proposal includes Addendum 7 & @ Noted
See Bid Proposal for Price For the sum of ($-
Structural Steel Spec Sect 05120 and Metal Deck Spec Sect. 05300. A
issued drawinqs and bid instructions. Installed as per AISC 8th Ed
Code of Standard Practices. Metal deck will be used as temporary pl
ing .
F.O.R. Items: Any embedded items
The prices are based on payment for steel upon invoice and progressi
payments for fabricat ion and detail ing.
Sales tax is included.
This Proposal does not cover
Rough hdwe., i.e. bolts for wood, loose
Costs of tests and/or inspections
Material less than YE’’ in thickness
Mat’l on elec. and/or mech. plans
Steel studs and appurtenances Non ferrous metals Glass stops
Grouting or drypacking Wood nailers Building permits
Framing for roof or floor
Setting of anchor bolts, leveling nuts or templates checking of same
Pipe sleeves and back up plates for other trades
Painting where steel is fireproofed
Field painting & measuring
Costs of bonds
Cutting or drilling of our work to accommodate other trades
Field welding of rebar
Painting of galvanized items
Structural steel calculations, i.e. fc
Furring channels or angles
joist hangers, etc.
deck openings
I:
,I
s. ,,
TERMS AND CONDtTiONS \. /
CTIOK -.- Structural Steel. When erection 8s prwided, the Purchaser shall provide adequate access and traffic control, adequate
adequate foundations of proper height and free from obstructions. Purchaser shall se! templates, anchor bolts and leveling plate aroper iine and grades. Purchaser shall provide grouting of leveling plates and case plates and all levels and datum lines. structural st€ heans the setling in place of structural steel aroper. but does not include the placing of lintels, ledger angles, wail plates, and steel nati:re not connected integrally to ine structural frame. The Purchaser agrees to notify the Seiler when the structure is ready to receive nave the structure ready at the irrne staled.
When Purchaser elects to place steel without authorization from Seliei, he does so at his own expense and risk. If Seller require!
zn getting trucks and equipment in, aut, or around the jobsite, said assistarice shall be provided by the Purchaser without cost to the Sackcharges or adjuslmenrs to be ailowed must have proper alithorization and be submitted in writing for acceptance within 15 days of
IONS -- This Proposzi includes only >mterial and labor specifically mentioned herein. Cost of inspection, testing of materic iormance bonds are excluded in :his Proposai.
PRICE ..- If pay item is based cn unit price. Purchaser agree to contacr Seller regarding ~otai quantities of reinforcing orsfruciurai zing the job with the State or any poliZIcal subdivision or public corporation and to urge acceptance of Seller's final quantities 2
i of any difference therein.
LECTIONS - When paymeinis are not made in accordance with the terms of payment above or upon insolvency, bankruptcy, r voliiniary or involuntary assignment of purchase amount, the entire contract price may be declared due and payable by Seller. Failure cfiz,Sei to make payments as provided herein wiil entitle Seiier to stop shipments without notice to Purchaser, io take possession of an already made, and upon notice to Purchaser, to cancel the unexecuted portion of the Contract and to holc! Purchaser responsible fi including lost profits and reasonable attorney's fees ana interest on all past due balances at a maximum rate permitted by statute. Purci that place of Seller's acceptance shall be deemed to be the place of performance, and further agrees that at Seller's option the iaw oi acceptance shall govern, and Purchaser agrees not lo make any judicial assertions 40 the contrary.
1CLAIMS AND DISPUTES -- If F.O.E., Purchase: agrees to check material carefully against shipping papers upon unloading at de: c!aims for shortages, improper, defective, or damaged material will be recognized by Seller ?inless written notice specifying in detail th extent of the shortage is mailed to the Seller's office within five days from date of unioading. When Seller does not erect, steel which m,
3y noma1 fieid drifting, reaming, shipping, or cutting shali not be considered misfit.
CONFLICT .- in the event of conflict between the terms and conditionsof this Contract and the term sand conditions stated in the plans and conditions of this Coniracl shall Govern. In all particulars not specifically covered herein, acceptance of this Prc d Seller to all provisions of !he Code of Standard Practice of the FI.i.S.C. IN@. and the Code of Standard Practice oft nstitute. Where t?ny in occurs Setween the typed and pri of this Proposal, the typed portion:
Svbsequent agreements e >~g WG'O~X i:r,der this Contiact sha!l bo urrent price schedules of the Sek xhes erection crews CT mete esporse to the Purchaser's demands, is performed, the Purchaser agree
a::d shop bilk of materials showiiig actuai diniensions of materials in conformity ~itk 3andard Practices of the Arnericzn Institute a styuction andlor of the Concrete F2tntorcrng Steel Institute.
DEL.AYS -.-AI! agreements are coriiingent upon strikes, work stoppages, work slowdowns, iockouls, accidents, delays at rolling mills,
3: public bodies or agencies, deiays of carriers, and ot:w deiays, unavoidable or beyond the Selier's reasonable control. the Seller liable to Purchaser for any damage as result thereof, and the performance shall he extended by the necessaryiime loss occasioned i Seller wiil noi be responsible for delays caused by the failure of the Purchaser, Cwner: ArcRiiBctor Engineerto furnish and make ready cr to approve drawings promptly, and Purchase: agrees to not delay Seller's performance thereby.
3iSK OF LOSS AMD TiTLf -- Parchaser assumes aii liability and responsibility for maleriais after they are delivered by Seller to the f pbsire. Risk of loss for any reason tvhatsoever. including Acts of God: the eiements or any other agency shall be borne by the Purch ;ass f:or acts of the publrc enemy, war allocations of materials, government directives effecting Seller's production schedules, shail the Ptirchaser.
Any rinaieriai remaining unused at compietioi? of Seller's portion of job shal! be considered the property of the Seller and subje ofder.
ikSLiRP,XCE - The Seiler shaii fuliiil rhe requirements prescribed by Iaw for Workmen's Compensaiion insurance.
?AIWTING OF STRUCTURAL STEEL -- Unless ccvered by job specifications, the shop coa: of paint shall he the Seiler's standard pri e of continued storage or io: my other reason EO? the fault of the Seiier, it becomes necessary to clean and repaint the steel w additional work shall be pain for by the Purchaser and shall include regciar overhead charges plus 1Q% profit.
i!OkJRS .-- tiniess otherwise agreed it ic understood that the work will be performed during regular ivorking hours and regular work day. work is required it is mutuaily agreed that an additional price at the Seiier's then prevailing rates for such work shali be charged to th
-- Seller assumes no design responsibility for the buiiding. Tu enable the fabricator and erector to proceed properly and e r wiii furnish as soon as possible necessary sets of compiete drawings consistent with the original biddir
f any su~h runs. Steel 30id Si? weight basis sha!I be invoiced on ttle caicuiated weights based on the detailed shi
1. The tiesign of the bridge or oi the structural stee! frame work and definitely locale aii openings, levels, etc.
2. Ail maierials that are to be furnished by the fabricator and give such informarion as may be necessary for %he preparation and c( shop drawings by the fabricator.
iNSPECTlOTa -- it is agreed by the Purchaser that Seller shaii control Production Schedules and ail inspection must coincide with axtion Schedule. Any such cost of inspection, whether on reguiar time or overtime, shall be paid by Purchaser.
SAFETY -.-. The Seiier need not furnish workers on the jobsite if the Purchaser does not maintain the jobsite in asafe manner in complia Gerwal indusky Safety Orders, State of California.
ENTlRE AGREEMENT - No one has authority to depari from the terms and conditions of sale as set forth on the face and back hereof, any repmentalions or agreements othec than those printed hereon, unless the same are written on ihis Proposal or given in writing approved in writing by the Seiter's truthorized officers.
'This proposal may be withdrawn at any time before wrizten acceptance bjj Seller. This proposal, when signed by Purchaser or his !zed office:, Constitutes the contracf between the parties. The contract shail consist of the terms and conditions of the proposal here !he terms and conditions on the reverse side hereof which are hereby referred to and made a part of this proposal.
?roposal vaiid for A. days after bid date, proposai then may ~e extended or modified at
-...-_ I.^x .___...______l_.__l___-__ _I (Pwchase::
.4 y--.-- ... . __.___ . ___-__ ...l____ ~. .~-
By.- __.I__-. ~-~ Caie ....-. ...-- ___._-" .l_l._..--_______-_- I
Date _-I.--.-- ___ -._._-
1 4l .I
*
Page 7
All bids are to be cunputed on a lump sum basis with separated unit price
when requested, as indicated in this proposal. In case of a discrepancy
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 bonds and insurance policies within twenty (20)
days from the date of award of contract by City Council of the City of
Carlsbad, the proceeds of check or bond accompanying this bid shall becan the property of the City of Carlsbad.
5.
6.
7.
L
8. Contractors shall be licensed in accordance with the Statlites of the Stat
of California providing for the registration cf 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
excepting only those contained in this form of contract and the papei
made a part hereof by its terms; and
7 agents. or employees, has induced hidher to enter into this contract,
b. That this bid is made without connection with any person, firm or corporation ding a bid for the same work, and is in all respects fe and without collusion or fraud.
10. 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 I
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 tal Code, Part 7, Chapter 1, Article 2 relative to the general prevailing ra of wages for each craft or type of worker needed to execute the contract and agrees to comply with its provisions.
11.
D f
I
.1 I I I< \*
I Page 8
(Cash, Certified Check, Bond or Cashier's Check1 Accompanying this proposal is Bond
in an amount of not less than ten percent (10%) of the total bid price.
Bannister Steel /ne. 193454 95-2053502 Bidder's Name State License No. Gnployer I.D. No
3202 Hoover Ave.
Nut ional City, Ca. 92050 Thaddeus Ross in
Bidder's Address Name
L
(619) 477-931 1 i
Phone No. Date Name
Corporat ion
Type- of Organization (Individual,
Corporation, Partnership)
Authorized S ig natur e
f List below names of President; Secretary; Treasurer; and Manager, if a corporation, and names of all partners, if a partnership:
Ralph L. Bannister President
Geneva Perry Secretary-Treasurer
Thaddeus Ross in General Manager
On March 21, 1985 , before me, State of California
County of Sun Diego Geneva Perry I
the undersigned Notary Pub1 ic, per:
appeared
Thaddeus Ross in
x Personally known to me
Proved to me on th? basis of sat,
evidence
to be the person(s) who executed tk
instrument as General Manager
on behalf of the corDoration there,
and acknowledged to me that the cor
executed it.
WItNESS my hand and official seal.
&.%m,-& @&tq
Wotaryls Signature
; 5.
0 FIREMAN'S FUND INSURANCE COMPANY 1
.I ' ..w ; THE AMERICAN INSURANCE COMPANY
NATIONAL SURETY CORPORATION BID OR PROPOSAL I
BOND NO. 103 FIREMANS FUND 0 ASSOCIATED INDEMNITY CORPORATION
IWSURRWCECDMPANlES AMERICAN AUTOMOBILE INSURANCE COMPANY PREMIUM: INCLUDED I
SERVICE Ct
KNOW ALL MEN BY THESE PRESENTS
ThatWe, BANNISTER STEEL, INC., P.O. BOX 876, NATIONAL CITY CA 92050
(hereinafter called the principal), as principal, and AMERICAN INSURANCE COMPANY , a corporc
ized and doing business under and by virtue of the laws of the State of , and duly licensed for tht
making, guaranteeing or becoming sole surety upon bonds or undertakmgs required or authorized by the laws of the State c
as Surety, are held and firmly bound unto CITY OF CARLSBAD (hereinafter called t
CALI FORNIA
CALIFORNIA
in the just and full sum of TEN PERCENT OF THE AMOUNT BID -__ ...............................
Dollars ($ 10% ) lawful money of the United States of America, for the payment of which, well and
made, we hereby bind ourselves and our and each of our successors and assigns ~ointly and severally, firmly by these pr
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS the above bounden principal as aforesaid, is abc
in and submit to the obligee a bid or proposal for the PUBLIC SERVICE SAFETY CENTER, CARLSBAD CA
in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposl
NOW, THEREFORE, if the bid or proposal of said principal shall be accepted ar.d the contract for such work be awarded to t
thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work
by law, then this obligation to be null and void, otherwise to be and remain in full force and effect.
IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this
day of MARCH ,19 85
BANNISTER STEEL, INC.
I.
*
I BY
AMERICAN INSURANCE COFIPANY
360277-4-81 I
'I Q s Q
(D 3 3 0 -. (J,
(D P
I. m
rt. cc E
IF g
g g
0" s
e3 0 Ch
'd !a
2 z
"1 2
$ 8
0 3
10 a P . z
0,
"1 0 Q Q
li tQ m x * (D
(D . ;B c 7 \
2 I
0 13 0
c3uonc >>ZIT xblpz- m"+m' L?;g>:
::;mz
:":ST ?m izzz: oo:_o 6E.Z- PZOCW mz
Ljp; rge;:
:":om <Egg; ;; ::
o: ::
19
0 I :
-I - -- .____
c - State of CALIFORNIA On MARCH 21, 1985
PAMELA T. WRIGHT
the undersigned Notary Public, personally appeared
JOHN W. YORRISSEY
0 penonally known to me 0 proved to me 011 the basis of satisfactory. evidence
to be the prson(s) who executed the within instrument as - ATTC
named, and acknowledged to me that the corporation executed it
WITNESS my hand and official seal.
}ss.
County of SAN DIEGO
b%%%&%%&%%h$?&%~ ?&wh%%%%%%%% AMERICAN INSURANCE COMPANY or on &half ofthe mrpor;
CFF'CIA' SEA.
A "?%lftA -! 'F21RIGH
i;[+'ei?) "IW IC V:IFCdh '4 e
94/-nvJ.?LL -3 d.2-j-L "25
Notary's Signature cg
1Y319 (It831 Corporate - Ca
- .. . -_ - - - . - - - - ____ - -- _____---
, , CIERCKAL ,<
' POWEBOF ATTORNEY THE AMERICAN INSURANCE COMPANY
'( KNOW'A[-L.hEN BY THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY. a Corporation duly organized and er
t' laws bt'tkie State of New Jersey. and having its principal office in the City and County of San Francisco. California. has made. appointed. and does by these presents make. constitute and appoint *
PAUL T. CARTER, JOHN E. DODDRIDGE, ROBERT A. MYERS, JOHN 14. MORRISSEY, C. H. COYLE, JR. and R. W. HERTSCH jointly or severally
its true and lawful Attorney(s)-in-Fact. with full power and authority hereby conferred in its name. place and stead. to execute. seal. a deliver any and all bonds, undertakings. recognizances or other written obligations in the nature thereof -----------------
and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President. sealed with the corpl Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the pre
This power of attorney is granted pursuant to Article VIII. Section 30 and 31 of By-laws of THE AMERICAN INSURANCE COMP, force and effect.
"Article VIII. App,,inlnienl rind Aulh,wirv <,f Rrdenl Aui.xruni Src rrtarir$. uiid AIl<mrv.iv.Fo~~i ond Aprnl, IC) I,('( rpl 1.~~~1 Prcnrrs und Makc Appeoronm',
Section 30. Appoinrmenr. The Chairman of the Board of Dirtxior\. the Pre.iident. any Vice-President or any other percon auihorucd hy the Board of D~rectors. the Chairmai Directors. the President or any Vice-Resident. may. from lime to time. appoint Resident Assistant Secretaries and Atiorney+in-Fact to represent and act for and on behalf of the Agents to acccpt legal process and makc appearanccr for and on hehalf of the Corporation.
Section 31. Aurht,ril?. Thc Authority of wch Rexidcnt A nt Secretaric\. Attornevwn-Fact. and Ageni, shall he i* prescribed In the in\trument rvidencinp their appointme appoinfmenl and all authority granted thcrehy may he rev at any time hy the Board of Director\ or hy any person emyxwered to make such appointment "
This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Di AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 28th day of September. 1966. and said Resolutic amended or repealed:
"RESOLVED. that the signature of any Vice-President. Assistant Secretary. and Resident Assistant Secretary of this Corporation. and Corporation may be affixed or printed on any power of attorney. on any revocation of any power of attorney. or on any certificate rela facsimile, and any power of attorney. any revocation of any power of attorney. or certificate bearing such facsimile signature or facsir valid and binding upon the Corporation."
IN WITNESS WHEREOF. THE AMERICAN INSURANCE COMPANY has caused these presents to be signed by its Vice-Preside
and its corporate seal to be hereunto affixed thislOthday of July .1979.
THE AMERICAN INSURANCE COMPANY
* k*&-
Vice-Pre3ideni BY
STATE OF CALIFORNIA,
CITY AND COUNTY OF SAN FRANCfSCO } ss.
On thism day of July . 1979. before me personally came W i I 1 i am W tau ber to me known. who. being by me duly sworn. did depose and say: that he is Vice-president of THE AMERICAN INSURANCE C Corporation described in and which executed the above instrument: that he knows the seal of said Corporation: that the seal affixed to the is such corporate seal: that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name there1
IN WITNESS WHEREOF. I have hereunto set my hand and affixed my official wal. the day and year herein first above written.
~lliDll~lCll~l~ll~bI6~CR~~~H#S~t~E~6~l~~S~l~~~It~~ll~I€J z - I - m - I SUSIE OFFICIAL K. GiLBEPT SEAL .. i JL&?5L.&GA - I - I - .. I II I
HOTWRY BlwllC - CRUK)R#IA E Notar) Puhlic CITY & COUNTY OF SAW WCISCO My Commission Expires Nor. 17, 1980 CERTIFICATE &% II~~IPlltlEl~l€lCCP€C~8@C~~SC~W~~~M~~
ss. I STATE OF CALIFORNIA,
CITY AND COUNTY OF SAN FRANCISCO
I. the undersigned. Assistant Secretary of THE AMERICAN INSURANCE COMPANY. a NEW JERSEY Corporation. DO HER1 that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked and furthermore thi Sections 30 and 31 of the By-laws of the Corporation, and the Resolution of the Board of Directors. set forth in the Power of Att in force.
Signedand sealed at the City and County of San Francisco. Dated the 21 Skiy of MARCH
A\\irtant Secretar)
L 360'711 (HO)---TA--3-78
,I 1 s I'
Page 9
BIDDER'S BIND TO ACCOMPANY PROPOSAL
KNOW ALL FERSDNS BY THESE PRESWTS:
That we, , as Principal, an: as Surety, are held and firmly bounc unto the City of Carlsbad, California, in the sum of I* lawful money 01
the United States for the payment of which sum well and truly to be made, we
bind Ourselves, jointly and severally, firmly be these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH:
That if the proposal of the above-bounden principal for:
Dollars ($
c
in the City of Carlsbad, is accepted by the City Council of said City, end if
the above-bounden Principal shall duly enter into and execute a contract
including required bonds .ad fnsurance policies within twenty (20) days from t
date of award of contract by the City Council of the City of Carlsbad, being
duly notified of said award, then this obligation sharl become null and void;
T otherwise, it shall be and remain in full force and effect, and the mount specified herein shall be forfeited to the said City.
In the event any Principal above named executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety
frm its obligatlons under this bond.
IN WITNESS WHEREOF, we hereunto set our hamis and seals this day of
Corporate Seal (If Corporation)
9 19
Principal
BY
Title (Notarial acknowledgement of
(Attach acknowledgement of execution by ail PRINCIPALS and
SURETY must be attached.) Attorney in Fact)
I.
L
.? r;
Page 1
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies he/she has used the subbids of the following listed
Contractors in making up his/her bid and that the subcontractors listed will b
used for the work for which they bid, subject to the approval of the City Engineer, and ip accordance with applicable provisions of the specifications.
No changes may be made in these subcontractors except upon the prior approval the City Engineer or the City of Carlsbad. required for each subcontractor. Additional pages can be attached, if required :
The following information Is
;
Work Company Name
Metal Deck Draheim Steel
a
f
c>az:2 n <*?\
I
.I f p: . Page 1
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
e
The undersigned submits herewith a notarized or sealed statanent of hisfher
financial responsibility. s tateent . Either a current audited incane tax or profit/loss
-
L
f
i. I * y
i, Not. ar i ze or
Csrporste Seal)
J , j
EDWARD K.M. SUE ACCOUNTANCY CORPORATION
434 HIGHLAND AVENUE NATIONAL CITY, CALIFORNIA 92050
BANNISTER STEEL? INC.
NATIONAL CITY? CA '32050
3202 HOOVER AVENUE
ACCOUNTANT"S COnMENTS
UEi HAVE CQHPILED THE ACCOMPANYING STATEPlENT OF FINANCIAL PClSfTXON AS OF DECEHBER 31, 1984 AND THE RELATED STATEMENTS OF INCQME AND CHANGES IN FINANCIAL POSITIUN FOR THE PERIOD THEN ENDEC IN ACCORDANCE WITH STAHDARDS ESTABLESHED BY THE At/iERICAN INSTITUTE
OF CERTIFIED PUBLIC ACCOUNTANTS.
A COMPILATION PS LIMITED TO PRESENTING, IN THE FORM OF
FINANCIAL STATEMENTS, INFORHATION THAT IS THE REPRESPNTATIQN OF
THE ACCOMPANYING FINANCIAL STATEMENTS, AND ACCORDINGLY DO NOT EX-
MANAGEMENT. WE HAVE NOT AUDITED QR PERFORMED A REVIEW SERVICE ON
PRESS AN OPLNION OR ANY OTHER FORM OF ASSURANCE ON THEM,
FEBRUARY rilr 1.985
B
ASSETS
CURRENT ASSETS
1025 CASH IN 8ANK OF AKERXCA 39 7 888 9 76
1027 e QF A MAXIMIZER ACCOUNT 3,461.16
1060 ACCTS REC-BXLLED 17271,230-tY
X068 AR-EMPLOYEES 87.19
1G69 AR-R,L. BANNISTER 11 7 569 980
1070 LR-R.L. BANNISTER 77SOOgOO
$270 WORK IN PROGRESS-SCH 1 2r685r287.13
1360 PREPAID STATE INCOME TAX 200.00
1.370 PREPAID FED INCOME T&X 5, QOQ 900
1380 PHEPhID XNTEREST 2 r 88Q rn 52 TOTAL CURRENT ASSETS 31826,105.05
FIXED ASSETS PARTIALLY PLEDGED
1430 LAND iObr110.00
3.460 EQUIPHENT & HACHINERY 4881481.90
1470 DEPRECIATION ALLOWANCE (267~717.56)
14.80 FURNITURE & FIXTURES 2’3 r 559.07
14.90 DEPRECIATION ALLOWANCE (21 7 343.03)
1500 AUTOS & TRUCKS 75y!i!87-8!5
1510 DfPRECfATkON ALLQWANCE (637931.72)
154.8 LEASEHOLD 1HPR.OUEMENTS 19Lr501~7h3
1550 DEPRECIATION ALLQWANCE (677820n83) NET PROP7 PLANT & EQUIP 4677 207 n 4C
O7HER ASSETS
1650 CASH VALUE LIFE INS 38 f 860 00
1651 LOAM AGAINST CASH UALUE (39,760-91)
1660 DEPOSITS 11 7 733. QO
I680 PREPAID INPERESl 3, i??0.79 TOTAL OTHER CaSSETS I4?122?.8€
TOTAL ASSETS 47307r435 9 34
--
L
LIABILITIES AND EQUITY
CURRENT LIABILITIES
2’030 NOTE PAY-R. BANNISTER 391927.35
2090 PRUV FEZ) & STATE INC TAX 5067498.00
2199 ADVANCE PAYMENTS UN
204.0 NOTE PAY-BK OF AMERICA 300r00Q.00
2950 ACCOUNTS PAYAeLE 3937260.7’4
220 CONTRACTS 27131t794.22
2310 UH TAX PAYABLE-FED 41 p (340.63
2320 ACCRUED FICA TAXES 367 569.78
2321 PR TAX DEPOSIT-FED (74,986.61)
27.25 WH TAX PAYABL-E-STATE 87 7555.09
2330 ACCRUED SDI-SUI TAX 2,345.49
2’331 PR TAX DEPOSIT-STATE ( 10,405.4.1 )
2rbO2.17
34.1 PFZ TAX DEPOSIT-FUI (37503.60)
350 SALES Tf4X PAYABLE 7,003 a 82
460 ACCRUED BONUSES (2ly300~00)
JGO VACATION PAY 360 . 65
TOTAL CURRENT LIABILITIES JpJS8y842-5
LONG TERM DE5T
510 CP-CLARKLIFT OF SAN DIEGOT INC. 24 7 627 1.57
OKIG eAL $a>,a~.w~ 9746.29 PER MO-PNT INCLUDED TOTAL LONG TERM DEBT 3,3587 842 w?
TOTAL LIABILITIES 3 .r 35 0 .r 04.2 m 5
SHAREHOLDERS” EQUITY
2806 COWMON STOCK 10, QOO.00
CIIJTHQRTZEI) 750 SHARES PAR VALUE $XOO.UO
ISSUED & OUTSTANDING
100 SHARES 2870 PAID IN SURPLUS 667 392 07
2875 NET INCOME 438r566.80
2900 RETAINED EARNINGS 42970QCi.43
TOTAL EQUITY 948,5Yi?.l
TOTAL LIABlLLTlES & EQUITY 47307,435.
= x.
i* I BANNISTER STEEL, INC.
STATEMENT OF INCOME '2 '
2'
I L
~ FOR THE TWELVE MONTHS ENDED DECEMBER 31, 1984. -
~
YEAR TO D 1 AMOUNT RATIO AMOUNT R
13100 COMPLETED CONTRACTS
1
CURRENT PERIOD !
I INCOME 607r628.30 100.00 7~721~011.51 I(
TOTAL INCOME 607,628.30 100.00 7t7217011.51 1I
DIRECT CONST COSTS
4.100 DIRECT COSTS-SCH 3 3C18r277.96 60.61 5,5437539.4Y
4.290 OTHER DIRECT-SCW 4 247711 .21 4.Q7 2717706.21
4400 DIRECT OVERHEAD-SCH 5 tl~GE?O.BCT 6.05 492t644.59 r TQ'I'AL DXR CUNST COSTS 434rb09.15 71-53 6,297,8?Q.29 I
GROSS PROF-LT 173p019-15 28-47 17423t3.23.-22 i 5000 OPERATING EXPENSES-SCM b 40~925.55 C.74 5067793.28
OPERATING INCOME (LOSS) 1327093-40 21.74 ?16732!7.96
j'
a a 1 6010 DISCOUNTS EARNED
J4 I
:[
OTHER INCQME
1 ~343.65 . 22 2~545.70
6020 INTEREST INCONE 23,PO b 00 12,024 .I 49
6250 MISCELLANEOUS INCOME ?92 . 20 "16 13 t 252.44
2 7 z 822 . 7 I. ?r 359.75 . 3P TOTAL OTHER INCUHE
OTHER EXPENSES
TOTAL OTHER EXPENSES . 00 . 00 .00
BAL SUBJ TQ INCOt4E TAX 1367453.35 22-13 966r150.65
MON-DEDUCTIBLE EXPENSES
8OhO EST FED L STATE INC TAX 767 750 bQQ 12.30 50476Y8,OQ
8070 PENALTIES " 00 900 383.45
8080 PQLIIITJCAL CONTRIBUTION . 00 w 00 350 . 00
8090 OFFICERS" LIFE INS .QO . 00 152 . 40
TOTRL NON-DEDUCT EXP'S 747750,OQ 12.30 5051583.85
NET ZNCOHE (LOSS) 597 703 .I 35 9b83 438r566.80
SEE ACC0UNTANT"S COMPILATION REPORT
BANNISTER STEEL, INCm
STATEMENT OF CHANGES IN FINANCIAL POSITION
, FUR THE TWELVE MQNTtiS ENDED DECEMBER 317 1984
SOURCE8 OF FUNDS: CURRENT PERIOD YEAR TO C
QPERATIONS ET’ INCOME (LOSS) 39,783 m 35 4387 5C
ADD (DEDUCT) ITEMS NOT
AFFECTING UORKING CAPITAL:
EPRECXAIION -----65L15 FUNDS PROVIDED BY OPERATIONS 667 807 - 48 503,74
NCREASE IN LONG-TERM DEBT 24,bi
ECREASE IN OTHER ASSETS ....-...----------- 156-71 -,--,,Z&k! TOTAL SOURCES OF FUNDS ....--- ....,,,6--,-I-, 6trB44 19 ------- 52?&Z!
DDITIUNS TO PROF & EQUIP 12,14o,+e 45,9:
ECREASE IN LQNG-TERM DEBT ---.---.... 2,238987 ------ ....--I------ 14 379.35 -----I- 65 L-? 9’ TOT’AL APPLICATIONS OF FUNDS ------- L .-“..e- ....-
INCRE.ASE (DECREASE) IN WORKING CAPITAL SET 584 -84 463r e;
I - -.- --- 7,104 -- --- -- 13
APPLICATIONS OF FUNDS:
EEP==Z-&Z=!zXZ== =2ze=!zG=t=YCelll
ANALYSTS OF CHANGES IN
WORKING CAPITALE
+.XRRENT ASSETS
36, 661.02 (1071: COUNTS RECEIVABLE (5017503.77) 304,7i
RK IN PROGRESS l07b0i!. 76 (30210;
EPAID STATE INCOWE TAX .. 00 ( 18~01
EPC1ID FED INCOME TAX QU (5c4714
EPAEI) INTEREST I - ....- ”.. -- - - - ‘.%, - . 00 -. - ------IA!! TOTAL CURRENT ASSETS --.......--- (454,460-01) .&..---I- ------- { 79&
CURRENT LIAQILXTZES UTE PAY-R. BANNISTER . 00 2~8‘
CITE PAY-BW. OF AHERICA 00 (300701
CCOUNTS PAYABLE 443r561.5t 34,2?
HOU FED & STAlE XNC TAX (74,750.00) (50476
CONTRACTS 110r614.23 1,26229
CjYROLL TAXES 105.77 325 ALES TAX P6YAELE 6,212 .SB (6r2 ACATION PAY (1.29) (3
CCRUED BONUSES -. - - - I 21,300- e..,. - - - - - 00 - - ------I r3 507,r-064.85 --I---- 543=_6 TOTAL CURRENT LIABILITIES --....---- -- ”----
51
INCREASE (DECREASE) IN WORKING CAPITAL S?y584.84 46318
3tPEH=SP==Si=E== =EEZZ=E=I
SCHEDULE Of: FINANCIAL STATEMENT DETAIL
WORK IN PROGRESS-SCH 1
DIRECT COSTS 199r557.32
1295 HATERIAL 1,1231?43=23
129.5 SUB-CONTRACTORS 636r576.85'
1297 PLANS & PERHITS 93.01
1300 EQUIPMENT RENTAL 397529.99
$298 MILEAGE & SUBSISTENCE 15.57
1289 MISCELLANEOUS 430.18
1301 ENGINEERING 737 18Y. 00
1304 DELIVERY %I FREIGHT 267 187 9 78
1305 SERVICES 6? 240 - 35 TOTAL DIRECT COSTS 2r1057763.3
OTHER DIRECT COSTS
1324 Lk8OR ?3?222.57
1.325 H&TERIALS 27 067 9 75
i32L SUBCONTRACTOR 985,. 97
1327 PLANS & PERMITS "61
1328 HltEAGE & SUBSISTENCE 167.31
132? MISCELLANEOUS 2.27
1331 ENGINEERING 11.58
1330 EQUIPWNT RENTAL i2, 677.00
1332 GAS & OIL 97 382 99
1333 TOOLS ik SUPPLIES 437 ?oo. 50
X336 DELIVERY & FREIGHT (624,Ol)
I335 SERVICES 40.82 TOTAL OTHER DIRECT 1617627 9 3
DIRECT OUERtiEAD 1342 INSURANCE 148,733.27
1344 WELFARE FUNDS 894.88
1346 PAYROLL TFaXES 36 7 467 9 XO
1348 DEPRECIATION 287 914.73
1350 UAC & HOLIDAY WAGES 24.1 88C4.46 TOTAL DIRECT OVERHEAD 2377896.4
TOTAL WORK IN PROGRESS 274857287.1
DECEHBER 317 1984
*
SCHERULE OF FINANCIAL STATEMENT DETCIIL
CURRENT PERIOD YEAR TO
AMOUNT RATIO AMOUNT
llQr953-55 18.26 7581323.90
120 HATERIAL 1617021.56 36-50 3,0867973.69
lr176r623.95 . 00 . 00 33-17’
160 MISCELLANEOUS 27 524.58 . 42 137 235 I 37
170 EQUXPMENT RENTAL 487 804.54 8,OJ 122??09.S8
180 ENGINEERING 21, OYS . 00 3-47 240r631.80
2100 TOOLS & SUPPLIES 549 * 53 ” 09 549.53
210 DELIVERY 8 FREIGHT 27417.18 .40 1301719.06
220 SERVICES 17’777 4-1 . 2? 13,539 .) 44
TOTkL DIRECT COSTS 3687277-94 60.61 5,5437539,4?
OTHER DIRECT-SCH 4-
DIRECT CUSTS-SCH 3
I30 SUB-C0NTRACTQR.S 197 134- 9 59 3.15
300 LABOR 12re10 “29 2-11 142.r2?E‘-34
910 MATERIALS 361.75 . 06 474 . 27
320 SUBCONTRACTOR 173. ‘20 03 3~084.18
330 PLANS 8 PERMITS .ll 900 5.95
340 MILEAGE & SU&SISTENCE 25. a7 . 00 34.7 I E)2
330 MISCELLANEOUS ” 40 .00 157.47
3c50 EQUIPMENT RENTAL 2 1 217 .I 84 . 37 67 321 .. 74
370 ENGINEERING 2.03 . 00 111.01
380 GAS & OIL 17 641 us6 8 27 21 7 764 . OS
390 TQQLS & SUPPLIES 7r 645 a 41 1.26 5’6,275 9 62
394 DELIVERY Lt FREIGHT (175.69) (-031 404 69
395 SERVICES 8.56 I00 467 .) 02
TUTAL UTHER DIRECT 24771 1.21 4.07 271r706.21
DIRECT OVERHEAD-SCH 5
430 INSURANCE 267 020 n?O 4.28 269,165.21
440 WELFARE FUNDS 156.56 c 03 37 028 30
450 PAYROLL 1CaXES 6,030.02 a 99 947890.81
460 DEPRECIATION 51058.63 . 83 59 ? 930 I20
470 VAC & HOLIDAY WAGES 4,352; . 89 . 72 551 648 - 87
rt80 FIELD SUPER SALARY IO0 . 00 1-20
TOTAL DIRECT OWRHEAD 61 7 620 , 00 6.85 482~664.59
SEE ACC0UNTANT”S COMPXLATION REPORT
SCHEDULE OF FINANCIAL STATEMENT DETAIL
CUR.RENT PERIOD YEAR Ti
AMOUNT RATIO AMOUNT
OPERATING EXPENSES-SCH 6
010 ADVERTISING 312s.13 85 1 7 458 151
070 AUTO & TRUCK EXPENSE 804 a 37 ., 13 16 7 279 I 00
I30 DONATIONS 863.15 .I 14 117918.88
200 PEPRECIAFIQN EXPENSE 451 I 82 .1 07 62 144.41
230 DUES & SUBSCRIPTIONS 6 13 I 4-0 . 10 B.riZ(t.6911
2-40 ENTERTAINMENT & PROMOTION 228 9 35 ., 04 97950 I 62
250 EQUIPMENT RENTAL 207.91 9 03 4'32 ., 63
31.0 INSURANCE-GENERAL 72-00 901 864 I 00
34.0 INTEREST lK3.66 9 03 62 980 -81
3G0 JANITORIAL SERVICE 155.00 9 03 37 265.00
400 LEGhL It: ACCUCJNTINC . UQ 9 00 37 O22.56
ft.J.0 LICENSES & PERMITS 724 .1 00 .12 ??!1.751.00
4-50 FlEETINCS & CONVENTIONS ., 00 ., 00 I7 176 I 88
CbO MISCELLANEOUS 132.60 .I 82 1 r 812.48
47'0 OFFICE EXPENSE 1,570. OS 926 13 7 080 9 99
47 520 * x2 . 76 657 236 9 91
4-40 OFFICER'S SALARY 57QQO g 00 . 82 60, QOO 9 OO
SO0 ESTIMATORS SALARIES 2798?.12 9 49 h2.r 580 I 14
550 OTHER BONUSES .oo . 08 6 t 000.00
530 PATROL SERSICE ., 00 .. 00 913.00
S50 PROFESSIONAL DEVELOPHENT s. 00 9 00 370 s 36
5 7 843 u 75 .P6 67, 778. SO
LO0 REFAIRS 8 MAINTENANCE 17 635.67 -27 41,995.52
735 TAXES-PAYROLL 243 . 62 . 04 21.~154916
74.0 TAXES-PERSUNAL PROPERTY 37136.05 * 52 107137.45
760 TAXES-SALES 72 003.82 1.15 48 2 218.36
16 , 133 ., 74
5820 UTILITIES x 7967 94s . 32 307170.36
TOTAL OPERATING EXPENSES 6019Z?!5.55 6-76 5067743-28
7'30 TRAVEL . 00 . 00 139.00
2 7 2?6- 51 ., 37
NOTES TO FINANCIkL STATEHENTS DECEMBkR 317 3.984
NBTE,9z~SS~S,oE,5EN9~~~~~-~~~~~~E~~~
THE ACCOMPANYING FINANCIAL STATEMENTS HAVE BEEN PREPARED
ON THE GOING CONCERN BASIS.
BANNISTER STEEL, INC. MAINTAINS ITS GENERAL ACCOUNTING
RECORDS AND FILES ITS INCOME TAX RETURNS ON AN ACCRUAL BASIS OF
ACCOUNTTNG,
MPLE_Bz&ASTS_EPB_SEC~~~~~~~-~~~~~~
THE COMPANY RECORDS FROFITS OR LOSSES ON ITS SHORT AND
LONE-TERM CUPITRACTS ON THE COMPLETED CQNTRhCT METHOD. UNDER ?HIS
ALREADY PERFORHED) AND COSTS &RE ACCU1"IUL.ATED DURING THE: PERIOD OF' THE WORK. INCOME 15 REPORTED AT THE TINE THE JOBS ARE SUBSTANTIALLY
COMPLETED.
METHORJ BILLINGS lZNCLUDING ESTIMATES OF 4MOUNTS BILLABLE FOR WOHK
gQ~:-m,EzEg-EJymgl""s
THE SPECIFPC WRITE-OFF HETHOD OF ACCOUNTING FOR DOUBTFUL. ACCOUNTS IS USED TO EVALUATE THE COLLECTIGILIIY OF RECEIVABLES.
NBTf,PzEePF59Lvr_Pt4~~-~~~-~~~~~~~~~
FIXED ASSETS ARE CARRIED AT COST, LESS APPRQPRXATE ALLOW-
ANCES FOR DEPRECIATION AND AMORTZZATXQN. PROVISIONS FOR DEPKECIA- TION AND AMORTIZATION HAVE BEEN HADE, USING THE STRAIGHT-LINE AND DECLINING BRLANCE HETHUDS7 BASED ON USEFUL LIVES= THE SAVINGS RE-
MATERIAL7 SO NQ DEFERRED INCOME TAX LIABILITY HAS BEEN ADDED TO THE SULTING FROM ADDITIONAL DEDUCTIONS FOR ?AX PURPOSES HAVE NOT BEEN
FINANCIAL STATEPENT.
MALNTENANCEs REPAIRS AND HINQR RENEWALS ARE CHARGED TQ
EXPENSE WHEN INCURRED. REPLACEMENTS AND MAJOR. KENEWAtS ARE CAPITAL- IZED= THE COST AND RELATED ALLOWANCE FOR DLPRECIATXUN OF FIXED
ASSETSt RETIRED, SOLD OR OTHERWISE DISPOSED OF ARE ELIMINATED FROM
ACCOUNTS. THE RESULTXNG GAINS OR LOSSES ARE INCLUDED IN THE DETER- HINATION OF NET INCrJME.
L
NPlf_EZ~E~ACu4Llay_o~-~~~~~~~~~-~~~~~-~-~~~~~~~~~-~Z-~~~~~~~-
EEEcErPILa!!! --------I ---------I-- -------.-.-- ------------ -----I
NET FAIR
COST DEPRECIATION EQOK VALUE MARKET VALUE INCRE
$lObtllO (tr106rlS.O $17143,430 $1,037
3431 670 $323~027 2221 643 570,000 347
TMFRQVEMENTS l.l.6_25@~ --.... 66~282 --- -....- 130~380 e-- I---- 3OQLOQO --- ----- 169
AUTOS/EQUIP/
LEASEHOLD
$848 ,342 $38?,909 $6597053 $2,013,450 bi.7554
==z==== E z sz = = =2 ." ==Zzffi===: .--=-."...--..-- L- -"..---- ====a
REThINED EARNINGS RESTATED::
INCREASE VALUE OF PROPERTY, PLANT 8 EQUIPMENT $17554,397
LESS FEDERAL (28X) 8( STATE (9.6X) INCOME TAXES --5_85L:453
NE? INCREASE XN VALLIE: r6 9d91.944.
RETAINED EARNINGS, 6/30/84 BEFORE INCREASE "..-I-- 8272601 --I
RETAINED EARNINGS, 6/30/84 AFTER INCREASE $177877545 zx= '"t: = =5 = E
Na~E_EZEe~~ELH4!!!Zs-S~~-~~~~~~~~~~-~~~~~~~~~~~
1. THE COWQANY I8 LEASING THE PREMISES UNDER LONG-TERM
AGREEMENTS AND THE ANNUAL RENTS TOTAL $397455.
2. THE COMPANY HAS A TRUSTEED, NOH-CONTRIBUTORY PRQF'IT-.
SHARING PLAN. NO CONTKIBUTIQNS HAVE BEEN MADE TO THE PLAN IN 2984,
1
2 'I; dL< ,
Y
1 Page '
BIDDER'S STATEWNT OF TECHNICAL ABILITY AND EXPERIENCE
The Bidder is required to state what work of a similar character to that
included in the proposed contract he/she has successfully perfonned and give 'references, with telephone numbers, hich will ensble the City to judge hish responsibility, experience and skill. An attachment can be used if notarized
sealed.
Date Name and Phone No.
of Person Amount ( Contract Name and address
Completed of the Employer to Contact Type of Work Contraci
Worton Plazal I 11/84 I Bx. 1511, S. D. 1234-5155 -1Shopp inq Ma I 17,000
IJack Honour k/ Cajon I America1 Gen. I
I10/84 17071 Convoy Ct.S.4. 278-9187 IOffice Bldq 1600.0 -I IM. H. Golden Co. IChyan Yeh borne Federal I 1 4/85 (Bx 80068 S. D. 1291-8781 IOffice Bldg. It,OOo 1 Trepte Const. bout hbay Med J I 12/84 I9190 Clairemont 1279-8100
INuhahn inc. /Gene Berry klieman MarcuJ
IC'- L. Peck I Dick Miller Farmers Ins. I
ecurity Pac I INuhahn Inc.
It?. E. Hazard b. E. Hazard hreat Amer. I I I
I I I I I 1 I I I I 1 I i I 1 I 1 I I I I I I 1 I I I I I I I I 1 I I I I I I I I I I I 1 1-
4
INuhahn inc. /Gene Rerry I
]Me I inda Morris
IC/ inic I150.0 .\ I
I
I 1234-51 55 bept. Store 1900,O
110184 13303 Wilshire L.A.1 bffice Bldq. I120,0( i 12/80
I 181 IBx 81167 S.D.
TI I
'Gene 8 e r ry 1234-51 55
1297-1831 bffice Rlda. Il.000
kcean Reach 1600.0 (
(Notarize or Corporate Seal )
15 "rl \ *.
f Page 1
1 CONTRACT
THIS AGREEHENT, made and entered fnto this 3- da) of 9 l9A by and between the City of Carlsbad, Californ 3- a a amici
(hereinafter called Vity"), and BANNISTER sh
(hereinafter called HContractor*l.>)
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform all work specified in the contract documents for: METAL, DECK
,
( here in af te r cal led "project 'I )
2. Provisions of Labor and Mater6als. Contractor shall prwide all labor,
materials, tools, equipment and personnel to perfon the work specified 1 the contract documents.
3. Contract Documents. The contract documents consist of this contract; th
-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
incorporated herein by this reference . f plans and specifications; and the bonds for the project; all of nhich arl
4. Paym~mt. ki full compensation for Contractors perf'onnance of work under
this contract, City shall make psyment to Contractor per the terms outPii
in the Notice Inviting Bfds, Itera 13. Contract anount me h-d
two thousand tm hundred ninety three dollars $-
Papent of md?sputed contract mounts shall be contingent upon Contract1 furnishing City with a release of all claims against City and Constructic Manager arising by virtue of this contract as it relates to those amount
Extra compensation equal to 50 percent of the net savings my be paid to Contractor for cost reduction charges in the plans or specifications mad pursuant to a proposal by Contractor. The net savings shall be cktennin
by City. city.
investigation sf' the Jobsite, the soil conditions mder the jobsite, and all other conditions that might affect the progress of the work, and is
mare of those conditions. The contract price includes payment for all
work that my be &ne by Contractor in order to wereerne mantkipatd
underground conditions. Contractor by City about underground conditions or other job conditions for Contractor's convenience only, and City docs ad warrant that the conditions are as thus indicated. Contractor fls satlsfial rill all $ob conditions, including widerground conditions id has ardt Felled on fdomatlon furnished by City.
No payment shall be made unless the change is +proved by the
5. Independent Investigation. Contractor has made an independent
Any infomation that say have been furnished tc
.
1 1
i
A Page
6. Contractor Responsible for Unforeseen Conditions. Contractor shall be
responsible for all loss or damage arising aut of the nature of the work %rant the action of the elements or fran any unforeseen difficulties whic
MY arise or be encountered in the prosecution of the work until its
acceptance by the City. Contractor shall also be responsible for experts
incurred in the suspension or discontinuance of the work. However, contractor shall not be responsible for reasonable delays in the canplet
of the work caused by acts of Cad, st0rn.y weather, extra work, or matter which the specifications expressly st;lpulate will be borne by City.
7. Chanqe Orders. City may, without affecting the validity of this contrac
order &awes, modifications, deletions and extra work by issuance of written change orders. Coptractor shall wke no change in the work with
the issuance of a written change order, and Contractor shall not be entitled to canpzwation for any extra work performed irnless the City ha
issued a written chcnge order desfgnating in advance the anount of
additionzl cornpensation to be pald for the work. If a change order dele any work the contract price shall be reduced by a fair and reasoncble amount. If the parties are unable to agree on the anount of reduction t work shall nevertheless proceed and the anount shall be detennined by arbitration cx litigation. extra work is the City Lngineer. excess Qf $S,O~.oO shall be effective unless approved by the City
c
The only person authorized to order changes However, no change or extra work order
7 Carnci 1 .'
8. Prevailing Waqe. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per die
wages for each craft or type of worker needed to execute the contract an
schedule containing such information is in the City Clerk's office and 1
incorporated by reference herein. Pursuant to Labor Code Section 1774
contractor shall pay prevailing rages.
applicable prevailing rages on the job site.
9. Indemnity. Contractor shall indernify, hold harmless and deferad the
Construction Kanager and the City and its officers and employees, and ea
of them, frm any and all liability or loss resulting f'rm any suit, chi or other action brought against the City, or for any other losses of
whatever nature, directly or indirectly arising frm the acts of Contrac or its officers, employees or agents done in the construction of this project or in the perforname of this contract regardless of responsibil
for negligence. The expenses of defense include all costs and expenses, Including attorneys fees, of litigation, arbitration or other dispute resolution method. kthing in this paragraph shall require contractor t indemnify City for losses caused by the active negligence of City.
Contractor shall provide Certificates of Insurance evidencing coverage f mounts not less than the following:
Contractor shall post copies of
10.
1
5
L Me '
Cover aqe CombPned Sinqle Limil
.Automobile Liability $ 500,000 General Liability 500,000
Products/Canpleted Operations 500,000 Blanket Cone r ac tural 500,000 ContractorPs Protective m, 000
Personal Injury =,?OO Excess Liability 500,000 Qther
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 named as t additional insured on all policies concerning the subject matter or performance of this contract.
11. Workers Compensation. Contractor shall comply 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 Hanager and its officers and employees from all claims, loss, damage, injury a.d liability of every kind, nature and description brought by an! person dployed or used by Contractor to perfonn any work under this contact regardless of responsibility for negligence.
c
7
12. Proof of Insurance. Contractor shall submit to the City through the
Construction Hanager, certification of the policies mentioned in Paragrq
10 and 11 or proof of workers' canpensation self insurance prior to the start of my work pursuant to this contract. Certificates of insurance shall provide that the insurance will nat be cancelled until the expirat
of at least thirty (30) days after written natlce of such cancellation h, been given to the City.
Arbitration. Any controversy or claim in any aRount up to $100,000 aris. out of or relating to this contract or the breach thereof may, at the option of City, be settled by arbitration in accosdanct with the construction industry mles of the knerican Arbitration Association and 3udgRent upon the award rendered by the arbitrator(s) may be entered in 4 California court having jurisdiction thereof. arbitratorb) shall bc supported by law and substantial evidence as provided by the California Code of
14. Maintenance of Records. Contractor shall maintain and make available to
the City, upon request, records in accordance with Sections 1776 and 181 of Part 7, Chapter 1, Article 2 of the California Labor Code. Contractor does not maintain the records at Contractor's principal place business as specified above, Contractor shall so Mom the City by certified letter accampanying the return of this contract. shall natlfy the City by artifid mail of any change of address of such records.
13.
The award of the
Civil Procedure, Section 1296.
If the
Contractor
E
State of California
County of San Dieqo
On June 4, 1985 before me,
Geneva Perry I
the undersigned Notary Pub I ic, personc
appeared
j
personally known to me
to be the person who executed the with
instrument as Pres [dent of Rann /st er
on behalf of the Corporation therein r
Witness my han
Geneva Perry Q+W--.&.-
Notary's Signaflure
6
1
L. me 8
15. Labor Code Provisions: The provisions of Part 7, Chapter 1 ccnmencing W
section 1720 of the California Labor Code are incorporated herein by ref ere-.
Security.
0) appropriate securities may he substituted for any monies wfthhtld I City to Secure performance of this contract or any obiigatfon establish
by this contract.
fort5 in the "General Provisions" or "Special &wLsons" attached hereto
and made a part hereof.
56. Fursuant to the requirements of law (Covermnt Code Section
17. Additional Provisions. Any additional provisions of this agreement are
JI
Ban7Xi.ster Steel Inc. ~c ./ r Contractor , r' y- x. @mL .. .\ -\;- 1 .. BY ,,-, *\-*.-- __ _I_
(Notorial acknowledgement of execution by ALL PRINCIPALS must be attached.) Pres ;dent
Title
tpy
Title
I
3202 Hoover Ave.
National City, Ca. 92050 tontractor's Principal Place of bsine
ATTEST:
Contractor's Certification of Awareness of Workers Compensation Ruponsibilft
wI am aware of the provisions of Section 3700 of the Labor Code which require every employer to bc insured aqainst liability for workers cartpernation or tc undertake self-insurance in accordance with the provisions of that code, ad will comply with such provisions before camtRencing the-performance of the -1
of this contract.n
Bannister Steel-Inc. tontractor
L UUIIU IYU. I JI-7I.J.J PREMIUM: INCLUDED IN PER1 BOND *.
-b
* Page
.I urn AND MERIAL BONO
KNOW ALL KRSONS BY THESE PRESENTS:
MSEREAS, the City Council of the City of Carlsbad, State of California, by
'Resolution No. 7958 adopted April 2, 1985 has awarded BANNISTER STEEL, INC. 9 herefnufter desfgna as the "Principal", a contract for:
METAL 'DECK
4
in the City of Caslsbad, in strict conformity with the drawings and specifications and other contract documents now on file in the Office of the City Clerk of the City of Carlsbad.
WEREAS, said Principal has executed or is about to execute said contract and
0th terms thereof require the furnishing of a bond with said contract, prwid
. that if said Principal or any of his/her or its subcontractors shall fail to - for Bny materials, provisions, prwender or other supplies ar teams used in, upon for or about the performance of the work agreed to be done, or for any w or labor done thereon of any kind, the Surety on this bond will pay the same
HOW, THEWWE, E, BANNISTER STEEL, INC.
as Principal, hereinafter designated as the Tontractor", ad AMERICAN INSURANCE COMPANY
as Surety, art held ad firmly bound mto the City of Carlsbad, in the sua of
siktd dm being equal towprant (5W of the' estfmated mount of the contract, to be paid to the said C.ity or its certain attorney, its suc~essors rwd assigns; for rhich payment, well and truly to be made, we bind Ourselves, wr khs, executors and wkinistrators, successors or assigns, jointly ad
severally, firmly by these presents.
TI€ COWITION OF THIS OBLIICATIDN IS SUCH that if pemon or his/her
subcontractors fall to pay for any naterlals, provfsfons, prweder or other supplies, or teams used in, upon, for, or about the perfomam of the work contracted to be done, or for any other work or labor therm of any kind, or for mounts due mder the Unemployment Insurance Code with respect to sbch wo or Zabor, that the Surety or Sureties rill pay for the same, in an mount nat
exceeding the sum s@?cified in the bond, and also, in case suit is brought up
the bond, a reasonable attorney's fee, to be fixed by the wrt, as required
the provisions of Section 4202 of the Covernnent Code of the State of California.
t the extent hereinafter set forth. E
FIFTY-ONF THOllSANn ONF Fn FnRTY-qTU AND &n/lnn Dollars ($ 51,146.50
,
6
__ - .__ __ ____- ._ -
I
..
*
Pase '4
ThLs bond shall insure to the Benefit of any and all persons, companies and
corporations entitled to file chins under Section 1192.1 of the Cod0 of Chi
Procedure so as to give a right of action to them or thefs assigns in any sui
brought upon this bond, as reqdred by the provisions of Section 4205 of the Cwermnt Code of the State of California.
In the went that any Contractor &we named executed this bod as an
fndivfdual, it is agread that the death of any such Contractor shall not
exonerate the Surety from its obligations urder this bond.
IN WITNESS WEREOF, this instrument has been duly executed by the Contractor
0 Surety above named on the 22nd day of MAY 9 19 85
BANNZSTER STEEL, INC. -ixs .&x 7 +9i../.--. ~, . .
- 1%
i (Notarize or Corporate
Seal for Each Signer) Eontr actor
r E
. ._ .
':?le of CALIFORNIA on MAY 22, 1985
'.,t.nty of PAtlELA T. WRIGHT ] ss. SAN DIEGO
the undersigned Notary Public, personalty appeared
JOHN W. WRRISSEY
a personally known to me
c] proved to me on the basis of satisfactory evidence
ATTO to bc the pefSOn(5) who executed the within instrument as -
named, and dcknowiedged to me that the corporaiion execcted i
VtITfqfSS my hand and official seal.
L 3
INDUSTRIAL INDEYNITY CO. or on b&a[f of the corpo
,.P r, ,r-o-?2Le2 c 3 I dLJ&& )I-+ 3 A Notery's Signature u . v-19 IlIFI?l rnrnnrara - Cr
- --___ ___- - ---- ---__ _-----_ - _____ - ._ __ - _-._.__ --- c I-_._ ____ - .
. POIWEROF ATTORNEY e. , THE AMERICAN INSURANCE COMPANY
KNOW ALL MEN BY THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY. a Corporation duly organized and I '; laws .of the State of New Jersey. and having its principal office in the City and County of San Francisco. California. has madc appointed. and does by these presents make. constitute and appoint
PAUL T. CARTER, JOHN E. DODDRIOGE, ROBERT A. MYERS,
@&g,
TbE &J
* c u JOHN W. MORRISSEY, C. H. COYLE, JR. and R. W. HERTSCH
jof ntly or several ly
its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name. place and stead. to execute. seal. deliver any and all bonds. undertakings, recognizances or other written obligations in the nature thereof ----------------
and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President. sealed with the cor] Corporation and duly attested by its Secretary. hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the pr
This power of attorney is granted pursuant to Article VIII. Section 30 and 31 of By-laws of THE AMERICAN INSURANCE COMF force and effect.
"Article V111. Appiiintmml rind Au1horit.v of Rrdent Arrirlunt 91 rrturira. und Aft,~rnr.v.iii.F~i~.f end Ayrnr.$ to ut wpt Lrud P,M VI., lind Muhr Apprrrruni-<r.
Section 30. Appoinrmmt. The Chairman of the Board of Directors. the Resident. any Vice-Resident or my other perron authorized h: ihc Board of Dircc:ors. !he Ckairm Directors. the President or any Vicc.Rerident. may. from tlmc 10 tmc. appoint Resident Arsirlanl Sccrctanes and Attorneys-in-Fact to rcprcwnt and act for and on hehalf of 11 Agents to accept legal process and make nppcnranccr for end on hchalf of the Corporation.
Section 31. Authwirv. The Authorit of urch Resident A\\istant Sccrrtarie\. Altorncy-+in-Fari. and Apcnb %hall hc L! in the ,erfrumcnl ev&ncine their apvintt appointment and all authority grantedYtherchy may he rcroked at any time by thc Board of Dirrctor* 111 hy my pcrso J lomake 5uch appointment."
This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of I AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 281h day of September. 1966. and said Resolu amended or repealed:
"RESOLVED. that the signature of any Vice-President. Assistant Secretary. and Resident Assistant Secretary of this Corporation. an Corporation may be affixed or printed on any power of attorney. on any revocation of any power of attorney. or on any certificate re1 facsimile. and any power of attorney. any revocation of any power of attorney. or certificate bearing such facsimile signature or facsir valid and binding upon the Corporation."
IN WITNESS WHEREOF. THE AMERICAN INSURANCE COMPANY has caused these presents to be signed by its Vice-Presid
and its corporate seal to be hereunto affixed thislOthday of Julv .1979. &.?! THE AMERICAN INSURANCE COMPAN .p e
+ .._....... / q7 *&.a cos
-i 5'. &g,& (/ou k-4-
Vicc.Pre<ident BY
STATE OF CALIFORNIA,
CITY AND COUNTY OF SAN FRANCISCO
On thism day of Jul V . I~E. before me personally came wi 1 1 i am M. Lau ber to me known, who, king by me duly sworn. did depose and say: that he is Vice-President of THE AMERICAN INSURANCE ( Corporation described in and which executed the above instrument: that he knows the seal of said Corporation: that the seal affixed to tht is such corporate seal: that it was so afixed by order of the Board of Directors of said Corporation and that he signed his name there
IN WITNESS WHEREOF. 1 have hereunto set my hand and affixed my official seal. the day and year herein first above written.
I ss*
- OFFICIAL SEAL - I JL&4LA.G#
0
~I~BB~1111~110~B~b1IIBBBlIlH8lIlIlIBIB~BBBIIIIBlBBllRll~ !!
SUSIE K. GILBERT i
NOTARY PU8UC - CALIWRMA : Notary Puhlic
:@ -.4 . .:
CERTIFICATE I t - CITY & COUNTY OF W RANCISCO My Commission Expires Nor. 17, 1980 - .. 5 ~O~tDlI8BB8lDlIllll8l~l~B~~~8~U~~~l~
ss . 1 STATE OF CALIFORNIA.
CITY AND COUNTY OF SAN FRANCISCO
I. the undersigned. Assistant Secretary of THE AMERICAN INSURANCE COMPANY. B NEW JERSEY Corporation. DO HER that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked and furthermore th Sections 30 and ?I of the By-law of the Corporation. and the Resolution of the Board of Directors. set forth in the Power of At in force.
Signed and sealed at the City and County of San Francisco. Dated the 22n&ay of MAY
W\*Qd-f- Aw\tant .kcretar) dml
360711 (HO)--TA-3.78
J
*> BOND NO. 7314133
<< PREMIUM: $384.00
,' 4 *
Page 1
PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 7958 adopted April 2, 1985 , has awarded
BANNISTER STEEL, INC. , hereinafter designat as the "Principalg1, a contract for:
METAL DECK
%
in the City of Carlsbad, in strict conformity with the drawings and
specifications and other contract documents now on file in the Office of the
City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performanc
of said contract;
NOW, THEREFORE, WE,BANNISTER STEEL, INC.
as Principal, hereinafter designated as the "Contractor", and
as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of
ONE HUNDRED TWO THOUSAND TWO HUNDRED NINETY THREE said sum being equal to 100 percent (100%) of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors
and assigns; for which payment, well and truly to be made, we bind Ourselves, wr heirs, executors and administrators, successors or assigns, Jointly and
severally, firmly by these presents.
THE CONlITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor,
his/her or its heirs, executors, administrators, successors or assigns, shall
all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration
thereof made as therein provided on his/her or their part, to be kept and
performed at the time and in the manner therein specified, and in all respect:
according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers and agents, as therein stipulated,
then this obligation shall become null and void; otherwise it shall remain in full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terns of the contract
or to the work to be performed thereunder or the specifications accanpanying 1
same shall affect its obligations on this bond, and it does hereby waive notic of any change, extension of time, alterations or additlon to the terns of the contractor or to the work or to the specifications.
7 AMERICAN INSURANCE COMPANY
Dollars ($ 107.q3.on
’* $.
I.
.I
*, \<
Page 2(
In the event that any Contractor above named executed this bond as an
individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has &en duly executed by the Contractor ai Surety above named on the 22nd day of MAY , 19 85 . -
BANNISTER STEEL, INC.
4 .\ .. v
(Notarize or Corporate
Seal for Each Signer) Contractor
r
- - _-
MAY 22, 1985 Siate of CAL I FEN I A On -
‘:ollnty of SAN DIEGO /ss- PAYFLA T. -. \<!RIGHT -
the undersigned Kotery Public, personaily apwared
JOHN W. MORRISSEY
a personally knwur, I,; rii~ n piovrtf tc rile 01: the bbis 0: saiisfzctory. evidence
ATTC t 5e lic .*;.;on s wfi e ecute * the within instrument as -
named, and acknowledged to ne that the corporstion executed
WTNESS my hand and official seal.
b%vmww.~3P~A.~B~~=~ YY~ST~IAL \~DF$N~TY c8. or On behalf of thi. corpo --
P&MELA -r w?a@H?
#Of&@ ‘9m 4c fAttFOR~tA
v?WIHCIPA; UFFICF I&
%N WFG8 CCIut.f<
~‘Qz/-ZddA, LJ& /-3pdL.G./&
Notary’s Signature d
1 Y319 (1/83) Corporete - Ca
. - - - - - - __-._ ___ __ -- --_I- . -- __ . r- - - e.
-
POWER OF
KNOW ALL MEN BY THESE PRESENTS: Thai THE AMERICAN INSURANCE COMPANY, a Corporalion duly organized and ; 1aws.o: the State of New Jersey. and having its principal office in the City and County of San Francisco. California. ha5 mad appointed. and does by these presents make. consiltute and appoint
4 * ' ATTORNEY THE AMERICAN INSURANCE COMPANY
%
PAUL T. CARTER, JOHN E. DODDRIDGE, ROBERT A. MYERS, JOHN W. MORRISSEY , C. H. COYLE , 3R. and R. W. HERTSCH
jointly or several ly
its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name. place and stead, to execute, seal deliver any and all bonds. undertakings, recognizances or other written obligations in the nature thereof ---------------I
and 10 bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President. sealed with the COI Corporation and duly attested by its Secretary. hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the p
This power of attorney is granted pursuant to Article V111. Section 30 and 31 of By-laws of THE AMERICAN INSURANCE COMl force and effect.
"Anicle VIII. Appoinlmml snd Aurhmil? of Rc.denr Az*irIunr Src rriurtrr. und Atrornry-in.Fu~-l and Ayrnlr IO st-crpr 1.eyul Prv~urr md Muhr Apppurunc-rr.
Stclion K). Appointmmt. The Chairman of the Board of Directorr. the Rcridcnt. any Vice-Resident or any other person authorized h) the Board of Directors. the Chairr Directors. the Reridenl or any Vice-Resident. may. from time to time. appoint Resident Arsistant Secretancs and Atiorneys.in-Fac1 to reprcwnt and ac! for and on hehalf of Agents to accept legal process and make appcaranccs lor and on hehalf of thc Corporation.
appointment and a11 authority granted therchy may hc rcvoked at any time hy the Board nf Director\ or hy any person cmpovercd to;makc such appuintmcnt "
Section 31. Aulhwilv. The Authority of such Resident A4rtmt Sccretarics. Altorncywn-Fact. and AReni, \hall hc 2, prercnhcd in thc instrumeni cvidtncing their appoin.
This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 28th day of September. 1966. and said Resolc amended or repealed:
"RESOLVED. that the signature of any Vice-President. Assistant Secretary. and Resident Assistant Secretary of this Corporation. ai Corporation may be affixed or printed on any power of attorney. on any revocation of any power of attorney. or on any certificate rz facsimile. and any power of attorney. any revocation of any power of attorney. or certificate bearing such facsimile signature or facs valid and binding upon the Corporation."
IN WITNESS WHEREOF. THE AMERICAN INSURANCE COMPANY has caused these presents to be signed by its Vice-Presi
and its corporate seal to be hereunto affixed thislOthday of Julv .1979.
THE AMERICAN INSURANCE COMPAh mi&& cu*&a
Vbce-Pre<ideni BY
STATE OF CALIFORNIA,
CITY AND COUNTY OF SAN FRANCISCO
On thislllth day of JUl V 19 79 . before me personally came wi 1 1 i am w Lau bel to me known, who. being by me duly sworn, did depose and say: that he is Vice-President of THE AMERICAN INSURANCE Corporation described in and which executed the above instrument: that he knows the seal of said Corporation: that the sea! affixed to th is such corporate seal: that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name therl
IN WITNESS WHEREOF. 1 have hereunto set my hand and affixed my official scal. the day and year herein first above written.
} ss.
- OFFICIAL SEAL 9 I JL&&% ~~~Ilololl~~~~U~rllll8~1I~~~~~IIIIIIIIIII~1lIa~Il~I~II~ll~ !! :@ SUSIE K. GILBERT z
NOTARY PUBLIC-CIILIFORNIA E U7Y 4 CouWrr OF SAN WCISCO g E . C..
My Commission Expires Mor. 17. 1980
Notary hhltc ..I - -.r . :
CERTIFICATE B - I I 6 ~1~~1~181B11l1lD1111~~~~1~~1l~U~~~~8
ss . 1 STATE OF CALIFORNIA,
CITY AND COUNTY OF SAN FRANCISCO
I. the undersigned. Assistant Secretary of THE AMERICAN INSURANCE COMPANY. a NEW JERSEY Corporation. DO HEF that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked and furthermore t1 Sections 30 and 31 of the By-laws of the Corporation. and the Resolution of the Board of Directors. set forth in the Power of A in force.
Signed and sealed at the City and County of San Francisco. Dated the 22nQay of MAY
, e!f.!IC, 0 ;&gj CI'. .z >.*a . .____.. i-.+ u\+* Aiw\lanl Secreta,) &no <hCI 'O+
36071 1 (HO)-TA-3-78
I.
.I
Page
GENERAL PROVISIONS
1. PLANS AND SPECIFICATIONS
The specifications for the work shall consist of the latest edition of ti
Standzrd Specifications for Public Works Construction hereinafter
designated SSPWC, as issued by the Southern Chapters of the American Pub
Works Association, the City of Carlsbad supplement to the SSPK, the
Contract documents and the General and Special Provisions attached thereto.
The standard drawings utilized for this project are the San Diego Area Regional Standard Drawings, hereinafter designated SDRS, as issued by th San Diego County Department of Transport 3tion, together with the- City of Carlsbad Supplemental Standard Drawings. Copies of pertinent standard
drawings are enclosed with these documents. A detailed l€st of the plan and specifications are attached hereto and made a part hereof.
i
2. WORK TO 5E DONE
The work to be done shall consist of furnishing all labor, equipment and materials and performing all operations necessary to canplete the projec
f work as shorn on the project plans and as specified in the specification
3. DEFINITIONS AND INTENT ..
A. Architect:
The word "Engineer" shall mean the architect or his approved
representative.
B. Construction Manager:
The word "Construction Manager" shall mean Koll ConstrucLion Company
C. Reference tx~ Drawings:
Where words "shown", "indicated", "detailed", "noted", "scheduled" a words of similar import are used, it shall be understood that refere 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, designat
or selection of the Construction Hanager is intended mless stated
otherwise. The word *bquired" and words of similar lmport shall be understood to mean "as required to properly canplete the work as
required and as approved by the Construction Hanager" unless stated otherwise .
a
'. .
'I "*
Page 2
E) Equals and Approvals:
Where the words nequal", "approved eqwl", "equivalent" and such word of similar import are used, it shall be understood such words are
followed by the expression "in the opinion of the Architect" unless otherwise stated e "acceptance", 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 nperform'* shall be understood to mean that the Contractor, a
her/his expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are-indicated, specified, or required tc mean that the Cgntractor, at her/his expense, shall furnish and install the work, ckplete in place and ready to use, including furnishing of necessar! labor, materials, tools equipment and transportation.
4. CODES AND STANDARDS *.
f Standard specifications incorporated in the requirements of the
specificatgons 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 tine required for each activity. The Contractor shall review with the Construction Manager
monthly the Construction Schedule to insure completion of the hole or a
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 caplet
in connection with the construction schedule as approved by the
Construct ion Manager.
6. NONCONFORMING WORK
The Contractor shall remove and replace any work not conforming to the plans or specifications upon written order by the! 'Construction Manager.
Any cost caused by reason of this nonconforming work shall be borne by t Contractor.
r
..
,I
e, '. . Page 2
The Contractor shall begin work after being duly notified by an issuance
a **Notice to Proceed" and shall diligently prosecute the work to cmpletj
in connection with the construction schedule as approved by the
Construct ion Manager e
%
6. NONCONFORMING WORK
?he 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 tt
Contract or .
7. GUARANTEE
All work shall be guzranteed for one year after the filing of a *lNotice (
Completion" 2nd any faulty work or materials discovered during the
guarantee pertod shall be repaired or replaced by the Contractor.
8. WINUFACTURER'S INSTRUCTIONS
Where installation of work is required in accordance with the product
manufacturer's directions , the Contractor shall obtain and distribute tht
necessary copies of such instructions, including two copies to the
7 Construct ion Manager.
9. INTERNAL COMBUSTION ENGINES
All internal canbustian engines used in the construction shall be equipp
with mufflers in good repair when in use on the project with special
attention to Carlsbad Municipal Code, Chapter 8.480
10. CITY INSPECTORS
All work shall be wder the observation of a City Construction Inspector
Inspectors shall have free access to any or all parts of work at any tb
Contractor shall furnish Inspectors with such information as may be
necessary to keep her/him fully informed regarding progress and manner 01
work and character of materials.
Contractor from any obligation to fulfill this contract .
PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to be insertec
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 nut inserted, or is I
correctly inserted, then upon application of either party the contract
shall forthwith be physically amended to make such insertion or
correct ion .
Inspection of work shall not relieve
11.
j1
*<
3 ,. .L
Page 2
12. INTENT OF CONTRACT DOCUMENTS
The Contractor, her/his subcontractors and materials suppliers shall
provide and install the work as indicated, speciQied and implied by the
contract documents.
which are essential to the canpletion of the work, shall be provided at.t Contractor's expense to fulfill the intent of said documents. instances throughout the life of the contract, the City will be the interpreter of the intent of the contract documents and the City's decisj relative to said intent will be final and binding. Contractor to apprise her/his subcontractor5 and materials suppliers of
this condition of the contract will not relieve her/him of the responsibility of compliance .
Any items of work not indicated or specified, but
In all
Failure of the
I
13. SUBSTITUTICN OF NATERIALS
The Proposal of the Bidder shall be in strict conformity with the drawim and specifications and based upon the items indicated or specified. The Contractor may offer a substitution for any material, apparatus, equipme or process indicated or specified by patent or proprietary names or by narnes of manufacturer which she/he considers equal in every respect to those indicated or specified. The offer made in writing, shall include
proof of the State Fire Marshal's approval (if required), all necessary
her/his own expense, shall have the proposed substitute, material,
apparatus, equipment or process tested as to its quality and strength, i physical, chemical or other characteristics, and its durability, finish,
efficiency, by a testing laboratory as selected by the City. If the
substitute offered is not deemed to be equal to that so indicated or specified, then the Contractor shall furnish, erect, or install the material, apparatus, equipment or process indicated or specified. Such
substitution of proposals shall be made prior to beginning of constructi it possible, but in no case less than ten (10) days prior to actual
installation. Substitution shall also include a statewent of credit to issued.
7 information, specifications and data. If required, the Contractor, at
14. ECORD DRAWINGS
The Contractor shall provide and keep up to date a cunplete "as-built"
record set of plans, which shall be corrected daily and show every chang from the original drawings and specifications and the exact "as-built"
locations, sizes and kinds of equipment, underground piping, valves, an
all other work not visible at surface grade. Prints for this purpose mi
be obtained from the Architect at cost. This set of drawings shall be kc
on the job and shall be used only as a record set. Upon cmpletion of 1
work, and prior to release of retention, the Contractor shall transpose "as-built" infomation on to a set of reproducible sepias. Drawings shd be drafted in a professional manner and shall locxite by dimension and
elevation all concealed work, and changes in manufacturer information. "As-builts" for the sitework (bid package nuher 1) shall be prepared b: the engineer of record.
I. I 1
*<
L I *. La
Page 2
15. PERMITS
The general construction, electrical and plumbing permits will be issued
the City of Carlsbad at no charge to the Contractor.
responsible for all other required licenses and fees.
The Contractor is
16. QUANTITIES IN THE SCHEDULE
The City reserves and shall have the right, nhen confronted with unpredicted conditions, unforeseen events, or emergencies, to increase or decrease the quantities of work to be performed under a scheduled unit price item or to entirely anit 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, thc Contractor will be given an equivalent extension of time.
I
17. SAFETY & PROTECTION OF WORKERS AND PUBLIC
The Contractor shall take all necessary precautions for the safety of
-employees on the work and shall comply with all applicable provisions of
Federal, State and Municipal safety laws and building codes to prevent
accidents or injury to persons on, about or adjacent to the premises whei
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
materials.
f the work is being performed. He/she shall erect and properly maintain ai
18. SURVEYING
Column control lines, offset outside the perimeter of the buil
rtical contr
Survey staking for the sitework (bid package number 1) shall be provided
the City. Rough grade stakes at 50'-0" centers minimum, top or toe-of-
slopes as required, surface and underground improvements at 25'-0" to 50 0" centers including critical points with offsets, and blue tops for
building and facility pads.
19. CODES, ORDINANCES, REGULATIONS & ABBREVIATIONS
Reference to codes, ordinances and regulations are to editions in effect
to date of proposals. Abbreviations are used for agencies issuing stand specifications as follows:
>I .
.I >
*I c 'I
Page 2
Agency Abbreviation
American SocPety for Testing Materials ASTM
U .S. Government Fed. Spec.
National Board of Fire Underwriters t8FU
American Institute of Steel Construction AISC
American Standards Association ASA
Underwriters Laboratories, Inc. UL Department of Comrrtrce Standards cs American Concrete Institute ACI
20. STORAGE
Space for storage and temporary buildings will be allocated by the Construction Marlager as job conditions, permit. Temporary offices or ski
shall be constructed of fire resistant materials. Material and layout nt
be approied by Construction Manager prior to installation.
- 21. TESTING AND INSPECTION
-Testing and inspection shall be as required by the Specifications. The Contractor shall be required to cooperate fully with the inspecting agenc
during inspections at a fabricating plant and/or on the Jobsite and shal
for such inspections and/or tests. I provide ladders, platforms, scaffolds and/or safe accessibility to the w
22. SCAFFOLDING AND HOISTING
The price shall include all costs for the following:
a.
b. Hoisting required for the Contractor's work.
Scaffolding and shoring 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 connectf
with the execution of the work by collecting and depositing said materia 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 submittc
to the Construction Manager daily. A brief description of work performe
shall be included.
,"
,I
I
J
*I Cr
Page 2
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. Powei will be single phase at 208 volts or 240, and 120 volts.
Contactor's responsibility to provide extension cords and/or wiring Pran
central distribution points. Power will not he provided for high voltagt
or heavy arsperage type equiprent such as welding machines, and any speci,
power requirements shall be provided and paid for by the Contractor.
It is the
\
27. bACKFILL AND COMPACTION
4 Backfill and cmpaction 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 superintendent .
t
&
8. a k
,-
, -f .* 4 ,I31
I 1. '.
Page
. SPECIAL PROVISIONS/SPECIFICATIONS
STRUCTURAL STEEL BID ITEM NO. 2A
Furnish all labor, material and equipment necessary to receive and hoist
to the appropriate floor and/or roof level as designated and/or in the
appropriate bay, all metal decking and accessories. The Structural Stee Contractor shall provide chokers, slings, and/or any other apparatus
required for the complete hoisting of the metal deck (hook and unhook -
truck to floor and/or roof). This operation shall be coordinated with t
Construction Manager and the metal decking contractor, who shall deliver
and place the decking with such timeliness as to permit its use as safet
plankiqg and/or working deck for the erection of the structural steel.
During the time the metal decking is used for safety planking and/or
working deck, the Structural Steel Contractor shall be responsible for
damage to the metal deck caused by his negligence.
1.
i
2
..b.
The safety raili
tor until the cornp
I
metal deck contractor. After the installation of the metal angle and/oi bent plate, the Structural Steel Contractor shall remove the toeboard.
as may be required, to cwer elevator or stair shafts and/or any other floor and/or roof openings, to meet erection requirements. This supplemental planking shall be left in place until the Structural Steel Contractor completes his Work in the area at which time he may remove tt supplemental planking and install a two (2) strand safety ralling.
Shall submit the "proposed erection sequence" to the Construction Hanagt for approval prior to submittal of erection drawings. Plu& and canplel
bolting and welding operations of the structural framework in increment! that the Work of others may proceed as soon as each individual incremenl
complete .
Upon completion of the structural steel work in a portion of the buildii the Contractor shall remove all equipment and material from that area il order that others may prepare to proceed with their work.
3. Furnish, install, maintain, relocate and remove any supplemental plankir
4.
5.
-3,
* ,* at t1
1 L,
,
I* . Page 2
6. The Contractor shall clean up and remove any debris generated by his Work
including his welding material waste and weld splatter that will interfer
with the placing of concrete on the metal deck and/or bonding of concrete to the metal. deck.
Wen required and in order for the Construction Manager to maintain or .ha continuity of the Project construction schedule, the Structural Steel Contractor shall furnish, install, relocate and remove catch platforms,
screens andlor protective blankets, satisfactory to the Construction
Manager, for the protection of others below the structural steel work, tc catch slag and/or hot metal generated by the welding operation.
Contractor shall be responsible for removing and replacing of metal deck where vquired to perform the work.
7.
1 9.
9. The intent of bid package no. 2A is for purchase, fabrication ad erectic
of all structural steel for the Carlsbad Safety Center, ircluding bt not
limited to colurm base plates, colunms, girders, beams, channels and bracing. construed as a complete list of all the work. Items listed below are for clarification and shall not be
10. Miscellaneous iron shall be bid as a separate future bid package and shal include stairs for all -buildings; all steel for the mechanical enclosure
angles, plates, etc. 9 within the Police and Vehicle Maintenance Facilitic
which are not specifically addressed in this bid package.
The 4 x 4 support tubes around the perimeter of the Police Facility are intended to be miscellaneous iron work. However, the tube, beam and bew
framing around stair no. 2 should be included in this bid package.
Include all applicable notes and details on sheet 1 for all buildings.
Furnish, deliver and unload, in a location designated by the Constructior Manager, all anchor bolts required for the installation of the structural steel. Anchor bolts shall be imtalled by others. Contractor shall
provide approved shop drawings showing anchor bolt locations. Delivery t
anchor bolts shall be coordinated with the schedule requirements of the concrete contractor.
It is anticipated that structural steel erection will canmence approximately sixteen (16) weeks after Notice of Award and submission of mill order on or before April 10, 1985, for May's import mill rolling. Actual erection is anticipated to be completed in approximately three (3 weeks. Bid item 2A-1 shall be based on these parameters. Also include
within the bid proposal (item 2A-2) a bid quote to begin steel erection twelve (12) weeks after Notice of Award based on the utilization of available warehouse steel material .
Grouting under structural steel base plates shall be by others.
Special attention is directed to item 26, Electrical Power, page 27 of tl
General Provisions.
T and vehicle wash facility; and miscellaneous tubes, columns, embeds,
11.
12.
13.
14.
15.
II
I
\, ?
q P1
a, 1,
\*
,*
Page :
Structural Steel Contractors shall be responsible for providing holes in
steel colunns per detail 26 sheets S-8.
17. Police/Fire Building (Structural Plans)
16.
Sheet 1
a. Provide angle welded to beam per detail 1,
b. Support ste@-€?x4e&-opqnings mechanical equipment per details
Hanger --------"\ rods by others. 4, and L-,-\- /)
i c. 16 gauge closure angles per detail7 and deck openings per detail 3 shall be by others.
Sheet 5
a. Provide 4 X 4 tube steel colums for support of W 14 beams shown at Intermediate horizontal and vertical tubes and angles shall entry.
by others. Provide welded tubes and angles per detail 2.
Provide plates welded to structural per details 3 and 6. b.
c. Provide bolt holes in beam flange for connection of angle by others ? detail 3. ..
d. Provide tube steel, plates and channel welded to structural per deta
4. others.
Folding partition support detail 5 shall be furnished and installed others except plates welded to structural.
Curved tubes and top tube shall be furnished and installed by
e.
Sheet 6
a.
Sheet 7
a.
b. Details 5, 13, 16, 17, 18, 22, 23, 24 and 29 complete.
c. Detail 9 complete including bolt holes. Rods by others.
d.
Provide all moment'& brace frames includlng applicable details.
Tube welded to beam flange per details 1, 3, 7, 8 and 9.
Provide tube steel welded to beam and bolt holes; and angle bolted 1 plate and beam per detail 10. connection of bottom part of angle shall be by others.
e. Provide angle per detal 11. Connection similar to it- do
f. Provide holes in beam per detail 15. Anchor bolts by others. Inch
Installation of other tubes and
bent plate welded to structural.
.i& , .
v -\ . 'f :> , * 9% ' 'I
I' A Page :
Sheet 8
a. All details complete except 17, 21, 23 and 24.
Sheet 9
a. All details complete except for curved tubes.
b. Weld bent plates to beams per detail 15.
c. Detail 23 complete - Lower threaded rods by others.
Vehicle Maintenance kilding (Structural Plans)
The following items shall be bid for structural steel for the Vehicle Maintenance Building.
a. 6X tube' steel columns including base plates per details 9, IO, shee'
c 18.
S-11. Anchor bolts F.O.B. jobsite. ''
b. Wide flange beams for complete upper and lower roof systems.
c. All embed plates, angles and complete mezzanine steel framing-includ.
f 3 1/2" tube shall be furnished and installed in future bid package. ..
d. kovide connection plates, welded connections and bolts per details
8, 9 and IO, sheet 10.
e. Provide bearing plates welded to structural per details 4, 5, and 6,
P. Bent plates and field welds per detail 11, sheet 10 shall be furnish
and installed by others.
Rovide hnt plates welded to structural per detail 12, sheet 10.
sheet IO. Anchor bolts furnished F.O.B. jobsite.
g.
METAL DECK BID ITEM NO. 28
The Metal Decking Contractor shall furnish and install all steel decking shear connectors and accessories required for the work. Bid shall inclui
completed Police/Fire Building, Vehicle Maintenance hilding , Vehicle Wa Facility and Mechanical Equipment enclosure.
Deliver the *tal deck to the jobsite by floors in proper sequence and i conformance with the schedule for the erection of the structural steel frame. appropriate floor or roof level and/or appropriate bay. The =tal decki
shall be coordinated with the structural steel eretion and shall be Spr and placed as required so that decking may be used as safety planking and/or work floor.
1.
2.
The hoisting of the metal deck shall be by others to the
J‘ I . I.
r 6-t ‘e .).,I
J> ‘ ’, , ., * c Page l
3. Furnish labor to clean up the floor of metal scrap and place in containei or locations as designated by the Construction Manager.
4. Furnish labor to remove from metal decking all weld material waste and we splatter that will interfere with the placing of concrete on the *tal decktng and/or bond of concrete to the netal decking.
Furnish and install an edge angle (closure) and/or bent plate at the perimeter of each floor and roof as required, and at all floor and roof‘ openings where metal deck is installed. Reference is made to details 1,
and 3, sheet S-1. Although all details may not show an edge angle or closure plate at the perimeter of the second floor, roofs, mezzanine and openings, the Metal Deck Contractor shall be responsible for required installations to complete his scope of work.
5.
c
6. Metal Deck Contractor shall be responsible for finishing and installing steel tubes at minor deck openings per detail 3, sheet S-1.
. 7. Metal Deck Contractor shall be responsible for necessary deck supports
around steel columns and tubes.
Bent plates welded to structural beams per detail 15 sheets - .- S-7 and S-9 shall be furnished and installed by others.
Metal kkfng Contractor shall be responsible for furnishing and install safety planking at floor and roof penetrations until placement of concre and roofing applications .
Structural steel erection is anticipated to cunmence in early August, 19 Proposals for metal deck shall be based on completing metal deck work during the early fourth quarter of 1985. Potential for earlier installation exists should purchase of domestic warehouse steel (bid ite
2A-21, be selected.
ktal deck installations at the mechanical enclosure, vehicle wash facil and vehicle maintenance mezzanine shall be coordinated with the miscellaneous iron contractor .
Special attmtion is directed to item 26, Electrical Power, page 27 of 1
General Provisions.
8.
r
9.
10.
11.
12.
c
,A * P'
c
:* 1 A 11 v
.< xj h
1
4' * Page
LXST OF CONTRACT DOCUMENTS
I. Partial architecture and canplete sbuctural plans prepared by Ruhnar, McGavin, RahnaujAssociates, 1207 Elm Avenue, Carlsbad, CA 92008
(619) 729-7144.
a. Architectural sheets AC-1, A-1, A-2, A-3 (floor plans); A-8, A-0, A
10 (sections and elevations); A-51 (floor plans); A-54, A-55 (sections and elevations); all dated February 1985, for structural
steel and metal deck bid only.
b. Structural plans sheet S-1 through S-16 dated February 1985, for c structural steel and metal deck bid only.
11. The following specification sections are attached hereto and made a part hereof bid package no. 2 - Structural Steel and Metal Deck.
a. 01340 Shop drawings, product data, and samples
b. 01410 Testing and inspection c. 01700 Contract closeout
e. 05300 Metal deck
- d. 05120 Structural steel
r
-
3r
1 4i ? C'
7 ,*
I' + c Page
CERTIFICATION OF COMPLIANCE
I hereby certify that Bannister Steel Inc.
Legal Name of Contractor
in performing under the contract awarded by the City of Carlsbad, will cuaply
with the County of San Diego Affirmative Action Program adopted by the Board Supervisors, including all current anendments.
I-----
-- - June 5, 1985 , \\&- b< &W_
b bate (Signature ($eat)
r
Vi ce-Pres ident -"-I (NOTARIZE OR CORPORATE SEAL)
Title
(Notorial acknowledgement of execution by all principals must be attached).
-
r
00 q.j'r-{[ * lU34 ---------- 0 ---x------ 'J ULLU I..CCULI' L". 0 City Clerk 1200 Elm Avenue
Carlsbad, CA 92008
NOTICE OF COMPLETION
ENGINEERING
To All Laborers and Material Men and to Every Other Persoi
Interested:
YOU WILL PLEASE TAKE NOTICE that on September 23, 1986, th
Engineering project consisting of structural steel on th
Carlsbad Safety and Service Center on which Bannister Stee
was the Contractor, was completed.
CITY OF CARLSBAD
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the Cit
Council of said City on S~pj-~mdg< 2 3 , 1986, accepte
the above described work as completed and ordered that
Notice of Completion be filed.
I declare under penalty of perjury that the foregoin
Executed on J 2v , 1986 at Carlsbad
is true and correct.
California. c
CITY OF CAHLSBAD
City Clerk
rn a <I 1 , " :\. .. , . .rC X" ~A..".
I. ..l I
, <:..,;,-
b I e a
1200 ELM AVENUE TELl
(71 4) CAR LS BA D, CALI FO R N I A 92008
Offlce of the City Clerk
&itp of QLarIs'ba'b
September 25, 1986
Vera L. Lyle
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation are the following described documents:
Notice of Completion - Engineering
Carlsbad Safety and Service Center
Tulsa StQel, Contractor
Notice of Completion - Engineering
Carlsbad Safety and Service Center
Bannister Steel, Contractor
Notice of Completion - Engineering
Carlsbad Safety and Service Center
Fontana Steel, Contractor
Notice of Completion - Engineering
Foundation and Slab - Safety Center
Presser Concrete, Contractor
Our staff has determined that the recordation of these documents is
of benefit to the City; therefore, it is requested that the fees
be waived.
Thank you for your assistance in this matter. J2iiiiixfi Deputy City Clerk
Encs.
e e Aity Clerk
,1200 Elm Avenue
Carlsbad, CA 92008
NOTICE OF COMPLETION
ENGINEERING
To All Laborers and Material Men and to Every Other Persc
Interested:
YOU WILL PLEASE TAKE NOTICE that on September 23, 1986, tl
Engineering project consisting of structural steel on tl
Carlsbad Safety and Service Center on which Bannister Stel
was the Contractor, was completed.
CITY OF CARLSBAD
c/ u/a(
ty Engineer/ ' Assistant ti 6d&
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the Cil
Council of said City on Jgp TErnB€'R 23 , 1986, accept1
the above described work as completed and ordered that
Notice of Completion be filed.
I declare under penalty of perjury that the foregoir
is true and correct.
Executed on 2v , 1986 at Carlsbac California.
CITY OF CARLSBAD
ALETHA L. RAUTENKRANZ
City Clerk
PACIFIC IKSUQANCE AGENCY PC; B3X 20160-X
SAY DIEG3 CA 42120
____ .-_______ -_.- MD A3DRESS OF ,NSURED
DRAHEIY STEEL IQC
PI: BOX 82657
SkN DIEGO CA 92133
n!pz SF IUSLYANCZ
I
't9SONAl 'kJU3Y ~k"SONAL Ik
----__I_
5 T A i !.T 0 q Y
,
- -...- _--_____ - ~ - -.-~ ~~ ~~ .. ~. ~.__
. . ~-. ~ .. - .~ - .-~ ~ -
ETY CENTER
351 JOi3 $66206
&m& sLizGL
._____- l___l , hiP.i\<E AV3 .'.UDR!SS a? CER-I-ICA-S H0.3LL:
i
i j [>ArEis~[,t[>- NOV 69 1985 P
~ TWE YCLL COPPANY
7330 EWGINEE!? 20AD
SDN '3IEG3 CALIF 92111
.~.. .~~ -..... ~.~___~~ __._.
-. ... .. .. . _-_._ ~ ... - ~-.~ ._,..
~_~~___. .
-----__- __ _______ - -----.
!
, 1 UAME AhD ADDRESS OF CERTIFICATE H0LI)ER
I
-.a,. L
ACORD 25 (1 -79) !, _-.______._ ~~.-~ ..__.._ --.~ .____.____.___ ~ -._-....._.-. - -.. .--....- . -..... -._.....__ ~ .... ~ .... ~ .-....- ~ _...__-__-..........-.-.....-.. ~ -.----..--.-.-.-....-..- .-.--...... -... ~--.~--~-- ----~-~----~ --~---~~ - .~.. - - - -.. - - -- -. ----
(The Attaching Clause need be complr Ily when this endorsement is issued subsequent to preparati, the policy.)
GL 20 09 (Ed. 01 73)
IS8 6116
ADDITIONAL INSURED
(Owners or Contractors)
This endorsement modifies such insurance as is afforded by the provisions of the policy relating to the following:
COMPREHENSIVE GENERAL LIABILITY INSURANCE
MANUFACTURERS’ AND CONTRACTORS’ LIABILITY INSURANCE
6116 (f LIABILITY
This endorsement, effective J U 1 Y’ 18 9 1985
issued to
, forms a part of policy NO. BP621 700601 (12:Ol A. M., standard time)
Drahelm Stee: Inc.
by Great American Insurance Company *,,,..+ -1,
G
L, 1 +*$pD,!f? . d
_.___................ ._...... 2 .... #...&;/? Authorizeh R&pr&&t2
Schedule
Name of Person or Organization
The p!d&n% py%- 1 s ba d G The Koll Company Carlsbad Safety Center DSI
7339 Engineer Road Job f66206
San Diego, CA 9211:
Location of Covered Operations
Rates Advance Premium Premium Bases
Bodily Injury Liability cost $100 of cost $ Property Damage Liability Cost $100 of cost $ incl.
Total Advance Premium $
It is agreed that:
1. The “Persons Insured” provision is amended to include as an insured the person or organization named above (hereinafter called “additional ir but only with respect to liability arising out of (1) operations performed for the additional insured by the named insured at the location designat or (2) acts or omissions of the additional insured in connection with his general supervision of such operations.
2. None of the exclusions of the policy, except exclusions (a), (c), (f), (g), (i), (j) and (m), apply to this insurance.
3. Additional Exclusions This insurance does not apply:
(a) to bodily injury or property damage occurring after
(1) all work on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured at the S covered Operations has been completed or
(2) that portion of the named insured’s work out of which the injury or damage arises has been put to its intended use by any, person or org other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project;
(b) to bodily injury or property damage arising out of any act or omission of the additional insured or any of his employees, other than general su of work performed for the additional insured by the named insured;
(c) to property damage to
(1) property owned or occupied by or rented to the additional insured,
(2) property used by the additional insured,
(3) property in the care, custody or control of the additional insured or as to which the additional insured is for any purpose exercising
control, or
(4) work performed for the additional insured by the named insured.
4. Additional Definition When used in reference to this insurance, “work” includes materials, parts and equipment furnished in connection the1
37 B **~‘::.:,2::> AUTHENTIC
**o *“IIL“ *4.$Q