HomeMy WebLinkAboutFontana Steel; 1985-07-16; 3006-4BJuly 15, 1985
‘IO: City Clerk
FROM: Purchasing Officer
RE: FONTANA STEEL
CONTRACT NO. 3006-4B - REINFORCING STEEL - PUBLIC SAFETY CENTER
Attached are four copies of the above 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 remining copies
to Purchasing. bTM @/
/ Ruth Fletcher
ct
). Certificate of Insurance
ationwide Mutual Insurance Company or the Nationwide Mutual Fire Insurance Company certifies that the insurance afforded by the policy o
escribed below is in force as of the effective date of this certificate and that this Certificate of Insurance does not amend, extend or otheri
onditions of insurance coverage contained in any policy or policies numbered and described below.
Certificate Holder's Name and Address 1 City of Carlsbad
Safety & Service
1200 Elm Ave.
I-
L Carlsbad, CA 92008-1989 DESCRIPTIVE SCHEDULE
This is to certify that policies of insurance listed below .h
POLICY NUMBER
Premises-Operations
Explosion and Coliapse Hazard
Underground Hazard
ProductsKompleted Operations
Contractual Insurance
Broad Form Property Damage
73 SM 0000688-0003
Broad Form Comprehensive G.L
73 BA 0000688-0002
---
............. ..........
Location of Work . . .....................
insurance in force only for hazards indicated by X.
"Should any of the above described policies be cancelled before the expiration date thereoR the insurance company will endeavor to mail written notice to the above named Certifii
failure to mail such notice shall impose no obligation or liability of any kind upon the Company."
This ci?rtificate is executed by Nationwide Mutual Insurance Company if said company has issued
the policy to which this certificate is attached; it is executed by Nationwide Mutual Fire Insurance Co ' ny if said company has issued the policy to which this certificate is attached. 18@b Name and Address:
Date Certificate Issued 6/19/85
NATIONWIDE MUTUAL INSURANCE COM NATIONWIDE MUTUAL FIRE INSURANCE CI Columbus, Ohio FONTANA STEEL, WARE TRANSPORTATION, 1
~NTANA, CA 92355 -I
m. E CENTURY FREEWAY PLACERS, MERRY LYNN
REBAR COMPANY P.O. BOX 577 Countersigned at:
ORANGE, CA ,.;@flh? ~,&?,&?~ Glenn Mavros
I
c ,-@
This endorsement forms a part of the policy to which attached, effective on the inception date of the policy unless otherwise stated herei
(The following information is rquired only when this endorsement is issued subsequent to preparation of policy.]
Endorsement effective 3/29/85 Policy No. 73 SM 0000688-0002 Endorsement No.
Namedinsured Fontana Steel , Ware Transportation, Century Freeway P1 acers
Merry Lynn Rebar Company
0
Countersigned by
-7
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
.,
ADDITIONAL INSURED
(Owners or Lessees) -s
It is agreed that:
1. The “Persons Insured” provisioo is amended to include as an insured the person or organization named below but only with res1 out of operations performed for such insured by or on behalf of the named insured.
2. The applicable limit of the company‘s liability for the insurance afforded under the Contractual Liability Insurance Coverage Part policy shall be reduced by any amount paid as damages under this endorsement on behalf of the person or organization named below.
Name of Person or Organization (Additional Insured)
City of Carlsbad & Construction Manager, Koll Cc t
;;r
...
.-
T
a
I c
-I
GL 20 10 01 73
I. I. I. INSURANCE AGENCY OF CALIFORNIA
FONTANA STEEL eta1 P.0. BOX 577
FONTANA, CA 92355
COMPREHENSIVE FORM
PREMISES-OPERATIONS
EXPLOSION AND COLLAPSE
0 INDEPENDENT CONTRACTORS
COMPREHENSIVE FORM
BODILY INJURY AND
Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issui
pany will endeavor to mail .?n days written notice to the below named certificate holder, but fi
mail such notice shall impose no obligation or liability of any kind upon the company.
City of Carlsbad
Safety & Service
1200 Elm Ave.
ACORD' 25 (1-79)
NlV AN, h:QMia% -. &.,* 4 b
'I. I. I. INSURANCE AGENCY OF CALIFORNIA
WNGE, CA 92668 9
qi' ORANGEWOOD AVE.
c
NAME AND ADDRESS OF INSURED
'FONTANA STEEL eta1
P.10. BOX 577
FONTANA, CA 92355
COMPANIES AFFORDING COVERAGES
fKiNY A ASSOCIATED INTERNATIONAL
COUPANY B LETTER
COMPANV c LETTER
COMPANY D LElTER
COMPANY E LETTER
m
b IL .c
u 7
n-taila Skd Bidder's Name
CITY OF CARLSAD
SAN DIEGO COUNTY
CALIFORNIA
BIDDING DOCUKNTS
FOR
PUBLIC SAFETY AND SERVICE ENTER
CONTRACT NO. 3006
BID PACKAGE NO. 4
For informdtion relative to this oroject contact:
KOLL CONSTRUCTIOV COMPANY
7330 Engineer Road
San Diego, CA 92111
Steve Mahoney, Project Manager
(619) 292-5550
*
*
1 .h %* -*
t %
1200 ELM AVENUE
CARLSBAD, CA 92008-1989 ((
\ Citp of Garls’bab
PURCHASING DEPARTMENT
May 23, 1985
mDmlNc. 1
PROJECT: PU3IJC SAFETY AND SERVICE CENTER
BID PACKAGE NO. 4
This addendum, receipt acknowledged, must be attached to proposal
form when bid is submitted.
%FM, CITY OF CARTlSBAD (8)
I acknowledge receipt of Addendum No. 1 to Bid Package No. 4.
ddL- Bidder’s Signature
.
L( i
f
\
TABLE OF CONTENTS
P - I tern
NOTTCF- INVITING BIDS 1
PROPOSAL 5
BIDDER'S ROND TO ACCOMPANY PROPOSAL
DESIGNATION OF SUBCONTRACTORS
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
BIDDER'S STATEMENT OF TECHNICAL ARIL ITY AND EXPERIENCE
CONTRACT 15
LABOR AND MATERIALS POND 19
PERFORMANCE BOND 21
GENERAL PROVISIONS 23
CERTIFICATE OF COMPLIANCE
SPECIAL PROVISIONS/SPECIFICATIONS 31
LIST OF CONTRACT DOCUFENTS
-
*
J , 3
7
9
Page
CITY OF CARLSRAD
PU13LIC SAFETY AND SERVICE CENTER
NOTICE INVITING BIDS
The City of Carlsbad invites bids for performing the following work:
Bid Pdckage 114 - Concrete, Reinforcing Steel, Architectural Pre-Cast,
Masonry, Miscellaneous Metals, Steel Doors and Frames.
1. Sealed bids for performing the work shall be received at the office of t Purchasing Agent, City Hal 1, 1200 Elm Avenue, Carlsbad, California, unt i
4:OO PM on the 30th day of May, 1985, at which time they will be opened
redd aloud.
The work shall be performed in strict conformity with the specifications
therefor as approved by the City Council of the City of Carlsbad on file
the Engineering Department. Reference is hereby made to said
specifications for full particulars and description of the work.
2.
3. The work, a 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 0'
the Phase One construction prqrdm.
4. Koll Construction Company will provide construction management services
the City of Carlsbad and shall organize, monitor, coordinate and direct
phdses of the construction at the Public Safety and Service Center.
5. Plans, specificdtions and bidding documents mdy he obtained at the
Purchasing Deoartment, City Hall, Carlsbad, California, after 3:OO PM on
April 23, 1985 to licensed Contractors for d non-refundable fee as follov
Please call ahead to reserve your documents, (619) 438-5601.
Bid Package No Cost
Cmplete Set, Specifications Included $50.00
Architectural (AC- 1 thru A-60A) 20.00
Equipment (EQ-I and EO-2) 1 .oo
Structural (S-I thru S-16) 10 .oo
Mechanical (M-I thru M-10) 5 .OO
Pluhing (P-I thru P-8) 5 .OO
Electrical (E-I thru E-20) 10 .oo
Cmplete documents are available for review at the following locations:
Construct ion Plan Rooms
Koll Construction Company, 7330 Engineer Road, San Diego, C4 92111
, ' 1 <
7
Page
6. A pre-bid conference will be held at the City Council Chambers at 2:OO P
on May 16, 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 th
architect. A11 questions and requests for information shall be directed
Koll Construction Company, (619) 292-5550, Steve Mahoney.
7.
8. No bid will be received unless it is made on the oroposal form included
with these bidding documents. Each bid must be accompanied by cash,
certified check or bidder's bond made payable to the City of Carlsbad fo
an amount equal to at least ten percent (10%) of the amount of bid; said
guarantee to be forfeited should the bidder to whom the contract is awar
fail to furnish the required bonds and to enter into a contract with the
City within the period of time provided for by the bid documents. The
bidders' security of the second and third lowest responsive bidders may 1
withheld until the contract has been fully executed. The cash, cashier':
check or certified checks submitted by all other unsuccessful bidders sh<
be returned to them within ten (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 a
execution are the following:
1. Proposal
2. Bidder's 3ond
3. Designation of Subcontractors
4. Bidder's Statement of Financial Responsibility
5. Bidder's Statement of Technical Ability and Experience
The entire bid package shall be executed ad submitted prior to the time
for the bid opening.
Said document shall be affixed with the appropriate notarized signatures
and titles of the persons signing on behalf of the bidder. For
corporations, appropriately notarized signatures of the person authorizec
by the corporate by-laws are required and the corporate seal shall be
affixed to all documents requiring signdtures. 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 <
Professions Code. The Contractor shall state his/her license nurrber and
classification in the proposal.
IO. The City of Carlsbad reserves the right to reject any or all bids and to
waive any minor irregularity or informality in such bids.
11. Bids shall not modify or contain any recapitulation of the work to be dor
Alternate proposals will not be considered unless called for. No oral 01
telegraphic changes to the bidding documents will be considered.
L ' >
1
%
Page
12. The amount of bond to be qiven for the faithful performance of the contr
for said work shall be one hundred percent (loo!%) of the contract price
therefor, and an additional bond in the amount equal to fifty percent (5
of the contract price for said work shall be given to secure the payment
the claims for any material or supplies furnished for the performance of
the work contracted to be done by the Contractor for any work or labor o
any kind done thereon. Bonds shall be prepared on the forms included
within the bid package. Sureties shall be licensed and registered in th
State of California and subject to approval by the City.
13. 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, estsblish a closi
date for the purpose of making monthly progress payment.
Each month, the Construction Manager will make an approximate measuremen'
of the work performed to the closure date and as a basis for making montI
payments, estimate its value based on the contract breakdown furnished b
the Contractor and approved by the Construction Elanager.
From each progress estimate, ten percent (10%) will be deducted and
retained by the agency, and the remainder less t+e mount of all previou
payments will be paid to the Contractor. After fifty percent (50%) of tt
work hds ken 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 Dayment will
be limited to $500 or ten percent (10%) of the first half of the total
contract amount, whichever is greater.
Findl payment for vdlue of work completed under this contract, unless
Notice of Liens or unpaid bills are on file with the City, shall be made
thirty-five (35) calendar days after dcceptance of the completed work.
City Council approval and filing of a Notice of Completion shall constitl
said acceptance. Application for payments and dispersement of funds will
be made through the Construct ion Manager.
The Contractor may, at his/her option, substitute securities, as specifit
by Government Code Section 16340, for the retention held on this contract
At the request and expense of the Contractor, securities equivalent to tfl
amount withheld nay he deposited with the City or with a state or federal
chartered bank as the escrow agent 14-10 shall my such monies to the
Contractor upon satisfactory completion of the contract. The Contractor
shall be the beneficial owner of any securities substituted for monies withheld and shall receive any interest on the monies.
14. The bid documents are intended to be complementary so that any work calle for in one and not mentioned in the other, or vice versa, is to be execut
the same as if mentioned in all said documents. The intention of the
documents is to include all labor, materials, equipment, transportation 2
services necessary for the pToper execution of the work.
*
L
\
1
Page
15. If any person contemplating submitting a bid for the proposed contract i
in doubt as to the true meaning of any part of the dam, soecificdtions
other proposed contract documents, or finds discrepancies in, or omissi0
from the drawings or saecification, a request may he 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 for
any other explanation or interpretation of the proposed documents.
16. Any addenda issued by the City during time of bidding, or forming a part
the documents delivered to the Sidder, shall be covered in the bid and
shall be mdde d part of the Contract. Bidders are advised to verify the
issuance of dl addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgement of addenda may be cause for
rejection of bid.
17. t\lo person, firm or coraoration shall be allowed to qdke or file or be
interested in mre than one (1) bid for the same work, unless alternate
bids are called for. A person, firm or corporation submittinq a
subproposal to a bidder, or who has quoted prices on materials to a Bidde
is not thereby disqualified from submittinq a subproposal or quoting Dric
to other bidders.
18. Sidders 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 ds oossible, the Contractor must employ such method
and means in carryinq out the specified work as will not cause any
interruptions or interference with any other Contractor.
19. The Contractor shall mnply with the provisions of California Labor Code
Part 7, Chdpter 1, commencing with Section 1720.
20. The Contractor shall not Day less than the snecified orevailing rdtes of
wages establis+ed 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 t
Carlsbad City Clerk.
Approved by the City Council of the City of Carlsbdd, California, hy Resolutio
No. 7c)(03 , adopted on the ,2& ddy of ,4yl/ , 19s.
&.&&,.,A L *$-?I /9Bs- ALETHA L. RAUTEVKRANZ, City Cl&
' 1' ' 1'
Page
CITY OF CARLSRAD
PUBLIC SAFETY AND SERVICE ENTE!?
CONTRACT NO. 3006
PROPOSAL
City Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, C9 92008
The undersigned declares helshe has carefully examined the location of the w
read the Notice Inviting Rids, examined the plans ad specifications, dnd he
proposes to furnish all labor, lnaterials, equipment, transportation and serv
required to do all the work to complete Contract No. 3006 in accordance with
the Plans and Specifications of the City of Carlsbdd, and the special
provisions, to wit:
The following proposal form includes work associated with the project bid
package A4, items 4 through F.
1. Proposals for the work shall include separate prices for each item of WI
bid: Bid 84A, or Bid #46, etc. 4 proposal for work may include a bid&
combination for any or all items of work, but must also include bids fo
each separate item. 4ward on a combination bid will only be made if it
the lowest of any uossible combination of bids and is lower than the to1
bids of the lowest responsible bidders on the particular items of work
making up that combination bid. The City reserves the right to (a) dwd
separate contracts for each hid item, or each Combination of bids, or (I
1
mdke no award at all.
Note: If not bidding on an item of work, the bidder shdl state "no bic
Proposals for the work in each bid packaqe shall be complete per the pl<
specifications and contract documents. Items listed in the special
provisions are for clarifcation only and shall not he considered as a
complete list of all the required work.
2.
3. Quantities of materials and earthwork used on the plans are for permit
purposes only. All bidding contractors are required to complete their
quantity take offs, and submit lump sum bids for all work unless specif
unit prices are requested within the special provisions. 411 work
associated with sheet nine of the improvement Dlans (ImDala Drive), Shd
be broken out separately on the proposal form.
4. 4ddendum(a) do(s). I hasfhave been received and isfar!
included in this proposal.
1
1’
Page
Bid
Item #
CONCRETE
4A- 1 Complete concrete work for the lump sum amount of NO BID
I S
Deductive cost from Rid Item 4A-1 to cons u t rash facility in mas
by others for the lump sum amount of i% %Ib 4A- 2
(SI
4A- 3 Deductive cost from Bid Item 4A-1 for construction of reception COUI
and locker bases for the lump sum amount of NO BID
e ($
4A-4 Additive cost to Rid Item 4A-1 for construction of light pole bases
the lump sum amount of NO BID
$
4A-5 4dditive cost to Rid Item 4A-1 for drain pipes behind site walls foi
the lump sum amount of NO BID
$ -
REINFORCING STEEL
4B- 1 Complete ceinforcinq steel work for the lump sum amount of One hundred five thousand nine hundred forty six dolia - s 105,946.00
46- 1 Deductive cost from Rid Item 48-1 to construct wash facility in maso
for the lump sum amount of Eight thousand thirty six dollars.
($ 8.03h.on
48- 3 Additive cost to Bit Item 48-1 to furnish rebar for light pole bases
for the lump sum amount of NO BID - .*
ARCHITECTURAL PRE-CAST
4C- 1 Complete pre-cast work for the lump sum amount of NO BID
.s . I
-@yJ * J,&$p* 6yJd EyL@ q 6 $;:%p&
L
1 ,
1%
Page
Bid
Item #
4C- 2 Deductive cost from Bid Item 4C-1 for steel support tubes as specif
for the lump sum amount of NO BID -- ($
MASONRY
40- 1 Complete masonry work for the lump sum amount of NO BID
-4 -
- $
40- 2 Additive price to Rid Item 4D-1 to construct wash facility in mason
for the lump sum amount of NO RTD
$
MISCELLANEOUS METALS
Complete miscellaneous metal work for the lump sum amount of 4E- 1
$
4E-2 Alternate price to powder coat steel in lieu of finish included wit
Bid Item 4E-1 for the lump sum amount of: (add or deduct)
NO RID $ -
4E- 3 Deductive cost from Rid Item 4E-1 to eliminate special finsish for
lump sum amount of NO RID
($
4E-4 Deductive cost from Rid Item 4E-1 to construct wash facility in mas
for the lump sum amount of
NO BID tS
STEEL DOORS AND FRAMES
4F- 1 Complete steel door and frame work, F.O.R. jobsite for the lump sum
amount of NO BID
$
? \* .
**
Pdqe
E3 id
Item #
COMBINATION BID
4G- I Combination Bid No's.
For the lump sum amount of NO BID
- ($
Note: Ridders must also bid these individual Bid Item nunhers
sep ar ate1 y .
* .,
I
1-
Page
5. All bids are to be computed on a lump sum basis with separated unit Dric
when requested, as indicated in this proposal. In case of a discrepant;
between words and figures, the words shall prevail.
6. The undersigned has checked carefully all of the above figures and
understands that the City will not be responsible for any errors or
omissions on the Dart of the undersigned in making 1.10 this bid.
7. The undersigned agrees that in case of default in executing the require1
contract with necessary bonds and insurance policies within twenty (20)
days from the date of award of contract by City Council of the City of
Carlsbad, the proceeds of check or bond accompanying this bid shall becl
the property of the City of Carlsbad.
8. Contractors shall be licensed in accorddnce with the Statutes of the St,
of California providing for the registration of Contractors.
9. The undersigned bidder hereby represents as follows:
a. That no Council Member, officer, agent or employee of the City (
Carlsbad is personally interested, directly or indirectly, in tt
contract, or the compensation to be oaid hereunder; that no
representation, oral or in writing, of the City Council, its
officers, agents or emDloyees, has induced him/her to enter intc
this contract, excepting only those contained in this form of
contract and the papers made a part hereof by its terms; and
b. That this bid is made without connection with any person, firm (
corporation making a bid for the same work, and is in all respec
fair and without collusion or fraud.
10. The undersiqned is aware of the provisions of Section 3700 of the Labor
Code which require every employer to be insured aqainst liability for
workers' comDensation or to undertake self-insurance in accordance with
movisions of that code, ad agrees to comply with such provisions befoi
commencing the performance of the work of this contract.
11. The undersigned is aware of the orovisions of the State of California Ld
Code, Part 7, Chapter 1, Article 2 relative to the qeneral prevailing rc
of wages for each craft or type of worker needed to execute the contract
and agrees to comply with its provisions.
1 * *.
' ,-
Page
Accompanying this proposal is
in an amount of not less than ten percent (10%) of the total bid orice.
a Bond
(Cash, Certified Check, Rod or Cashier's Checl
- 6604
Employer I .D. I - State License No. Fn.ntana Stpel Bidder's Name
P n. Rnu 577 Fnntana- rA 9733 5 0.1. Crain Bidder's Address Name
/CM4&7/ Authorized S iqn atu r e
(619) 768 - 1943 /tfdLL,3C^/fi5- Phone No. Date Name
Type of Orwon (Individual,
Corporation, Partnership)
c3 on Authorized S iqn ature
List below names of President; Secretary; Treasurer; and Manager, if a
corporation, and names of dl partners, if a partnership:
Paul n. Ware, President Paul D. Ware, ,Treasurer
Donald G. W are. Vic.e President
John E. Ware. Secretary
( NOTORIAL ACKNOWLEDGEMENT r3F EXECUTION BY
ALL PRINCIPALS MUST E AlTACHfD)
( CORPORA1 E SEAL )
- .4,
BOND NO. 40 0120 513 79
Premium Incl. in Bid Bond Service Undertaking
,
Dqe
BIDDER’S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESFNTS:
92335 That we, FONTANA STEELyP*O* BOX 577, FONTANAyCA. , as Principdl, a
UNITED ST,ATES FIDELITY & GUARANTY C0.as Surety, are held dnd firmly bou unto the City of Carlsbad, California, in the sum of TEN PERCENT, OF
AMOUNT BID Dollars ($ 10% , 1, lawful money the United States for the payment of which sum well and truly to be made, we
bind ourselves, jointly and severally, firmly be these presents.
THE CONDITION OF THE FOREGOIK OBLIGATION IS SUCH:
That if the proposal of the above-bounden principal for: FURNISHING, FABR
ATING, AND INSTALLING REINFORCING STEEL FOR PUBLIC SAFETY AND
SERVICE BUILDING IN CITY OF CARLSBAD, CALIFORNIA
CONTRACT # 3006 - BID # 4
in the City of Carlsbdd, is accepted by the City Council of said City, and if
the‘above-bounden Principal shall duly enter into and execute a contract
including required bonds and insurdnce policies within twenty (20) days from t
date of award of contract by the City Council of the City of Cdrlsbad, being
duly notified of said award, then this obliqation shall become null and void; otherwise, it shall be and remain in full force and effect, and the mount
specified herein shall he forfeited to the said City.
In the event any Princioal above named executed this bond as an individual, it
is agreed that the death of any such Principal shall not exonerate the Surety
from its obliqations under this bond.
IN WITNESS WHEREOF, we herecinto set our hands and seals this 28th ’ -day of , 19 85 .
P May
UNITER STATES FIDELITY AND GUARANTY COMPANY FQNTANA STEEL
Surety 2600 E. Nutwood Ave. P. b. Box 577 - Fullerton, Ca. 92634 .- Fontana, Ca. 92335
Fr i nci I al
BY Agz&??&L- bI LL L,. L_)L BY /G/,gL
Attorney-In-Fact Title Title ([A&;&?/)C[-. /d’i~/k/GcG
(Attach ac knowledqement of
Attorney in Fact)
(Not aria1 acknowledqement of
execution by all PRINCIPALS and
SURETY must be attached.)
(Corporate Sed if corporation 1
*
*
ATTORNEY-IN-FACT AFFIDAVIT Iss. STATE OF CALIFORNIA,
COUNTY OF -_Sa--B.enl rd ino
On this -_.28t.hday of ...___.~~.__.. May- -..---....---.-.-----, in the year -12-8-3 before me ____..____..._._____-...-...
_._____._...________ 1 ____.__.._ .._.._.._...______._ JQ-~LL ..__ Ki..n.se-y3 ____ Not-ar~~.-Pu.bJ.i.~ --.-------....------, personally ap
personally known to me (or proved to me on the basis of satisfactory evidence) to be the persc
executed the within instrument as attorney in fact on behalf of the corporation therein namc
acknowledged to me that the corporation executed it.
(here inse the name and ualit of the officer) Cgarlotte 8. Schene .------------------------------.---..-..--..___---._-...---.-._______.-.--__-~~~~~~.~~~~~.------~----.---..~~--.~~~..~~~~~~~~.~__.___________.__._...___________..___________
Given unde y of _---___-..._-- ,_--- _..__ -__-.~___MaY___~.__-~~~~-., 19---
iy cv- '/, Ad ___-___ _______ dl y.$
NX+b --------- -------------*---- -------__ ( ' MY Commission
Jud. 990 (7-82) Ca
I
.
*
-3
3,
I
CERTIFIED COPY
GENERAL POWER OF ATTORNEY
. 86430 No. ..... : ..................................
Know dl Men by thew Preen&:
That UNITED STATES FTDELITY AND GUARANTY COMPANY, a corporation organized and existing under the lax
State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and
Charlotte E. Schene
Cali f orni a of the City of Fontana ? State of
its true and lawful attorney in and for the State c a1 i for n i a of
for the 'following purposes, to wit:
To sign ita name as surety to, and to execute, seal and acknowledge any and all bonds. and to respectively do and perfonn
all acta and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUA
COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED : FIDELITY AND GUARANTY COMPANY, through ~a, its Board of Directors, hereby ra.atifies and conk all and whatsaver I
Charlotte E. Schene
may IawfuIly do in the premises b9 virtue of these presents.
seahi with its corporate seat duIy attested by the signatuns of its Vice-President and Assiscant Secretary, this
In Witness Iheteof, the said UNITED STATES FIDELITY hD GUARANTY COMPANY haa caused thia instrumex
14th November I A D. I975
Urn STAm FIDELITY AND GUARANTY CON
8~. D. H. Meehan { Signed) ................................................
t SiSned) ................................................
YiCe.PrCsidc
William J. Phelan (sa)
Assittant Secreh } 55:
STATE OF MARYLAND,
BALTIMORE CITY.
, A. D. 197 5 , before me personall D. H. Meehan , Vice-President of the UNITED STATES FIDELITY AND GUAI
COMPANY and William J. Phelan , Assistant Secretary of said Company, with
whoom I am personally acquainted, who being by me severally doly swm, said that they resided in the City of Baltimore, Ma
that they, the said D. B. Meehan and William J. Phelan were respt
the Vice-president and the Assistant Secretary of the said UNfTED STATES FIDELITY AND GUARANTY COMPANY, tf
porntion described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation: tl
seal &xed to &d power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directom of said c, tion, and that they signed their names thereto by like orde as Vice-president and Assistant Secretary, respectively, of the COI
14th dag of November On this
My commission expires the first day in July, A. D. 19.7. s .....
(Signed) Herbert J. Aull (SEAL) .................................................
Notnry Pub1 } Sct. STATE OF MARYLAND
BALTIMORE CITY,
1, Robert H. Bouse t Clerk of the Superior Court of Baltimore City, which COL
Court of Record, and has a seal, do hereby certify that Herbert J. A 11 , Esquire,
whom the annexed &davits were made, and who has thereto subscribed h~ name, was at%e time of so doing a Notary Public
State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths ani
acknowledgments, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of th
Notary, and verily believe the signature to be his genuine signature.
In Testimonr Whereof, I hereto set my hand and &x the seal of the Superior Court of Baltimore City, the same being a
of Record, this 14th day of November , A. D. 19 75
(Signed) Robert He Bouse ........................................................
Clerk of the Superior Court of Baltimore Cic (SEAL)
FS 3 (4-67)
Page
' DESIGNATION OF SUBCONTRACTORS
The undersigned certifies heishe has used the subbids of the following liste
Contractors in making up hislher bid and that the subcontractors listed will
used for the work for which they bid, subject to the approval of the City
Enqineer, and in accorddnce with applicable provisions of the specifications No changes mdy be mdde in these subcontractors except upon the prior approve
the City Engineer or the City of Carlsbad. The followinq information is
required for each subcontractor. Additional paqes can he attxhed, if
required:
Work Company Name
-,
_L
NOT APPLICABLE
I +A
/\Y[ - fl c ,L-"-- "
Signature
b .
x' *.
Page
6Ir)DER'S STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a notarized or sealed statement of his/her
financial responsibility. Either a current mdited income tax or profit/los
st dtement .
-
SEE ATTACHED
f;/;/ ' J.( ,n/L z--#----
S ig n d tu re
(Natari,re or
CDrporate Seal 1
f \ -
.' '5 ).
FONTANA S'I~l~l~l,
CON SOL T DATID IiA1,ilNCI~ SI1 ICI-TS
December.31, 1934 aild 19133
ASSETS
-_
--~-
1
i
I
1
i
I -
I
1"
1984 1983
Cu 1- rent Assr t s
Cash ' ' 258,414 (101,2
Inireiitory - pledged (ilote 3) 66,838
- Prepaid expciises (ilote 4) 69,712 64 ,O
Deposits refundable 14,249 2 90
Accounts receivable - pledged (note 2) 6,117,872 ' 4,18/4,6
\\'ark in prL)cdss - excess of costs over
> a 451,3 1 j - billiiigs (schedule 1) 384,54 1 338,l
Total Current Assets 6,911,626 4,938,9
Property Assets - Partially pledged (notes 5 & 6)
Land, building, and equipment, at cost,
less accumulated depreciation 1,892,389 2,434,C
Total Property Assets 1,902,596 2,472,L
Leased property, less accumulated amortization 10,207 38,:
Other .4ss;ets
Investment in joint venture (note 1 I) 83,655
FCC license 45,181 45,l
G oo dvi 1 1 25 , 000 25,C
4
70,:
&968,0-28- 7,481 %3
Organization costs, less accumulated amortization -
-. - Total Other Assets 153,836
Total AsseCs ____ .- - - - - - - -. .
LIABILITIES AND STOCKIIOLDERS' EQUITY
Current Li ab i 1 i t i e s 1 1 Accounts payable 1,333,181 1,037,7
Xotrs payable (note 7) 1,582,053 1,025,C
1 Cont:racl:s payable - currelit portion (note IO) 73,515 55,2
Employee loails 62,468 51,:
Federal 2nd state income taxes 43,689 485,4
Current portioii of obligations under
Work in process - escess of billiiigs
3 Demand I.oan - stockholder (note 8) 100,000 -
Accrued expenses (ncte 9) 437,348 483, Y 1
I
]
capital leases (ilote 6) 2,206
uver costs (schedule 1) 998 , 326 163,E
Payl-L~ll a11d s31.es taxes 51,211 63,:
Deferred Tiicomc: Tases 598,5 10 250 ,[
Total Current Liabilities 4,683,9W -- 3,371.7
l-oiig Term llcbt, Net of Currclilt Portion (Iiotes 7 & 10) 68,340 50.', 1
7 01ilig;it ~CII~S Uiiticr C<-ipi tal Lt<ases, Net uf Current
-- I'oi-tit!il (note h) 7,527
Tut;ll 1,iabilities 5,358,374 4,130,. !
S L L;C?:~IC 1 cte r 5 ' 1:q~~ i t y
II sicic.k - nLI pnr V~IIJC, 100,000 sll.?res 7
1 :iutI!~~i-iz~,d, SI>~~~~:S is511~tl a~id outstai~diiig 11 , 173 148,788 148,;
3,400,89h 3,20?, t
3,00O,O8/4 3,351 ,( 1 T[>L;II Stl.(-lchL)l (Ickrs' i:ciui ty
4 ~__- - - - _-- - . Rcl~~iii~~d c;irlii IIKS d
___~ _-.-- --
1' 'rot,~i I,i;i\)i 1 i tic.-; ;~iicI ~tc~cI:IioId~.rs' * I'qiij t-y $z,?:b:8: ,JJ-3=Sz ;-i: *>$:':*:.
see n cc ALJ :1 L ;i 11 L 5 I f *
rev i ew rC.11 or I .I lit1 ac c ompn iiy i 1) I; [io t c s
f &<-L-ZL-
I I I
,
4 ..
r)
STATEMENT OF QUALIFICATION
Fontana Steel Inc.
7644 RohsOn Road
San Diego, CA. 92111
(619)268-1943
CONTRACTORS LICENSES
AND CLASSIFICATION: CA. LIC. 142221 C50 (reinforcing
steel, trucking, and crane work.)
AZ. LIC. 140111076 (reinforcing
steel.) NV. LIC. 013224 (reinforcing steel.
16860 Arrow Blvd. (714)822-1171
Fontana, CA. 92335 Anne Straube
c/o John T. Kinsey Agency
17000 Upland Ave. (714)823-3443
Fontana, CA. 92335 John Kinsey
P.O. Box 486 Robert Mellon
Fontana, CA. 92335
ATTORNEY: Fullerton & Lernann
FINANCIAL INSTITUTION: Bank of America
BONDING COMPANY: U. S.F. &G.
ACCOUNTING FIRM: Mellon & Johnson
472 N. Arrowhead Robert Fullerto
San Bernardino, CA. 92401
CORPORATE OFFICERS: Paul D. Ware, President
Donald G. Ware, Vice President
John E. Ware, Secretary
Paul D. Ware, Treasurer
DATE OF INCORPORATION: 1951
FINANCIAL STATEMENT: Pleas e re fer to II Con so 1 i dated
Balance Sheets".
PROJECTS COMPLETED
OVER PAST 5 YEARS: Please refer to "Jobs for Subcontrac
P re qual i f i cat ion Da t a'' .
4 a. ~
%*
d-. *
UNION AFFILIATIONS: Shopman's Local #509
1119 Goodrich Blvd.
Los Angeles, CA. 90022
Operating Engineers Local #12
3055 Wilshire Blvd.
Los Angeles, CA. 90010
Ironworkers Local #416
2127 W. 8th.
Los Angeles, CA. 90057
Teamsters Local #467
379 W. Valley Blvd.
Rialto, CA. 92376
REFERENCES: Tamco
P.O. Box 325
Etiwanda, CA. 91739
Davis Walker Corporation
6315 Bandini Blvd.
Los Angeles, CA. 90022
Marathon Steel
12200 Bloomfield Ave.
Santa Fe Springs, CA. 90670
kg- *
-. , Jotf< for Subcontractor Prequcrl ification Data
1\03 -GG 5 F83-632
L.A. Aq\r(!duct, SyllI1<Ir’, CA M.A. Mortetison Co. P.O. Rox 710 10820 E, 45th Place, #201
i4-i ntimpol is, t4N 55440 Tulsa, OK 74145
Soutliwstrrn Portlaiid Cctiient, Vic McNa 1 1 y 1’ i t t sb tirg , I nc .
G12 3’/7--2G30 916 663-9720
$3,224,200 .OO $555,673.24
F83-G83 FO2-GI 7 Stot-iii Drain, Id. Hollywood Southwestern Portland Ceriiznt
Steve P. Rados Co. Owl con s tr u c tor s
P.O. Box 15128 Santa Ana, CA 92705
$353,128.63 $688,528.95
2465 Cniiipus Drive
. Iwiiie, CA 92715
714 835-4612 714 752-8864
F83 -68 1 . F82-614 Century Square Off ice ti Parking Struct. Ray Uil son Conipany Owl Constructors
4660 Colorado I31 vd.
Los Arqeles, CA 90039
$399,396.65 $388,645.09
500 KV Transniission line
2465 Canpus Drive Irviiic, CA 92715 714 752-8864 213 956-5300
F83-672 F82-GO2
Southridge Village, Fontana Imperial Irrigation Powr Plant
Riverside Construction David C. Olson, Inc..
P.O. L~OX 1146 2141 thin Street
Ri vcr-si de, CA 92502 San Dicgo, CA 92113
714 G82-8308 619 230-1841
$427,541.24 $448,725.58
F83-663 F82- 591
I-larathon Construction Novo Rados Constactors
2343 Norena I31 vd. P.0. Box 15307
San Dicgo, CA 92110 Santa Ana, CA 92705
$364,431.00
. Phiisc I, Plant 4 Modification Alicia Parkway, El Toro, CA
619 27G-4401 $582,053.10
-I
//Y/Y/L w-2 c
I
dous 101‘ suucoll ~l-dc LO)’ l’rcqud I 1 T 1 cd L 1 on >
&* - F02-583 MOO - 364
Paint Valley Stoi-iii I.latcr Proj. E.L. Ycagcr Const.
Ri wrsi tlc , CA 92502 Los Angclcs, CA 110057
Jt. Rcgioridl htcr Rccl . , Lagriii~ I Ncwb II rg - ts r i 11 dc I’ son P.O. box 67 2120 it!, 8L.h Strcct
714 G84-53GO $539,920.70
$675,5G3.90
B82-546
F82- 587 Weir Canyon Road Bridge W.F. Mawell, Inc. P.O. Box A351 P.O. Box 81589 Sari Diego, CA 92112
San Diego, CA 92136 714 298-1165 $688,903 .OO
$466,532.85
F82- 563 Dalcy Corporation Skinner Filtration Expansion 62 P.O. Box 20188
Eli nchcs ter , CA t San Diego, CA 92120
C.E. Wyl ie Construct-ion
San Dieyo, CA 92111
San Di ego Intercuii t i net1 tal Ibtcl
Huber, Ilunt E; Nichols Const. Co.
BB1-504 Route 15 Bridges, San Diego
8282 Buckhorn Street $1,014,842.53
619 565-0312
$896,607.54
F82-527 Dcercrcck & Hi1 1 side Channel s Rancho Cucariionga , CA
E.L. Ycaycr Construction . P.0, Box 87
a. Riverside, CA 92502
714 G84-53GO
$1,461,984.27
c b18 1 - 5 0 4 Glcndnlc Galleria 11 Stol tc, IIK.
llG20 I4i1 shire Blvd., 6’800 . Los Angclcs, CA 90025
$773,376.42
.
9 &L
.I J~&, fol: sl~bconl:1y1ctoi- Pi-cqii~l if icn tion - Tast TrircI; - ticavy ToiiiiLigc - !!ow in
-. .
I. *
S84 - 720
I'[*O'iiiC1ltid(! Towcrs, 1-0s Angclcs, CA Golclrich h Kcst 5150 O\/el.ls.r\d Avenirc c
Culvc~r City, CA 90230 Art Klein, Project Co. Coordinator
$40,517.80
$154 ,G40.54
$17 5,569.85 .
F84- 7G8 Nestside t4ai-ket Place, Los Angeles , CA
blestfield Design & Construction 10800 1.I. Pic0 61vd. W. Los Angcles, CA 90064
A1 lan Sunincr, Project Manager
$762,500.00
213 470-8574
S84- 726 Izlateridge Phase I, San Diego, CA Nor 1 ey Con s t ru c ti on 2999 Overland Ave., Suite #lo0
Los Ange'les, CA 90064 Terry Dooley , Vice-President
$1,029,551.79
A83-66 5
L . A. Aqueduct, Syl mar, CA M.A. Elortenson Co.
Mission City Annex, CA 91345-7009
Ray Flanagan , Project blanager
$3,224,200 .OO
'* P.O. Box 7039
.. .
..
I' ..
'.. .. ..
B80-347. ..
V.A.F.U. Launch Complex K.C.F., t1V P.O. cox 387
' San Ilermrdino, CA 92403
Dick Kolwrts, Project Manager , .
$5,368,218.78
.. b(/L - -
L
d ,
>-
Pag f
, 15
CONTRACT
THIS AGREEMENT, made and entered into this /(e f" day of ddt ,@,bd8 by and between the City of Carlsbad, California, a municipal/corppration
(hereinafter called "City"), and FO"A STEEL
(hereinafter called "Contractor".)
City and Contractor agree as follows:
1. Description of. Work. Contractor shall perform all work specified in tt
contract documents for:
Contract #3006-4B - Reinforcing Steel - Carlsbad 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 specifiec
the contract document s .
3. Contract Documents. The contract documents consist of this contract; t
bid documents, including the notice to bidders, instructions to bidders
contractors proposal; the plans and specifications and all proper
amendments and chanqes made thereto in accordance with this contrdct 01
plans and specifications; and the bonds for the project; all of which i
incorporated herein by this reference .
4. Payment. As full compensation for Contractors performance of work unde
this contract, City shall make payment to Contractor per the terms out1
in the Notice Inviting Bids, Item 13. Contract mount Ninety-Seven ?"nC
Nbe Hundred Ten and OO/lOO * $97,910 .OO
Payment of undisputed contract amounts shall be contingent upon Contrac
furnishing City with a release of all claims against City and Construct
Manager arisinq by virtue of this contract as it relates to those amoun
Extra compensation equal to 50 percent of the net savings may be paid t
Contractor for cost reduction changes in the plans or smcifications ma
pursuant to a proposal by Contractor. The net savings shall be determi
by City. No payment shall be made unless the change is approved by the
City.
5. Independent Investiqation. Contractor has made an independent
investigation of the jobsite, the soil conditions under the jobsite, ar
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 overccme unanticipated
underground conditions. Any information that may have been furnished t
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. *
3
L z
8
>I
Page
6. Contractor Responsible for Unforeseen Conditions. Contractor shall be
responsible for all loss or damage arising out of the nature of the wor
from the action of the elements or from any unforeseen difficulties whi
may arise or be encountered in the prosecution of the work until its
acceptance by the City. Contractor shall also be responsible for expen
incurred in the suspension or discontinuance of the work. However,
contractor shall not be responsible for reasondble delays in the comple of the work caused by acts of God, stormy weather, extra work, or matte
which the specifications expressly stipulate will be borne by City.
7. Change Orders. City may, without affecting the validity of this contra
order changes, modifications, deletions and extra work by issuance of
written change orders. Contractor shall make no change in the work wit1
the issuance of a written change order, and Contractor shall not be
entitled to compensation for any extra work performed unless the City h
issued a written change order designating in advance the amount of
additional compensation to be paid for the work. If a change order deli
any work the contract price shall be reduced by a fair and reasonable
amount. If the parties are unable to agree on the amount of reduction I
work shall nevertheless proceed and the amount shall be determined by
arbitration or litigation.
extra work is the City Engineer.
excess of $5,000.00 shall be effective unless approved by the City
Council.
The only person authorized to order changes
Yowever, no change or extra work ordei
8. Prevailing Wage. Pursuant to the Labor Code of the State of California,
the City Council has ascertained the qeneral prevailing rates of per dit
wages for edch craft or type of worker needed to execute the contract ar
schedule containing such information is in the City Clerk's office and j
incorporated by reference herein. Pursuant to Labor Code Section 1774
contractor shall pay prevailing wages. Contractor shall post copies of
applicable prevailing wages on the job site.
9. Indemnity. Contractor shall indemnify, hold harmless and defend the
Construction Manager and the City and its officers and employees, and 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 it5 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.
IO. Contractor shall Drovide Certificates of Insurance evidencing coverage i
amounts not less than the following:
.
9
*
U
*I
%"
Page
Coverage Combined Sinqle Lim
Automobile Liability $ 500,000
General Liability 500,000
Products /C om ple t ed 0 pe ra t ions 500,000
Blanket Cont r act ur a1 500,000
Contractor's Protective 500,000
Personal Injury 500,000
Excess Liability 500,000
Other T
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
additional insured on all policies concerning the subject matter or
performance of this contract.
11. Yorkers 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
Manager and its officers and employees from all claims, loss, damage,
injury and liability of every kind, nature and description brought by an
person employed or used by Contractor to perform any work under this
contact regardless of responsibility for negligence.
12. Proof of Insurance. Contractor shall submit to the City through the
Construction Manager, certification of the policies mentioned in Paragrd
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 h
been qiven 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(s1 may be entered in
California court having jurisdiction thereof. The award of the
arbitrator(s1 shall be supported by law and substantial evidence as
provided by the California Code of Civil Procedure, Section 1296.
14. Maintenance of Records. Contractor shall mintain 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.
13. Any controversy or claim in any amount up to $100,000 aris
I
Page
15. Labor Code Provisions: The provisions of Part 7, Chapter 1 commencing Y
section 1720 of the California Labor Code are incorporated herein by
reference.
16. Se urit . Pursuant to the requirements of law (Government Code Section
Mpropriate securities may be substituted for any monies withheld
City to secure performance of this contract or any obligation establishc
by this contract.
17. Additional Provisions. Any additional provisions of this agreement are
forth i'n the "General Provisions'' or "Special Provisons" attached heretc
and made a part hereof.
i7 L >---=-=X&--= (Not ari a1 acknowledgement of --- execution by ALL PRINCIPALS
must be attached.)
Title
BY u L3CaL
koRP s EC, .
zt;tcTo~' s'K!iAiipaPPiace of Rusinc
Title
13\90 Z~D~LLEY (3~daSr
Fo h 4 2.33s
I' APPROVED CITY OF CARLSRAD , CALIEORNIA
L.,+/
1 ( By idbA7 d &zd Mayor
1 ATTEST:
City Clerk
Contractor's Certification of Awareness of Workers Compensation Responsibili'
"I am aware of the provisions of Section 3700 of the Labor Code which requirc every employer to be insured against liability for workers compensation or tc
undertake self-insurance in accordance with the Drovisions of that code, and
will comply with such provisions before commencing the performance of the wo
t of this contract."
I dw I
}s. STATE OF CALIFORNIA
COUNTY OF San Bernardino
, in the On this *Ist day of June
before me, the undersigned, a Notary Public in and for said State, persor Paul D. Ware
John Ware
, personall!
(or proved to me on the basis of satisfactory evidence) to be the person- v
was subscribed to the within instrument, and acknowledged tor
executed it
WITNESS my hand and official seal
PRWrPAL OFFICE
Donna L. Rountree
Notary Public in and for said State ACKNOWLEDGMENT-General-Wolcotls Form 233CA-Rev 5 82 01982 WOLCOTTS INC (priceclass 8 21
____I-
BOND NQ. 40 0120 10614 85
PREMIUM INCLUDED IN PERFOF BOND PREMIUM
>*
Page
LABOR AND MATERIAL BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the Cit Council of the City of Carlsbad, State of California, by
Resolution No. &53 adopted June 11, 1985 , has awardec
FON"A STEEL ta , hereinafter design2
as the "Principal", a contract for:
Contract #3006-4B - Reinforcing Steel - Carlsbad Public Safety and Service
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 Carlsbdd.
WERFAS, said Principal has executed or is about to execute said contract and
the terms thereof require the furnishing of a bond with said contract, provic
that if said Principal or any of his/her or its subcontrdctors shall fail to
for any materials, provisions, provender or other supplies or teams used in,
upon for or about the performance of the work agreed to be done, or for any r
or labor done thereon of any kind, the Surety on this bond will pay the same
the extent hereinafter set forth.
NOW, THEREFORE, \,E, a
as Principal, bereinaf ter designated as the "Contractor", and
UNITED STATES FIDELITY S, GUARANTY CO.
as Suret are held and firm1 bound unto the Cit of Carlsb d in the sum of FORTY 8kGHT THOUSAND NIP& HUT\TDRED FIFTY-~~~&l$&-$~~O. 48 955. oo
said sum being equal to 50 percent $SO%) of the estimated amount of the
contract, to be paid to the said City or its certain attorney, its successorz
and assiqns; for which payment, well and truly to be made, we bind ourselves,
our heirs, executors and administrdtors, successors or assigns, jointly and
severally, firmly by these oresents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if person or his/her
subcontractors fail to pay for any materials, provisions, provender or other
supplies, or teams used in, upon, for, or about the performance of the work
contracted to he done, or for any other work or labor thereon of any kind, 01
for amounts due under the Unemployment Insurdnce Code with respect to such w(
or labor, that the Surety or Sureties will pay for the same, in an amount not
exceeding the sum specified in the bond, and dlso, in case suit is brouaht ul
the bond, a reasonable attorney's fee, to be fixed by the court, as required
the provisions of Section 4202 of the Government Code of the State of
C a1 i for ni a .
FONTANA STEEL
*
@ -. ~
\< ... ,*
Page
This bond shall insure to the benefit of any and all persons, companies and
corporations entitled to file claims under Section 1192.1 of the Code of Civ.
Procedure so as to give a right of action to them or their assigns in any su:
brought upon this bond, as required by the provisions of Section 4205 of the
Government Code of the State of California.
In the event that any Contractor above named executed this bond as an
individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor
Surety above named on the 20th day of June. , 1985 .
FONTANA STEEL
x\ ~' ,
(Notarize or Corporate
Seal for Each Signer) Contrdctor
UNITED STATES FIDELITY 6 GUARAN
2600 E. Nutwood Ave.
Fullerton, Ca. 92635
ATTORNEY-IN-FACT AFFIDAVIT
San Bern L %in0 STATE OF CALIFORNIA,
COUNTY OF .._..... ~...~.~ ........ I
J . 20th On thls . ~..-..~ .. day of .......~. June ....-............. .--.., in the year L9.8$ before me .~~~................~~.~.........
._....._.~~_~_............_...... ~~.....................__~..........-~.....................L........~.------- Charlotte E 9 Schene Notary---P.uuhlir ..._.. ~ ......, personally appe.
personally known to me (or proved to me on the basis of satisfactory evidence) to be the person
executed the within instrument as attorney in fact on behalf of the corporation therein named
acknowledged to me that the corporation executed it.
(here iydfihhep;rny?fiy;tY of the officer)
~_~~~.......~..............~~~~......_.....................~............~.. ~-~~~--~-~---- ....~.........~~.........~........ ....................................................
SA,.; YERNAHOIWO COUNTY ......... ~ ..... ..~~ .............. ~ .... ~~~~..~
CGrnrnission Expires Jan. 30, 1987
(9-t) e. *=.I
*.4q~ aiowypa /o aim3 iopadns ap 10 yia13 ........ ........................ .. (PausTS 1 ('I
gg 61 'a 'v ' Jaqo?oO 3odep tii8Z v?J 'P=o
..._ ............-.... " xauxvy 'U~~~~~r, .." ....-.....
ala03 i? 8Uy aUIW Jqa '&I3 aJOlUttpa 30 am03 zopdns Jq3 30 IeJS Jqa XfB? pUE pUEq dm 3JS OaJJaq I "/OJ*aq& hOY+:SJj, '
'aZllleUsrS aU!nU& Sf4 Jq 03 aJatEU8!S aq3 JAJrIaq bIfJaA PIIS '.
*UpJJql pJpJO3aJ aq 0% SpJJp 30 3W~d JO 'S3UJm8paI1 PIES Jq3 30 %TlpA%pUEq aqa Ip!M paqenboe ml3 1 3Spl L3pI.lraa zaqazn3 1
aqea pue sqaeo Jaas!ufmpe oa MZI Lq pazyoqane pue UJOW pue PJUO~SS-O~ Llnp 'a~ouqlea 30 L~D aqr a03 pue ur 'PUEILJZN 3
aya 30 qqnd dJe30N e Surop os 30 amp aqa ae S~M 'ameu sf9 paq!wsqus owraqa svq oqah pue 'apsm araM sapepp paxauua aqa
aeqa LJ~JJ~ dqaxaq op '~eas e seq pue 6p~:oaaa 30 JJO3aq 'azmbsx ' T'lnV 'P 7JaQJaH
e s! amno3 qqtp '6a!3 JJO~~~IE~ 30 unog ropdns aqr 30 ~p13 ' Lau.Xxo=) 'd saulep .
c&L13 mom
'CrNv-LIrn so 1 3% 1
*3?14nd bVPN ... .... .............. .. ..................... " " ^" ^ ^.........._.... " ....-..--...-..... (Pan%S 1 (? T'IdV 'f 7JaqJaIl
c__ 61 -a -v 'KInp u; Lvp qsqj aqq saqdxa uoIrr~mmoa 4
'duedm9 a91 30 'LpApadSaJ 'dreWZ3aS aUrnsysSV POe aaap!SaJ$%n Pe IaprO Jqtl bq OlJJJqa SaIUeTI JrJql pJU@S Lap aeql pu
-ezodJoa p~es 30 sroaoaqa 30 pxeoa a%% 30 JJ~JO 6% paxp os sea a! amp 'teas aaerodroa qms SEM barrroaav 30 Sadbod pres 03 paq
a71 3Eql !uo!aexodaoa PPS $0 IeJS Jqa Maq 7J-a LJqr 3eq3 !daUJOa3v $0 daMOd %Ip%aJOJ a93 pJJn3JXa q33M pUe ? paquasap 01
-J:oa JV 'mVnrUO3 ILLNQVfl3 aNv ITS^ ~V&S ~UIW p~s aqa 30 dreaazaas aueas!ssv aqa pue auagywrd-a:, dpiplJdSaJ aaaM q7-!3J'FJ9 'hi 'V p= *&rp 'mepv 'S '3 PIES Wfl 'bay
tp~~1Lze~q 'azomfrpg 30 La!3 aqa ? papar Laqa amp pfes OW Lpp Lp.~a~as am Lq lupq O~M 'pa)u!enbae LIleuosrad me I
$0 9309 qayi 'dusdrrrog pres 30 dreaaiaas aueaqssv ' Y 7 f3 3 'F $9 M pur? mv UmVfl:, mv &.u'Ixam SUVLS axurn arfl 30 a=wSa=d-=JrA '
amea LIIeuouad am aro3aq 6 99 61 *a *v ' Jaqo390 fOdEp a02 me
Jp sluap& *a
'UI3 mom
a" a0 51
:88 1
SW ..... .............. ._I ......................... "X " ...._.... " ....-..- ^..." ....-..... (paum3 1
aca (P=@TS 1
Y3?33?.'9 '1 "V
(% ':"apizard-a+A .... .... ...... .... -..-.... " .. ............- "..."." -... T ..................... I "."._...."....I ...._..........-..... -=P WEPV 'S ea
'mvm03 uwrm am UI'I~~ WVLS amwn 996T 'Q 'V ' JW0330
30 L=P u?8Z %a 'drsaazoas auratqrsv pue auap!wzd-a3% sa! 30 S~JWEUB~S aqa Lq paasaaae bpp (~eas aaexo&rm n: qafd
89 01 a=a=n=as=! sma p=sn=~ seq ILNV~OD &Lrmxvns m ux~xau smv~s Q~IM PF *pa '/O-q& $SJ~:?A 3 .sauasazd asaqa 30 ~WJ~A Lq sawad aya ur op d1ln3~z
Lasurg '6, uqop
pp ~~~DA~OSI~M pue I@ suquoj PUS SXJ~EJ Rqaaaq "saoajaqa 30 psoa sa! (sn qZnoqa 'mm03 umn3 W =I1
ILNwvn:, am AumaIs ~LVLS aznm p!=s aqa 30 sm=!a $0 p~eoa aqa 30 UOP~KO~JJ aqa 9 ~03 aas ssr?qa P~E 63
sx~v~s axLINn p!es aqa pue !dauzoaag 30 dabiod sg3 30 a~sd e apm put paxauue owsay sf q3fy~ 30 Idoa pagfazaa t 6~~vc
pne APE mro3~ad p~e op dIaAp3adSJJ oa pue 6sguoq lie ~IXE Lus aspap~mpe pus pas 'aanaaxa oa pue 'oa Laarns be ameu sly t+s 0:
:a!.& oa 'saso&nd 8~~01103 a1
xo.ru~03 ~~a?a 30 aaeas aqa do3 pm ty Lararoaar p3~e1 pue am
BTUJOJr1Ba 30 eaea8 6 eu€?'$uo,g 30 La13 i
RasPlra '& uqor
amodde pue aanapsuoa L~JJJ~ saop 6pue1A.ztqq 30 aarns aqa w 'J~OUXI~~~ 30 Lqa aqa ae aopo pdyamrd sa; Emaeq put 6pUelLIeH 30
Jqa 30 s-1 aq:, JJP-~ B=PSFJ PUO: pazrne~~o =o~eao&o3 e bi~vmo3 KLNVXV~L~ BINV uI'IxaItl SHLVLS axLINn a=r%l
D_p_.-__..___----____ Eo5z-L -------.- rn
:O#WSJZd aS3q: 64 WH 112s 6 w
A3NX:oU~ do WMOd m3
(Id03 az€I&Lxm1
I\. * -c ..
COPY OF RESOLUTION
That P‘hereua, it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with POW
and authority to act for it and in its xiame in States other than Maryland, and in the Territories of the United States and in the Provinc
of the Dominion of Canada and in the Colony of Newfoundland.
Therefope, be it Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vi
Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persc
as attorney or attorneys-in-fact, or agent or agents of said Company, in its name and aa its act, to execute and deliver any and all CI
tracts guarant-ing the fidelity of persons holding positions of pubiic or private trust, guaranteeing the performances of contracts otl
than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedingss,
by law allown8, and
&, in its name and as ita attorney or attorneys-in-fact, or agent or agents to execute and guarantee the conditions of any and
bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by b
municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces of 1
Dominion of Canada or of the Colony of Newfoundland, or by the rules, regulations, orders, customs, practice or discretion of any boai
My, organization, office or officer, local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken, givq
tendexed, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation, body, office, intere
municipality or other sssociation or organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doi
of anything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking,
anyphing in the nature of either of the same.
1, Theodore G. Parks t an Assistant Secretary of the UNITED STATES FIDELITY AF
GUARANTY COMPANY, do hereby certify that the foregoing is a full. true and correct copy of the original power of attorney giy
by=idCompanyto Yohn T. Kinsey
of Fontana, California , autho~ and rnpoWdw him to sign bonds as therein
fforth, which power of attorney has never ban revoked and is still in fnlI force and effect.
And I do further certih that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of
Board of Directon, of said Company, duly called and held at the 06ce of the Company in the City of Baltimore, on the 11th day
July, 1910, at which meeting a quorrun of the Board of Directors was pesenf, md Pat the foregoing is a true and correct copy of 81 aeolution, and the whole thereof as recorded in the minutes of said meeting.
In Thy Ivbreof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUAM
COMPANY on 1985 June 20(bate,
1 . = . .I*
COPY OF RESOLUTION
That whereas, it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with
and authority to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the Prs
of the Dorainion of Canada and in the Colony of Newfoundland.
Therefore, be it Resdued, that this Company do, and it hereby does, authorize and empower its President or either of it
Presidents in conjunction with its Secretary or one of ies Assistant Secretaries, under its corporate seal, to appoint any person or :
as attorney or'aet~~~eys-in-fact, or agent or agents of said Company, in its name and as its act, to execute and deliver any and i
tracts guarant-ing'the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contract
than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedi
by law allowed, and
bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may 1
municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Province5
Dominion of Canada or of the Colony of Newfoundland, or by the rules, regulations, orders, customs, practice or discretion of any
body, organization, 06ce or officer, local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken
tendered, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation, body, office, i
municipality or other association or organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or no
of mything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation, or undertah
anything i the nature of either of the same.
I, Theodore G. Parks , an Asaistant Secretary of the UNITED STATES FIDELIT'
GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorne
Also, in its name and as ib attorney or attorneys-in-fact, or agent or agents to execute and guarantee the conditions of any
bp. wid Company 80 John T . Kinsey
of Fontana, California , authorizing and empwaing p! im to sign bonds as the
forth, which power of attorney has never been revoked and is still in full force and effect.
And 1 do.further certify that said Power of Attorney was given in pursuance of a resolution adopted ae a regular meeting
Board of Directors of said Company, duly called and held at the offke of the Company in the City of Baltimore, on the 11th
July, 1910, at which meeting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy
pesolution, and the whole thereof as recorded in the minutea of said meeting.
In Tertinrony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUAI
CoMPANY On June 20 1985 (hate)
.*
BOND NO. 40 0120 10614 8
PREMIUM ......... $587.
Pagc
PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESFNTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, by
Resolution No. 8053 &opted June 11, 1985 , has award€
FONTANA STEEL, -' hereinafter desigr as the "Principal", a contract for:
Contract #3006-4B - Reinforcing Steel - Carlsbad Public Safety and Service
in the City of Carlsbad, in strict conformity with the drawings and
specifications and other contract documents now on file in the Office of the
City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said contract ar
the terms thereof require the furnishing of a bond For the faithful performa
of said contract;
NOW, TYEREFORE, WE,
as Principal, hereinafter designated -as the 'Tontractor", and
as Surety are held and firm1 bound unto the City of Ca lsbad, in the sum o NINETY-,$EVEN THOUSAND N&E HUNDRED TEN S, NO/&qQars (s97 g1o.0o
sdid sum being equal to 100 percent (100%) of the estimated amount of the
contract, to be paid to the said City or its certain attorney, its successor
and assigns; for which payment, well and truly to be made, we bind ourselves
our heirs, executors and ddministrators, successors or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS ORLIGATION IS SUCH that if the above bounden Contractoi
his/ her or its heirs, executors, administrators, successors or assigns, shal.
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 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, dnd shall indemnify and save
harmless the City of Carlshad, its officers and agents, as therein stipulatec
then this obligation shall become null and void; otherwise it shall remain ir
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 terms of the contrac or to the work to be performed thereunder or the specifications accompanying same shall affect its obligations on this bond, ad it does hereby waive noti
of any change, extension of time, alterations or addition to the terms of the
contractor or to the work or to the specifications.
FONTANA STEEL
UNITED STATES FIDELITY S, GUARANTY COS
-.
.x Le ..
Page
In the event that any Contractor above ndmed executed this bond as an
individual, it is aqreed that the death of any such Contractor shall not
exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor
Surety above named on the 20th day of June 9 19 85 .
FCWI"TNA STEEL
:\\
(No: arize or Corporate
Sed1 for Each Signer) Contract or
UNITED STATES FIDELITY & GUARA
2600 E. Nutwood Ave.
Fullerton, Ca. 92635
ATTORNEY-IN-FACT AFFIDAVIT
San Berna &?'no .......................
June
1 STATE OF CALIFORNIA,
COUNTY OF
* 20th .......................... On this ............ day of ..... ......................................., in the year 19-85, before me Charlotte E. Schene, Notary Public ------, personally a .......................................................................................................................................
(here insert the name and qyality of the officer)
....................................................................................... John T Kinsep ..............................................................................
personally known to me (or proved to me on the basis of satisfactory evidence) to be the pers
executed the within instrument as attorney in fact on behalf of the corporation therein narr
acknowledged to me that the corporation executed it.
CHARLOTTE E. SCHENE
NOTARY PUSLIC CALIFORNIA
-
*',,,,
(CERTIFIED COPY)
G A%, Porn OF ARORNE'P
%%e. ____ p.ZZ9Q3 _________.___________
Know all Men by tbese Preteuts:
That UNITED STATES FIDELITY AND GUARANTY COMPAM, a corporation organized and existing under the laws
State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, doer hereby constitute and i
John T, Kinsey
of the City of Fontana 9 State of California its erne and lawful attorney in and for ehe State 0% California
for the following purposes, to wit:
To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform a1
all acts and ehings set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUAR
COMPANY, a certified copy of which is hereeo annexed and made a part of this Power of Attorney; and the said UNITED S': FIDELITY AFJD GUARANTY COMPANY, &rough us, its Board of Directo~s, hereby ratifies and confirms ail and whatsoever tl
John T. Kinsey
may fawfdly do in the premises by virtue of these presents.
1% Witness Wbereof, the said UNITED STAm FIDELITY AND GUARANTY COMPANY has caused this instrument
sealed with its corporate seal, ddy attested by the signatures of its Vice-President and Assistant Secretary, this 28th <
UNPTED STATES FIDELITY AND GUARANTY COME
.%".e ..... S IL .... " Adam .......... I .... ,..A ....- Jr. " ..............._ I".."...I"
9 A. D. 1966 October
Vice-Presideui (Sfwed 1
(Signed)
( SEAf)
A. ..... " .... " .........._ "_" .... "... Assistant Secretasj
STATE OF MARYLAND
BALTIMORE CITY,
1 =:*
On this 28% &YOf Oetober , A. I>. 19 66 , before me personally C. S. Adams,.Jr. , Vice-president of the UNITED STATES FIDELITY AND GUARP
COMPANY and A. W. Griffith , Assistant Secretary of said Company, with bo
whom I am personally acquainted, who being by me severally duly sworn, said that they resided in the City of Baltimore, Mary
that they, the said C. S. Adam, Jr. and A. \Y. Griffith were respec
the Vice-President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the
popsation described iu and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; th:
seal affixed to said Power of Attorney was such corporate seal, that it was so affixed by order of the Board of Directors of said COI
tion, and that they signed their names thereto by like order as Vic -President and Assitant Secretary, respectively, of the Corn My commission expires the kt day in July, A. D. 19- 67
(Signed) .....-....-... I... Jkrb3-ct ..... J., .... &.A. 1 .................- " .... " ............... Notary Public (SW)
STATE OF MARYLAND,
BALTIMORE CITY,
1 Sct.
19 James F. Carney 9 Clerk of the Superior Court of Baltimore City, which Couri Herbert J. Aull , Esquire, b : Court of Record, and has a seal, do hereby certify that
whom the annexed affidavits were made, and who has thereto subscribed his name, was at the time of so doing a Notary Public o
State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and
acknowledgments, or proof of deeds to be recorded therein. I further certify that I'am acquainted with the handwriting of the
Notary, and verily believe the signature to be his genuine signature.
In Testimony Wbereof, I hereto set my hand and affix the seal of the Superior Court of Baltimore City, the same being a (
of Record, this 28th dayof . October , A. D. 19 66
(Seal) (Signed) .....-...._..... J.am.e.:.a ..... E., ...... G.ar.n.eJ7. Clerk of the Superior Court of Baltimore City,
Fs3 (7-65)
., . a,
.i
wa) 5867: ‘OZ aUnP ‘JOXNVdEpC
-%q- py 30 =an- aqa q p?p- SB 3-qa qoqM aqa PUB ‘uopnp
30 hp qq1 a9 uo 6azomppg 30 Xq3 aqa u! busdm03 aqa 30 aogo aqa 18 ppq pus pap kpp Yu8duxo~ p!ua 30 sroiaq 30 pm
wags puu 13x03 pt3 q mu q pus P~TOAGU uaaq wu mq Ka~~~oias 30 MMO~ 99%~ pll
x,~mvn3 aw AL~~J SBLVLS ~BLIN~ *’la 30 I= aqa PW PUB4 Am 116 --q a*q I ‘/aacoyd! A-vu uz
gp 30 bdoa Wan03 PUB andl 8 S! Bu~oBa103 Sq 389 pU8 LauaB?l(i WM SXOlo~~ $0 p-08 3q3 fO UlIUOnb W qaa TF n ‘0161 ‘e
alp $0 %XpaUl qn%.Z 8 38 paXdOp8 UO!lIlIm W JO Wum8md U! UaA@ 68M baIIJ0llV 30 =Mod PrpO 1BpI &.tX -3 Op 1 PUV
116 q3MV S8 SpUOq U?S 01 mrq -Mdm PW -own= ‘ %?JUJOJ6‘t83 c eu.BquoJ
Lasu~g ‘L uqof ~~mdrno~pps
UaA!% baluOl38 JO SMOd 18U!%UO aq $0 bdm laaU03 pId8 63W ‘[[PLJ 8 Si %U!O%aIOJ aq3 18Ip A3!VW Qaaq Op ‘mVdN03 A&Nmyfl
aw ALIW~H SW,VLS a3mn aqi 30 baaloas imq=v ~18 6 sy.rsd ‘3 aJopoay;l, ‘1
wmm aqa 30 mqp 30 axniuu aqa q SugA
10 6%Upptp~ 20 6uo!18[nd!as ‘UO!188![qO ‘aO-U%OXU ‘pUOq qons bUW U! IO# pappold ?g A8lU tp!qM 8uO!lpUo3 dm 10 &aFqtitw
%U‘pp 10U 10 aU?Op aq ”03 paUO!l!pUO3 ‘1aAaOq8qM Sa!lP8d83 I[8 PUS XU8 U! ‘SAaOS18qM UOIJ8!Z!U8%10 X0 U0?18!30898 MqlO IO &qBd!3y
*lsaXalU! ‘“$0 ‘bp0S ‘UOIJ81OdJOD ‘SaOarad SO UOarad bU8 103 10 bq ‘30 ao!w%oId 10 bpl3aS aql 103 p3p103aJ 10 p3IIJ ’plda98 ‘pPll3pn ‘uarlp ‘uaq8i %pwm mnoaxa aq 01 paairnuad xo paybar ‘pa~40p aq ‘aspuaqio 10 18dpyv.u ’1830[ ‘mgo 10 “$0 ’ao~~8%~0 %p
’pmoq bu8 30 uogamsp xo w!ioexd ‘suToasno %xap~o ‘suogqnSa1 ‘sap aqa kq 10 ‘puspuno~ra~ 30 Luol03 a91 30 10 wpm0 30 Cr0p-a
aqa 30 saau!Aoq aq 30 10 sams paipn aqa $0 boay-xq. 10 aims Lw 30 10 saauag paaNn aqi 30 aaniq bus bq 10 ‘aspuaqio zo pipp
1[8 pw bus 30 suoppuoa aqa aaiusxsn% puw ainaaxa 01 aua%8 10 lUa%8 10 ‘wsf-upbaruoas IO Karuoaio w! SB pw amu a! u! 4q
xo %Supaajo1d xo suogo8 ne u! paia!u”“t 10 paqnbru ‘s8u~qwmpun pw spuoq Bn!ooausasn% 10 Bupnaara pup sa!oqOd oauwmsq ur
-uoo p pus bus xa~pp pus ain3axa oa %a* sa! BE puw aumu SP! y ‘buedwo3 pres 30 qua%s xo loaaw 10 ‘iaa~u!abawoa1a 10 baruoalw
‘A481 bq deUl 10 aJW qo!qM %IlIBS aql $0 1aqp $0 ~~18U aqa U! %UIglkU8 IO B%UFq8UapIIn ‘suo!iqnd!as ‘SUO!l88~qO ’s&l3U8z@OlGU ‘6pUt
PUS ‘PPaAOn8 “9
JlqO 613UJlU03 JO saOU8IUJOJJd aqa %Up?lU8JEn% ‘XSM1 al8Aud 20 NJqnd $0 SUO!l!d %U!p[OOq SUW& IO bi,~JpZJ aq ~U!WUBJ8n~ El31
SUOs1ad x0 UOS1ad bU8 lU!oddU 01 ‘pa6 a88JOdJO3 So! Hapun ‘SaU81aDaS ZU~Sp8V SI! 30 aU0 10 L.mlla~3s QF Ipp UOlJ3Wmfu03 U! Slrpap!sa
-aXA Sa! 30 JZXp!a 10 lUap!Sa.’d Sl! 13MOdWa PUB ZUOqlnE ‘BaOp bpaq 1p pUW ‘Op busduo3 *I lsq 4pa%lpS8 a! aQ ‘auoJaJatfJ
’pUW[pUnOJMaN JO bUOI03 aql U! pU8 8p8UQ fO UOpJ!lUOa aql
~;~u!AoJ~ a9 u! puw saisig pai!un aqi 30 sa!ioqua~, aqa UT PUB 6pw[hqq mqi xaqao salals u! aumu a! u! pu8 i! x03 138 01 biuoq1na p
d?Mod q1!M Sdalu0118 PUS SlUa%E ayodde 4U8dUIOy) S!qa a8qX SSaU!Snq JO UO!l385U8Jl IEnl3aga 991 103 h3SSWlU S! 1! ‘SDaJqA JDYJ
NOJ.LNIOS3H A0 Ad03
COPY OF RESOLUTION
"hot whereas, it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with
and authority to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the Prc
of the Dominion of Canada and in the Colony of Newfoundland.
Therefore, be it Resdned, that this Company do, and it hereby does, authorize and empower its President or either of it
presidents i$ conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or I
as attorney or attofneys-in-fact, or agent or agents of said Company, in its name and as its act, to execute and deliver any and a
tracts guaranteeing 'the fide1;ty of persons holding positions of public or private trust, guaranteeing the performances of contract!
than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedi!
by law allowed, and
bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may 1
municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces
Dominion of Canada or of the Colony of Newfoundland, or by the rules, regulations, orders, customs, practice or discretion of any
body, organization, office or o5cer. local, municipal or othemise. be allowed, required or permitted to be executed, made, taken.
tendered, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation, body, office, ir
municipality or other association or organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not
of anything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation, or undertaki
anything in the nature of either of the same.
I, Theodore G. Parks , an Assistant Secretary of the UNITED STATES FIDELITY
GUARANTY COMPANY, do hereby certify that the foregoing is a fulL true and correct copy of the original power of attorney
Also, in its name and as its attorney or attorneys-in-fact, or agent or agents to execute and guarantee the conditions of any
by&d Company to John T. Kinsey
of Fontana, California , authorizing and empowering h im to sign bonds as ther
forth, which power of attorney has never been revoked and is still in full force and effect.
And I do further certify that said Power of Attorney was given in pursuance of a reeolution adopted at a regular meeting
Board of Directors of said Company, duly called and held at the o5ce of the Company in the City of Baltimore, on the 11th
July, 1910, at which meeting a quorum of the Board of Directore was present, and that the foregoing is a true and correct copy I
resolution, and the whole thereof as rewrded in the minutes of said meeting.
In Tsarirnony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUAR
COMPANY on June 20, 1985 (Date)
*&
Page
GENERAL PROVISIONS
1. PLANS AND SPECIFICATIONS
The specifications for the work shall consist of the latest edition of t
Standard Specifications for Public Works Construction hereinafter
designated SSPWC, as issued by the Southern Chapters of the American Put
Works Association, the City of Carlsbad supplement to the SSPW, 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 Transport ation, together with the City of Carlsbad
Supplemental Standard Drawings. Copies of pertfnent standard drawings c
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 am
materials and nerforminq all operations necessary to complete the projec
work as shown on the project plans and as specified in the specificatior
3. DEFINITIONS AND INTENT
A. Architect:
The word "Engineer" shall mean the architect or his approved
representative.
6. Construction Manager:
The word "Construction Manager" shall mean Koll Construction Compan)
C. Reference to Drdwings:
Where words "shown", "indicated", "detailed", "noted" , "scheduled" (
words of similar import are used, it shall be understood that refert
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, designal
or selection of the Construction Manager is intended unless stated
otherwise. The word "required" and words of similar import shall bt
understood to mean "as required to properly complete the work as
required and ds approved by the Construction Manager" unless stated
otherwise. .
9
b
%*
Page
E) Equals and Approvals:
Where the words "equal", If approved equal", "equivalent" and such WOI
of similar import are used, it shall be understood such words are
followed by the expression "in the opinion of the Architect" unless
otherwise stdted. 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 man that the Contractor,
her/his expense, shall perform all operations, labor, tools and
equipment , and further, including the furnishing and installing of
materials that are indicated, specified, or required to mean that tl
Contractor, at her/his expense, shall furnish and install the work,
complete in place and ready to use, including furnishing of necessai
labor, materials, tools equipment and transportation.
4. CODES AND STANDARDS
Standard specifications incorporated in the requirements of the
specifications by reference shall be those of the latest edition at the
time of receiving bids. It shall be understood that the manufacturers 1
producers of materials so required either have such specifications
available for reference or are fully familiar with their requirements a:
pertaining to their product or material.
5. CONSTRIJCTION SCHEDULE
The Contractor shall provide Consruction Manager with a Construction
Schedule indicating work activities and length of time required for eacl
activity. The Contractor shall review with the Construction Manager
monthly the Construction Schedule to insure completion of the whole or
part of the work.
The Contrdctor shall begin work after being duly notified by an issuancc
a "Notice to Proceed" and shall diligently prosecute the work to comple
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
Contractor.
L ..
z
*C
Page
7. GUARANTEE
All work shall be guaranteed for one year after the filing of a "Notice
Completion" and any faulty work or materials discovered during the
guarantee period shall be repaired or replaced by the Contractor.
8. MANUFACTURER'S INSTRlJCTIONS
Where installation of work is required in accordance with the product
manufacturer's directions, the Contractor shall obtain and distribute t
necessary copies of such instructions, including two copies to the
Construct ion Yanager .
9. INTERNAL COMBUSTION ENGINES
All internal combustion engines used in the construction shall be equip{
with mufflers in good repair when in use on the Droject with special
attention to Carlsbad Municipal Code, Chapter 8.48.
10. CITY INSPECTORS
All work shall be under the observation of a City Construction Lnspectoi
Inspectors shall have free access to any or all parts of work at any tir
Contractor shall furnish Inspectors with such information as may be
necessary to keep her/him fully informed regarding progress and mdnner f
work and character of materials. Inspection of work shall not relieve
Contractor from any obligation to fulfill this contract.
11. PROVISIONS REQUIRED RY LAW DEEMEO INSERTED
Each and every provision of law and clause required by law to be insertt
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
correctly inserted, then uDon application of either oarty the contract
shall forthwith be physically amended to make such insertion or
correct ion.
12. INTENT OF CONTRACT DOCUMENTS
The Contractor, her/his subcontractors and materials suopliers shall
provide and install the work as indicated, specified and implied by the
contract documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at
Contractor's expense to fulfill the intent of said documents. In all instances throughout the life of the contract, the City will be the
interpreter of the intent of the contract documents arid the City's deci:
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 herjhim of the
responsibility of compliance.
,
**
Page
13. SUBSTITUTION OF MATERIALS
The Proposal of the Bidder shall be in strict conformity with the drdwii
and specifications and based upon the items indicated or smcified. Thc
Contrdctor may offer a substitution for any mdterial, apparatus, equipm or process indicated or specified by patent or proprietary names or by
names of manufacturer which she/he considers equal in every respect to
those indicated or specified, The offer made in writing, shall include
proof of the State Fire Marshal's aoproval (if required), all necessary
information, specifications and data. If required, the Contractor, at
herjhis own expense, shall have the oroposed substitute, material,
apparatus, equipment or process tested as to its quality and strength,
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 construct:
if possible, but in no case less than ten (IO) days prior to actual installation. Substitution shall also include a statement of credit to
issued .
14. RECORD DRAWINGS
The Contractor shall provide and keep up to date a complete "as-built"
record set of plans, which shall be corrected daily and show every chaq
from the original drawings dnd specifications and the exact "ds-built"
locations, sizes and kinds of equipment, underground piping, valves, arx
all other work not visible at surface grade. Prints for this purpose m<
be obtained from the Architect at cost. This set of drawings shall be kc
on the .job and shall be used only as a record set. Upon completion of 1
work, dnd prior to release of retention, the Contractor shall transpose
"as-built" information on to a set of reproducible sepias. Drawings sh<
be drafted in a professional manner and shall locate by dimension and
elevation all concealed work, and changes in manufdcturer information.
"As-Suilts" for the sitework (bid package nurdeir 1) shall be prepared by
the engineer of record.
15. PERMITS
The general construction, electrical and plumbing permits will be issued
the City of Carlshad at no charge to the Contractor. The Contractor is
responsible for all other required licenses and fees.
*
Y
*-
Page
16. QUANTITIES, IN THE SCHEDULE
The City reserves and shall have the right, when confronted with
unpredicted conditions, unforeseen events, or emergencies , to increase (
decrease the quantities of work to be performed under a scheduled unit
price item or to entirely omit the performance thereof, and upon the
decision of the City to do so, the Construction Manager will direct the
Contractor to proceed with the said work ds so modified. If an increasc
the quantity of work so ordered should result in a delay to the work, tt
Contractor will be given an equivalent extension of time.
17. SAFETY & PROTECTION OF WORKERS AND PUBLIC
The Contractor shall take all necessary precautions for the safety of
employees on the work and shall comply with all applicable provisions 01
Federal, State and Municipal safety laws and building codes to prevent
accidents or injury to persons on, about or adjacent to the premises whc
the work is being performed. He/she shall erect and properly maintain q
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
mate ri a1 s .
18. SURVEYING
Column control lines, offset outside the perimeter of the building, and
vertical control (benchmark) will be furnished by others. Contractors
shall perform their own engineering (survey staking) including elevatior
as required.
Survey stdking for the sitework (bid package nuher 1) shall be providec
the City. Rough grade stakes at 50'-0" centers minimum to or toe-of-slc
as required , surface and underground improvements at 25'-0" to 50'-0"
centers including critical points with offsets, and blue tops for buildj
and facility pads.
19. CODES, ORDINANCES, REGULATIONS &ABBREVIATIONS
Reference to codes, ordinances and regulations are to editions in effect as to date of proposals. Abbreviations dre used for
agencies issuing standard specificdtions as follows:
Aqency Abbreviation
American Society for Testing Materials AS TM
U .S. Government Fed. Spec.
National Board of Fire Underwriters NBFU Americ dn I ns ti tu t e of S tee1 C ons tr uct ion AI sc American Standards Associ at ion ASA
Underwriters Laboratories, Inc. UL
imerican toncrete fns titute 55 epaqtmen of Comm rce Standards
* -.
z
Page
20. STORAGE
Space for storage and temporary buildings will be allocated by the
Construction Manager as job conditions permit. Temporary offices or she
shall he constructed of fire resistant materials. Material and layout n
be approved by the Construction Manager prior to installation.
21. TESTING AND INSPECTION
Testing and inspection shall be as required by the Specifications. The
Contractor shall be required to cooperate fully with the inspecting agen
during inspections at a fabricating plant and/or on the jobsite and shal
provide ladders, platforms, scaffolds and/or safe accessibility to the w
for such inspections and/or tests.
22. SCAFFOLDING AND HOISTING
The price shall include all costs for the following:
a. Scaffolding and shoring required for the Contractor's work.
b. Hoisting required for the Contractor's work.
23. CLEAN UP
The Contractor shall keep the Dremises free at all times from all waste
materials, packaging materials and other rubbish accumulated in connectic
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 REPORTS
Force reports indicating trade and personnel per trade shall be submittec
to the Construction Manager daily. A brief description of work performec
shall be included.
26. ELECTRICAL POWER
Electrical power will be provided in the building for the use of the
Contractor for special lighting and operation of small tools only. Power
will he single phase at 208 volts or 240, and 120 volts. It is the
Contactor's responsibility to provide extension cords and/or wiring from
central distribution Doints. Power will not be provided for high voltagc
or heavy amperage type equipment such as welding machines and any swcial
power requirements shall be provided and paid for by the Contractor. .
t
.
a.
Page
27. BACKFILL AND COMPACTION
Backfill and compaction of trenches shall be in conformance with the 19;
edition of "Standard Specifications for Public Works Construction".
Backfill material shall be approved by the soils engineer. Contractors
shall pay all costs for retesting required as the result of density test
failures due to improper compaction. Backfilling of trenches and
excavations shall not be undertaken until required tests and inspections
have been completed, "as-built" location notes have been verified, and
authority to start the backfill has been granted by the inspector and s up r i nt end e nt .
b
..
Page
CERTIFICATION OF COMPLIANCE
I hereby certify that ,r=OtJT4d* S-rrZEL
Legal Name of Contractor
in performing under the contract awarded by the City of Carlsbdd, ail1 cmpl:
with the County of San Diego Affirmative Action Program adopt& by t+e Board
Supervisors, including all current amendments.
-- b -I\-q $
Date
(NOTARIZE OR CORPORATE SEAL)
(Notorial acknowledgement of execution by all principals must be attached).
P--- - -
day of June , in the On this 2lst
before me, the undersigned, a Notary Public in and for sald State, person
Iss STATE OF CALIFORNIA
COUNTY OF Sari Bernardino
John Ware
, personally (or proved to me on the basis of satisfactory evidence) to be the person- wt
was subscribed to the within instrument, and acknowledged to me
executed it
WITNESS my hand and official seal
Donna L. Rountree
ACKNOWLEDGMENT-General-Wolcolts Form 233CA-Rev 5 82 Notary Public in and for said State
01982 WOLCOTTS INC (PrlCe Class 8 21
11-_^- - -_I_
h ’ ,‘
.a
Page
SPECIAL PROVISIONS/SPECIFICAT~ONS
Scheduling for the project facilities shall commence about June 1, 1985.
Project completion is anticipated for the third quarter of 1986.
underground piping shall be completed as soon as possible to facilitate asph,
paving operation by year end. All contractors should incorporate all \ costs
associated with these time frames within their bids.
Concrete Bid Item 4A
All
1. Base bids for concrete work shall include complete excavations, grade
preparation, forming and backfilling. Excess spoils generated under th
contract shall be relocated to on-site areas designated by the project
superintendent, thus returning exterior grddes to original elevations.
2. The following is a brief list of work to be included within the base bic
for all building/facilities.
Police/Fire Building
A. Footings including steps per details 19, 2OJ.S-1 required for pipes,
slabs including specified depressions, recesses, pits, raised pads,
sand bedding and vapor barrier.
B. Concrete fill for metal deck, including temporary holding facility
ceiling, stair treads and landings.
C. Locker bases and reception counter (See A-11, S-16)
D. Exterior stairs; landings; concrete retaining walls including weep
holes and gravel backfill; bollards; flag pole footings; planters;
concrete slab for courtyard quarry tile including paving edge; and
sidewalk around perimeter of meeting area (sheet A-2); in front of r
entry mrking stalls; and below site walls at stair landings (sheet
1). ‘4d.k shdl join sitework (by others) at end of curb radius
entering oarking lot.
E. Sand blasting of site walls and color (1/2 lb. per sack).
F. Block-out and patch around elevator jack holes.
G. Track slot, foundation and cement filler per detail 3O/A-8.
ti. Grouting all block out, oartition recesses and elevator sills, and 1
of masonry wall at the detention area.
I. Rlock-out and grout pockets for pre-cast connections.
3. Provide temporary plywood treads for all Ban filled stairs.
* ,' a
Page
Mechanica1,Equipment Enclosure
A. Footings; slab with sand bedding and vapor barrier; and equipment
pads.
Exterior concrete ramp - six (6) inches over four (4) inches Class I
base.
B.
C. Exterior walks to curbs - four (4) inches concrete over native soil.
Vehicle Maintenance Building
A. Footings and dabs including specified depressions, pits, sand beddi
and vapor barrier.
R. Concrete fill at mezzanine.
C. Complete tilt up package including but not limited to embed
installations; panel engineering, erection, pickup steel, lifting
hardware and bracing; sandblastinq; color ("J2 lb. per sack),
furnishing and installation of all anchor bolts and wedge anchors
except column dnChOr bolts; complete welding and bolting of ledger
angels and miscellaneous panel connections. Ledger angles and
miscellaneous metal shall be supplied by others; panel caulking.
Exterior concrete aprons - six (6) inches over four (4) inches Clas:
base.
E. Concrete pilasters per details 4, 5, 12/S-11.
F. Grouting of tube steel sleeve per detail 4, 5/S-12.
Vehicle Wash Building
A. Footings and slabs including pits; trench drains; and sdnd bedding (
0.
vapor barrier.
8. Rase bid shall include wash facility as tilt up construction per she
S-14 and per the complete requirements listed under Item C for the
vehicle mdintendnce buildinq.
Include concrete apron - six (6) inches over four (4) inches Class 1
base around perimeter of wash facility and fuel island. 4ctual
construction of fuel island shall be by others.
C.
3. Include complete installation of all footings for masonry wills.
1)
(See i
4. Provide dlternate deduct from base bid to construct wash facility utili,
Deduct should include complete tilt up packagc masonry Der sheet S-14A.
specified dove. Anchor bolts to be provided and installed by masonry
contractor.
.=
e
Page
5. Concrete bid shall also include the following requirements:
A. Construction, control and weakened plane joints.
8. Sealer, hardener and/or special aggregate.
C. Grouting/dry pack of steel column base plastes, and roof beams at
vehicle maintenance building and tilt up walls.
D. Footings, slab and apron for trash enclosures located north of vehic
maintenance building. (Sheet AC- 1 )
E. Receiving, storing and setting of sleeves, embeds and hollow metal
frames provided by others.
6. Provide alternate additive price to install concrete pole bases for site
liqht fixtures (sheet E-I). Anchor bolts by others.
7. All site concrete work not specifically listed above, including gate
rolling pads, shall be furnished and installed by others.
8. Provide alternate deduct from base bid for construction of reception
counter and locker bases (sheets A-11, 5-16).
9. Provide alternate price to install four (4) inch drain pipe behind site
concrete walls as specified.
10. Concrete bids shall include, if necessary, the installation and removal
temporary waste slabs in order to cast panels to meet construction
scheduling. The intent is to complete panel erection in no more than tw
(2) lifts. Permanent slabs shall be repaired and restored as required.
Coordinate installation of greased dowells per detail 22/S-10. 11.
12. Include receiving, storing and installation of anchor bolts supplied by
others for steel columns. Provide templets if necessary.
13. Provide premoulded expansion joint where shown.
14. Maintain safety cables installed by the structurdl steel contractor duri
the concrete phase of construction.
15. Provide and maintain safety protection at slab openings.
16. Temporarily shore beams and decking for construction loading if required #
17. Provide temporary or permanent edge angle support and/or stdilization ii
required.
s
9
\.
&%
b a
Page
Reinforcing Steel Bid Item 48
1. Base bid ta include all reinforcing steel and welded wire mesh for all
building facilities including but not limited to: footings; grade beams
slabs; site concrete aprons, stairs, and walls; tilt up panels; equipmn
pads; flag pole footings; etc. Assume vehicle wash facility shall be ti
up construction. Reinforcing steel for masonry construction shall be
provided and installed by others, with exception of bars extending from
concrete footings, or as mentioned below.
2. Provide steel for two (2) gate rolling pads shown on sheet AC-1, per det
26/A-2.
3. Provide and install reinforcing steel including welding per detail 26/S-
Holes in steel columns shall be by others.
4. Provide and install all rebar dowels, including expansion cap indicated
detail 22/S-IO.
5. Provide and intall rebar at concrete pilasters per deteails 4, 5, 12/S-1
6. Include all blocking of rebar for concrete pours including approved plas
chairs for tilt up panels.
7. Provide alternate deduct from base bid to construct wash facility utiliz
masonry per sheet S-14A. (See item 1 above.)
8. Provide alternate additive price to furnish rebar for concrete pole base
( sheet E- 1 1.
Architectural Pre-Cast Concrete Bid Item 4C
1. Contractor shall design, engineer, detail, furnish, fabricate, transport
and erect all thin shell pre-cast Danels as shown within the contract
documents.
2. Contractor shall furnish and install all angles, anchors, braces, threac
rods, plates and/or other devices for connecting and securing the panel:
the bui 1 ding.
Structural steel tubing and angles welded and/or bolted to steel beams shall be installed by others. (Reference details 9, 10/S-7.)
3. Contractor shall furnish and install all caulking and sealant work
associated with the pre-cast for a complete installation. Operdtion shi
include seal at bottom of panels adjacent to the slab.
4. The intent of the plans and specifications is to provide a structurally
rigid and uniform support for the installation of perimeter bands of
operable windows. (Reference details 13, 14/A-22.) Contractor shall include specified horizontal steel tubes within pre-cast panels as a par
of the base bid.
LI
Page
5. Provide alternate deduct from base bid to eliminate tubes specified in j
4 above, if determined unnecessary by this contractor, to fulfill the
intent of the documents.
Contractor shall furnish and install within pre-cast panels all required
reinforcement and/or stiffners and connection hardware for future
installation of cdnopy/sunscreens by others. It is the intent to suppor
the canopy/sunscreens on the pre-cast panels. The estimated weight of t
larger section is six (6) lbs. per square foot.
6.
7. Size of panels may be changed to effect economies in design as long as t
architectural feature strips are retained.
8. Curved wall Danels will be fabricated to minimize defects due to castins
angles,
9. First floor windows will be constructed to facilitate the passage of stL
at 4' oc to connect the first floor panels to the bottom of the second floor panels.
Masonry Bid Item 4D
1. Base bid to include masonry construction of the mechanical equipment
enclosure including retaining wall; interior mechanical roan and detentj area walls within Police facility; interior partition walls within the
vehicle maintenance and wash facilities; and site trash enclsoures.
Also include complete qlass block installations for the Police/Fire facility including joint sealant. Steel support channels with "U" bars
shall be provided and installed by others. Block size shall be as
specified on the plans (8 x 8).
2. Provide dl1 shoring of openings as required.
3. Provide and install all rebar, mortar, qrout, anchor bolts and sand
blasting for all masonry work. Reference special details: 15/S-7
including connection to steel beam; and 11, 13, 15, 16/S-10.
4. Provide and install added dowels oer details 4, 5, 12/S-11. Concrete
pilaster and rebar cage shall be by others.
5. Provide and install all setting and grouting of hollow metal door and
louver frames within masonry walls. Also include qrouting of frames shc
on sheet 4-58.
6. Provide alternate additive price to base bid to construct vehicle wash
facility utilizing masonry per sheet S-14A, in lieu of concrete tilt up
Price shall be complete including rebar, anchor bolts, setting of embed
and sandblasting.
1
.$
" , '1
Page
7. Project erection scheduling necessitates the installation of perimeter
masonry walls for the detention facility and mechanical rooms after the
pre-cast wall cladding has been instdled.
8. Water repellant coating is N.I.C.
Miscellaneous Metals Bid Item 4E
1. Structural steel for the Police/Fire building and vehicle maintenance
building has already been bid. This bid shall include remaining steel 1 as specified below, and compelte structural and miscellaneous steel
associated with the mechanical equipment enclosure (sheets AC-3 and S-I!
and vehicle wash facility (sheets A-60 arid S-14).
2. The base bid shall include special finish requirements as outlined with
the specifications. Alternates shall also be requested as follows:
A. Provide alternate add and/or deduct to powder bake finish in lieu o
specif icat ion sect ion 05030.
8. Provide alternate deduct to eliminate special finish entirely, and
prepare metal surfaces galvanized and/or primed for paint by others
3. Steel gates details 19, 25, 26 and 27/4-2; and angle at fuel island are
N.I.C.
4. Steel framing associated with the elevators in the Police/Fire facility shall he furnished and installed by others. However, this bid shall
include the sill angles for edch floor landing dnd pit ladder
installations.
5. The following items shall be furnished and installed as a part of this I
package:
A, Exterior and interior handrails and guardrails for all facilties.
Reference details 1, 13, 19/AC-2; 14/A-7; 12/A-51.
B. Tubes and trellis for mechanical equipment enclosure. Reference
details sheet AC-3, sheet S-15. Embeds to be furnished F.O.B.
jobsite.
C. Ladders and grab rails details 25, 26/A-7; IO, 11/A-53 and ladder SI
for roof hatch at mezzanine sheet 9-51.
D. Miscellaneous angles per detail - section 4/A-15.
E. Complete stair systems. Reference details sheet A-16; 12/A-51; she1
S-16. Perimeter vertical tubes, curved horizontal tubes and wide
flange framing shall be completed by others.
F. 4" x 3" x 1/2" angle per details 27/A-16, 11, 12/S-7. Angle at decl
and qlass handrail shall be completed by others.
4 *>
't ' >
Page
G. Galvanized plates and t'U't-bars welded to plate per details 8, 9, 13,
25, 27/A-21 typical.
H. All 4 x 4 tube steel located outside the main structural frame for
support of pre-cast panels.
I. Horizontal and curved tubes, angles per details 1, 2, 4, 6/S-5.
3. Complete angles, tubes, plates, sleeve nut and threaded rod per det(
3, 6/S-5.
K. Tube steel framing at main entry including lower threaded rod and
connection of components. Reference detail 10/S-7. Tube welded to
beam and 4x angle shall be furnished by others.
L. Curved tubes and angles at atrium per details 1, 13, 14/S-9.
M. Complete tube and angle framing for door supports detail 23/S-9.
N. Furnish and install all beams and connection plates for vehicle
maintenance mezzanine framing. Reference details 13, 14, 15, 16/S-'
Also include 3 1/2" tube column oer ll/S-11.
0. Rent plates and field welds per detail 11/S-10.
P. 4 x 3 tube welded to plates per detail 5/5-12.
Q. Tube framing above plane of roof per detail aa/S-12.
R. Tube framing per detail 10/S-14.
F.O.B. Jobsitel
A. All handrail and guardrail sleeves.
5. Guard posts.
C. Embed angles at door jambs per details 2, 8/A-58.
D.
E. Miscellaneous embeds per details 8, 9, IO/S-lO; 4, 5, 12/S-11; 6, 1;
Ledger angles and plates per details 1, 2, 5, 7/S-10.
12.
F. Miscellaneous angles, plates and channels per sheets S-13, S-14, S-'
6. Provide alternate deduct from base bid should owner elect to construct
vehicle wash facility in masonry per sheet S-14A. Ledger angle, bearin!
plates and tube framing should remain.
7. Stairs shall he installed within forty-five (45) days after award of
contract or temporary stairs shall be provided by this contractor.
<* r+
n " <
Page
8. Storage bin track, detail 30/A-8 is N.I.C.
Steel Doors and Frames Bid Item 4F
1. Steel doors and frames and window frames (borrowed lites) shall be
completed per plans and specifications and delivered F.O.B. jobsite, all
tax included. Include all hollow metal and detention sliding doors.
Actual installation shall he coordinated in a future bid package.
Provide tdb welded to frames per detail 16/A-21, where applicable. 2.
3. Include labeled openings, louvers and door glass lights where specified.
4. Base bid shall also include rated metal frames for fixed wire glass loca
within the Police/Fire arid vehicle maintenance fdcilities. Glass shall
supplied by others in future bid package.
5. Provide adequate spreader bars for frames.
6. Provide backing for all hardware and preparation (drilling and tapping,
etc.) for all hardware.
.
*
3r
r 2%
<h .* +*
Page
LIST OF CONTRACT DOCUMENTS
I. Contract documents prepared by Suhnau, McGavin, Ruhnw/Associates, 1207
Avenue, Carlsbad, CA 92008 (619) 729-7144. Plans dated April 22, 198
a. Architectural Site Plans Sheets AC-1 thru AC-3
b. Architectural
Public Safety Center Sheets A-1 thru A-36
Public Service Center Sheets 4-51 thru A-60A
c. Equipment Plans Sheets EQ-I and EQ-2 d. Structural Plans Sheets S-I thru S-16 e. Mechanical Plans Sheets M.1 thru M-10
f. Plumbing Plans Sheets P-I thru P-8 g. Electrical Plans Sheets E-I thru E-20
11. Project manual (specifications) for the construction of the City of
Carlsbad Public Safety and Service Center prepared by Ruhnau, McGavin,
Ruhnau/Associates dated April 8, 1985.
fieLULULllg KeyuebLeu DY ana nerurn 10: 86 ;-- - 4.3470 4
i : [F-
3- r 1 Ll” r)
1095 c City Clerk
1200 Elm Avenue
Carlsbad, CA 92008
iP t9Eo Sfp 30 j!jji
I‘L>t LO it’ f y .’! C(j7
NOTICE OF COMPLETION
ENGINEERING f Vi:-))$ i a , i
To All Laborers and Material Men and to Every Other Person
Interested:
YOU WILL PLEASE TAKE NOTICE that on September 23, 1986, the
Engineering project consisting of structural steel on tht Carlsbad Safety and Service Center on which Fontana Stee:
was the Contractor, was completed.
CITY OF CARLSBAD
04 $$L&+ (ij5-/%
Assistant City Engineer
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the Cit 5,ouncil of said City on SEPrE m&FH $3, 1986, accepte
the above described work as complet’ed and ordered that
i Notice of Completion be filed.
I declare under penalty of perjury that the foregoin
is true and correct. .
Executed on alj -9 1986 at Carlsbad
California. V
CITY OF CARLSBAD
u
ALETHA L.
City Clerk
/ # * -17- .
e a s a*
1200 ELM AVENUE TELE
CARLSBAD, CALIFORNIA 92008 (714)
Off/ce of the City Clerk
Citp of Csrls’bab
September 25, 1986
Vera L. Lyle
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation are the following described documents:
Notice of Completion - Engineering
Carlsbad Safety and Service Center
Tulsa Steel, Contractor
Notice of Completion - Engineering
Carlsbad Safety and Service Center
Bannister Steel, Contractor
Notice of Completion - Engineering
Carlsbad Safety and Service Center
Fontana Steel, Contractor
Notice of Completion - Engine.ering
Foundation and Slab - Safety Center
Presser Concrete, Contractor
Our staff has determined that the recordation of these documents is
of benefit to the City; therefore, it is requested that the fees
be waived.
Thank you for your assistance in this matter. ~iiiiixfi Deputy City Clerk
Encs.
~- 9 6 'City Cleik -
41200 Elm Avenue
1 earlsbad, CA 92008
NOTICE OF COUPLETION
ENGINEERING
To All Laborers and Material Men and to Every Other Persoi
Interested:
YOU WILL PLEASE TAKE NOTICE that on September 23, 1986, thl
Engineering project consisting of structural steel on th
Carlsbad Safety and Service Center on which Fontana Stee
was the Contractor, was completed.
CITY OF CARLSBAD
oL.$ k 7$5/%
Assistant City Engineer
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the Cit
Council of said City on ~rpr~ mRFR 2.3, 1986, accept€
the above described work as complet'ed and ordered that
Notice of Completion be filed.
I declare under penalty of perjury that the foregoir
Executed on *,, 1 'a? , 1986 at Carlsbac
is true and correct.
California.
CITY OF CARLSBAD
L&kd+W/ P&;;t;kcb,
ALETHA L. RAUTENKRANZ
City Clerk
0 Certificate of.,, Insurance *
nee Company or the Nattonwide Mutual Fire insurance Company certifies that the insurance afforded by the polici e as of the effective date of this certificate and that this Certificate of Insurance does not amend extend or 0th
wage contained in any policy or policies numbered and described below.
Certificate Holdets Name and Address r City of Carl sbad 7:
Safety & Service 1200 Elm Ave. L Carlsbad, GA 92008-1989 J- DESCRIPTIVE SCHEDULE-
Comprehensive Form
Premises-Operations
Explosion and Cohpse Hazard
Underground Hazard
ProductslCornpIeted Operations
Contractual insurance
Broad Form Property Damage
73 SM 0000688-0003
omprehensive Form
73 BA 0000688-0002
73 tic 0000688-0001
lnsunrre in force only for hazards crdcated by X
'SDoulC any of the above described policies be cancelled before the expiration date thereon the imuraxe company wll db&xM% mail mitien notice to the akve named CeI
Date Certifrate tssuet 6/26/85&fp$ 7
NATIONWIDE MUTUAL INSURANCE CI
NATIONWIDE MUTUAL FIRE INSURANCE
P ac~#~~XdCd$.YPeX~~~~~~~X9t~~~ff#~~ nS CiNifcate IS executed by Nat~onwide Mutual Insurance Cwany d sa16 company has ISS~
to which this ceniiicate IS attached it IS executed by Nailonwide Mutual fire Insurance
if sad company has issued the pdicy to which this certifrate is attachcd
Name and Address (q3- Columbus Ohio
'
ONTANA STEEL, WARE TRANSPORTATION, . P,- ,, 7; F +-+.r+.& ';Lr3 .. CENUPY FREEI:'AY PLACERS, MERRY LYNN
-.: r,4r.- C[J.:'?Ahy
-- * . .'. :;I)! 57; - 8, ..,,-.*.,-. ..- -
4l-L ?3r\ J1 '/t-py . .- ,
*. is :' ' '.
k:';TPl;h, CA 52355
O,-zqcjc, SF r, I :. .. rl I:? .I t-c
;k,yme& in5 6
c&A -4bi-y (> bd-ew&
&e&- ”‘ &y&@ & * 3tJ@b-- Yf5
(&xxiL\
3L43 ’