HomeMy WebLinkAboutRiley J Presser Concrete Contractor; 1985-08-05; 3006-4A1 1
July 30, 1985
TO: City Clerk
FROM: Purchasing Officer
€33: RILEY J. PRESSER CONCRETE
CONTRACT NO. 3006-4A - CONCRETE - 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 along with the original
insurance certificate and return the remining copies to Purchasing.
ct
POST OFFICE 670
SAN DIEGO, CALIFORNIA 92112
ALEX CAMPBELL, VICE PRESIDENT
GREAT AMERICAN INSURANCE COMPANY
RILEY J. PRESSER CONCRETE CONTRACTOR, INC.
8869 BALBOA AVENUE, SUITE A
SAN DIEGO, CALIFORNIA 92111
ED TO TBE INSURED NAMED ASOVE FUR THE "OCICY
BP 6273292 01
PREMISES~OPEQSTIOIS
INDEPENDENT COhTPACTORS
BROAD FGRV PROPERR DAVAGE
PERSONAL INJ'
BA 6273401 01
ALL OWNED AUTOS (PRiV PASS )
ALL OWNED ALTOS (&$R&tiy)
NON OWED AUTOS
GARkGE LIABILITY
PRO 6273402 01
WORKERS' CO;:~=wdSATIOb! EC8 4- 156706
EWPLBVEPS' LIA2LLlTI
rvice Center
1200 Elm Avenue
Carlsbad, Calif. 92008-1989
RILEY J. PRESSER CONCRETE CONT Bidder's Name
CITY OF CARLSBAD
f SAN DIEGO COUNTY
CALIFORNIA
BIDDING DOCUENTS
FOR
PUBLIC SAFETY AND SERVICE CENTER
CONTRACT NO. 3006
BID PACKAGE NO. 4A - REVISED
ormation relative to project contact:
Ott CONSTRUCT1
. i I
TELE
(71 4)
1200 ELM AVENUE
CARLSBAD, CALIFORNIA 92008
citp of Carl$bab
PURCHASlNG DEPARTMENT
July 3, 1985
ADDENDCM NO. 1
PROJMPT: PUBLIC SAFETY AND SEHVICE CENTER
BID PACKAE NO. 4A - REVISED
This addendum, receipt acknowledged, must be attached to proposal
form when bid is submitted.
X’-7 ,’ ‘7 (, y/, &J/c ‘ -r/ L- -LC k.
CITY OF CARLSBAD
I acknowledge receipt of Addendm No. 1 to Bid Package No. 4A - Revised.
A, <nitem Planners - _. - __ -
RUHNAU M cG4Vl N RUH NA UIASSOCIATES
-.-a I
I t Ir 3--5 Bn:h >ireet 1207 €/m Adenue wrrar 3 8,
zr3$ s qvrraJ
Cdrj - GlcGa
s ae 0: 9.2507 3669 Cadsbad CA 92008-1995 684 a664 6191'729-7144
May 23, 1985
ADDENDUM NO. 1 (Bid Package No. 4)
To the Contract Documents for
THE CITY OF CARLSBAD PUBLIC SAFETY
StKVICt CEm (2 -- 12 01)
Contract No. : qJ - -4 l(\
BTD PACKAGE NO. 4: Concrete,
r~~~:tio~~it g Steel, krchiiezturzl Pre-Cast Concrete Masonry, Miscel- laneous Iron, Steel Doors and Frames
CITY OF CARLSBAD, CALIFORNIA
1--- -.. -
NOTICE TO BIDDERS:
All work affected by the following provisions shall conform to the plans and specifications for the city of Carlsbad Public Safety and
Delete, or modify each of the following items wherever appearing on drawinJs, and/or in any section of the specification. 4cknowledge , receipt of Addendum No. 1 in the space provided an the Contractor's r Proposal, Failure to do so may subject bidder tc, disqualification. i
Item #1
Award of Contract - The contract may be awarded at the election of
the City on one or a combination of base bids and any alternate or combination of alternates. The City reserves the right to reject this proposal and it shall remain open ana not be withdrawn fc? a
period of sixty (60) days from the date prescribed for its opening.
Item #2
(Bid Package 4A - Concrete) Item 'I2H"- Grouting on top of masonry
wall per detail 13/S-10 shall be completed by Masonry Contractor.
Item #3
(Bid Package 4A - Concrete) The color/cement ratio specified for site walls and tilt-up construction shall be 1 lb. per sack in
lieu of 1/2 lb.
Service Center Rid Package No. 4 (See Above).
e..-.
"\
I
ADDENDUM No. 1, Bid Package No. 4 Page 1 -
r I r
Item #4
Concrete Contractor shall include backfilling of all cast in place
walls adjacent to the Safety Center.
Item #5
(Bid Pkg. 4A - Concrete)
recessed in lieu of surface mounting. (Complete per bid pkg, 4A, Item 2G)
Item #6
(Bid Pkg. 4A - Concrete) Concrete bid shall include footings and fill for pipe guards per detail 9/A-57 (typical).
Item #7
(Bid Pkg. 4A - Concrete) Concrete Bid shall include bench at the \. detention cells per Detail 22/A-23 .
Item #8
(Bid Pkg. 4A - Concrete) 27, 28 /S-lO. Pits/trenches associated with lifts and hoists, Details 29, 3O/S-70 shall be constructed by Service Station Equipment Contractor. Coordinate slab installation with recesses installed by others.
Item #9
(Bid Pkg. 4B - Reinforcing Steel) Items listed in Section I should be included where applicable: trash enclosure footings and slab, solid
wall fence, concrete aprons,
Item #10
(Bid Pkg, 4B - Reinforcing Steel) All concrete aprons at the maintenance and wash facilities and mechanical enclosure shall be
reinforced with #4 bars @ 18" O.C. each way unless specified else- where.
Item #11
(Bid Pkg. 48 - Reinforcing Steel) floor shown at Section 1 , Sht.A-15, shall be 12" below
adjacent finish floor level in lieu of 24".
Storage system track in room #I49 shall be
Concrete Bid shall include pit per Details
(see Att achments ''A", "6" , 'IC", and "D" ) .
The Depth of the depressed access
ADDENDUM No. 1, Bid Package No. 4
Page 2
L
1 8 Item #12
(Bid Pkg. 4C - Pre-Cast Concrete)
14/A-22. The intent of Bid Pkg. 4C, Itm 4 shall reference Sections 2/A-11 and 4/A-13 typical.
Item #I3
'Bid Pkg. 4C - Pre-Cast Concrete) - Bid pkg. 4C, Item 6, ref- erence Detai 1s 1, UA-11.
Item #14
(Bid Pkg. 4C - Pre-Cast Concrete) - Pre-Cast Contractor to include panel joints as specified on A-22.
Item #15
(Bid Pkg. 4D - Masonry) - Masonry Block shall be similar to "Angelus #200" in color and texture.
Item #16
(Bid Pkg. 4D - Masonry) CLARIFICATION - Structural Steel and Misc. Metals shall be provided by others. Masonry Contractor shall coord- inate and install misc. embeds. supplied by others, within masonry walls. Masonry Contractor shall furnish and install 24 Guage Division Stem per Detai 1 23/A-22 Typical.
Item #17
(Bid Pkg. 40 - Yasonry) Masonry Contractor shall include grout, rebar,
and drypack on top of masonry walls - reference Dets. 13/,?5/S-10.
Item #18
(Bid Pkg. 4E - Misc. Metals) Pit ladders shall be included for both
el evator s .
Item #19
(Bid Pkg. 4E - Misc. Metals) Item "56" shall include additional ref- erence Detai 1s 5, 11 , 17, 27/A-22.
Item #20
(Bid Pkg. 4E - Misc. Metals) Include angle welded to tube per detail
12/A-21 typical.
Item #21 - (Bid Pkg. 4E - Misc. Metals) Item "5H" shall include 3 1/2" TTf7F tubes along grid lines 1 and A, in addition to 4 X 4 tubes
along grid line AA.
Delete reference to Detail
ADDENDUM No. 1, Bid Package No. 4 Page 3
t I
Item #22
(Bid Pkg. 4E - Misc.Metats) - Item "55" shall also include typical detail 1/S-3 including specified continuous channel (C5x9) and angles, etc.
Item #23
(Bid Pkg. 4E - Misc. Metals) Item 51 shall include 3 1/2"
horizontal top, and curved tubes.
Item #24
(Bid Pkg. 4E - Misc. Metals) Include '2 1J2'' angles per details
Item #25
(Bid Pkg. 4D - Mix. Metals) Item "5Q" should reference detail 1 l/S-12.
Item #26
(Bid Pkg. 4E - Misc. Metals) Include 6 l/2" bent plate and curved tubes field welded to structural beam per detail 21/S-16.
Item #27
(Bid Pkg. 4E - Mix. Metals) No. 7 Gague Stranded Galvanized Cable
with appropriate exposed plate airU nut attachments for cable ends
shall be provided at trellis for the Mechanical ?nd Electrical Equipment enclosure shown on Sht. "AC-3".
Item #28
(Bid Pkg., 4E - Misc. Metals) All curved or radiused metal tubing sections shall be manufactured from one continuous section. Splicing or other bonding methods will not be permitted.
Item #29
(Bid Pkg. 4E - Misc. Metals) Contractor shall provide canopy support
connection points (See Det. Z/A-ll) at a maximum spacing of 12' O.C. to coinside with panel joints and end connection conditions.
Item #30
(Bid Pkg. 4F - Steel Doors and Frames) - Provide metal frame to accom- modate 4 o X 4 6 one way vision glass in Rm. 222. (Ref. Det.
9/S-12.
- 29/A-21) .-
Addendum No. 1, Bid Package No. 4 Page 4
1 'Item # 31
(Bid Pkg. 4F - Steel Doors and Frames)
fabricated in lengths in excess of 24 ft. responsible for the onsite splicing of the sectional elements.
Item #32
(Bid Pkg. 4F - Steel Doors and Frames) for Hollow Metal Frame
section at Dispatch Center room #109. provide adequate means of lateral support for "Bullet Resistant" glass frames at both the slab and ceiling locations, as well as sup- port for all glass panels within the frames.
Item #33
Prefabricated Trench Drain Systems similar to "Ace Drairi" and "Polycast" are acceptable substitute items for the "Grate and Frame" Specified (Section. 05990) when properly attached to, and supported by, the existing slab. (Ref. Det. 17/S-10).
END OF ADDENDUM
Metal Frames shall not be pre-
Installer shall be
Contractor/installer shall
Qbb David Ruhnau, AIA of
Ruhnau McGavin Ruhnau/Associates
Addendum No. 1, Bid Package No. 4 Page 5
c
I I
wm FIHtm-
' WO%TCj ppF=,-o#m PCW?. dT.) w/F'AF(l% PIN, 6PAUE @ 2'o.c-
we' 2:5"^ '1 caG-- 4, y c "!A( pJy5&W4 ~dll IW
I #i--JjHGE-= -- I- tjpt wIp.l
]m]flm@WP LiM176 CP Gamr
Gld@* C~M,lJ[WU~ WtxJtLA ' 1% y FA?' BzGUf6'
hmt No P1-t CARLRBAD ssc ~TTACHMENT "D"
Anhm Plurnwr
- RUHNAU McGAVlN RUHNAUIASSOCIATES
1207EmA- CW&8# CA 91ocB.1995 61 91 729-71 M
3775 rmm smt RI-~& CA 9%1-3669 71 4lW-4664
3 tg 01
Md&
N=W
Lk*
scam-
'Itk AmAWN "A" gT& 01 - ht8
p-t cmSBAD ssc
Archrtuts PfmrwJ RUHNAU McGAVlN RVHNAUIASSOCIATES ' wrdm
irn7~lm~~we 3775 TmM Snc.1 Riverwdr CA 92501-3669 umb.d 0 9Z06.1995 % m 7141684 4664 610,729 7144
Sheer
i
I I c3 x 4.1 )< 5'4 GALI/. CHANNJEL WITH 34"d x 6' B€fl PUCHORS AT HINGE LOCATIONS
3% 2@ r( via mv. ANmE
rE* R.W.WS. 0 Wac,
FRAME cCBlT.ABBvT WTE
----
r----
1yz ppc, STANLEY NO 00
HINGES/ WELD ro CHAN AEtO ANGLE FRAME
REBAR
STANLEY NO. IOIO 3' x I/&" GALV STSEL SVAP WELDED TO
PMLE FRAME
TOF'A BOTTOM
\$" CANE BOLT AND
I I/Z'! P.H.W.5. @ 12"OG
MLE FRAME
CON7 AWuT GATE
Prow3 plorcr NO
CARLSBAD ssc ATTACHMENT yc"
' ArchmCO PlMMn
RUHNAU McGAVlN RUHNAUIASSOCIATES
3775 R,wW TSnm CA Sfreel 92501 3669 C.rltaScr 1207 ~kn AWU~ W 92008-1 995
714/684-46€4 619 729 7144 -
z-:~ 01
%Yq'€55
ab+@
+'
7 f
TELEI 1200 ELM AVENUE CARLSBAD, CALIFORNIA 92008 (714) d
Citp of UCarIs'bab
PURCHASING DEPARTMENT
July 3, 1985
ADDENDUMNO. 2
PROJECT: WBLIC SAFETY AND SEFNICE CENTER
BID PACKAGE NO. 4A - REVISED
This addendum, receipt ackmwledged, must be attached to proposal
form when bid is submitted.
< *\
f q,= L- l" //&-&& ;/%) CITY OF CARIlSBAD
eipt of Addend. No. 2 to Bid Package No. 4A - Revised.
% RUHNAU McGAVlN RUHNAU/ASSKIAT€S I t
5751 farmer Way
Carlsbad, CA 92008
61 91438.5899
July 3, 1985
ADDENDUM NO. 2 (Concrete Re-Bid-4A)
To the Contract Documents for
THE CITY OF CARLSBAD PUBLIC SAFETY AND StRVICt CtNltK (2 -- 12 01)
Contract No.:
BID PACKAGE N0.4A (Concrete Work
as Specitied)
CITY OF CARLSBAD, CALIFORNIA
NOTICE TO BIDDERS:
All work affected by the following provisions shall conform to the
plans and specifications for the City of Carlsbad Public Safety and Service Center Bid Package No. 4A, Concrete Re-bid)
De’lete, or modify each of the following items wherever appearing o
receipt of Addendum No. 2 in the space provided on the Contractor Y‘
drawings, and/or in any section of the specification.
Proposal.
Item #I
(Concrete Re-Bid 4A) Contractor shall, upon demonstration of satis- factory performance, be permitted to use an alternate formwork
detail (Ref: 16/S-1) to maintain acceptable minimum void clearance
and excavation cleanliness.
@ Acknowledg
Failure to do so may subject bidder to disqualificatio
s Item #2
(Concrete Re-Bid 4A) Delete curb walls and detail (S-2, S-5, 2l/S-l). Contractor shall depress total slab areas, as required, to acco- mmodate perimeter wall tracks and ceramic floor tile.
Item #3
(Concrete Re-Bid-4A) Atrium footing details 20/S-7 and 21/S-7 shall be modified to reflect a maximum bottom of footing depth of 18” below
adjacent grade.
ADDENDUM No. 2 , (Concrete Re-Bi d 4A) Page 1
I 1 RUHNAU MCCAVIN RUHNAUIASSOCIATES -
V' Item #4
(Concrete Re-Bid-4A) Concrete column pads at both Atrium (Rm.105) and Di Center -(Rm.~ 109)-may be raised to a standard depth of 3'-0" at pad bottol (Note:"
Item #5
(Concrete Re-bi d 4A) Concrete contractor shall be responsible for a1 1 re
inforcing steel lines and templates.
Item #6
(C1 ari f i cat i on) Temporary shoring for metal decking at upper levels will not be requirec during the placement of concrete.
Item #7
(Concrete Re-Bid 4A) Block-outs at second floor pre-cast panel connectic will be required. Angle connections will be two per panel, Blockouts SI
be approximately 30" wide X 12" deep. Concrete Contractors shall complc (grout) block-out areas after erection and alignment of precast panels.
Item #8
(Concrete Re-Bid 4A) Concrete Contractors shall include A $5,000.00 a1 within the base cost for possible solid rock encountered during footing tion excavation. Random Boulders and hard digginq shall not be a part specified allowance, but Contractor's responsibility. Methods for moni quantities and establishinq additional costs shall be developed by the Contractor and Construction Manager. Should rock not be encountered, a deductive change order shall be issued for the entire allowance amount.
Specified minimum embedments must prevail).
END OF ADDENDUM
f ----
-J 2-' '
>>
> ,> <:. i [ 2- - David Ru nau, AIA of Ruhnau McGavi n Ruhnau/Associ ates J ./ -
__ - - I --
DP-
PR/ca - --
r- 2-1 2-01
&-I] i, - ' ,
7
/ L
Addendum No. 2. (Concrete Re-Bi d 4A)
- Page 2
1
TABLE OF CONTENTS
I tern Page
NOTICE INVITING BIDS - 1-
PROPOSAL 5-
BIDDER'S BOND TO ACCOMPANY PROPOSAL 9
DESIGNATION OF SUBCONTRACTORS 10
BIDDER'S STATEMENT OF FIFIANCIAL RESPONSIBILITY
BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE
-
11
12
CONTRACT 13 - '
LABOR AND MATERIALS ROND 17 -
PERFORMANCE 9OND 19 -
GENERAL PROVISIONS 21 -
CERTIFICATE OF COMPLIANCE 28
SPECIAL PROVISIONS/SPECIFICATIONS 29 -
LIST OF CONTRACT DOCUMENTS 3'
Page 1
CITY OF CARLSBAD
PUBLIC SAFETY AND SERVICE CENTER
NOTICE INVITING BIDS
The City of Carlsbad invites bids for performing the following work:
Bid Package #4A - Revised - Police and Fire Administration and Mechanical
Buildings - Concrete.
1. Sealed bids for performing the work shall be received at the office of tt
Purchasing Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, until
4:OO PM on the 11th day of July, 1985, at which time they will be opened
and read aloud.
The work shall be performed in strict conformity with the specifications
therefor as approved by the City Council of the City 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 Projec
involves complete sitework development of twenty-six (26) acres includin
grading, underground utilities, and surface improvements, etc. A fully
improved Police and Fire Administration Building, Vehicle Maintenance
Facility, car wash and fuel island shall also be constructed as a part o
the Phase One construction program.
4. Koll Construction Company will provide construction management services
the City of Carlsbad and shall organize, monitor, coordinate and direct
phases of the construction at the Public Safety and Service Center.
5. Plans, specifications and bidding documents may be obtained at the
Purchasing Department, City Hall, Carlsbad, California, after 3:OO PM or
3une 20, 1985 to licensed Contractors for a non-refundable fee as folloi
Please call ahead to reserve your documents, (619) 438-5601.
Bid Package No Cost
Complete Set, Specifications Included $50.00
Architectural (AC-1 thru A-60A) 20.00
Equipment (EQ-1 and EQ-2) 1 .oo Structural (S-1 thru S-16) 10.00
Mechanical (M-I thru M-10) 5.00
Plumbing (P-I thru P-8) 5.00 Electrical (€-I thru E-20) 10.00
Complete documents are available for review at the following locations:
Construction Plan Rooms Koll Construction Company, 7330 Engineer Road, San Diego, CA 9211
Page 2
6. A pre-bid conference will be held at the City Council Chambers at 2:OO PE
on July 2, 1985 to discuss bidding requirements.
7. If information is required regarding the bid package, drawings and/or
specifications, the bidder SHALL NOT contact the City of Carlsbad nor thc
architect. All questions and requests for information shall be directed
Koll Construction Company, (619) 292-5550, Steve Mahoney.
8. No bid will be received unless it is made on the proposal form included
with these bidding documents. certified check or bidder's bond made payable to the City of Carlsbad fo
the exact dollar amount of 10% of the amount bid. If the exact mount i
not known at the time the bond is issued, the bidder's bond should read, follows: "10% of the bid amount not to exceed dollars .If Th
number in the blank must exceed ten percent of the bid amount. Said
guarantee to be forfeited should the bidder to whom the contract is 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.
bidders' security of the second and third lowest responsive bidders may
withheld until the contract has been fully executed. The cash, cashier
check or certified checks submitted by all other unsuccessful bidders SI
be returned to them within ten (IO) days after the receipt of bids, and
their bidders' bond shall be of no further effect.
Each bid must be accompanied by cash,
The
9. The documents included within the sealed bids which require completion (
execution are the following:
1. Proposal
2. fjidder's Bond
3. Designation of Subcontractors
4. Bidder's Statement of Financial Responsibility
5. Bidder's Statement of Technical Ability and Experience
The entire bid package shall be executed and submitted prior to the tin
for the bid opening.
Said document shall be affixed with the appropriate notarized signature
and titles. of the persons signing on behalf of the bidder. For
corporations, appropriately notarized signatures of the Derson authoriz
by the corporate by-laws are required and the corporate seal shall be
affixed to all documents requiring signatures. In the case of a
partnership, the proDerly notarized signature of at least one general
partner is required.
No bid shall be accepted from a Contractor who has not been licensed ii
accordance with the provisions of Chapter 9, Division 3 of the Busines
Professions Code. The Contractor shall state his/her license number a
classification in the proposal.
The City of Carlsbad reserves the right to reject any or all bids and
waive any minor irregularity or informality in such bids.
10.
t
Page 3
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 o'
telegraphic changes to the bidding documents will be considered.
12. The amount of bond to be qiven for the faithful performance of the contr
for said work shall be one hundred percent (100%) of the contract price
therefor, and an additional bond in the amount equal to fifty percent (5 of the contract price for said work shall be qiven 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, establish a clos
date for the purpose of making monthly progress payment.
Each month, the Construction Manager will make an approximate measurmer of the work performed to the closure date and as a basis for makinq monl
payments, estimate its value based on the contract breakdown furnished I
the Contractor and approved by the Construction Manager.
From each proqress estimate, ten percent (10%) will be deducted and
retained by the agency, and the remainder less the amount of all previoi
payments will be paid to the Contractor.
work has been completed and if progress on and quality of the work is
satisfactory as determined by the Construction Manaqer, the deduction t
made from the remaining Droqress payments and from the final payment wi
be limited to $500 or ten percent (10%) of the first half of the total
contract amount, whichever is qreater.
Final payment for value of work completed under this contract, unless
Notice of Liens or unpaid bills are on file with the City, shall be mad
thirty-five (35) calendar days after acceptance of the ccmpleted work.
City Council approval and filing of a Notice of Completion shall constl
said acceptance. Application for payments and dispersement of funds wj
be made through the Construction Manager.
The Contractor may, at his/her option, substitute securities, as specil
by Government Code Section 16340, for the retention held on this contrz
At the request and expense of the Contractor, securities equivalent to
amount withheld may be deposited with the City or with a state or fedel
chartered bank as the escrow agent who shall pay such monies to the Contractor upon satisfactory completion of the contract, The Contract
shall be the beneficial owner of any securities substituted for monies
withheld and shall receive any interest on the monies.
After fifty percent (50%) of
?
Page 4
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 mgntioned in all said documents. The intention of the
documents is to include all labor, materials, equipment, transportation i
services necessary for the proper execution of the work.
14.
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 plans, specifications
other proposed contract documents, or finds discrepancies in, or anissior
from the drawings or specification, a request may be submitted to the
person named on the title page of the contract documents for the
interpretation or correction thereof. Any interpretation or correction
the proposed documents will be made by addendum duly issued by the City,
and a copy of such addendum will be mailed or delivered to each person
receiving a set of such documents. The City will not be responsible 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 Bidder, shall be covered in the bid and
shall be made a part of the Contract. Bidders are advised to verify the
issuance of all addenda and receipt thereof one day prior to bidding.
Submission of bids without acknowledgement of addenda may be cause for
reject ion of bid.
17. No person, firm or corporation shall be allowed to make or file or be
interested in more than one (1) bid for the same work, unless alternate
bids are called for. A person, firm or corporation submitting a
subproposal to a bidder, or who has quoted prices on materials to a Bid( is not thereby disqualified from submitting a subproposal or quoting pr:
to other bidders.
18. Bidders are required to inform themselves fully of the conditions relat
to construction and labor under which the work will be or is now being
performed, and so far as possible, the Contractor must employ such meth
and means in carrying out the specified work as will not cause any
interruptions or interference with any other Contractor.
The Contractor shall comply with the provisions of California Labor Cod
Part 7, Chapter 1, commencing with Section 1720.
19.
20. The Contractor shall not pay less than the specified prevailing rates o
wages established pursuant to Section 1773.2 of the California Labor Cc A copy of the current applicable wage rates is on file in the Office of
Carlsbad City Clerk.
Approved by the City Council of the City of Carlsbad, California, by Resolut
No. 8059, adopted on the 18th day of hne, 1985.
kC7(by L& 1 . RAUJKEIMZ, Cay ClerK '
6/&/8_r
Date
i
Page '
CITY OF CARLSBAD
PUBLIC SAFETY AND SERVICE CENTER
CONTRACT NO. 3006
PROPOSAL
City Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
The undersigned declares he/she has carefully examined the location of the w(
read the Notice Inviting Bids, examined the plans and specifications, and he1
proposes to furnish all labor, materials, 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 Carlsbad, and the special
provisions, to wit:
The following proposal form includes work associated with the project bid
package 114A Revised, Item A - Police and Fire Administration and Mechanical
Buildings - Concrete.
1. Proposals for the work shall include separate prices for each item of t4
bid: Bid W4A, or Bid F48, etc. A proposal for work may include a bidd
combination for any or all items of work, but must also include bids fo
each separate item. Award on a combination bid will only be made if it
the lowest of any possible combination of bids - and is lower than the to
bids of the lowest responsible bidders on the particular items of work
making up that combination bid. The City reserves the right to (a) awa
separate contracts for each bid item, or each combination of bids, or (
make no award at all.
Note: If not bidding on an item of work, the bidder shall state "no bj
Proposals for the work in each bid package shall be complete per the pl specifications and contract documents. Items listed in the special
provisions are for clarifcation only and shall not be considered as a
complete list of all the required work.
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 speci'
unit prices are requested within the special provisions. associated with sheet nine of the improvement plans (Impala Drive), sh
be broken out separately on the proposal form.
4. Addendwn(a) No(s). 2 ,& 3 e been received and is/a
All work
included in this proposal. 1
Page d
Bid
Item f
POLICE AND FIRE ADMINISTRATION AND MECHANICAL BUIDINGS CONCRETE
CONCRETE
4A- 1 Complete Police and Fire Administration and Mechanical Buildings
concrete work for the lump sum amount of Two Hundred and Ninety Six Thousand, Six Hundred And Thirty-One Dollars . $296,631.00
4A-2 Deductive cost from Bid Item 4A-1 for construction of the reception
counter for the lump sum amount of Six Thousand, Three Hundred
And Eighty-Three Dollars
($6,383.00
4A-3 Deductive cost from Bid Item 4A-1 for construction of the locker ba:
for the lump sum amount of Eleven Thousand, Three Hundred Ar
Sixty-Five Dollars
($11,365.00
4 ) &2 J qll'
!
Page ;
All bids are to be computed on a lump sum basis with separated unit pricc when requested, as indicated in this proposal. In case of a discrepancy
between words and figures, the words shall prevail.
5.
6. The undersigned has checked carefully all of the above figures and
understands that the City will not be responsible for any errors or
omissions on the part of the undersigned in making up this bid.
7. The undersigned agrees that in case of default in executing the required
contract with necessary bonds and insurance policies within twenty (20)
days from the date of award of contract by City Council of the City of
Carlsbad, the proceeds of check or bond accompanying this bid shall beco
the property of the City of Carlsbad.
8. Contractors shall be licensed in accordance with the Statutes of the St?
of California providing for the registration of Contractors.
The undersigned bidder hereby represents as follows: 9.
a. That no Council Member, officer, agent or employee of the City (
Carlsbad is personally interested, directly or indirectly, in tf
contract, or the compensation to be paid hereunder; that no
representation, oral or in writing, of the City Council, its
officers, agents or employees, has induced him/her to enter intc
this contract, excepting only those contained in this form of
contract and the papers made a part hereof by its terms; and
tj. That this bid is made without connection with any person, firm
corporation making a bid for the same work, and is in all respe
fair and without collusion or fraud.
IO. The undersigned is aware of the provisions of Section 3700 of the Labor
Code which require every employer to be insured against liability for
workers' compensation or to undertake self-insurance in accordance with
provisions of that code, and agrees to comply with such provisions befo
commencing the performance of the work of this contract.
The undersigned is aware of the provisions of the State of California L
Code, Part 7, Chapter 1, Article 2 relative to the general prevailing I
of wages for each craft or type of worker needed to execute the contrac
and agrees to comply with its provisions.
11.
Page 8
Accompanying this proposal is B,J EadJ (Cash, Certified Check, Rod or Cashier's Check)
for the exact dollar amount of ten percent (10%) of the total bid price. the exact amount is not known at the time the bond is issued, the bidder's boi
should read, as follows:
dollars." The number in the blank must exceed ten percent of the bid amount.
If
"10% of the bid amount not to exceed
5s z 7d43,
Employer I.D. Nc gky .T @L%LZQY 4 R ZL -27/&9/ /- '5
Bidder's Name State License No.
5364 j34LhA JI-lc=
&A, &&20, e(. yz/Ld
Bidder's Address
Name ;;4% a - 53 6Y p/&@ Phone No. Date
(Y 0 EPU5efi 79 d. t Type of Organization (Individual,
Corporation, Partnership)
Authorized Siqnature
List below names of President; Secretary; Treasurer; and Elanaqer, if a
corporation, and names of all partners, if a partnership:
-g LEU J- -/,gL=ss& "3 J-2 Ee2Y ,scl-Th g~~fi Gee
L i"i /7d@/VflNJ ';.=- r ec&e i/ U/L' ./*&wqzec
lLe -gW4#7
(PLEASE ATTACH NOTORIAL
ACKNOWLEDGEMENT OF
EXECUTION BY ALL
PRINCIPALS.)
(CORPORATE SEAL)
,
.
STATE OF CALIFORNIA )
) ss.:
CITY A" COuNn OF SAN DIEGO )
On this 9th day July 19 85, before me, the undersigned Notary Public, in and for the
personally appeared Angie V. Mauricio
satisfactory evidence), to be the person who executed the written instrmnt as Attorney-in-Fact on behalf
corporation therein named and acknowledged to me that the corporation executed it.
- a person known to me (or proved to me on the
Given under my hand and Notarial Seal this 9th day of July A.D.
f '/ - - .,,- My Comnission Expire -il & LL .\ { I i, i LLck:Lj u, d
\ Notary Public.
FORM 116 12/82
,..
H
rn
06162
I BIDDER'S BOND TO ACCOWANY PRCPOSAL
KNOW ALL PEYJNS BY THESE PRESENTS:
That we, RILEY J. PRESSER, CONCRETE CONTRACTOR
firmly bound unto the City of Carlsbad, California, in the sun of
Dollars
(6 10% OF BID ), lawful money of the United States for the payment 1
which sum well and truly to be made, we bind ourselves, jointly ai severally, firmly by these presents,
, as Principal, ar
INSURANCE COMPANY OF THE WEST , as Surety, are held ar
TEN PERCENT OF THE AMOUNT OF THE ACCOMPANYING BID ....................
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH:
I I
1 That if the proposal of the above-bounden principal for:
CONCRETE CONSTRUCTION, 33,000 sq. ft. Bldg.,
PUBLIC SAFETY AND SERVICE CENTER. L - ? , in the City of Carlsbad, is accepted by the City Council of said City, and the above-bounaen Principal shall duly enter into and execute a contrs incluaiq required bonds and insurance policies within twenty (20) days fr the aate of award of contract by the City Council of the City of Carlsbs being auly notified of said award, then this obligation shall become null s void; otherwise, it shall be and remain in full force and effect, and t amunt specified herein shall be forfeited to the said City.
In the event any Principal above named executed this bond as an individui it is agreea that the death of any such Principal shall not exonerate i Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this
i
9TH I , 19" - of JULY
Corporate Seal (If Corporation)
\ 1
RILEY J. PRESSER CONCRETE CONTRACTOR \
1 i I
(
1
i
INSU~E COMPANY OF THE WEST
(Notarial acknowledgement of execut by all PRINCIPALS and SURETY must (Attach acknowledgement of attached. ) I' Attorney in Fact)
I
$1
82-07 , ofiil: n i
INSURANCE COMPANY OF THE WEST
POWER OF ATTORNEY
HOME OFFICE: SAN DIEGO, CALIFORNIA
Certified Copy of
KNOW ALL MEN BY THESE PRESENTS: That the Insurance Company of the West, a Corporation duly authorized an
under the laws of the State of California and having its principal office in the City of San Diego, California, does hereby
constitute and appoint:
its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, tc
seal, acknowledge and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature therec
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following F
adopted by the Board of Directors of the Insurance Company of the West at a meeting duly called and held on the Si>
February, 1973, which said Resolution has not been amended or rescinded and of which the following is a true, full, and
copy:
A. J. CAMPBELL ANGIE V. MAURICIO
“RESOLVED: That the President or Secretary may from time to time appoint Attorneys-in-Fact to represent and a
on behalf of the Company, and either the President or Secretary, the Board of Directors or Executive Committee may a
remove such Attorneys-in-Fact and revoke the Power of Attorney given him or her; and be it further
“RESOLVED: That the Attorney-in-fact may be given full power to execute for and in the name of and on behalf of the
any and all bonds and undertakings as the business of the Company may require, and any such bonds or undertakings e)
any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attesi
Secretary.”
IN WITNESS WHEREOF, Insurance Company of the West has caused its official seal to be hereunto affixed and these I
be signed by its duly authorized officers this Fifth day of May, 1982.
INSURANCE COMPANY OF THE WEST fJ) *, *-#a 1, \e - d+/O President . dh
STATE OF CALIFORNIA ss:
COUNTY OF SAN DIEGO
On this Fifth day of May A.D., 1982, before the subscriber, a Notary Public of the State of California, in and for the
San Oiego, duly commissioned and qualified, came WILLIAM A. WHITE, President of INSURANCE COMPANY OF 1
to me personally known to be the individual and officer described in and who executed the preceding instrument, and
ledged the execution of the same, and being by me duly sworn, deposeth and saith, that he is the said officer of the (
aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of the said Corporation, and tl
Corporate Seal and his signature as such officer were duly affixed and subscribed to the said instrument by the au
direction of the said Corporation.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of San Diego, the d#
first above written.
Notary Public
STATE OF CALIFORNIA ss:
COUNTY OF SAN DIEGO
I, the undersigned, Richard 5. King, Secretary of the Insurance Company of the West, do hereby certify that the orig
OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect, and has not been revokl
IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the Corporate Seal of the
this 9th day of July 19 85. 0 3 *4am\,i(* - J
‘41 I$(@ ICW CAL 37 (REV. 5/82)
I
Page 1
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies helshe has used the subbids of the following listed Contractors in making UP his/her bid and that the subcontractors listed will
used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with applicable provisions of the specifications.
No changes may be made in these subcontractors except upon the prior approval
the City Engineer or the City of Carlsbad.
required for each subcontractor. Additional pages can be attached, if
required :
The following information is
Work Company Name
nln-s ubhA,Tz.Qc-Eo E%
Page 1
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a notarized or sealed statement of his/her
financial responsibility. Either a current audited income tax or profit/loss
statement -c
@Ku rpaEB 5 t- .s / /7Pa / ( Qwo46- *MA Lo > &Ai?LML.Y/ ,&A
E&GLd&
(Notarize or
Corporate Seal)
TILT-UP KOLL COMPA'NY STEVE MAHONEY
KOLL COMPANY DENNIS ALLISON STRUCTUAL
1984 SAN DIEGO, CA . 438-8866 6E
1985 i SAN DIEGO, CA 272-5750 -
F D VA GHN 1984 &%%?~~8~~?3- 5 72- IO 4Y
_____I ~ - -~
CONCRETE , 5:
OFFICE BLDG 24
?
I
Page 13 CONTRACT
1943- THIS AGREEMENT, made and entered into this 9 day of '- by and between the City of Carlsbad, California, a munici (hereinafter called "City"), and
( hereinafter called "Contractor".)
City and Contractor agree as follows:
Hm J. PRESSER CONCRETE CONTRACTOR
1. Description of Work. Contractor shall perform all work specified in the contract documents for:
Contract No. 3006-4A-Revised - Concrete, public Safety and Service Cater
( hereinafter called l'project'l)
Provisions of Labor and Materials. materials, tools, equipment and personnel to perform the work specified t the contract documents.
2. Contractor shall provide all labor,
3. Contract Documents. The contract documents consist of this contract; thr
bid documents, including the notice to bidders, instructions to bidders
contractors proposal; the plans and specifications and all proper
amendments and changes made thereto in accordance with this contract or
plans and specifications; and the bonds for the project; all of which art
incorporated herein by this reference.
Payment. As full compensation for Contractors performance of work under
this contract, City shall make payment to Contractor per the terms outli
in the Notice Inviting Bids, Item 13. Contract amount 'BKI Hundred NinE . Thousand Six Hundred Thlrty-One and OO/lOO
Payment of undisputed contract amounts shall be contingent upon Contracl
furnishing City with a release of all claims against City amd Construct.
Manager arising by virtue of this contract as it relates to those amounl
Extra compensation equal to 50 percent of the net savinqs may be paid tl
Contractor for cost reduction changes in the plans or specifications 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
4.
$296,631 .OO
city .
5. Independent Investigation. 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 i:
aware of those conditions. The contract price includes payment for all
work that may be done by Contractor in order to overcane unanticipated underground conditions. Any information that may have been furnished
Contractor by City about underground conditions or other job condition: for Contractor's convenience only, and City does not warrant that the
conditions are as thus indicated. Contractor is satisfied will all joi
conditions, including underground conditions and has not relied on
information furnished by City.
A
Page 1
6. Contractor Responsible for Unforeseen Conditions. Contractor shall be
responsible for all loss or damage arising out of the nature of the work
from the action of the elements or from any unforeseen difficulties which
may arise or be encountered in the prosecution of the work until its
acceptance by the City. Contractor shall also be responsible for expense
incurred in the suspension or discontinuance of the work. However,
contractor shall not be responsible for reasonable delays in the completj
of the work caused by acts of God, stormy weather, extra work, or matter5
which the specifications expressly stipulate will be borne by City.
7. Change Orders. City may, without affecting the validity of this contrac
order changes, modifications, deletions and extra work by issuance of
written change orders. Contractor shall make no change in the work with(
the issuance of a written change order, and Contractor shall not be
entitled to compensation for any extra work performed unless the City ha
issued a written change order designating in advance the amount of
additional compensation to be paid for the work. If a change order dele
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 t work shall nevertheless Droceed and the amount shall be determined by
arbitration or litigation. The only person authorized to order changes
extra work is the City Engineer. However, no change or extra work ordei excess of $5,000.00 shall be effective unless approved by the City
Council e
Prevailing Wage. Pursuant to the Labor Code of the State of California
the City Council has ascertained the general prevailing rates of per dic
wages for each craft or type of worker needed to execute the contract a
schedule containing such information is in the City Clerk's office and
incorporated by reference herein. Pursuant to Labor Code Section 1774
contractor shall pay prevailing wages. Contractor shall post copies of
applicable prevailing wages on the job site.
8.
9. Indemnity. Contractor shall indemnify, hold harmless and defend the
Construction Manager and the City and its officers and employees, and E
of them, from any and all liability or loss resulting from any suit, cl or other action brought against the City, or for any other losses of
whatever nature, directly or indirectly arising from the acts of Contrz or its officers, employees or agents done in the construction of this
project or in the performance of this contract regardless of responsib for negligence. The expenses of defense include all costs and expense:
including attorneys fees, of litiqation, arbitration or other dispute
resolution method. Nothing in this paragraph shall require contractor
indemnify City for losses caused by the active negligence of City.
Contractor shall provide Certificates of Insurance evidencing coverage
amounts not less than the following:
10.
1
Page 1
Coverage Combined Single Limit
Automobile L i ab ii it y $ 500,000 General Liability 50O,000
Products/Completed Operations 500,000
Blanket Contr actural 500,000
Contractor's Protective 500,000
Personal Injury 500,000
Excess Liability 500,000
0 ther
Contractor may he 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. Workers Compensation. Contractor shall comply with the requirements of
Section 3700 of the California Labor Code. Contractor shall also assume
the defense and indemnify and save harmless the City and Construction Manager and its officers and employees from all claims, loss, damage,
injury and liability of every kind, nature and description brought by ai 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 Paragr,
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 expira of at least thirty (30) days after written notice of such cancellation
been given to the City.
Arbitration.
out of or relating to this contract or the breach thereof may, at the
option of City, be settled by arbitration in accordance with the
construction industry rules of the American Arbitration Association anc
judgment upon the award rendered by the arbitrator(s1 may be entered ir
California court having jurisdiction thereof.
arbitrator(s) shall be supported by law and substantial evidence as
provided by the California Code of
13. Any controversy or claim in any amount up to $100,000 ari
The award of the
Civil Procedure, Section 1296.
14. Maintenance of Records. Contractor shall maintain and make available 4
the City, upon request, records in accordance with Sections 1776 and 1;
of Part 7, Chapter I, Article 2 of the California Labor Code.
Contractor does not maintain the records at Contractor's principal plai
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 su
records .
If the
NOTARY PUBLIC CALIFORNIA
PRINCIPAL OFfJCE IN
SAN OlEGO COUNTY
My Commislson Expires Mqrch 22 1989
subscribed to the within lnstru i -A to be the person- whose name- and acknowledged to me that -.he- executed the same.
WITNESS my hand and official seal.
' 1
I
Page
The provisions of Part 7, Chapter 1 commencing \ 15. Labor Code Provisions:
section 1720 of the California Labor Code are incorporated herein by
reference .
16. Securit . Pursuant to the requirements of law (Government Code Section
dpropriate securities may be substituted for any monies withheld
City to secure performance of this contract or any obligation establish€
by this contract.
17. Additional Provisions. Any additional provisions of this agrement are
forth in the "General Provisions" or "Special Provisons" attached heretc
and made a part hereof.
(Notarial acknowledge 5nt of
Y execution by ALL PRINCIPALS
1 must be attached.)
BY
Title
A!*
? Contractor's Principal Place of Busine.
Contractor's Certification of Awareness of Workers Compensation Responsibilit!
"I am aware of the provisions of Section 3700 of the Labor Code which require
every employer to be insured against liability for workers compensation or to
undertake self-insurance in accordance with the provisions of that code, and I
will comply with such provisions before commencing the performance of the work
of this contract."
C o ntr act or
Page
LABOR AND MATERIAL BOND
BOND XO. 13 42 51
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the Cit Council of the City of Carlsbad, State of California, by
adopted July 15, 1985 , has award< Resolution No. 8114
JhPRESSFRPTnn , hereinafter desigr
as the "Principal", a contract for:
contract %. 3006-&-~~vised - Concrete, public Safety and Senice Center
in the City of Carlsbad, in strict conformity with the drawings and
specifications and other contract documents now on file in the Office of th
City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said contract 2
the terms thereof require the furnishing of a bond with said contract, prov
that if said Principal or any of hislher or its subcontractors shall fail t
for any materials, provisions, provender or other sumlies or teams used ii
upon for or about the performance of the work agreed to be done, or for an! or labor done thereon of any kind, the Surety on this bond will pay the sar
the extent hereinafter set forth.
NOW, THEREFORE, WE, RILEY J. PRESSER CONCRETE CONTRACTOR
as Principal, hereinafter designated as the "Contractor", and
as Surety, are held and firnly bound unto the City of Carlsbad, in the sum
CWE HUNDRED FOW EIGHT THOUSKVD TKRE HUNDRED FIFTF93 & 50/100 Dollars ($148,315.50 said sum being equal to 50 percent (50%) of the estimated amount of the
contract, to be paid to the said City or its certain attorney, its succes:
and assigns; for which payment, well and truly to be made, we bind oursel\ our heirs, executors and administrators, successors or assigns, jointly ai
severally, firmly hy these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if person or his/her
subcontractors fail to pay for any materials, provisions, provender or ot
supplies, or teams used in, c?on, for, or about the performance of the WJ
contracted to be done, or for any other work or labor thereon of any kind
for amounts due under the Unemployment Insurance Code with respect to suc
or labor, that the Surety or Sureties will pay for the same, in an amount
exceeding the sum specified in the bond, and also, in case suit is brougt
the bond, a reasonable attorney's fee, to be fixed by the court, as requi
the provisions of Section 4202 of the Government Code of the State of
California.
I
TNSL'RANCE COMPANY OF THE WEST
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 Civi
Procedure so as to give a right of action to them or their assigns in any sui
brought upon this bond, as required by the provisions of Section 4205 of the
Government Code of the State of California.
In the event that any Contractor above named executed this bond as an
individual, it is agreed that the death of any such Contractor shall not
exonerate the Surety from its obligations under this bond.
IF1 WITNESS WHEREOF, this instrument has been duly executed by the Contractor Surety above named on the 18TH day of JULY , 1985 .
RILEY J. PRESSER CONCRETE CONTRACTOR
(Notarize or Corporate
Seal for Each Signer) Contractor
INSURANCE,COMPANY OF THE WEST
t 1: ,, 1 < F& 1 1 ,b- ;- /:/ / By: j ~ j,flJ/,
Ang i e ’V . Ma u di c i 0, A t t or n’e $--i-n-Fa c t
,
!/
Surety
I
STATE OF CALIFORNIA )
) ss.:
CITY A?JD WU?TY OF SAX DIEGO )
1
czn Lb;S 18th ’%’ July 19 85 , before w, the mdersigned Notary. Public, 1n and for
personally appeared Anaie V. Mauricio a person know: to TIC (or p:-ove~ t,- 1~ on E
satisfactory tndence), to be the person who executed the wri:ten lnstrmri: as Attorneb-ln-i J~c or) beh
corporation therein named and acknowledged to m that the corporat:on executed ~t.
July A. Given under my hand and Kotarial Seal this 18th day of
>iy Conmission Expires /
Notary Public.
FORM 116 12/82 i
1NSU"Ch CUMPAN Y UP I'Hk WES'l'
POWER OF ATTORNEY
HOME OFFICE: SAN DIEGO, CALIFORNIA
Certified Copy of
KNOW ALL MEN BY THESE PRESENTS: That the Insurance Company of the West, a Corporation duly authorizi
under the laws of the State of California and having its principal office in the City of San Diego, California, does he
constitute and appoint: A. J. CAMPBELL ANGIE V. MAURICIO
its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stem
seal, acknowledge and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature t
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the follon
adopted by the Board of Directors of the Insurance Company of the West at a meeting duly called and held on th
February, 1973, which said Resolution has not been amended or rescinded and of which the following is a true, full
copy:
"RESOLVED: That the President or Secretary may from time to time appoint Attorneys-in-Fact to represent i
on behalf of the Company, and either the President or Secretary, the Board of Directors or Executive Committee m
remove such Attorneys-in-Fact and revoke the Power of Attorney given him or her; and be it further
"RESOLVED: That the Attorney-in-fact may be given full power to execute for and in the name of and on behalf o
any and all bonds and undertakings as the business of the Company may require, and any such bonds or undertakin
any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and i
Secretary . "
IN WITNESS WHEREOF, Insurance Company of the West has caused its official seal to be hereunto affixed and tt
be signed by its duly authorized officers this Fifth day of May, 1982.
INSURANCE COMPANY OF THE WESf 0 c4~~~\~ && President 0 & 3 .*toW5'6 2
% *4h,,\* -
STATE OF CALIFORNIA ss:
COUNTY OF SAN DIEGO
On this Fifth day of May A.D.. 1982, before the subscriber, a Notary Public of the State of California, in and fo
San Diego, duly commissioned and qualified, came WILLIAM A. WHITE, President of INSURANCE COMPANY 1
to me personally known to be the individual and officer described in and who executed the preceding instrument,
ledged the execution of the same, and being by me duly sworn, deposeth and saith, that he is the said officer of
aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of the said Corporation, a
Corporate Seal and his signature as such officer were duly affixed and subscribed to the said instrument by th
direction of the said Corporation.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of San Diego, t
first above written.
I
Rtncipal Onice In Sm Dimgo County
Notary Public i
STATE OF CALIFORNIA
COUNTY OF SAN DIEGO 'St
I, the undersigned, Richard S. King, Secretary of the Insurance Company of the West, do hereby certify that tht
OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect, and has not been r
IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the Corporate Seal of
this 18thday of July 19 85. 0 e/
, u
C411FoR11\* ICW CAL 37 (REV. 5/82)
*
F
PERFORMANCE BOND
BOED NO. 13 42 51
KNOW ALL PERSONS BY THESE PRESENTS:
WHERFAS, the City Council of the City of Carlsbad, State of California, t
Resolution No. 8114 adopted Julv 16, 1985 , has aw, , hereinafter de:
as the "Principal", a contract for:
MLEY J. PRESSER CONCRETE COhmmR
antract I@. 3006-Q-Revised - Concrete, P&lic Safety ad Semite Cent
in the City of Carlsbad, in strict conformity with the drawings and
specifications and other contract documents now on file in the Office of
City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said contrac'
the terms thereof require the furnishing of a bond for the faithful perfc
of said contract;
NOW, THEREFORE, WE, RILEY J. PRESSER CONCRETE CONTRACTOR
as Principal, hereinafter designated as the "Contractor", and
as Surety, are held and firmly bound unto the City of Carlsbad, in the SI
TWO HUNDIiED NE" SIX THOUSAW SIX Huh'DRED THIKR CXIE AID N0/103 Dollars ($ 296,631 .(
said sum being equal to 100 percent (100%) of the estimated amount of thr
contract, to be paid to the said City or its certain attorney, its succe
and assigns; for which payment, well and truly to be made, we bind ourse
our heirs, executors and administrators, successors or assigns, jointly
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contr
his/her or its heirs, executors, administrators, successors or assigns,
all things stand to and abide by, and well and truly keep and perform th
covenants, conditions, and agreements in the said contract and any alter
thereof made as therein provided on hisfher or their part, to be kept an
performed at the time and in the manner therein specified, and in all re
according to their true intent and meaning, and shall indemnify and save
harmless the City of Carlsbad, its officers and agents, as therein stipu then this obligation shall become null and void; otherwise it shall rema
full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that n
change, extension of time, alteration or addition to the terms of the co or to the work to be performed thereunder or the specifications accmpan
same shall affect its obligations on this bond, ad it does hereby waive
of any change, extension of time, alterations or addition to the tenns o
contractor or to the work or to the specifications.
INSL'RANCE COMPANY OF THE WEST
P
In +-he event +-hat any Contractor above named executed this bod as an
individual, it is agreed that the death of any such Contractor shall not exonerate the surety from its obligations under this bond.
114 WITNESS WHFRFOF, this instrument has been duly executed by the Contrac Surety above named on the 18TF.; day of ?I Lj , 1985 -
(Notarize or Corporate Seal for Each Siqner)
/-
//
Surety
I
STATE OF CAL IFORNIA ) I
j ss.: CITY fYyc ab?:n OF SAN DIEGO )
i
July l9 - 85 3 before w, the undersigned Notary Public, in and for persomIIY appeared Angie V. Mauricio
satisfactoT e\Tidence)3 to be the person who executed the written instr-nt as A~~~~~~-~~~~~~ oD. be
corporation therein nawd and acknowledged to me that the corporation executed it.
&I thi5 18th day
a Person knum to mt! (or proved to m on
July A. Given under my ha
:.is.’ Cmlssion Expires
Notary Pub1 ic . I FQRM 116 I2jg2
LN~;UKANL~LWRII'"Y ur HE wmi
POWER OF ATTORNEY
HOME OFFICE: SAN DIEGO, CALIFORNIA
Certified Copy of
KNOW ALL MEN BY THESE PRESENTS: That the Insurance Company of the West, a Corporation duly authoriz
under the laws of the State of California and having its principal office in the City of San Diego, California, does he
constitute and appoint:
its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and ste
seal, acknowledge and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature 1
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the follov
adopted by the Board of Directors of the Insurance Company of the West at a meeting duly called and held on tl
February, 1973, which said Resolution has not been amended or rescinded and of which the following is a true, ful,
copy:
A. J. CAMPBELL ANGIE V. MAURICIO
"RESOLVED: That the President or Secretary may from time to time appoint Attorneys-in-Fact to represent ,
on behalf of the Company, and either the President or Secretary, the Board of Directors or Executive Committee n
remove such Attorneys-in-Fact and revoke the Power of Attorney given him or her; and be it further
"RESOLVED: That the Attorney-in-fact may be given full power to execute for and in the name of and on behalf c
any and all bonds and undertakings as the business of the Company may require, and any such bonds or undertakir
any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and
Secretary . "
IN WITNESS WHEREOF, Insurance Company of the West has caused its official seal to be hereunto affixed and tl
be signed by its duly authorized officers this Fifth day of May, 1982.
INSURANCE COMPANY OF THE WEST 0 c41~ofN\b && President d & $ \*GO"WQr6 %'
-% 44m,,,s+ .?
STATE OF CALIFORNIA ss:
COUNTY OF SAN DIEGO
On this Fifth day of May A.D., 1982, before the subscriber, a Notary Public of the State of California, in and fo'
San Diego, duly commissioned and qualified, came WILLIAM A. WHITE, President of INSURANCE COMPANY (
to me personally known to be the individual and officer described in and who executed the preceding instrument,
ledged the execution of the same, and being by me duly sworn, deposeth and saith, that he is the said officer of
aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of the said Corporation, ai
Corporate Seal and his signature as such officer were duly affixed and subscribed to the said instrument by th
direction of the said Corporation.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of San Diego, ti
first above written.
I Notary Public
STATE OF CALIFORNIA ss:
COUNTY OF SAN DIEGO
I, the undersigned, Richard S. King, Secretary of the Insurance Company of the West, do hereby certify that the
OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect, and has not been re
IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the Corporate Seal of
this 18thday of July 19 85. 0 e/
3 +4&*, ,e 5 1
41ff DUN\\ ICW CAL 37 (REV. 5/82)
. ,
Page 2
GENERAL PROVISIONS
1. PLANS AND SPECIFICATIONS
The specifications for the work shall consist of the latest edition of tl
Standard Specifications for Public Works Construction hereinafter
designated SSPWC, as issued by the Southern Chapters-of the American Pub Works Association, the City of Carlsbad supplement to the SSPWC, the
Contract documents and the General and Special Provisions attached
thereto.
The Construction Plans consist of 15 sheet(s). The standard drawings
utilized for this project are the San Diego Area Regional Standard
Drawings, hereinafter designated SDRS, as issued by the San Diego County
Department of Transportation, together with the City of Carlsbad
Supplemental Standard Drawings. Copies of pertinent standard drawings a
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 anc
materials and performing 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. Construct ion Manager:
The word "Construction Manager" shall mean Koll Construction Compan
C. Reference to Drawings:
Where words "shown", "indicated", 'ldetailed" , "noted", "scheduled"
words of similar import are used, it shall be understood that refez
is made to the plans accompanying these provisions unless stated
otherwise.
D. Directions:
Where words "directed", designated", "selected" or words of similaI
import are used, it shall be understood that the direction, design; or selection of the Construction Manager is intended unless stated
otherwise.
understood to mean "as required to properly complete the work as
required and as approved by the Construction Manager" unless state
otherwise.
The word "required" and words of similar import shall
I
Page 2
E) Equals and Apprwals:
Where the words "equal", "approved equal", "equivalent" and such word
of similar import are used, it shall be understood such words are
followed by the expression "in the opinion of the Architect'' unless
otherwise stated. Where the words "approved", "approval",
"acceptance", or words of similar import are used, it shall be
understood that the approval, acceptance, or similar import of the
Architect is intended.
F) Perform and Provide:
The word "perform" shall be understood to mean that the Contractor, I
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 thi
Contractor, at her/his expense, shall furnish and install the work,
complete in place and ready to use, including furnishing of necessar
labor, materials, tools equipment and transportation.
4. CODES AND STANDARDS
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 (
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. CONSTRUCTION SCHEDULE
The Contractor shall provide Consruction Manager with a Construction
Schedule indicating work activities and length of time required for eac
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 Contractor shall begin work after being duly notified by an issuanc a "Notice to Proceed" and shall diligently prosecute the work to complc
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.
*
Paqe 2:
7. GUARANTEE
All work shall be guaranteed for one year after the filing of a "Notice o
Completion" and any faulty work or materials discovered during the
guarantee period shall be repaired or replaced by the Contractor.
8. MANUFACTURER'S INSTRUCTIONS
Where installation of work is required in accordance with the product manufacturer's directions, the Contractor shall obtain and distribute thr
necessary copies of such instructions, including two copies to the
Construction Manager.
9. INTERNAL COMBUSTION ENGINES
All internal combustion engines used in the construction shall be equippe
with mufflers in good repair when in use on the project with special
attention to Carlsbad Municipal Code, Chapter 8.48.
10. CITY INSPECTORS
All work shall be under the observation of a City Construction Inspector
Inspectors shall have free access to any or all parts of work at any timl
Contractor shall furnish Inspectors with such information as may be
necessary to keep herlhim fully informed regarding progress and manner c
work and character of materials.
Contractor from any obligation to fulfill this contract.
Inspection of work shall not relieve
11. PROVISIONS REQUIPED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to be inserte
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 upon application of either party the contract
shall forthwith be physically amended to make such insertion or
correction.
12. INTENT OF CONTRACT DOCUWNTS
The Contractor, her/his subcontractors and materials suppliers shall
provide and install the work as indicated, specified and implied by the
contract documents.
which are essential to the completion of the work, shall be provided at
Contractor's expense to fulfill the intent of said documents.
instances throughout the life of the contract, the City will be the
interpreter of the intent of the contract documents and the City's 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 her/him of the
responsibility of compliance.
Any items of work not indicated or specified, but
In all
a
4 1
Page 2
13. SUBSTITUTION OF MATERIALS
The Proposal of the Bidder shall be in strict conformity with the drawin<
and specifications and based upon the items indicated or specified. The
Contractor may offer a substitution for any material, apparatus, equipmer or process indicated or specified by patent or proprietary names or by
names of manufacturer which she/he considers equal in every respect to
those indicated or specified. The offer made in writing, shall include
proof of the State Fire Marshal's approval (if required), all necessary
information, specifications and data. If required, the Contractor, at
herlhis own expense, shall have the proposed substitute, material,
apparatus, equipment or process tested as to its quality and strength, i
physical, chemical or other characteristics, and its durability, finish,
efficiency, by a testing laboratory as selected by the City. If the
substitute offered is not deemed to be equal to that so indicated or
specified, then the Contractor shall furnish, erect, or install the material, apparatus, equipment or process indicated or specified. Such
substitution of proposals shall be made prior to beginning of constructit
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 chang
from the original drawings and specifications and the exact "as-built"
locations, sizes and kinds of equipment, underground piping, valves, and
all other work not visible at surface grade. Prints for this purpose ma
be obtained from the Architect at cost. This set of drawings shall be ke
on the job and shall be used only as a record set. Upon completion of t
work, and prior to release of retention, the Contractor shall transDose
"as-built" information on to a set of reproducible sepias. Drawings shz
be drafted in a professional manner and shall locate by dimension and
elevation all concealed work, and changes in manufacturer information.
f'As-builts" for the sitework (bid package number 1) shall be prepared bq
the engineer of record.
15. PERMITS
The general construction, electrical and plumbing permits will be issuec the City of Carlsbad at no charge to the Contractor. The Contractor is
responsible for all other required licenses and fees.
1.
t
Page 2
16. QUANTITIES IN THE SCHEDULE
The City reserves and shall have the right, when confronted with
unpredicted conditions, unforeseen events, or emergencies, to increase 01
decrease the quantities of work to be performed under a scheduled unit
price item or to entirely omit the performance thereof, and upon the
decision of the City to do so, the Construction Manager will direct the
Contractor to proceed with the said work as so modified. If an increase
the quantity of work so ordered should result in a delay to the work, thc Contractor will be given an equivalent extension of time.
17. SAFETY & PROTECTION OF WORKERS AND PUBLIC
The Contractor shall take all necessary precautions for the safety of
employees on the work and shall comply with all applicable provisions of
Federal, State and Municipal safety laws and building codes to prevent
accidents or injury to persons on, about or adjacent to the premises whe
the work is being performed. He/she shall erect and properly maintain a
all times, as required by the conditions and progress of the work, all
necessary safeguards for the protection of workers and public and shall
post danger signs warning against hazards created by such features of
construction as protruding nails, hoists, well holes and falling
materials.
18. SURVEYING
Column control lines, offset outside the perimeter of the building, and
vertical control (benchmark) will be furnished by others. Contractors
shall perform their own engineering (survey staking) including elevatior as required.
Survey staking for the sitework (bid package number 1) shall be provide(
the City. Rough grade stakes at 50f-Off centers minimum to or toe-of-sl as required, surface and underground improvements at 25'-0" to 50'-0" centers including critical points with offsets, and blue tops for build
and facility pads.
19. CODES, ORDINANCES, REGULATIONS & ABBREVIATIONS
Reference to codes, ordinances and regulations are to editions
in effect as to date of proposals. Abbreviations are used for
agencies issuing standard specifications as follows:
Agency Abbreviation
American Society for Testing Materials ASTM U .S. Government Fed. Spec.
National Roard of Fire Underwriters NBFU
American Institute of Steel Construction AISC American Standards Association ASA
Underwriters Laboratories t Inc. UL
8~s~li~a~n~oREr~e~~~~i~~ tgd ard s SEI
.I *
4
Paqe 2r
20. STORAGE
Space for storage- and temporary buildings will be allocated by the
Construction Manager as job conditions permit. Temporary offices or shed
shall be constructed of fire resistant materials. Material and layout mL
be approved by the Construction Manager prior to installation.
2 1. TESTING AND INSPECTION
Testing and inspection shall be as required by the Specifications.
Contractor shall be required to cooperate fully with the inspecting agenc
during inspections at a fabricating plant and/or on the jobsite and shall
provide ladders, platforms, scaffolds and/or safe accessibility to the wc
for such inspections and/or tests.
The
22. SCAFFOLDING AND HOISTING
The price shall include all costs for the following:
a. Scaffolding and shoring required for the Contractor's work.
b. Hoistinq required for the Contractor's work.
23. CLEAN UP
The Contractor shall keep the premises free at all times from all waste
materials, packaging materials and other rubbish accumulated in connecti
with the execution of the work by collecting and depositing said materia
and rubbish in locations or containers as desiqnated by the Construction
Manager.
24. TEWORARY 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 submitte to the Construction Manager daily. A brief description of work performt
s ha1 1 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. Pow,
will be single phase at 208 volts or 240, and 120 volts.
Contactor' s responsibility to provide extension cords and/or wiring fra central distribution points. Power will not be provided for high volta
or heavy amperage type equipment such as welding machines and any speci
power requirements shall be provided and paid for by the Contractor.
It is the
"* *
Page i
27. BACKFILL AND COMPACTION
Backfill and compaction of trenches shall be in conformance with the 197<
edition of "Standard Specifications for Public Works Constructionf1.
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 uper i n t e ndent .
, '+ *
t *
Page 2
.CERTIFICATION OF COMPLIANCE
I hereby certify that RILEY J. PRESSER CONCRETE CONTR., INC. Legal Name of Contractor
in performing under the contract awarded bv the City of Carlsbad, will comply
with the County of San Diego Affirmative Action Program adopted by the Board (
Supervisors, including all current amendments.
July 11, 1985
Date
(NOTARIZE OR CORPORATE SEAL) President Title
(Notorial acknowledgement of execution by all principals must be attached).
, ir Y I * I' 4 c
SPECIAL PROVISIONS/SPECIFICATIONS
Building construction shall commence approximately August, 1985. Project
completion is anticipated for the third quarter of 1986. All underground pip
shall be completed as soon as possible to facilitate asphalt paving operation
year end. All contractors should incorporate all costs associated with these
time frames within their bids.
Concrete Bid Item 4A
1. Concrete bid shall include the Police/Fire Building and maintenance
equipment enclosure only, as specified. The balance of buildinq
facilities, site walls, exterior stairs, plaza concrete work, sidewalk a
concrete aprons shall be bid as a future bid package.
2. Base bids for concrete work shall include complete excavations, grade
preparation, forming and backfilling. Excess spoils generated under thi
contract shall be relocated to on-site areas designated by the project
superintendent, thus returning received grades to original elevations.
3. The following is a brief list of work to be included within the base bid
Police/Fire Building
A. Grade beams and footings including steps per details 19, 20/S-1
required for pipes, and slabs including specified depressions,
recesses, pits, raised pads, sand Dedding and vapor barrier.
R. 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. Block-out and patch around elevator jack holes.
E. Track slot, foundation and cement filler per detail 30/A-8.
F. Grouting all block out, partition recesses and elevator sills.
G. Block-out and grout pockets for pre-cast connections.
H. Provide temporary plywood treads for all pan filled stairs.
, (3 y * 1- L
Page
Mechanical Equipment .Enclosure
A. Footings, including retaining wall; slab with sand beddinq and vapor
barrier; equipment pads; pipe quard footings and fill.
R. Exterior concrete ramp - six (6) inches over four (4) inches Class I
base.
C. Exterior walks to curbs - four (4) inches concrete over native soil.
4. Concrete bid shall also include the following where required:
A. Construction, control and weakened plane joints. /T Sealer, hardener and/ or special aqqregate.
L
C.
D. Receiving, storinq and setting of sleeves, and embeds provided by
Grouting/dry pack of steel column base plastes.
others e
E. Include receiving, storing and installation of anchor bolts supplied
others. Provide templets if necessary.
Provide premoulded expansion joint where shown. F.
5. Maintain safety cables installed by the structural steel contractor duri
the concrete phase of construction.
6. Provide and maintain safety protection at slab openings.
7. Temporarily shore beams and decking for construction loading if required
8. Provide temporary or permanent edge angle support and/or stabilization i
required.
9. Provide alternate deduct from base bid for construction of reception
counter and locker bases (sheets A-11, S-16).
IO. Special attention is directed to addendum No. 1 dated May 23, 1985. Ite
Numbers 1, 2, 5, 6, 7 and 11 relate specifically to this revised bid.
' -3 A
*ab4
Page
'LIST OF CONTRACT DOCUMENTS
I. Contract documents prepared by Ruhnau, McGavin, Ruhnau/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 A-51 thru A-60A c. Equipment Plans Sheets EQ-1 and EQ-2
d. Structural Plans Sheets S-I thru S-16 e. Mechanical Plans Sheets M-I thru $10
f. Plumbing Plans Sheets P-I thru P-8
9. 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.
----- - _^_. 0 -'-'Iu'uc'u "J UIlU ILLCULII I". b 1096 * 80 "jqltflj. B City Clerk
1200 Elm Avenue
Carlsbad, CA 92008
NOTICE OF COMPLETION
ENGINEERING
-
To All Laborers and Material Men and to Every Other Persoi
Interested:
YOU WILL PLEASE TAKE NOTICE that on September 23, 1986, th
Engineering project consisting of foundation and slab on th
Carlsbad Safety and Service Center on which Presser Concret
was the Contractor, was completed.
CITY OF CAHLSBAD
7 /b-/&
Assistant City Engineek r
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the Cit Council of said City on s~p~~m~ffi $3 , 1986, acceptc
the above described work as completed and ordered that
Notice of Completion be filed.
I declare under penalty of perjury that the foregoir
Executed on Ae aIf , 1986 at Carlsbac
is true and correct.
California. V
CITY OF CARLSBAD
P
l2zf&fLdQ-
ALETHA L. RAUTENKRANZ
City Clerk
e * I[
1200 ELM AVENUE TEL
(714 CAR LS BAD, CALI FO R N I A 92008
Office of the City Clerk
Cltg of CarIs’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 - Engineering
Foundation and Slab - Safety Center
Presser Concrete, contractor
Our staff has determined that the recordation of these documents is
of benefit to the City; therefore, it is requested that the fees
be waived.
Thank you for your assistance in this matter. $iiixfi Deputy City Clerk
Encs .
rding Requested By and Return To: e *
CLerk
) Elm Avenue
sbad, CA 92008
NOTICE OF COHPLETIO#
ENGINEERING
To All Laborers and Material Men and to Every Other Persc
Interested:
YOU WILL PLEASE TAKE NOTICE that on September 23, 1986, tt
Engineering project consisting of foundation and slab on tt
Carlsbad Safety and Service Center on which Presser Concrel
was the Contractor, was completed.
CITY OF CARLSBAD
cl ,5/%
Assistarit City Engineeh r
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the Ci' Council of said City on Sg,oT$mBfR ?3 , 1986, acceptr
the above described work as completed and ordered that
Notice of Completion be filed.
I declare under penalty of perjury that the foregoii
Executed on /.a+&LL 2.f , 1986 at Carlsbac
is true and correct.
California.
CITY OF CARLSBAD
4
ud67- ALETHA L. RAUTENKRANZ
City Clerk
THIS CERTIFICRTE IS ISSUED AS A MATTER OF INFORMATION ON1 NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE D
ROBERT F. DRIVER CO., INC.
POST OFFICE BOX 670
SAN DIEGO, CALIFORNIA 92112-4112
RILEY J. PRESSER CONCRETE CONTRACTOR, INC.
8869 BALBOA AVENUE, SUITE A
SAN DIEGO, CALIFORNIA 921 11
TAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLU:
PREMlSESiOQEWTlONS
EXPLOSION & COLLAPSE HAZARD
PAODUCTSICOMPLETEO OPEWTIONS
INDEPENDENT CONTRACTORS
BROAD FORM PROPERTY DAMAGE
PERSONAL INJURY PERSONAL INJU
BA 6273401 01
ALL OWNED AUTOS (PRIV PASS )
ALL O\VNED AUTOS (~Td;(IER,&~~N)
NON-OWNED AUTOS
GARAGE LIABILITY
WORKERS’ COWE@SWTION
Job: Cor,tmct #306l+A 1) Tke City of Ca-1s
SHOULD ANY OF T City of kls’oad
Purchasing Depy.
1200 32.m Ave.
Carlsbad , CA . 92008-1989