Loading...
HomeMy WebLinkAboutDittman Masonry Inc; 1985-11-15; 30065 P jI i ,, * 1 I ! C --.-- 1% a4 Ct MQQil /Lk<s>kv~L& . i LiiQ < Bidder's Name CITY OF CARLSBAD SAN DIEGO COUNTY CALIF0 RN IA BIDDING DOCUMENTS FOR PUBLIC SAFETY AND SERVICE ENTER < CONTRACT NO. 3006 BID PACKAGE NO. 5 FOR: Concrete; Masonry; Aluminum Storefronts, Entrances, Windows and Glazing; Metal and Acoustical Ceilings - For information relative to this project contact: KOLL CONSTRUCTION COMPANY 2237 Faraday Avenue, Suite 101C Carlsbad, CA 92008 Steve Mahoney, Project Manager (619) 438-8866 c L TELE 1200 ELM AVENUE CARLSBAD, CA 92008-1989 - (619). ditg of UCarlrs'bab PURCHASING DEPARTMENT wtober 11, 1935 ADDENDUN No. 1 PFOJECI': BID PACKAGE NO. 5 cARLSBAD PUBLIC SAFETY AND SEWICE CENTER This addendum acknowledgement must be attached to proposal fom when bid is submitted. GZ\& /CLirn-.-- FLETCHER, PURCHASIPK; OFFICER CITY OF CARLSBAD I acknowledge receipt of Addendurr.?.b. 1 to Bid 2:ackac;e No. 5. / -. .J, ,&4, /WXA&t ~ - A// sr_ , fLf&,(, Ly, ;./ I , < / ,- e ~ 4/- I1 , L* ,, */ /r BIDDERFS SI- m - -I_ _L_i A -> * RUHWU McCi4VIN RUHNAUIASSOCIATES -- 5757 Palmer Way 619/438-5899 Caflsbad, CA 92008 >I -' /ir i -'. ..* October 11, 1985 ADDENDUM NO. 1 To the Contract Documents for THE CITY OF CARLSBAD PUBLIC SAFETY AND SERVICE CENTER (2-12-01 CONTRACT NO. : 3006 BID PACKAGE NO. - 5 FOR: Concrete; Masonry; Aluminum Storefront Entrances, Windows and G1 azing; Metal and Acoustical Cei 1 ings CITY OF CARLSAD, CALIFORNIA NOTICE TO BIDDERS: All work affected by the following provisions shall conform to the plans and specifications for the City of Carlsbad Public Safety and Service Center, Bid Package No. 5, For: Concrete, Masonry; Aluminum Storefronts, Etrances, fJindows and G1 azing; Metal and Acoustical Ceilings. Delete, or modify each of the following items wherever appearing on drawings, and/or in any section of the specification. Acknowledge receipt of Addendum No. 1 in the space provided on the Contractor's Proposal. Failure to do so may subject bidder to disqualification. Item #1 - Revise project manual (Specifications). a) SECTION 09510 - Acoustic Ceilings, Pg. 09510-3, Sub-paragraph 2.1.2.1(4) "Similar to Armstrong Minatone #715A Add the following: or equal .I1 Revise as follows: Delete I' 1'' Wide," Insert 119/1611 Wide' Sub-paragraph 2.2.3.3: Revise as follows: b) SECTION 09510 - Acoustic Ceilings, pg. 09510-3, Subparagraph 2.2.3.2, Delete 11 1 I1 x 3/41: 11 . - Item #2 - Revise Project Construction Drawings as Follows: a) Dwg. AC-1 - At walk pads adjacent to stair No. 2 of Police & Fire Bldg., add the following note: concrete walk pads 4' X 4'. panying sketch AR-1 4" thick b) Dwg. AC-2 - Add detail paving/edge concrete - 25 as shown on accom- Addendum No. 1, Bid Package No. 5 Page 1 - . RUHNAU McCZVIN RUHNAUIASSOCIATES Y -- Item #2 - Revise Project Construction Drawings as Follows: (Cont.) c) Dwg. A-52 Delete "2 X 4 Grid," insert "2 X 2 Grid." d) Dwg. A-52 - At Ceiling Plan: Revise grid layouts as required by item c) above. e) Dwg. S-11A Add the following note: 6. vapor barrier under all concrete sl ab on grade, see spec. f) DWg. S-14 Add detail Section ST14 as shown on the accompanying Sketch Sheet SR-6. 9) Dwg. S-14 Add detail Section 9/S.14, as shown on the accompanying Sketch Sheet No SR-7. - At legend - description of suspended acoustic ceiling panel 7 ITEM #3 - Revise Information to Bidders Booklet, Special Provisions/ a) Specifications, as follows: Page 31, Concrete-Bid Item 5A - After Sub-heading Police Buildin Sitework add the following: 'I- See also attac 4 ment A' for Sitework limits." "Glass Unit Masonry work is not included in this Bid Item." insert the following: "and layout'! add the following new sentence: "Install and grout all hollow metal door, louver and window frames which occur in masonry wall construction." Page 34, Masonry - Bid Item 58 - Paragraph 10, Add the following new sub paragraph: "C . See Attachment 'A' for Sitework Limits." b) c) d) Page 33, Masonry - Bid Items 5B - Paragraph 1, add the following: Page 33, Masonry - Bid Item 58 - Paragraph 5, after the word 'installati Page 33, Masonry - Bid Item 5B - Paragraph 6. Delete the entire sentenc e) END OF ADDENDUM TAG-- David Ruhnau, AIA of Ruhnau McGavin Ruhnau/Associ ates BM/c a 2- 12-01 Addendum No. 1, Bid Package 5 Page 2 Attachments: Noted Above . I L i - -e cum ---- - cot47rP4, .. / -. -. . .. _-- ----- - - -- . Lk? 2 T_?AY1Ne-.E - DGE/C.O-NC .---------- -- .- 4 I p~LeHTpc- - __ - - ._ 7 1 l b - Pr-t . 'Irh PAVING EDGE/ gri; -ol ' I\ asr.'H Rlrnu* u 92w1.6669 cwuud u 91006 1995 $;lie 1 I.04 -mu s/s CHT~.- ArchtlW Pknm LkN RUHNAU McGAVlN RUHNAU/ASSOCIATES 1207EbnAbend 3775 Tern Sam 714ISM4664 619'729 7144 v - 1 BRANDOW ALwYaJ&,%e 4 30 STON ASSOCIATES s-ssc emmawLT8l)a .vnua~wa&b. RI)a@l)S..a tLtYnOUR 104.8S.0 mu COO. at* 1m.O w. T)(IID W, Lo. ANOtLt.. ULIFORNIA mOO17 CLARI FICA1 ION OF SE AfchtWcfa PbMm RUHNAU McGAVIN RUHNAU/ASSOCIATES 3775 r# SbW 1207 Em Awwo Rwusrd. a 9250?-3669 c8- a 9m-1- -s - BRANDOW ADt.rde-&A It J STON 'ASSOCIATES si=& C 0 I I) &70 Im 8t8W.TW 8 ab* a I f8 I 8 8 8 8 1a.0 U. TnllO 8?- U8 AWOELU CltVOIWIA 1)0017 TULC)(O)(S 4UI.Y uu eaal .I. .b CWFIC4TloN OF= 5ECTIC City of Carisbad Public Safety & Service Center Carlsbad. California rev irion )ob no. - 21-1 Archflub PIantwm RUHNAU McGAVIN RUHNAU/ASSOCIAT€S 3775 rem ShW 1207ElmAulmu RWW- CA 92501-3660 714,684-4661 61 9,729-71 44 0- CA 97ux#*19# =s hc -~___ 9 C,<,'CLO rlall'lcI> RUliNAU McGAVIN RUHNAUIASSKIATES -x 3775 hth Street 5757 Palmer Way rle'man 0 Saw6 Run. Gwe'Srae Gi 325G'-3669 Carlsbad, CA 92008 * Gary L Mc 714/6@ 46M 6191438-5899 October 11, 1985 ADDENDUM NO. 2 To the Contract Documents for THE CITY OF CARLSBAD PUBLIC SAFETY AND SERVICE CENTER (2-12-01 CONTRACT NO.: 3006 BID PACKAGE NO. - 5 FOR: Concrete; Masonry; A1 uminum Storefroni Entrances, Windows and G1 azing; Metal and Acoustical Cei 1 ings CITY OF CARLSAD, CALIFORNIA NOTICE TO BIDDERS: All work affected by the following provisions shall conform to the plans and specifications for the City of Carlsbad Public Safety and Service Center, Bid Package No. 5, For: Concrete, Masonry; Aluminum Storefronts, Etrances, Windows and G1 azing; Metal and Acoustical Ceilings. Delete, 3r modify each of the following items wherever appearing on drawings and/or in any section of the specification. Acknowledge receipt of Addendum No. 2 in the space provided on the Contractor's Proposal. Failure to do so may subject bidder to disqualification. Item #1 - Revise Information to Bidder's Booklet, Special Provisions/Speci- a) Page 34 - Delete Bid Item 5C - ALUMINUM ENTRANCES, STOREFRONTS, WINDOWS, fications, as follows: AND GLAZING. END OF ADDENDUM E2v David Ruhnau, w AIA of Ruhnau McGavi n Ruhnau/Assoc i ates BM/c a Addendum No. 2, Bid Package No. 5 Page 1 L TABLE OF CONTENTS Item Px NOTICE INVITING RIDS 1- - PROPOSAL 6 - 11 BIDDER'S 80NO TO ACCOMPANY PROPOSAL 11 DESIGNATION OF SUBCONTRACTORS 12 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 13 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE 14 CONTRACT 15 - 1 19 - 2 LABOR AND MATERIALS BOND PERFORMANCE BOND 21 - 2 ' GENERAL PROVISIONS 23 - : CERTIFICATE OF COMPLIANCE 30 -.. SPECIAL PROVISIONS /SPECIFICATIONS 31 - . LIST OF CONTRACT DOCUMENTS 36 - Page 1 CITY OF CARSBAD PUBLIC SAFETY AND SERVICE CENTER NOTICE INVITING BIDS The City of Carlsbad invites bids for performing the following work: Bid Package #5 - Concrete; Masonry; Aluminum Storefronts, Entrances, Windows and Glazing; Metal and Acoustical Ceilings 1. Sealed bids for performing the work shall be received at the office of tl Purchasing Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, until 4:OO PM on the 16th day of October, 1985 at hich time they will be openc and read aloud. 2. The work shall be performed in strict conformity with the specifications therefor as approved by the City Council of the City of Carlsbad on file the Engineering Department. Reference is hereby made to said ' specifications for full particulars and description of the work. The work, a portion of the total Public Safety and Service Center Projeci 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 Maintenance Facility, car wash and fuel island shall also be constructed as a part o the Phase One construction program. 3. 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. 5. Plans, specifications and bidding documents may be obtained at the Purchasing Department, City Hall, Carlsbad, California, after September 1985 at no cost to licensed Contractors for the first set. Additional s are available for a non-refundable fee of $50.00 per set. ahead to reserve your documents, (619) 438-5601. A pre-bid confsrence will be held at the City Council Chambers at 1O:OO on October IO, 1985 to discuss bidding requirements. If information is required regarding the bid package, drawings andfor specifications, the bidder SHALL NOT contact the City of Carlsbad nor tt architect. All questions and requests for information shall be directec Koll Construction Company, (619) 438-8866, Steve Mahoney. Please call 6. 7. 8. No bid will be received unless it is made on the proposal form included with these bidding documents. certified check or bidder's bond made payable to the City of Carlsbad fc Each bid must be accompanied by cash, Page 2 the exact dollar amount of 10% of the amount bid. If the exact amount is not known at the time the bond is issued, the bidder's bond should read, ; follows: "10% of the bid amount not to exceed dollars ." The number in the blank must exceed ten percent of the bid amount. Said guarantee to be forfeited should the bidder to whom the contract is awarde fail to furnish the required bonds and to enter into a contract with the City within the period of time provided for by the bid documents. bidders' security of the second and third lowest responsive bidders may be withheld until the contract has been fully executed. The cash, cashier's check or certified checks submitted by all other unsuccessful bidders sha. be returned to them within ten (10) days after the receipt of bids, and their bidders' bond shall be of no further effect. The 9. The documents included within the sealed bids which require completion anc execution are the following: 1. Proposal 4. Bidder's Statement of Financ.ia1 Responsibility .-' 2. Bidder's 80nd 3. Designation of Subcontractors 5. Bidder's Statement of Technical Ability and Experience The entire bid package shall be executed and submitted prior to the time for the bid opening. Said document shall be affixed with the appropriate notarized signatures and titles of the persons signing on behalf of the bidder. corporations, appropriately notarized signatures of the person authorized by the corporate by-laws are required and the corporate seal shall be affixed to all documents requiring signatures. In the case of a partnership, the properly notarized signature of at least one general partner is required. No bid shall be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Division 3 of the Business a Professions Code. The Contractor shall state his/her license number and classification in the proposal. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. For IO. 11. Bids shall not modify or contain any recapitulation of the work to be dol Alternate proposals will not be considered unless called for. No oral 01 telegraphic changes to the bidding documents will be considered. 12. The amount of bond to be given for the faithful performance of the contr, for said work shall be one hundred percent (100%) of the contract price therefor, and an additional bond in the amount equal to fifty percent (51 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 of .. Page 3 the work contracted to be done by the Contractor for any work or labor of any kind done thereon. within the bid package. Sureties shall be licensed and registered in the State of California and subject to approval by the City. Bonds shall be prepared on the forms included 13. Insurance requirements are specified within the contract section of the b package, Items 10, 11 and 12. Insurance carriers for Contractors performing work under this contract are required to be licensed to do business within the State of California. 14. Partial and final payments on this contract shall generally be in accordance with Section 9 of the 1979 edition of "Standard Specification: For Public Works Construction", as herein modified. The Construction Manager will, after award of contract, establish a closi date for the purpose of making monthly progress payment. Each month, the Construction Manager will make an approximate measuremenl of the work performed to the closure date and as a basis for making montt payments, estimate its value based on. the contract breakdown furnished b! the Contractor and approved by 'the Construction Manager. From each progress estimate, ten percent (10%) will be deducted and retained by the agency, and the remainder less the amount of all previou! payments will be paid to the Contractor. After fifty percent (50%) of t' work has been completed and if progress on and quality of the work is satisfactory as determined by the Construction Manager , the deduction to made from the remaining progress payments and from the final payment 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 thirty-five (35) calendar days after acceptance of the completed work. City Council approval and filing of a Notice of Completion shall constit 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 specifi by Government Eode 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 federz chartered bank as the escrow agent who shall pay such monies to the Contractor upon satisfactory completion of the contract. The Contractox shall be the beneficial owner of any securities substituted for monies withheld and shall receive any interest on the monies. .. - Page 4 15. The bid documents are intended to be complementary so that any work callec for in one and not mentioned in the other, or vice versa, is to be executt the same as if mentioned in all said documents. The intention of the documents is to include all labor, materials, equipment, transportation ar services necessary for the proper execution of the work. 16. If any person contemplating submitting a bid for the proposed contract is in doubt as to the true meaning of any part of the plans, specifications ( other proposed contract documents, or finds discrepancies in, or omission- 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 o the proposed documents will be made by addendum duly issued by the City, and a copy of such addendum will be mailed or delivered to each person receiving a set of such documents. The City will not be responsible for any other explanation or interpretation of the proposed documents. 17. Any addenda issued by the City during time of bidding, or forming a part the documents delivered to the Bidder, shall be covered in the bid and shall be made a part of the Contract. Bidders are advised IXI verify the issuance of all ad'denda and receipt thereof one day prior to bidding. - Submission of bids wiehout acknowledgement of addenda may be cause for rejection of bid. 18. No person, firm or corporation shall be allowed to make or file or be interested in more than one (1) bid for the same work, unless alternate bids are called for. A person, firm or corporation submitting a subproposal to a bidder, or who has quoted prices on materials to a Bidde is not thereby disqualified from submitting a subproposal or quoting pric to other bidders. 19. Bidders are required to inform themselves fully of the conditions relatir to construction and labor under which the work will be or is now being performed, and so far as possible, the Contractor must employ such methoc and means in carrying out the specified work as will not cause any interruptions or interference with any other Contractor. The Contractor shall comply with the provisions of California Labor Code Part 7, Chapter 1, commencing with Section 1720. 20. - 21. The Contractor shall not pay less than the specified prevailing rates of wages established pursuant to Section 1773.2 of the California Labor Codc A copy of the current applicable wage rates is on file in the Office of Carlsbad City Clerk. . t Page f Contract may be awarded at the election of the City on one or a combinat: of base bids, and alternate or combination of any alternates that might t offered. The City reserves the right to reject this proposal and it shal remain open and not be withdrawn for a period of sixty (60) days from the date prescribed for its opening. 22. Approved by the City Council of the City of Carlsbad No. SIIQ , adopted on the g@ day of Ap\ ’ , 19% California, by Resolutic %&3- Date .,. - * - (. Page 6 CITY OF CARSBAD PUBLIC SAFETY AND SERVICE CENTER CONTRACT NO. 3006 PROPOSAL City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 The undersigned declares he/she has carefully examined the location of the 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 complete Contract No. 3006 in accordance with the Plans and Specifications of the City of Carlsbad,' and the special * - . ' provisions, to wit: The following proposal form includes work associated with the project bid package %5, items A through D. 1. Proposals for the work shall include separate prices for each item of WOI bid: Bid %5A, or Bid 858, etc. A proposal for work may include a biddei combination for any or all items of work, but must also include bids for each separate item. Award on a combination bid will only be made if it the lowest of any possible combination of bids - and is lower than the tot, bids of the lowest responsible bidders on the particular items of work making up that combination bid. The City reserves the right to (a) awarc separate 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' Proposals for the work in each bid package shall be complete per the plar specifications and contract documents. Items listed in the special provisions are for clarifcation only and shall not be considered as a complete list of all the required work. 2. 3. Quantities of materials used on the plans are for permit purposes only. All bidding contractors are required to complete their own quantity take offs, and submit lump sum bids for all work unless specific unit prices requested within the special provisions. 4. Addendum(a) No(s). one & two (1&2)XW/have been received and %/are included in this proposal. - ut s!ivimvqv - * Page 8 id Item # - CONCETE Complete balance of concrete work for the lump sum amount of 5A- I tdc Ltn - $ 5A-2 Deductive cost from Bid Item 5A-1 to delete concrete retaining walls per special provisions (Item 48) for the lump sum amount UO Lib 7 (5 5A- 3 Deductive cost from Bid Item 5A-1 to delete free standing concrete wc per s cia1 provisions (Item 40) for the lump sum amount of tdo EL- ($ MASON RY -- -7 58- 1 Complete masonry work for the lump sum amount of Three Hundred-Thirty Eight Thousand, Eight Hundred and Eighty-Nine Dollars- and No Cents $ -338,889.00 58-2 Additive cost to bid item 58-1 to construct free standing wall in blc per special provisions (Item 10A) for the lump sum amount Fifteen Thousand, Three Hundred-Seventeen Dollars and No Cents ($15,317.00 58-3 Additive cost to bid item 5B-1 to construct radius restraining walls block per special provisions (Item 10B) for the lump sum amount of - Eighteen Thousand, Two Hundred-Fifteen Dollars and No Cents. ($ 18,215.00 ALUMINUM ENTRANCES, STOREFRONTS, WINDOWS AND GLAZING 5C-1 C mplete aluminum and glazing work for the lump sum amount of -- do g\b- - $ c d/f$f/ -‘dl fJ-q \ IW - 4 Page 8 Pfd Item # 5C-2 Deductive cost from Bid Item SC-1 to change exterior glass for the lu -- . $ a. Alternate glass type: b. Alternate glass type: - Deduct (S_ c. Alternate glass type: Deduct ($ METAL AND ACOUSTICAL CEILINGS 50-1 Complete metal and acoustical ceilings for the lump sum amount of - uc $!a- $ , - Page 9 All bids are to be computed on a lump sum basis with separated unit price when requested, as indicated in this proposal. between words and figures, the words shall prevail. 5. In case of a discrepancy 6. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. 7. The undersigned agrees that in case of default in executing the 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 becon the property of the City of Carlsbad. 8: Contractors shall be licensed in accordance with the Statutes of the Stai of California providing for the registration of Contractors. 9. The undersigned bidder hereby represents as follows: a. That no Council Member, officer, agent or employee of the City o Carlsbad is personally interested, directly or indirectly, in th contract, or *the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents or employees, has induced him/her to enter into this contract, excepting only those contained in this form of contract and the papers made a part hereof by its terms; and b. That this bid is made without connection with any person, firm o corporation making a bid for the same work, and is in all respec fair and without collusion or fraud. IO. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with provisions of that code, and agrees to comply with such provisions befor commencing the performance of the work of this contract. The undersigned is aware of the provisions of the State of California La 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. - '6 GLEMALE FEDEML MAIN OFFICE GLENDALE, CALIFORNIA CCY i6 g3Z5 CERTlCHECK02 5 9 0 9 5 4 a 091 7-000-07 9P The . ...--- st.im of 37,2 Ll L,:>$$+$(-jO:~ .. : r( * L- PAY TO THE ORDEROF . AMOUNT NOT TO EXCEED VOID AFTER SIX MC * CITY OF CARLSBAIW ?- ' 4d=- PURCHASER DITTMA" MASONRY INC Federal Home Loan Bank-New York P5qoqSl,L~~IL);( EO 2 & 20639 Al:7 A A09 A7000073~~' La L-J .Sari DiegoTrust &Savings Bank @ PRI)sciPAL of CORPORATION SANORGOC NOTARY ACKNOWLEDGEMENT STATE OF CALIFORNIA 1 ss I COUNTY OF San Diego 16th dayof October On this , before me, the mdersigned, a Notary Public In and for County and State, personally appeared Manf reid J - Dit tmann , only and ........................ PET- (or proved to me on the basis of satisfactory evidence1 to be the personw who executed the M instrument as President or on behalf of the corporation thl named and acknowledged to me that the corporation executed it , in the year ' 985 and ..................... Title Title / I Notary W&,J. +l&/,m J MIS 46 [7/821 = (T Page IC Accompanying this proposal is XCash, Certified Check, Bond or Cashier's Check) for the exact dollar amount of ten percent (10%) of the total bid price. the exact amount is not known at the time the bond is issued, the bidder's boru should read, as follows: "10% of the bid amount not to exceed dollars." The number in the blank must exceed ten percent of the bid amount. Cashier " Check If Dittmann Masonry Inc. #290969 c-29 952838692 Bidder's Name State License No. Employer 1.0. No VW?!.JFrsB Bidder's Address Name 9134 Dowdy Drive EP& Dittmann FQ \ 4 San Diego, Ca. 92126 .a J I /LA-& &dm Aukho rized SAg n atuye (619157 8-0982 10/16/85 Corporation -I Phone No. Date Name Type of Organization (Individual, Corporation, Partnership) Authorized Signature List below names of President; Secretary; Treasurer; and Manager, if a corporation, and names of all partners, if a partnership: MqhrFREb €!%id Dittmann President, Vice-president Elizabeth Dittmann Secretary, Treasurer (PLEASE ATTACH NOTOgIAL ACKNOWLEDGEMENT Of EXECUTION BY ALL PRINCIPALS. ) (CORPORATE SEAL) l.2 I \I ,I Page 1 *** DOES NOT APPLY - SEE PAGE 10 *** BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL pEF6ONS BY THESE PRESENTS: That we, , as Principal, an as Surety, are held and firmly boun unto the City of Carlsbad, California, in the sum of Dollars ($ 1, lawful money o the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly be these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH: That if the proposal of the above-bounden principal for: in the City of Carlsbad, is accepted by the City Council of said City, and if the above-bounden Principal shall du1.y enter into and. execute a contract 5 * including required bonds and insurance policies within twenty (20) days from 4 date of award of contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event any Principal above named executed this bond as an individual, i is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day o Y 19 Surety Principal BY - BY Title Title (Attach acknowledgement of Attorney in Fact) (Notarial acknowledgement of execution by all PRINCIPALS and SURETY must be attached.) (Corporate Seal if corporation) Page 1 DESIGNATION OF SUBCONTRACTORS The undersigned certifies heishe 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 in accordance with applicable provisions of the specifications. No changes may be made in these subcontractors except upon the prior approval the City Engineer or the City of Carlsbad. required for each subcontractor. Additional pages can be attached, if required : The following information is Work Sandblasting Masonry Company Name Terrell' s Sandblasting .- - -c x/ Signa tu f e u Page 1 BIDDER'S STATEKNT OF FINANCIAL ESPONSIBILITY The undersiqned submits herewith a notarized or sealed statement of his/her financial responsibility. statement. Either a current audited income tax or profit/loss This information will be provided upon award of contract, if required. - {// <'m L&f$$/ 2, &A ) /&ma&,rw Signa e (Notarize or Corporate Seal ) Completed of the Employer Koll Company 07/85 7330 Engineer rd. Nielsen Const. 3127 Jefferson Nielsen Const. . Nielsen Const. 02/85 06/85 . Unaer Const. Under Koll Company Const. Koll C ompay 1983 Under Nielsen Const. Const. 1984 Ninteman Const. Roe1 Const. Collins Developrent - to Contact Type of Work Contract Buck Buchanan Iprospect PO Steve Marble E. F . Hut t on#? St; Hamilton Torrey Pines Steve Marble Metropolitar. Bob Beauchemin Carlsbad 292-5350 CRC 7000 84,0( Steve Mahoney Carlsbad 292-5550 CRC Sales Office Laura Signal HQ 291-6330 Torrev Pines 220 Bob Little AID Plaza 276-5810 200. Q 297-41 56 Various Projects 292-5550 Masonrv St.291-6330 I Masonry 450,0( . 291-6330. Science . Parb310,0( 291-6330 Office Park 55, O( 1 276-3380 Various Projectg - Page 1 CONTRACT THIS AGREEMENT, made and entered into this /fa day of *e,& , 19 P by and between the City of Carlsbad, California, a municipal corporation (hereinafter called llCity'l)? and (hereinafter called "Contractor".) City and Contractor agree as follows: DIw ~O~Y, I". 1. Description of Work. Contractor shall perform all work specified in the contract documents for: Contract No. 3006-5B - Msonry, Public Safety and Service Center (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment and personnel to perform the work specified t the contract documents. 3.. - Contract Documents. The Contract documents consist of this contract; thf bid documents, including the notice to bidders, instructions to bidders i contractors proposal'; the plans and specifications and all proper amendments and changes made thereto in accordance with this contract or 1 plans and specifications; and the bonds for the project; all of which art incorporated herein by this reference. 4. Payment. - As full compensation for Contractors performance of work under this contract, City shall make payment to Contractor per the terms outli in the Notice Inviting Bids, Item 13. Contract amount Three Hundred Sew Tho Thousand Four Hundred Twenty One and OO/lOO s 372,421.00 - Payment of undisputed contract amounts shall be contingent upon Contract furnishing City with a release of all claims against City amd Constructii Manager arising by virtue of this contract as it relates to those amount Extra compensation equal to 50 percent of the net savings may be paid to Contractor for cost reduction changes in the plans or specifications mad pursuant to a proposal by Contractor. The net savings shall be determin by City. No payment shall be made unless the change is approved by the city. - 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions under the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The contract price includes payment for all work that may be done by Contractor in order to overcome unanticipated underground conditions. Any information that may have been furnished tc Contractor by City about underground conditions or other job conditions for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied will all job conditions, including underground conditions and has not relied on information furnished by City. r .. Page 1t 6. Contractor Responsible for Unforeseen Conditions. Contractor shall be responsible for all loss or damage arising out of the nature of the work I from the action of the elements or from any unforeseen difficulties which may arise or be encountered in the prosecution of the work until its acceptance by the City. Contractor shall also be responsible for expense incurred in the suspension or discontinuance of the work. However, contractor shall not be responsible for reason&le delays in the cmpleti of the work caused by acts of God, stormy weather, extra work, or matters which the specifications expressly stipulate will be borne by City. 7. Change Orders. City may, without affecting the validity of this contract order changes, modifications, deletions and extra work by issuance of written change orders. Contractor shall make no change in the work with the issuance of a written change order, and Contractor shall not be entitled to compensation for any extra work performed unless the City ha: issued a written change order designating in advance the amount of additional compensation to be paid for the work. If a change order dele1 any work the contract price shall be reduced by a fair and reasonable amount. If the parties are unable to agree on the amount of reduction tl work shall nevertheless proceed and the amount shall be determined by arbitration or litigation. The only person authorized to order changes'( extra work is the City Engineer. However, no change or extrd work order excess of $5,000.00 shall be effective unless approved by the City Council. - 8. Prevailing -- Wage. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per die wages for each craft or type of worker needed to execute the contract an schedule containing such information is in the City Clerk's office and i incorporated by reference herein. Pursuant to Labor Code Section 1774 contractor shall pay prevailing wages. Contractor shall post copies of applicable prevailing wages on the job site. Construction Manager and the City and its officers and employees, and ea of them, from any and all liability or loss resulting from any suit, cla or other action brought against the City, or for any other losses of whatever nature, directly or indirectly arising from the acts of Contrac or its officers, employees or agents done in the construction of this project or in ,the performance 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. Nothing 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 1 amounts not less than the following: 9. Indemnity. Contractor shall indemnify, hold harmless and defend the IO. , e Page 1' Coverage Combined Single Limit Automobile Liability $500,000.- General Liability 500,000 Product s/Completed Ope rat ions 500,000 Blanket Contr ac tur a1 500,000 Contractor's Protective 500,000 Personal Injury 500,000 Excess Liability 500,000 0 t her 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 2 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. - the defense and indemnify and save harmless the City and Construction' Manager and its officers and employees from all claims, loss, damage, ~ injury and liability of every kind, nature and description brought by an) person employed or used by Contractor to perform any work under this contact regardless of responsibility for negligence. Proof -- of Insurance. Contractor shall submit to the City through the Construction Manager, certification of the policies mentioned in Paragral 10 and 11 or proof of workers' compensation self insurance prior to the start of any work pursuant to this contract. Certificates of insurance shall provide that the insurance will not be cancelled until the expirat of at least thirty (30) days after written notice of such cancellation h4 been given to the City. Arbitration. out of or relating to this contract or the breach thereof may, at the option of City, be settled by arbitration in accordance with the construction industry rules of the American Arbitration Association and judgment upon the award rendered by the arbitrator(s) may be entered in I California court having jurisdiction thereof. The award of the arbitrator(s) shall be supported by law and substantial evidence as provided by the California Code of Contractor shall also assume 12. 13. Any controversy or claim in any amount up to $100,000 aris --- Civil Procedure, Section 1296. 14. Maintenance of Records. Contractor shall maintain and make available to the City, upon request, records in accordance with Sections 1776 and 181 of Part 7, Chapter 1, Article 2 of the California Labor Code. If the Contractor does not maintain the records at Contractor's principal place business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this contract. Contractor shall notify the City by certified mail of any change of address of such records. 9.p" - Page 1E 15. Labor Code Provisions: The provisions of Part 7, Chapter 1 commencing wil sectionT0 of the California Labor Code are incorporated herein by reference. 45 + 0 appropriate securities may be substituted for any monies withheld b City to secure performance of this contract or any obligation established by this contract. 16. Securit . Pursuant to the requirements of law (Government Code Section 17. Additional Provisions. Any additional provisions of this agreement are s forth in the "General Provisions" or "Special Provisons" attached hereto and made a part hereof. ( Notarial acknowledgement of execution by ALL PRINCIPALS must be aFtached.1 \ BY Title -- -\ I - Contractor 1 s Certification of Awar enes s of Workers Compensation Res po ns ib il it "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers compensation or to undertake self-insurance in accordance with the provisions of that code, and will comply with such provisions before commencing the performance of the wor of this contract." San QiegGTnst &Savings Bank @ NOTARY ACKNOWLEDGEMENT CORPORATION STATE OF CALIFORNIA 1 SS COUNTY OF Sari Dieao _____ - _.__ ___ 1 __ ody 12‘ November , in :‘?e ymr 1985- bdore re the i rclwsigried a Notary Public in and County and State, pwsonally appeared @nfr&J. - D&tm! ___ ancj - =:I=--------------- pv (or proved to me on the Dam of satlsfac’ory evidepce) to be the persowwho executed th instrument as President named and acknowledged to me tbat the corporation clxscuted it and_---------------------- or on behalf of the corporatior lit e T tle I +A, ,Kw494*2/d -5- Not MIS 46 I7/821 \ _P ** k r- - Page 1 LABOR AND M4TERIAl BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 8235 adopted October 22. 1985 , has awarded DITDJlANNMSONRY, INC. , hereinafter designa as the Trincipal", a contract for: Contract No. 3006-5B - Masonry, public Safety and we cam 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 an the terms thereof require the furnishing of a bond with said contract, provic .- that if said Principal .or any of his/her or its subcbntractors shall fall to for any materials, .provisions, provender or dthet supplies or teams used in, upon for or about the perfbrmance of the work agreed to be done, or for any 8 or labor done thereon of any kind, the Surety on this bond will pay the same the extent hereinafter set forth. NOW, THERETORE, WE, Dittmann Masonry, Inc. as Principal, hereinafter designated as the "Contractor", and as Surety, are held and firmly bwnd unto the City of Carlsbad, in the sum c said sum being equal to 5O%nt (50%) of the estimated amount of the contract, to be paid to the said City'or its certain attorney, its success01 and assigns; for which payment, well and truly io be made, we bind ourselves our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if person or his/her - subcontractors fail to pay for any materials, provisions, provender or othei supplies, or teams used in, upon, for, or about the performance of the work contracted to be dene, or for any other work or labor thereon of any kind, ( for amounts due under the Unemployment Insurance Code with respect to such 1 or labor, that the Surety or Sureties will pay for the same, in an amount ni exceeding the sum specified in the bond, and also, in case suit Is brought I the bond, a reasonable attorney's fee, to be fixed by the court, as reqdre the provisions of Section 4202 of the Government Code of the State of California. - OHIO FARMERS INSURANCE COMPANY Three Hundred Seventy TWO **~$~~,o",n~~/~o~* Dollars ($372,421.00--- CORPORATE ACKNOWLEDGXtm California STATE OF _______-___.____ ~ __._____ __ ___-__-_-_--.--- ------- } ss.: _______._______.__ .dErnA .--- L.------------ 9&.c --*- L, C0Uh-n OF __.________ ---San--Qi!?XOw _____-____ ------------ 5th November On this _________ ~ ________ ___.___day of ___.___._____.______-.------- ~ ------.----, h the year 19.85- before me Perso __~-~_._~._..~-.~~..__~~fr~d_;l,~~tm~ittmann-.------------..--------.-----.-------------~-- to me known, who, being by me duly sworn, de- and says that he resides in the city Of.----s-a~-~ieq~--. President Dittmann Masonry, Inc. - that he is the _______.____.__.___.____________________---.---- .-.-Of the __.--.-. ---------------- the corporation d-j in and which executed the foregoing instrument; that he knowe the seal of the said corporation; that th to the said instrument is such cograte seal; that it was so affixed by the order of the oard of Direst0 of yd corporation, < signed his name thereto by like order. (Sitae and titis of of6dal takh admOwf8fedgmd .. - CONNIE P SNYDER NOTARY PUEifc- CULIFURNfA - - ACKNOWLEDGMENT OF SURETY STATE OF California COUNTY OF San Diego ss. 19 85 , before , a notary public, personally appe , personally known to me (or proved tc on the basis of satisfactory evidence) to be the attorney-in-fact of Ohio Farmers Insurance Company of West Center, Ohio, who acknowledged that the seal affixed to the attached instrument is the Corporate Seal of Corporation, that said instrument was signed and sealed on behalf of said Corporation by authority, Board of Directors, a such attorney-in-fact and as the free act and of said Corporation. On this 5th day of November Connie P. Snyder Dan G. Owens H - f- L?>L,&, OFFICIAL SEAL / /&?f&TZ <-- 4 CONNIE ? SNYER Y I %C)TP.R?' PULLIC - CALWORMfA J Notary Public 80 5772 (2-84) \ ,. . ' * * 2 * - Page 21 This bond shall insure to the benefit of any and all persons, canpanies and corporations entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as.to give a right of action to them or their assigns in any suit brought upon this bond, as required by the provisions of Section 4205 of the Government Code of the State of California. In the event that any Contractor above named executed this bond as- an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEEOF, this instrument has been duly executed by the Contractor 2 Surety above named on the 5th day Of November -' j9 85 Dittmann Masonry, Inc. 9134 Dowdy Drive, San Dieqo, CA 9212 I . ..- .- ... .- 0 0. (Notarize or Corporate Seal for Each Signer) I c OHIO FARMERS INSURANCE COMPANY 4 p-0. BOX 11995, San Diego, CA 92111 ! * w-3 m' surey Dan G. .Owens, Attorney-in-f: 1- - ^cr ? 0 hio I-a f'kn o rs I tis u r,ci 17 c e I- u Vd t= I of AtJomey CERTIFIED COPY Westheld Cenler, Ohio e7 -06 Know All Men by These Piesenls. That OHIO FARMERS INSURANCE COMPANY. a corporation duly organized and existing und the Stale of Ohio. an6 having it5 principal office In Vdestfield Center. Medina County. Ohio. does by these presents m8ke. conslilute ................................................... DAN. G .. .OHENS.. .................................................... ........................................................................................................................... .......................................................................................................................... of ..SA!!. DIEGO.. .............. andstateof . .CALJF!lRtilA... ............. ~tslrueandlawlulA~toiney~s)-in-Fact.witht authoril hereb conferred in its name. place andstead.toexecute.acltnowledge and deliver . .ANY. .AND .ALI- .BONDS,. .RECOC ............. UdDERT~KI.NGS., ..OR. .O.THER .I.NS.TRU%KTS. .OR..CO.NT.RACTS. DF. .S.URET.YYJIP. 10. I'NCLUDE. .WAI.VE.S ............ CONDITJ.ONS. .OF.. CONTRACTS. AND. COMENTS. .OISURE.TY., ................................................ ........................................................................................................................... ........................................................................................................................... ........................................................................................................................... ........................................................................................................................... ........................................................................................................................... and lo bind the Company thereby as fully and to lhesame extent as if such bonds were signed by the President. sealed with lhe cor the Company and duly aftesled by ils Secretary. hereby ratifying and confirming all that lhe said Alforney(s)-in-Facl may do in lhe PI appoinlment is made under and by authority of the following resolutions adopted by the Board ol Directors of the Ohio Farmers lnsurai "Be It Resobed. that the President. any Vice-Resident. any Secretary or any Assistant Secretary shal' be and is hereby \e power and authority to appoint anyone or moresuitable personsas Attorney(s)-in-fact to represen( and acl for and on behalf of 1 subject lothe lollawing provisions: "Section 7. Atforney-in-Fact Attorney-in-Fact may be given full power and authority for and in the name of and on behalf of f toexecute. acknowledge and deliver.anyand allbonds. recognizances. contracts.agreements of indemnity and olherconditiona undertakings and any and all notices anddocumentscanceling or terminating the Company's liabilitythere Jnder.and any such i! executed by any such Attorney-in-Fact shall beasbinding upon the Company as if signed by the President and sealed and attestc porate Secretary." (Adopted a1 a meeting held onthe 3rd day of July. 1957.) "Be /I Resobed. that the power and authority toappoint Attorney(s)-in-Fact granted to certain officers by a resolution of this 3rd day of July. 1957. is hereby also granted toany Assistant Vice-president." (Adopled at a meeting held on the 13th day I PANY has caused these presents to be signed by its !!SST.-. . .\IJ.CE. .Pf 4 In Witness Whereof. OHIO FARMERS INSURANCEC ........................... .... .............. anditscorporatesealtobehereloaffixedthis S"Srd dayof .@CTOEER.. A.D.,19 -e$-. OHIO FARMERS INSURANCE COMPANY c\ <. LOOIS G. GRAHAM, JR., ASSISTAI By -> k4Zdd-.Ab 4 & 4 PC-' .I. I/ ................................ .. ............ ss.: PRESIDE! ............................. I State of Countyof ORANGE CAL 1 F.QRNI.4. -. - - -. -. Onthis - - -. .?3rd- - -. dayof -. .O.CTObER.. _.__. -. - -. A.D.,I&I - __ . beforemepersonally came .LQlJIS. -6.. GRAHAM of OHIO FARMERS INSURANCE COMPANY. the company described in and which executed the above instrurnent; that he knows 11 Company; that the seal affixed t and that hesigned his namether to me known,.who. being by me duly sworn.did deposeand say. that tie resides in . SkNJA. ANA. ......... : t %at he is ASSI.. .v: NOTmY PUBLtC - CALIFORNIA slate of ..... .CALXFQPN!A. county of _..ORANGE ................ t CERTIFICATE 1. ............ JOHN W t.. COMBES ..................................... .&S.I STANT. .. Secretary oi the OHIO FARMERS INSURANCE COMPP 5th In Witness Whereof,thavehereunloset myhandandaffixedthesealofsaidCorn anyatWeslfie1dCenler.Ohio.this ............ certify that the above and foregoing is a true and correct copy of a power of Attorney. executed by said Company. which is still in ellecl; and lurlhermore.the resolutions oithe Board ofDirectors.set out in the power of Attorney are in lull forcf,and effect day of November A.D..19 -85. .............................. & .... /&&k ............... Qdd&;L:ISTAp4T S BO S10 C. (Rev. 2-77) *. * - Page i PERFORMANCE BOND WOW ALL PERSO& BY THESE PRESENTS: WHER€AS, the City Council of the City of Carlsbad, State of California, by Resolution No. 8235 adopted Octuber 22, 1985 , has awarded Dittmann Masonry, Inc. , hereinafter design a1 as the "Principal", a contract for: Contract NO. 3006-5B - Masonry, public safety and mce center. in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents now on file in the Office of 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 performan1 .of said c.ontract; .- - *. . .. NOW, THEREFORE, WE, as Principal, hereinafter designated as the "Contractor", and OHIO FARMERS INSURANCE COMPANY as Surety, are held and firmlx bound unto the City of Carlsbad, in the sum of said sum being equal to IO?p%nt"(~OO~~?the estimated amoht of the contract, to be paid to the said City or its certain attorney, :tts successors and assigns; for which payment, well and truly to be made, we bhd Ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. ; THE CONDITION 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 MY alteratior 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'indemnlfy and save harmless the City 04 Carlsbad, its officers and agents, as therein stipulated then this obligation shall become null and void; otherwise it shall remain ii 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 tens of the contrac or to the work to be performed thereunder or the specifications accompanying same shall affect its obligations on this bond, and it does hereby waive not of any change, extension of time, alteratlons or addition to the terms of th contractor or to the work or to the specifications, Dittmann Masonry, Xnc. Three Hundred Seventy TWO T *TweFty One NO/lOt* Dollars ($ 372,421.00--- -* - .- 4 *' Page 2; In the event that any Contractor above named executed this '04 as an individual, it is agreed that the death Of any such Contractor shdl1 not exonerate the Surety frOm its obligations under this bond* IN WITNESS WEEOF, this instrument has been duly executed by the Contractor a' Surety above named on the day Of November ,s 1985 5th Dittmann Masonry, Inc. 9134 Dowdy Drive, San Die,go, CA 92126 /i- (Notarize or Corporate Sed for Each Signer) - .I . ..- . . .. .. .. .. . .- * ... .. ... OHIO FAF~ERS INSURANCE COMPANY e . 1 ), CA 92111 'I 1% ,rney-in-fact -. ACKNOWLEDGMENT OF SURETY STATE OF Califnrnia COUNTY OF an Diego ss. , befor , a notary public, personally appc n G. Owens , personally known to me (or proved 1 on the basis of satisfactory evidence) to be the attorney-in-fact of Ohio Farmers Insurance Company of We: Center, Ohio, who acknowledged that the seal affixed to the attached instrument is the Corporate Seal o Corporation, that said i igned and sealed on behalf of said Corporation by authority Board of Directors, and y-in-fact and 3s the free act and On this 5t.h day of November 19 85 Cannip P- Snyder i' , of said Corporation. y &,&&&;p 'blic Y , exrires AUG 4, 1589 BD 5772 (2-84) - - --. CORPORATE ACKNOWLEDGMENT California STAl-E o=.-----.--- -.-._ ~ __-_______ I__ __________ COUNTY OF-. -..---~--.-___----...-_-__-_------.---------. San Diego ] ss.: + On thia---.--..---~-_--.- -_.I--.-- day of---NOVeSkg.-. ----, in the ym 19-85, wore me -dl; Manfred J. Dittmann ------------__--------------------- -------- __ __-____________________-______ to me bowni who~ being by me duly Sworn, deposes and says that be resides in the City of. San.-ag?go that he is the------------------- --.-.- - ..----____-____._______ ~ __________ of the_--- ___ 4 the corP0ration dmhd in and which executed the foregoing instrument; that he knows the -1 of the said co,poration; that the 8ea, to the said instrument is such corporate seal; that it was so affixed by the ordm 0 he Board of Directomof &d corpra~on, and signed his name thereto by like order. President Dittmann Masonry Inc. i , t --_- &aT&Y--&v Signature and title of offjdal miA4-4 k --- . . - . . , ,.. - . .. CONNIE P SNYDER NOTARY PUBCtC - CALIFORNIA SAN DIEGO COtMVTY .1 M., -a*... ^.,...--A *,,a 1 .-,-.a whto f-ain7ers Insurunce t lJVVr;l. oi Attorney Westheld Cenler, Ohio CERTIFIED COPY 81 -06 Know All Men by These Plerents. lhat OHIO FARMERS INSURANCE COMPANY. a corporatlon duly orgacized and existing uric the State of Ohio. and having its principal OnKe in Viestfield Cenler. hkdln8 Counly. Ohio. does by these pre! ents make. constltut, ................................................... D4f.l. G .. .OHENS.. ................................................... .......................................................................................................................... .......................................................................................................................... 01 . .SA!!. DIEGO.. .............. andStateol . .CfiLJFDRtlIA ................ ttstrueandlawlulAtlorney~s)-in-Facl.with~ authorit hereb conferred in its name. Placea~dsteaU.loexecule.ac~nowleoge and deliver . .ANY. .AND .ALI_ .BONDS,. .RECOI ..................... UdDERTAKI NGS., ..OR. .O.Ttl€R .I.NS.TRU4ERTS .OR. .COJJT..RACTS. OF. .S.URET.YYIIP. .TO. INCLUDE. .WAI-VE.1 .... GW.?TJ.ONS. .OI.. CONTRACTS. AND. CONENIS. -01 SUR€TY.. ............................................... ........................................................................................................................... ....................................................................................... r. ................................... ........................................................................................................................... ........................................................................................................................... ........................................................................................................................... and to bind the Company thereby as fully and 10 the Same extent as if such bonds were signed by the President. sealed with the cor, the Company and duly allested by its Secretary. hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the PI appointment is made under and by authority of the following resolutions adopted by the Board 01 Directors of the Ohio Farmers lnsurai "Be If Resolved, that the President. any Vice-President. any Secretary or any Assistant Secretary shall be and is hereby ve power andauthoritytoappoint anyoneor moresuilable personsas Attorney(s)-in-Factto represeni and ac:: for and on behalf 011 subject lo the follDwing provisions: "Section 7. Afforney-in-fact Attorney-in-Fact may be given full Power and authority for and in the names of and on behdll of t to execute. acknowledge and deliver. any and all bonds. recognizances, contracts, agreements of indemnity and other conditiona undertakings andany and all noticesanddocumentscanceling or terminating the Company's liabilitythereimder.andany such ir executed by any such Attorney-in-Fact shall be asbinding upon the Company as if signed by the President and sealed and attest€ porate Secretary." (Adopted at a meeting held onthe 3rd day of July,1957.) "Be If Resolved. that the power and auihority loappoint Attorney(s1-in-Faci granted to certain officers b!y a resolution of this 3rd day of July. 1957. is hereby also granted loany Assistant Vice-President." (Adopted at a meeting hald on the 13th day o PANY has caused these presents to be signed by its ASS?--. .VI.CE. .PRI . 4 In Witness Whereof. OHIO FARMERS INSURANCEC and its corporate seal to be hereto affixed this . - - - - - ---. %k-d - - - - . . __ - - --. . - - - day of .... .OCTOEER. ............... A.D..19 -8.1. .. OHIO FARMERS INSURANCE COMPANY c, c\ (. - z4.4- zddzkr 4 0 d 8-L- -. .............................. ..., :.. :/ ByLOolS G. GRAHAM, JR., ASSISTAN' ss.: PRES I DEN' ............ ....... I State of CAL 1 F.ORUT.4.. County of . . - - - ORANGE -. - -. - . . -. - - - - - - -. . - - -. - On this _._ .. -?-3rd. ... day of .. .OCTobER. ........... A.D.. 1981.. . .before me personally came .Lc)lUs. .6.. .GRAHAM, ~~~~known.who.beingbymeduIysworn.diddeposeandsay,that~eresidesin .%NJA. ANA.......... ;tbatheis ASST.. .VI 01 OHIO FARMERS INSURANCE COMPANY. the company described in and which executed the above instrument; that he knows t.hc Company; that the seal affixed ard of Directors of sa and that he signed his namethe t m!. .............. NO'fA;IY PUBLIC - CRLlfDRNIA Notary 1 State ot ..... CALIFORNIA . County of --.ORANGE.. .............. i CERTl F ICATE 1. ............ JOHN W f. ..................................... COMBES .A.SS.IS.TANT:. . Secretary of the OH10 FARMERS ItJSURANCE COMPAN ceflify that the above and foregoing is a true and correct copy of a power of Attorney. executed by said Cornp'any. which is slill in II effect; and'furtherrnore.1he resolutions of the Board olDirectors. set out in the power ol Attorney are in lull lorce iind effect. In Witness Whereof, I have hereunto set my hand and affixed the seal of said Com any at Westfield Center. Ohio. this ............. 5th QJg&;/. Sec day of -N-?ve@?er A.D..19 -85. Ii w. c ASS I STANT .... ............. &.. .. p /&kc ................. BD 5410 C (Rev. 2-77) Page 23 GENERAL PROVISIONS 1. PLANS AND SPECIFICATIONS The specifications for the work shall consist of the latest edition of the Standard Specifications for Public Works Construction hereinafter designated SSPWC, as issued by the Southern Chapters of the American Publi Works Association, the City of Carlsbad supplement to the SSPWC, the Contract documents and the General and Special Provisions attached thereto. The Construction Plans consist of 15 sheet(s). The standard drawings utilized for this project are the San Diego Area - Regional Standard -. - Drawings, hereinafter designated SDRS, as issued by the San Diego County Department of Transportation, together with the City of Carlsbad Supplemental Standard Drawings. Copies of pertinent standard drawings art enclosed with these documents. A detailed list of the plans and specifications are attached hereto and made a part hereof. -- ... . 2. WORK TO BE DONE -.. - The work to be done shall consist of furnishing all labor, equipment and materials and performing all operations necessary to comp1et.e the project work as shown on the project plans and as specified in the specifications 3. DEFINITIONS AND INTENT A. Architect: The word "Engineer" shall mean the architect or his approved representative. E. Construct ion Manager: The word "Construction Manager" shall mean Koll Construction Company. C. Fkference to Drawings: Where words "shown", "indicated", "detailed", "noted", "scheduled" 01 words of similar import are used, it shall be understood that referer 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 Manager is intended unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Construction Manager" unless stated otherwise. Page 24 E) Equals and Approvals: Where the words "equal", "approved equal", "equivalent 'I and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Architect" unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Architect is intended. F) Perform and Provide: The word "perform" shall be understood to mean that the Contractor, at her/his expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified, or required to mean that the Contractor, at her/his expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools equipment and transportation. - 4. CODES AND STANDAFUIS Standard specifications incorporated in the requirements of the specifications by reference shall be those of the latest edition at the time of receiving bids. 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. It shall be understood that the manufacturers or 5. - CONSTRUCTION SCHEDULE The Contractor shall provide Consruction Manager with a Conjtruction Schedule indicating work activities and length of time required for each activity. The Contractor shall review with the Constructio Q Manager monthly the Construction Schedule to insure completion of the whole or ar 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 complet: in connection with the construction schedule as approved by the Construction Manager. 6. NONCONFORMING WORK The Contractor shall remove and replace any work not conforming to the plans or specifications upon written order by the Construction Manager. Any cost caused by reason of this nonconforming work shall be borne by t Contractor. Page 2' 7. GUARANTEE All work shall be guaranteed for one year after the filing of a "Notice 01 Completioni' and any faulty work or materials discovered during the guarantee period shall be repaired or replaced by the Contractor. 8. MANUFACTURER 'S INST RUCTIONS -- - Where installation of work is required in accordance with the product manufacturer's directions, the Contractor shall obtain and distribute the necessary copies of such instructions, including two copies to the Construction Manager. 9. -. INTERNAL COMBUSTION ENGINES All internal combustion engines used in the construction shill1 be equippec with mufflers in good repair when in use on the project with special attention to Carlsbad Municipal Code, Chapter 8.48. .- IO. CITY INSPECTORS All work shall be under the observation of a City Construct ion Inspector. Inspectors shall have free access to any or all parts of work at any time Contractor shall furnish Inspectors with such information a:: may be necessary to keep her/him fully informed regarding progress and manner of work and character of materials. Contractor from any obligation to fulfill this contract. Inspection of work shall not relieve 11. PROVISIONS EQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this contract shall be deemed to be inserted herein and the contract shall be read and enforced as though it were included herein, and if, through mistake or otherwise, any such provision is not inserted, or is n correctly inserted, then upon application of either party the contract shall forthwith be physically amended to make such insertion or correction. 12. INTENT OF CONTRACT DOCUMENTS The Contractor , her/his subcontractors and materials supplilsrs shall provide and install the work as indicated, specified and implied by the contract documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at 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 decisi relative to said intent will be final and binding. Failure of the Contractor to apprise her/his subcontractors and materials suppliers of this condition of the contract will not relieve her/him of the responsibility of compliance. In all Page 26 13. SUBSTITUTION OF MATERIALS The Proposal of the Bidder shall be in strict conformity with the drawings and specifications and based upon the items indicated or specified. Contractor may of fer a substitution for any material , apparatus, equipment or process indicated or specified by patent or proprietary flames or by names of manufacturer which she/he considers equal in every respect to those indicated or specified. The offer made in writing, shall include proof of the State Fire Marshal's approval (if required), all necessary information, specifications and data. If required, the Contractor , at her/his own expense, shall have the proposed substitute, material, apparatus, equipment or process tested as to its quality and strength, it: physical, chemical or other characteristics, and its durability, finish, c 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 spec!.fied. Such substitution of proposals shall be made prior to beginning of constructior if possible, but in no case less than ten (IO) days prior to actual installation. Substitution shall also include. a statement of credit to bi issued. The .. 14. RCORD DRAWINGS The Contractor shall provide and keep up to date a complete "as-built" record set of plans, which shall be corrected daily and show every change from the original drawings and specifications and the exact "as-built'' locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Architect at cost. This set of drawings shall be kep on the job and shall be used only as a record set. Upon canpletion of th work, and prior to release of retention, the Contractor shall transpose a "as-built" information on to a set of reproducible sepias. Drawings shal be drafted in a professional manner and shall locate by dimension and elevation all concealed work, and changes in manufacturer information. "As-builts" for the sitework (bid package nuder 1) shall be prepared by the engineer of record. 15. PERMITS The general construction, electrical and plumbing permits Mill be issued the City of Carlsbad at no charge to the Contractor. responsible for all other- required licenses and fees. The Contractor is r Page 27 16. QUANTITIES IN THE SCHEDULE The City reserves and shall have the right, when 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 omit the performance thereof, and upon the decision of the City to do so, the Construction Manager will direct the Contractor to proceed with the said work as so modified. If an increase i the quantity of work so ordered should result in a delay to the work, the Contractor will be given an equivalent extension of time. 17. SAFETY & PROTECTION OF WORKERS AND PUBLIC The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Hunicipal safety laws and building codes to prevent accidents or injury to persons on, about or adjacent to the premises wherc the work is being performed. He/she shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and publie and shall . post danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes and fa1 ling ma teri a1 s . - 18. SURVEYING -- Column control lines, offset outside the perimeter of the building, and a vertical control (benchmark) will be furnished by others. Contractors shall perform their own engineering (survey staking) including elevations as required. Survey staking for the sitework (bid package number 1) shal.1 be provided the City. Rough grade stakes at 50'-0" centers minimum to or toe-of-slop as required, surface and underground improvements at 25'-0" to 50'-0" centers including critical points with offsets, and blue tops for buildin and facility pads. 19. CODES, ORDINANCES, REGULATIONS & ABBEVIATIONS Reference to codes, ordinances and regulations are to editions in effect as to date of proposals. Abbreviations are used for agencies issuing standard specifications as follows : Agency American Society for Testing Materials AS TM U .S. Government Fed. Spec. National Board of Fire Underwriters NBFU American Institute of Steel Construction AISC American Standards As so cia t ion ASA Abbreviation - Underwriters Laboratories, Inc. UL De part me nt of Commerce S t and ard s cs American Concrete Institute ACT Page 28 20. STORAGE -- - Space for storage and temporary buildings will be allocated by the Construction Manager as job conditions permit. Temporary offices or shed: shall be constructed of fire resistant materials. Material and layout mu: be approved by the Construction Manager prior to installaticln. 21. - TESTING AND INSPECTION Testing and inspection shall be as required by the Specificcitions. The Contractor shall be required to cooperate fully with the inspecting agenc during inspections at a fabricating plant and/or on the jobsite and shall provide ladders, platforms, scaffolds and/or safe accessibil.ity to the wo for such inspections and/or tests. 22. - SCAFFOLDING AND HOISTING The price shall .include all costs for the following: + a. Scaffolding and shoring Required for the Contractor's work. b. 23. - CLEAN UP Hoisting requireb for the Contractor's work. The Contractor shall keep the premises free at all times film all waste materials, packaging materials and other rubbish accumulated in connectio with the execution of the work by collecting and depositing said material 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 EPORTS Force reports indicating trade and personnel per trade shall be submitted to the Construction Manager daily. A brief description of work performed shall be included. 26. ELECTRICAL POWER Electrical power will be provided in the building for the use of the Contractor for special lighting and operation of small tools only. Powei will be single phase at 208 volts or 240, and 120 volts. Contactor's responsibility to provide extension cords and/or wiring from central distribution points. Power will not be provided far high voltagt or heavy amperage type equipment such as welding machines and any special power requirements shall be provided and paid for by the Ccmtractor. It is the , Page 25 27. BACKFILL AND COMPACTION Backfill and compaction of trenches shall be in conformance with the 1979 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-builtrl location notes have been verified, and authority to start the backfill has been granted by the inslwctor and s u pe c i n t e nd e nt . - Page 3( CERTIFICATION OF COMPLIANCE I hereby certify that in performing under t with the County of San Diego Affirmative Action Program adopted 11y the Board o Supervisors, including all current amendments. p will comply Date //-e- 85- L (NOTARIZE OR CORPORATE SEAL) (Notorial. acknowledgement of execution by all principals must be attached). .-. San DiegG?xst G Savings Bank @> NOTARY ACKNOWLEDGEMEN C8 R PO RAT1 0 N I ss STATE OF CALIFORNIA COUNTY OF SanDiego___ ._.___ __- ___ I &! &gf On this ----day *m' before we, the L icersq-ed, a Notary Public in anc County and State, personally appeared Manfred_? .. >&=ann -an6 E-=-:::-----------' personally known to me (or proved to me on the Dasis of satisfactory evidercel to be the persolIs1 who executed tl named and acknowledged to me that the corporatian txecuted it o . - November , in the year 1985- and_---------------------- or on behalf of the corporatio __ i n s t ru men t as Pre-sident 16Ie T tle NC 4 *2 ,*4: ,//+</7&/' /// / MIS 46 l7/821 . Page 3 - SPECIAL PROVISIONS/SPECIFICATIONS Construction of. the project facilities has already commenced. completion is anticipated for the third quarter of 1986. contractors should visit the job site to review current progress, conditions, and include all costs associated with the anticipated completion date within their bids. CONCFETE - Bid Item 5A Project All bidding ----- I. Concrete work shall include the service center building, wash and storage facility and concrete sitework as specified. Concrete work associated wj the police and fire administration building, and mechanical equipment enclosure -. has already been bid and awarded. Base bids for concrete work shall include complete excavations, grade preparation, slab underlayment , forming and backfilling. E:xcess spoils generated under this contract shall be relocated to on-site: areas designated by the Project Superintendent , thus returning received grades orighal elevations. F'ravide all clqm up associated with the concrete. work. Concrete Contractors shall include a $5,000.00 allowance within the base bid for possible solid rock encountered during footing/fourtdation excavations. Random boulders and hard digging shall not bt: a part of specified allowance, and should be included as part of the Contractor's responsibility. Methods of monitoring allowance expenditure shall be developed by the Contractor and Construction Manager. Should rock not b encountered, a deductive change order shall be issued for ;he entire allowance amount. The following is a brief list of work to be included withill the base bid Police Building Sitework A. Complete exterior plaza area of police building (AC-1 thru AC-3). Include all flatwork, stairs, landings, walls, planters, flagpole footings, bollards, PVC sleeves and drainage lines, weep holes and backfill. All concrete walls shall be colored (1 lb/sack) and sand blasted (medium). Bollards finished to match walls. Concrete flah to be natural with specified finish. 2. .. 3. 4. 6. Provide deductive cost from base bid for two (2) radius concrete retaining walls which contain southwest quadrant of police assembly wing. (AC-2, Detail 7/AC-3). Walls to be bid as masonry, too. Walls commence approximately 35 lineal feet from southwest corner 0' assembly wing and continue around building to the east. Deductive to include complete wall construction per 7 and 14/AC-3 (sandblast color), with exception of footing, specified backfill and drainage line. Page 32 C. Sidewalks as follows: (AC-1 thru AC-3) 1. Sidewalk around complete exterior of assembly wing adjacent to building. 2. Sidewalk adjacent to stairs and adjoining retaining walls. Sidewalk adjacent to upper loop road to point of curb return shall be by others. -- 3. Sidewalk adjacent to parking stalls adjoining plaza area. 4. Sidewalk adjacent to north building entry including walk across street adjoining police/fire parking area. Include walk pads around perimeter of enclosed stairs to electric roan. D. Provide deductive cost from base bid for construction 01' free standin! concrete wall (sandblast and color), which adjoins northwest corner oi police building and screens driveway and partial perimeter of police/fire parking area. Deductive cost should not include footing t spoil removal requirement. Reference AC-1 for location; detail 1/A'2 Service Center Building A. Complete footings and slab work including depressions; recessed pits per 27, 28/S-I0A and 3, 8/S-I1A; stairs to pit area; louver sill per 27/A-58, and locker bases per 17/A-34. B. Concrete pilasters per 4, 5, 12/S-11A. C. Concrete fill at mezzanine including necessary shoring/ forming of pou stop as required. Exterior concrete aprons adjoining building - six (6) inches concrete over four (4) inches class I1 base. Provide smooth bar dowells and expansion caps per 22/S-I0A. Footing and fill for pipe guards per 9/A-51. D. E. F. Pits/trenches associated with lifts and hoists, details 29, 30/S-I0A shall be constructed by Service Station Equipment Contractor. Coordinate slab installation with recesses installed by others. Vehicle Wash Building A. 8. - Complete footing and slab work including pits and trench drains. Precast trench drain system similar to "ACO drain" and 'lPolycast" arc acceptable substitute for detail 17/S-I0A, when property attached to and supported by the slab. Page 33 C. Include concrete apron - six (6) inches over four (4) inches class I1 base around entire perimeter of wash facility and fuel island. installation of fuel island shall be by others, coordinate instal la t ion. Reference attached clarification drawings SR-6 and SR-7 dated 9-24-85 for recessed pits at vehicle wash. Actual D. 5. Concrete bid shall also include the following requirements: A. Construction , control and weakened plane joints including expansion material as necessary. Special sealer and/or hardener as required. €3. C. Grouting/drypack of steel column base plates. D. Receiving, storing and setting of sleeves, embeds and axhor bolts. - E. Provide all reinforcing steel lines, -grades and. templets for masonry’ construction. , Provide and maintain safety protection at slab openings. F. Footings, slab and apron for trash enclosure located north of service center building including base underlayment . Reference sheet AC-1 and detail 11/A-2. 6. MASONRY - Bid Item 59 Base bid to include masonry construction of the mechanical equipment enclosure including retaining wall; vehicle service center building and trash enclosure; vehicle wash facility; and interior mechavical roan and detention area walls within the police/fire administration building, including blockouts for recessed cabinets. Provide all shoring of openings as required. c 1. 2. 3. Provide and install all rebar, mortar, and grout as required. Reference special details: 4, 11, 13, 15 and 16/S-I0A. 4. . Provide and install added rebar dowells per details 4, 5 aid 12/S-11,4. Concrete pilaster and rebar cage shall be by others. 5. Include installation of all miscellaneous anchor bolts and plates suppli Anchor bolts at masonry pdrapet shall b by others and grouting of same. supplied and installed by masons. (4/AC-3, 6/A-53). 6. Provide and install all setting and grouting of hollow metd door, louw and window frames. - Page 34 7. 8. Include sandblasting as specified in Section 07175 and all clean up Include masonry control joint detail 6/S-13A and 23/A-22. associated with masonry work. Masonry Contractors shall be required to coordinate their work with other trades, especially structural steel, concrete and metal. deck. Provide alternate additive prices to base bid as follows: A. Construct free standing wall which adjoins northwest corner of police Cost to include block rebar, grout, 9. IO. building and screens driveway and partial perimeter of Folice/fire parking area, utilizing masonry. mortar, cap, sandblasting, division stem (14/AC-3) and installation of embed hardware for operable gates. Concrete footing shall be by others. 8. Construct two (2) radius retaining walls which contain southwest quadrant of police assembly wing (AC-2, detail 22/AC-3), Walls commence approximately thirty-five (35) feet from southwest corner of assembly wing and continue around building to the east. Cost to . - include items listed in 10A above and weep holes. FoothQs by others __ ALUMINUM ENTRANCESy STOEFRONTS, WINDOWS AND GLAZING - Bid Item 'X _- 1. Base bid to include all aluminum entrances; storefronts; operable and fix windows and complete glazing for the police/fire administration building and service center buiding. 2. Provide and install all blue-green reflective glass, plate/float glass, wire glass and bullet resistant glass. Review cabinet elevations for all counter top glass/frame units. glass and glazing of slotted pass thru window in room f165, and one way vision glass between rooms 222 and 223. south end of atrium. Tempered as required by code. Include Include curved acrylic sheet at 3. Fixed windows at main entry and storefront systems to police building pel sheet A-9. Include aluminum cladding of steel members, steel aluminum stiffners as required and metal drip at head per detail 27. Also applicable details per sheet A-21. 4. Exterior operable windows including metal drip, trim, cladding and bent plate window anchors. Reference miscellaneous details sheet A-22. 5. Vehicle maintenance building glass instal lation and aluminum framing similar to police building. 6. Glass Contractors shall include all scaffolding, glazing gxikets, caulki Coordindtion with 0th and special finishes for a complete installation. trades shall be a definite requirement. Provide and install glass lites in doors K and L per sheet A-20. 7. ' I i. Page 31 Provide alternate deductive price to change exterior glass Prom blue-greei reflective to a reflective glass with same basic shading coefficient and light transmission qualities. List most cost effective (if any) as main alternate.' (a> Additional types for owner/architect review should also 1 listed. 8. METAL AND ACOUSTICAL CEILINGS - Bid Item 50 - -- I. Provide and install all metal and acoustical ceilings as specified for a1 building facilities. (Sections 9510, 9515 and related work.) 2. Coordination with other trades shall be a definite requirement. 3. Ceiling starting points have been established so that fire sprinkler head will be centered within tiles. Contractors shall maintain alignment as required. 4. Typical wire hanger requirements and general details per sheet A-5. Meta ceiling shall be installed with radius as shown. a- * 5. Coordinate ceiling installations with required access panels. e . Page 31 LIST OF CONTRACT DOCUMENTS I. Contract documents prepared by Ruhnau , McGavin , Ruhnau/Associates , 5751 Palmer Way, Suite C, Carlsbad, CA 92008 (619) 438-5899. Plans dated September 16, 1985. a. Architectural Site Plans Sheets AC-1 thru AC-3 b . Architectural Public Safety Center Sheets A-I thru A-36 Public Service Center Sheets A-51 thru A-604 c. Eguipment Plans Sheets EQ-1 and EQ-2 d. Structural Plans Sheets S-I thru S-16 (10A thru 14P e. Mechanical Plans Sheets M-1 thru M-IO f. Plumbing Plans Sheets P-I thru P-8 g. Electrical Plans Sheets E-I thru E-20 -- - -- - - - 11. Project manual (specifications) for the construction of the City of Carlsbad Public Safety and Service Center prepared by Ruhnau, McGavin, . Ruhnau/Associates dated Septeder 16, ' 1985. .. b B~:G%~N &SOCI*TEs s-s5c em a a u&ta L) a'. m Y m7y I A&: 8 m t8 I8 8 I. ta.0 W. MlRO ST, fO8 ANQICLL.. CALIFORNIA SO017 AR~ COOK ma L CLARI FICA1 ION OF SEC City of Carlsbad Carlsbad, California Public Safety & Service Center rev ision )ob no. 21 201 BRANDOW A%-&4&&&&~, & J STON 'ASSOCIATES S-=c e 0 a (I kt a sa m 1.00 W. MLRO m, LDS ANQ1CLL.. CALJFORNIA #0017 tLLtmoNt ..a&..# MLI CODC atS a7 I Y a~ Y I) A r: a I ?l m R R a 8 b CLAFZlFICATiON a. OF 5ECTIO -. - .. . . .. City of Carlsbad Public Safety & Service Center . Cartsbad, California [revision .,job no. {IS CERTIFICATE DOES P BY THE POLICES BEL( & COMPANY P.O. BOX 99789 SAN DIEGO, CALIF. 92109 PROCUCTS/COMPLETEO OPERATIONS 106019399 INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONAL INJURV LL OWNED AUTOS (PRIV PASS ) ALL OWNED AUTOS (:&y$R&$$N) 106019400 NON-OWNED AUTOS GARAGE LIABILITY UMB 009333 1200 ELM AVENUE v b i E P.O. BOX 807, SAN FRANCISCO, CALIFORNIA 94101 CO M P (E N SAT ION INSURANCE I** FUN D CERTIFICATE OF WORKERS' COMPENSATION INSURANCE POLICY NUMBER. CERTIFICATE EXPIRES. " 1 r L This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon t We will also give you This certificate of insurance is not an insurance policy and does not amend, extend or alter the covwage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document witt respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policie: described herein is subject to all the terms, exclusions and conditions of such policies. - days' advance written notice tcl the employer. days' advance notice should this policy be cancelled prior to its normal expiration. -.g- - RESIDENT - EMPLOYER r L SClF 10262 (REV. 8-84) COPY FOR INSURED'S FILE