Loading...
HomeMy WebLinkAboutTecon Pacific; 1985-08-05; 3006-4Cc! 6dP Recording Requested By an 1200 Elm Avenue Carlsbad, CA 92008 turn To: U City Clerk sp NOTICE OF COMPLETION To All Laborers and Material Men and to Every Other Per: Interested: YOU WILL PLEASE TAKE NOTICE that on January 13, 1987, 1 project consisting of precast concrete at the Carlsbad Safety i Service Center, on which Tecon Pacific was the Contractor, complet ed. CITY OF CARLSBAD II_ PROJECT COORDINATOR VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad; the C Council of said City on d a7 , 1987, accepted above described work as/completdd and ordered that a Notice Completion be filed. I declare under penalty of perjury that the foregoing Executed on - 2 , 1987 at Carlsbad, Californi: true and correct. B I CITY OF CARLSBAD ALEWGLG+ City Clerk $031 rff2 -5 x$ &: 31 NO FEE iJur I LLI VEZAk i.LE ' Lcaut(i~ - fCCO%J"F.Jl_f e a r 1200 ELM AVENUE TE CARLSBAD, CALIFORNIA 92008 (6. Office of the City Clerk Mit~ of Mnrls bnli January 30, 1987 Vera L. Lyle County Recorder P.O. Box 1750 San Diego, CA 92112 Enclosed for recordation are the following described documents: i Notice of Completion - Engineering Elevatorsat Carlsbad Safety and Service Center; Reliable Elevators Contractor Notice of Completion - Engineering HVAC at Carlsbad Safety and Service Center Kinney Air Conditioning Contractor Notice of Completion - Engineering Fire Sprinklers at Carlsbad Safety and Service Center; Orving Engineering Contractor Notice of Completion - Engineering Electrical at Carlsbad Safety and Service Center Catton-McCutcheon Contractor Notice of Completion - Engineering Service Station Equipment at Carlsbad Safety and Service Center; Lube Life Equipment Contractor Notice of Completion - Engineering Vehicle Wash at Carlsbad Safety and Service Center; N/S Corporation Contractor Notice of Completion - Engineering Precast Concrete at Carlsbad Safety and Service Center; Tecon Pacific Contractor Notice of Completion - Engineering Miscellaneous Metal at Carlsbad Safety and Service Center; Tulsa Steel Manufacturing Contractor a 0 3 c Vera L. Lyle County Recorder January 30, 1987 Page 2 Notice of Completion - Engineering Doors and Frames at Carlsbad Safety and Service Center; Estrada Hardware Contractor Notice of Completion - Engineering Concrete Masonry at Carlsbad Safety and Service Center; L.R. Hubbard Contractor Notice of Completion - Engineering Glass Block Ceilings at Carlsbad Safety and Service Center; Dittman Masonry Contractor Notice of Completion - Engineering Toilet Partitions at CArlsbad Safety and Service Center; Maloney Specialties Contractor Notice of Completion - Engineering Glazing at Catrlsbad Safety and Service Center Pacific Glass Contractor Notice of Completion - Engineering Aluminum Canopies at Carlsbad Safety and Service Center; Construction Specialties Contractor Notice of Completion - Engineering Drywall at Carlsbad Safety and Service Center; E.F. Brady Co. Contractor Notice of Completion - Engineering Roofing at Carlsbad Safety and Service Center Hess Roofing Contractor Notice of Completion - Engineering Sheet Metal at Carlsbad Safety and Service Center; California Sheet Metal Contractor Notice of Completion - Engineering Insulation at the Carlsbad Safety and Service Center; Dittemore Brothers Contractor Notice of Completion - Engineering Ceiling Doors at Carlsbad Safety and Service Center; Southern California Overhead Doors Contract Notice of Completion - Engineering Pneumatic Tubes at Carlsbad Safety and Service Center; Air Link International Contractor e 0 P Vera L. Lyle County Recorder January 30, 1987 Page 3 Notice of Completion - Engineering Cabinets at Carlsbad Safety and Service Center Bowser Cabinets Contractor Notice of Completion - Engineering Tile at Carlsbad Safety and Service Center McCandless Tile Contractor Notice of Completion - Engineering Painting at Carlsbad Safety and Service Center Simmons and Wood Contractor Notice of Completion - Engineering Carpets at Carlsbad Safety and Service Center; Vincent Wentz Contractor Notice of Completion - Engineering Access Floorink at Carlsbad Safety and SErvice Center; Tate Access Floors Contractor Notice of Completion - Engineering Folding Partitions at Carlsbd Safety and Service Center; Advanced Wall Systems Contractor Notice of Completion - Engineering Window Coverings at Carlsbad Safety and Service Center; Sheward & Sons Contractor Notice of Completion - Engineering Lockers at Carlsbad Safety and Service Center Goodale Co. Contractor Our staff has determined that the recordation of these documents i: of benefit to the City; therefore, it is requested that the fees be waived. Thank you for your assistance in this matter. giiiY..TY eputy City Clerk Encs. * Recording Requested By and 12*00t Elm Avenue turn To: City Clerk 3, .? darlsbad, CA 92008 NOTICE OF COMPLETION To All Laborers and Material Men and to Every Other Pel Interested: YOU WILL PLEASE TAKE NOTICE that on January 13, 1987, project consisting of precast concrete at the Carlsbad Safety Service Center, on which Tecon Pacific was the Contractor, completed. CITY OF CARLSBAD PROJECT COORDINATOR VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad; the C Council of said City on d a7 , 1987, accepted above described work as/completdd and ordered that a Notice Completion be filed. I declare under penalty of perjury that the foregoing - 2 8(, 1987 at Carlsbad, California true and correct. Executed on / I CITY OF CARLSBAD / ALETHA L. RhUTENKRANZ City Clerk s: July 30, 1985 TO: City Clerk FROM: Purchasing Officer RE: TECON PACIFIC CO. CONTRACT NO. 3006-4C - ARCHITECTURAL PRECAST - PUBLIC SAFETY CEXV 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 and return the remining three to !&rchasing, Ruth bqy**7 Fletcher ct OF ~~~O~~A~~~~ ONLY Corroon & Black 50 California Street San Francisco, CA 94111 Tel: (415) 981-0600 Tecon Paci f i c 1980 South River Road West Sacramento, CA 95691 !K, TZ-X3 JKSURAHICE AFFORDEB BY THE BOXES DESCRIED HZREW IS SUEJECT 78 Ab!. THE TEW18, EXCLUSION PREMISES/OiJERA'rlORS INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONAL INJUR" PERSONAL INJURY ALL OWNED AUTOS (PRIV PASS ) ALL OWNED AUTOS (~~~~R&~~~], NON-OWNED AUTOS GARAGE LIABILITY WORKERS' SA^^^^ Koll Construction Corn 7330 Engineer Road San Diego, CA 92111 Corroon & Black 50 California Street San Francisco, CA 94111 Tecon Paci f i c 1980 South River Road West Sacramento, CA 95691 BHA? POLICES OF ~~~~~~C~ LISTED BELQW HAVE BEEN ISWED TO THE AMY ~~~~~~~~~~~~, TERM OR COPNDIT!OM OF ANY CONTRACT OW OTHER NAMED ABOVE FOR THE POLICY PEW( h WITH RESPECT TO &WHICH THIS CER MXC 55 19634 COMPREHENSIVE FORM PRODUCTS/COMPLETED OPERATlOblS INDEPENDENT CONTRACTORS BROAD FORM PROPERTV DAMAGE PERSONAL INJUR' MXC 55 19634 ALL OWNED AUTOS (PRIV PASS ) ALL OWNED AUTDS (&y!R&tiN) NOM-OWNED AUTOS GARAGE LlABlLlM SHUUhD AMY OF TkE A5ME 3EICRIBED BOLECIES BE CAWELLEE Koll Construction Company 7330 Engineer Road San Diego, CA 92111 ' wp I LC,- ;c L %rn* ?aC&Ic Bidder's Name CITY OF CARLSBAD SAN DIEGO COUNTY CALIFORNIA BIDDING WCUFENTS FOR PUBLIC SAFETY AND SERVICE CENTER CONTRACT NO. 3006 BID PACKAGE NO. 4 For informtition relative to this oroject contact: KOLL CONSTRUCTIOY COMPANY 7330 Engineer Road San Dieqo, CA 92111 Steve Vahoney, Project Manager (619) 292-5550 . P ? ’5 1 ‘< , ‘22h aA A~ENUE ’ CARLSBAD, CA 92008-1989 (E ditp of Carls’bab. T~,:? ,y PURCHASlNG DEPARTMENT MAY 2 am May 23, 1985 <i x.. i *rECoN PAC, AJIDZNEKPINO. 1 PfioJEcT: mlzc saEEIY AND SMCE CENTER BID PACKAGE NO. 4 This addendum, receipt acknowledged, must be attached to proposal form when bid is submitted. %FMc kf) CITY OF CAIULsEiAD I acknowledge receipt of Addendum No. 1 to Bid Package No. 4. ti \ ‘\ a ? *, 11'1 1. i * TABLE OF CONTENTS Item F NOTICE INVITING BIDS 1 PROPOSAL 5 RIDDER'S RON19 TO ACCOMPANY PROPOSAL DESIGNATION OF SUBCONTRACTORS BIDDER'S STATEMENT OF FINANCIAL RESPONSIBlLITY BIDDER'S STATEMENT OF TECHNICAL ARIL CTY AND EXPERIENCE CONTRACT 15 LABOR AND WTERIALS SOND 19 PERFORMANCE BOND 21 GENERAL PRovIsIords 23 CERTIFICATE OF COMPLIANCE SPEC .TAL PRO V X S I ONS / SPEC IF I. C AT I ONS LIST OF CONTRACT DOCUENTS - - 31 e 1 3. 11'1 L. LA Page CITY OF CARLSRAD PUBIC SAFETY AND SERVICE ENTER NOTICE INVITING BIDS The City of Carlsbad invites bids for performing the following work: Bid Package #4 - Concrete, Reinforcing Steel, Architectural Pre-Cast, Masonry, Wiscellaneous Metals, Steel Doors and Frames . 1. Sealed bids for performing the work shall he received at the office of t Purchasing Agent, City Hdll, 1200 Elm Avenue, Carlsbad, California, unti 4:OO PM on the 30th day of May, 1985, at which time they will be opened 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 Dortion of the total Public Safety and Service Center Projec involves complete sitework development of twenty-six (26 ) acres includir 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 ( the Phase One construction proqrdm. 4. Koll Construction Company- will provide construction management services the City of Carlsbad and shall orqanize, monitor, coordinate and direct phases of the construction at the Public Safety and Service Center. 5. Plans, specifications and bidding documents may he obtdined dt the Purchasing Deoartment, City Hall, Carlsbad, California, after 3:OO PM or April 23, 1985 to licensed Contractors for a non-refundable fee ds follc Please call ahead to reserve your documents, (619) 433-5601. Bid Package No Cost Complete Set, Specifications Included $50.00 Architectural (AC-1 thru A-60A) 20.00 Equipment (EQ-1 and EO-2) 1 .oo Structural (S-1 thru S-16) 10 .oo Mechanical (M-I thru M-10) 5.00 Plu&ing (P-1 thru P-8) 5 .OO Electrical (E-1 thru E-20) 10 .oo Complete documents are available for review at the following locations: Construction Plan Rooms Koll Construction Company, 7330 Engineer Road, San Diego, CA 92111 6 * c I rt:,. \- Page A pre-bid conference will be held at the City Council Chambers at 2:OO I 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 tt architect. 921 questions and requests for information shall be directec Koll Construction Company, (619) 292-5550, Steve Yahoney. 6. 7. 8. No bid will be received unless it is made on the Droposal 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 f an amount equal to at least ten percent (10%) of the amount of bid; sail guarantee to be forfeited should the bidder to whom the contract is awa fail to furnish the required bonds and to enter into a contract with th City within the period of time provided for by the bid documents. The bidders' security of the second dnd 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 s be returned to them within ten (10) 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 execution are the following: 1. Proposal 2. Ridder's Bond 3. Designdtion of Subcontractors 4. Bidder's Statement of Financial Responsibility 5. Ridder's Stdtement of Technicdl 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 signaturt and titles of the persons signing on behalf of the bidder. For corporations, appropriately notarized signatures of the person authorii by the corpordte by-laws are required and the corporate seal shal1 be affixed to all documents requiring signatures. In the case of a partnership, the properly notarized signature of at least one general partner is required. No bid shall be accepted from a Contractor who hds not been licensed ir accordance with the provisions of Chapter 9, Division 3 of the Rusines Professions Code. The Contractor shall state his/her license nunher a classif icat ion in the proposal. IO. The City of Carlsbad reserves the right to reject any or all bids and waive any minor irregularity or informality in such bids. 11. Bids shall not modify or contain any recapitulation of the work to be Alternate proposals will not be considered unless called for. No oral telegraphic- changes to the bidding documents will be considered. Y -c- , *", ' I.. \ Page 12. The amount of bond to be given for the faithful performance of the contr for said work shall be one hundred percent (10%) of the contract orice therefor, and an additional bond in the amount equal to fifty percent (5 of the contract price for sdid work shall be given to secure the payment the claims for any material or supplies furnished for the performdnce 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 packdge. Sureties shall be licensed dnd registered in thl State of California and subject to aporoval by the City. 13. Partial and final payments on this contract shall generdlly be in accordance with Section 9 of the 1979 edition of "Standard Specificatior For Public Works Construction", as herein modified. The Construction Manager will, after award of contract, establish a clos date for the ourpose of making monthly progress payment. Each month, the Construction Manager will make dn approximate rneasuremer of the work performed to the closure date and as a basis for making mont payments, estimate its value based on the contract breakdown furnished t the Contractor and approved by the Construction Manager. From each progress estimate, ten percent (10%) will be deducted and retained by the aqency, and the remainder less the amount of all orevioc payments will be paid to the Contractor. After fifty percent (5%) of t work hds been completed and if progress on and auality of the work is satisfactory as determined by the Construction Yanager, the deduction ti made from the remaining progress payments and from the final payment wi be limited to $500 or ten percent (10%) of the first half of the total contrdct amount, whichever is gredter. Findl payment for value of work completed under this contrdct, unless Notice of Liens or unpaid bills are on file with the City, shall be madl thirty-five (35) calendar days after dcceptance of the completed work. City Council approval and filing of a Notice of Canpletion shdll consti said acceptance. Application for payments and dispersement of funds wi be made through the Construct ion Flandger . The Contractor may, at his/her option, substitute securities, as specif by Government Code Section 16340, for the retention held on this contra1 At the request and expense of the Contractor, securities equivalent to amount withheld may be deposited with the City or with a stdte or feder chartered bank as the escrow agent who shall oay such monies to the Contractor upon satisfactory completion of the contract. The Contract0 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 cdl for in one and not mentioned in the other, or vice versa, is to be exec the same as if mentioned in all said documents. The intention of the documents is to include all labor, materials, equipment, transportatior services necessary for the proper execution of the work. + + 4 t“, . i’ Page 15. If any person contemplating subnittinq d bid for the proposed contract in doubt as to the true meaning of any Dart of the nlans, soecification: other proposed contrdct documents, or finds discrepancies in, or anissic from the drawings or soecification, a request may be submitted to the person ndmed 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 foi any other explanation or interpretation of the proposed documents. 16. Any addenda issued by the City during time of bidding, or forming a par the documents delivered to the Sidder, shdll be covered in the bid and shall be mdde a part of the Contract. Bidders are advised to verify th issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgement of addenda may be cause for rejection of bid. 17. No person, firm or corporation shall be allowed to qdke or file or be interested in mre than one (1) hid 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 mdterials to a Bid is not thereby disqualified from submittinq a subproposal or quoting or to other bidders. 18. Ridders 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 ds oossible, the Contractor must employ such met1 and means in carryinq out the specified work as will not cause any interruptions or interference with any other Contrdctor. 19. The Contrdctor shall comply with the provisions of California Labor Coc Part 7, Chapter 1, commencing with Section 1720. 20. The Contrdctor shall not oay less than the snecified nrevailing rates c wages establiscled pursuant to Section 1773.2 of the California Labor Cc A copy of the current applicable wage rdtes is on file in the Office of Carlsbad City Clerk. Approved by the City Council of the City of Carlsbad, California, by Resolut No. 74b3 , adopted on the a”’ day of ,4?-ll 7 19& 2? ) 9pr /- Date v ALETHA L. RAUTEAKRANZ, City C1& P .. ,I!,. Paqe CITY OF CARLSRAD PUBLIC SAFETY AND SERVICE ENTES CONTRACT NO. 3006 PROPOSAL City Council City of Carlsbad 1200 Elm Avenue Carlsbad, C4 92008 The undersigned declares hefshe has carefully examined the location of the v read the Notice Inviting Rids, examined the plans and smcificdtions, and he proposes to furnish all labor, materials, equipment, transportation and sen required to do all the work to complete Contract No. 3006 in accordance witt 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 84, items 4 through F. 1. Proposals for the work shall include separate prices for each item of Y bid: Bid #4A, or Bid 848, etc. 4 proposal for work may include a bid( combination for any or all items of work, but must also include bids fc each separate item. 4ward on a combination bid will only be made if it the lowest of any possible combination of bids and is lower than the tc bids of the lowest responsible bidders on the particular items of work making up that cmbination bid. The City reserves the right to (a) dwc separate contracts for each hid item, or each cmbination of bids, or ( make no award at all. Note: If not bidding on an item of work, the bidder shall state "no bi 2. Proposals for the work in each bid packaqe shall be complete per the p 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. - 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 lumr, sum bids for all work unless speci unit prices are requested within the special provisions. A11 work associated with sheet nine of the improvement plans (Imoala Drive), sh be broken out separately on the proposal form. 4. Addendum(d) Uo(s). ONE: hasfhave been received and isfa included in this proposal. * R I. LL pag< Bid Item 11 CONCRETE 4A- 1 Complete concrete work for the lump sum amount of "no bid" $ 0, 4A- 2 Deductive cost from Bid Item 4A-1 to construct wash facility in ma: by others for the lump sum amount of "no bid" ($, 0 4A- 3 Deductive cost from Bid Item 4A-1 for construction of reception cot and locker bases for the lump sum amount of "no bid" - ($ 0 4A-4 Additive cost to Bid Item 4A-1 for construction of light pole bdse: the lump sum amount of Itno bid" $ 0 - 4A-5 Additive cost to Rid Item 4A-1 for drain pipes behind site walls fc the lump sum amount of "no bid" - - $8 REINFORCING STEEL .- 4027 Complete reinforcinq steel work for €he lump sum amount or ."no bil $ 0 45 1 Deductive cost from Rid Item 45-1 to construct wash facility in ma: for the lump sum amount of "no bid" ($ 0 40- 3 Additive cost to Bit Item 46-1 to furnish rebar for light pole bas< for the lump sum amount of "no bid" - .. $0 ARCHITECTURAL PRE-CAST 4c- 1 Comp1ete~- - 9 I 47- . -$ & 35. -szc' . k *k. - * 'd/k14gp4 '4 e <L ,. C. Page Bid Item # 4C- 2 Deductive cost from Bid Item 4C-1 for steel- rt tubes as specif for the lump sum amount of -- ($ - <a y MASONRY 4D- 1 Complete mdsonry work for the lump sum amount of "no bid" - $ 0 40-2 Additive price to Rid Item 4D-1 to construct wash facility in masoi for the lump sum amount of 11 h . d I1 _c_ $ 0 MISCELLANEOUS METALS 4E- 1 Complete miscellaneous metal work for the lump sum amount of "no bid" -- $ 0 4E-2 Alterndte price to powder coat steel in lieu of finish included wi Rid Item 4E-1 for the lump sum amount of: (add or deduct) "no b iv $ 0 4E- 3 Deductive cost from Rid Item 4E-1 to eliminate special finsish for lump sum amount of "no bid" - (S 0 4E-4 Deductive cost from Bid Item 4E-1 to construct wash facility in md for the lump sum amount of "no bid" - (S 0 STEEL DOORS AND FRAMES 4F- 1 Complete steel door and frame work, F.O.R. jobsite for the lump SI amount of "no bid" $ 0 It..' i L Pdqe Bid Item f COMBINATION RID 4G- 1 Combination Bid Uo's. For the lump sum amount of "no bid" - - ($ 0 Note: Ridders must also bid these individual Rid Item numbers separately. c I ll, I Pdg€ 5. All bids are to k computed on a lump sum basis with sepdrated unit Drj when requested, as indicated in this proposdl. In case of a discrepanc between words and figures, the words shall prevail. 6. The undersigned has checked carefully all of the above figures and understdnds that the City will not be responsible for any errors or omissions on the Dart of the undersigned in making IID this bid. 7. The undersigned agrees that in case of default in executing the requirf 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 bet: the property of the City of Carlsbad. 8. Contractors shall be licensed in accorddnce with the Statutes of the Si 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 1 contrdct, or the compensation to be mid hereunder; that no representation, ordl or in writing, of the City Council, its officers, agents or employees, has induced him/her to e-nter int 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 sdme work, dnd is in.al1 resD fair and without collusion or fraud. IO. The Undersigned is aware of the orovisions of Section 3700 of the Lab0 Code which require every employer to be insured against liability for workers' compensation or to undertdke self-insurdnce in accordance wit Drovisions of that code, and agrees to comply with such provisions bef commencinq the performance of the work of this contract. 11. The undersigned is mare of the Drovisions of the State of California Code, Part 7, Chapter 1, Article 2 relative to the qeneral prevailing of wages for each crdft or type of worker needed to execute the contra and agrees to comply with its provisions. < L*:r I ~. 1 Page Bond Accompanying this proposal is (Cash, Certified Check, Bond or Cashier's Checl in an amount of not less than ten percent (10%) of the total bid orice* Tecon Paci f i c 351 320 94-246061 1 Bidder's Name State License No. Employer 1.D. 1 1980 S. River Road JAMFS R. CI 4BtL CFNFRAl MANAG Bidder's Address Name & PARTNER W. Sacramento CA 95691 j&&vp& 4fJ thorized Signature N/A 916/371-0305 May 30, 1985 u Phone No. Date Type of Organization (Individual, Corporation , Partnership) N/A Pa rt ner s h i p Authorized Signature List below names of President; Secretary; Treasurer; ard Mana4er, if a corporation, ad ndmes of dl partners, if a partnership: CLARK PACIFIC CORPORATION TECON CORPORATION [JAMES R. CLARK. PR,ELREMI -. .- .. ----.-..- T\C rvt-n~~-rin*i nv STATE OF CALIFORNIA , a Notary Pul ss* before me, ............... California, duly licensed an personally known to me (or proved to me on the basis of satisfactory evidence) to be that executed this instrument, on behalf of the partnership and acknowledged to I partnership executed it. IN WITNESS WHEREOF I have hereunto set my hand and affixed I seal, in the ........ .... COUNTY OF. . yo 1.0. .. .......... ............... .James .......... KWFW WBUC - CALIFORNIA YOLO COUNTY MY Comm &plrsr geC 30 .............. , Countyof.. ...... .Yo~Q.. ...... .,on' =s=Cqx-r=-. ...-$". forth above in this mts mmmt 1s only a general form whch may be Proper for use in simple transamom and ,n M way MS. Or IS lmended m act, as a SUbstlNte for the advice Of an atlawy. The printer does not make my wanmty. elmer =press or implied. as to the lqa~ valldrry of any p~oy~slon or me sultabdi of the% lorms 10 aml wdic imalls~t~n. Cowdery's Form No. 29 - Acknowledgment to Notary Public - Partnership - (C.C. Sec. 1190A.) - (Rev. 1/83) 4 5 a:$ L 5a s May 19i 28th ........ ,intheyear STATE OF CALIFORNIA On this ......... .day of.. .. ........ ss, beforeme,. ....... Kelly. .Shawn. .Man.. California, duly licensed and sworn, personally appeared. .............. .... .James. .R.. . C1ar.k.. ............... personally known to me (or proved to me on the basis of satisfactory evidence) to that executed this instrument, on behalf of the partnership and acknowledged tl partnership executed it. IN WITNESS WHEREOF I have hereunto set my hand and affixed seal, in the. ....... forth above in this This document 1s oniy a general iorm which may be proper for u98 In slmple tranSaRlOnS and in 110 may am. w 15 mtended to act. as a substlMe for the advice of an attorney The pnmer does not make any wananty, elmerexpress or implied. as to liw legal validny of my provlslon w the SultahllQ 01 tt!%se forms in any Spedik UallSaRKn. Cowdery’s Form No. 29 - Acknowledgment to Notary Public - Partnership - (C.C. Sec. 1190A.) - (Rev. 1/83) - County Of San Francisco On this 30th day of May , in the year 1985 , before a Notary Public personally appeared Jack M. Woodruff, Jr. known to me (or proved to me on the basis of satisfactory evidence) to be th person whose name is subscribed to this instrument as the Attorney-In-Fact o , and acknowledge to me tha THE AMERICAN INSURANCE COMPANY he (she) subscribed the name of THE Z-MERICAN INSURANCE COMPANY thereto as Surety, and his (her) own name as Attorney In Fact. --___ \ . 9 + 1’ 11 r. “6 Pdqe BIDDER’S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESFNTS: TECON PACIFIC , as Principal, a That we, THE AMERICAN INSURANCE COMPANY as Surety, are held and firmly bou unto the City of Carlsbad, California, in the sum of TEN PERCENT (10%) OF THE TOTAL AMOUNT BID - - - - - - - - - Dollars ($ - - - - - - - J9 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 FOREGOING OBLIGATION IS SUCH: That if the proposal of the above-bounden principal for: Carlsbad Public Safety Center in the City of Carlsbad, 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 a& insurance policies within twenty (20) days from date of award of contract by the City Council of the City of Carlsbad, 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, i is agreed that the death of any such Principal shall not exonerate the Suret) from its obligations under this bond. IN WTNESS WEREOF, wghereunto set our hands and seals this 30th day c 19 85 . May , - THE WBRICAN INSURANCE COMPANY TECON PACIFIC -- Surety -- /--A. BY ‘- q&d l/h( mh Title ‘ Attor!ey in Fact (At tach ac knowledqement of JAMES R. CLARK !Jack . Woodruff, Jr., GENERAL MAN- \I Attorney in Fact) (Not ari a1 acknowledgement of execution by all PRINCIPALS and SURETY must be attached.) (Corporate Seal if corporation) * * %;;E AMERICAN INSURANCE Cod2 ANY PO@a OF, A'ITQWNEY ' KNOW 'ALL MEN BY THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY. a Corporation duly organized and e ,laws of the State of New Jersey. and having its principal office in the City and County of San Francisco, California. has made, ap;oifi!ed. arid does by these presents make. constitute and appoint JACK M. WOODRUFF, JR. ----- ----- its true and lawful Attorney@)-in-Fact. with full power and authority hereby conferred in its name. place and stead. to execute. seal, : deliver any and all bonds. undertakings. recognizances or other written obligations in the nature thereof-----------------. and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President. sealed with the corp Corporation and duly attested by its Secretary. hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the prf This power of attorney is granted pursuant to Article VIII. Section 30 and 31 of By-laws of THE AMERICAN INSURANCE COMP, force and effect. "Article VIII. Appoinrmmr und Aurhiinrr. of Reridenr 4csirrunr Se, rrruneq. und Arr'mwv-rn-Fu f und Azentc IC) (U L <pi Lrgul Pnwr<s und MUAP Appeunrmrr. Sectson 30. App~#inlmenl. The Chairman of the Board of Dircctors. the Reszdcni. any Vice-Resident or any other person authorized h) the Board of Directors. :he Chairma Directors. the Resident or any Vice-President. may. from time lolime. appoint Resident Assistant Secretaries and Attorneys-in-Fact to represen! and act for and on bchaif of !hi Agents to accept legal process and make appearances for and on behalf of the Corporation. Sectmn 31 Aurhorif?. The Authority of such Resident ASSISI~~ Scretaries. 4ttorneys-in-Fact. and Agents shall be cs prescribed in !he instrument evidencing their appoinim appointment and all authority granted thereby ma) he revoked at any time b) the Board of Drectors or by any person cmpouered to make such appointment '. This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of I: AMERICAN iNSURANCE COMPANY at a meeting duly called and held on the 28th day of September. 1966. and said Resoluf amended or repealed: .'RESOLVED. that the signature of any Vice-President. Assistant Secretary. and Resident Assistant Secretary of this Corporation. an Corporation may be affixed or printed on any poser of attorney. on any revocation of any power of attorney. or on any certificate re facsimile. and any power of attorney. any revocalion of any power of attorney. or certificate bearing such facsimile signature or facsi valid and binding upon the Corporation." IN WITNESS WHEREOF. THE 4MERICAN INSURANCE COMPANY has caused these presents to be signed by its Vice-Resid and its corporate seal to be hereunto affixed this 29thday of January ,1980. THE AMERICAN INSURANCE COMPAN lJ?=u&& du*dru Bv \'KC PrewJcni t I' ss. STATE OF CALIFORNIA. CITY AND COUNTY OF SAN IrTANCISCO on thisrnh day of January wl 11 l.dlXl w. 1 ;I!& to me known. who. being by me duly suorn. did depose and say. that he is Vice-President of THE .4MERIC,AN INSL'RANCE Corporation described in and which executed the above inwument: that he knows the seal of said Corporation; that the seal ;ittixed to th is such corporate seal: that it was so atfixed by order of the Board of Direcrors of said Corporation and that he signed hi5 name theri IN WITNESS WHEREOF. I have hereunto sei in) hand and affixed my official seal. the day and year herein first above sritten. .. , ls?_SzT. before me personally came ~I8lDDll8l~Il~UI~IlIlI~~~Illl8l~llll~lIl~I8l8IllIl I II z - JL/fAL.AG% - OFFICIAL SEAL m WTARY ~UC-CALI~RHIA 2 Voi;rr$ Puhlic z .a- SUSIE X. GIUERT i :: - UTY J couw of SM FUANCISCO g My CommriOn Lapires Nm. 17, 1980 3 CERTIFICATE io - .. ~II~lSGI~II1llIlIu11~~I~ rJ 1 f ss. STATE OF CALIFORIYIA. CITY AND COUNTY OF SAN IFRANCISCO I. the undersigned. Assistant Secretary of THE: AMERICAN INSC'RANCE COMPANY. il NEW JERSEI'. Corporation. DO HE that the foregoing and attached POWER OF ATTORNEI' remains in full force and has no1 been revoked ;rnd furthermore Sections 30 and !I of the By-law of thc Curporation. and the Resolution of the Board of Director?. \et forth in the Power of / in force. Signed and sealed at the City and County of San Francisco. Dated the30th 113)' of May w\+sitf- rsm p&!- +s* - ci .&a..c$y '.. 4,\istanr Secretary LJ 3607 11 (HO)--TA - 3-7 i3 -I. .I__. _- AMERICAN INSURANCE COh ANY POWFQ OF, ATTOMNEY ' KNOW'ALL MEN BY THESE PRESENTS: That THE AMERlCAN INSURANCE COMPANY, a Corporation duly organized and e ,laws cif the State of New Jersey. and having its principal office in the City and County of San Francisco. California. has made, . a$joifi!ecf, aAd does by these presents make, constitute and appoint JACK M. WOODRUFF, JR.----- ----- its true and lawful Attorney(s)-in-Fact. with full power and authority hereby conferred in its name. place and stead, to execute. seal, deliver any and all bonds. undertakings, recognizances or other written obligations in the nature thereof-----------------. and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President. sealed with the torr Corporation and duly attested by its Secretary. hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the prc This power of attorney is granted pursuant to Article VIII. Section 30 and 31 of By-laws of THE AMERICAN INSURANCE COMP force and effect. "Article VIII. Appoinrrncnr und Avrkorir? of Residenr .4siirrunr Src rrruriex. und Arromev-in-fu'r und AKrnrs 10 uc < epr Lruul Pr,x.r$\ und Muhe Appeunimrs. Section 30. Appirinrmml. The Chairman of the Board of Dirccrors. the Resident. any Vicc-Rcsident or any other pcrson authorized b! the Board of Directors. the Chairmr brectws. thc Resident or any Vice-Resident. may. from ttme to time. appoolnt Resrdcnt Assistant Secretaries and Attorneys-in-Fact to represent and act for and un behalf of th Agents to accept legal process and make appearances for and on behalf of the Corporation. Section 31. Aurhorifw The Authwtty of such Resident Assistant Secretaries. Attorneys-in-Fact. and Agenrs shall bc is prescribed in the instrument evidencing !heir appointn appntment and all authority granted thercby ma) he recoked at any time by the Board of brectors or by any pcrson empouered to make wch appointment This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of I: AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 28th day of September. 1966. and said Resolut amended or repealed: "RESOLVED. that the signature of any Vice-President. Assistant Secretary. and Resident Assistant Secretary of this Corporation. an Corporation may be affixed or printed on any power of attorney. on any revocation of any power of attorney. or on any certificate re' facsimile. and any power of atforney. any revocation of any power of attorney. or certificate bearing such facsimile signature or facsi: valid and binding upon the Corporation." IN WITNESS WHEREOF. THE AMERICAN INSURANCE COMPANY has caused these presents to be signed by its Vice-Presid and its corporate seal to be hereunto affixed this29thday of Januarv .1980. THE AMERICAN INSURANCE COMPAN BY u VKC. due&- Rcuicnt STATE OF CALIFORNIA. CITY AND COUNTY OF SAN FRANCISCO On thisahday of January . 1980. before me personally came w1111 am w- I & to me known. who. being by me duly suorn. did depose and say: that he is Vice-President of THE AMERICAN INSURANCE Corporation described in and which executed the above in3trument: that he knows the seal of said Corporation: that the seal affixed to th is such corporate seal: that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name therj IN WITNESS WHEREOF. 1 have hereunto set rnb hand and affixed my official seal. the day and year herein first above written. i ss. .. glllll~L1UllnUtr#ll#l~llllllll~l~l#lll#Ill~lllll I ! SUSiE K. GILBERT g OFFICIAL SEAL .. I p5lfL2K&% WTUY MLM - CAUFORHIA 9 UTT & cm OF sbw FRAWCISCO c * CommriOn hpim Hm. 17, 1980 5 #lrml-rlaal '.lotarb Public CERTIFICATE 1 f ss* STATE OF CALIFORNIA. CITY AND COUNTY OF SAN FRANCISCO I. the undersigned. Assistant Secretary of THE .AMERICAN INSURANCE COMPANY. a NEW JERSEY Corporation. DO HE1 that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked and furthermore t Sections 30 and ?I of the By-laws of the Corporation. and the Kesolution of the Board of Director$. \et forth in the Power of P in force. Signed and sealed at the City and County of San Francisco. Dated the30th.day of Mav s t3'\ *+ &+t- rsRc .Asws~anr Secretary 9 3 607 11 (HO)-TA - 3-7 13 .. r ..*, ' 3 -<, , . Pagc DESIGNATION OF SUBCONTRACTORS The undersigned- certifies he/she has used the subbids of the following list1 Contractors in making up his/her bid and that the subcontractors listed wil used for the work for which they bid, subject to the approval of the City Enqineer, and in accordmce with applicable Drovisions of the specification: No changes may be made in these subcontractors except upon the prior approv the City Engineer or the City of Carlsbad. The following information is required for each subcontractor. Additional paqes can be attached, if required: Work Company Name I. .... 1: .. On this. ......... STATE OF CALIFORNIA Y SS, before me, ....... , a Notaq COUNTY OF.. .... California, duly licensed and sworn, personally appeared .................... , in the year. ...................... James.. 5:. ..Clark.. ........ personally known to me (or proved to me on the basis of satisfactory evidence) that executed this instrument, on behalf of the partnership and acknowledgei partnership executed it. IN WITNESS WHEREOF I have hereunto set my hand and affi: jmis documenl IS onc a generd form which may be proper tor use !n simple LranSactlOnS and in no way Ms. or IS intended to act. as a substhte for the advice d an anorney The pnnter does not make any warranty. erthec express or implied. as tothe legal validity of any provision or me suitability of these forms in any Speatic transaction. 'SCowdery's Form No. 29 - Acknowledgment to Notary Public - Partnership - (C.C. Sec. 1190A.) - (Rev. 1/83) . ..? .. . 7, , Page BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY The Ondersigned subnits herewith a notarized or sealed statement of hisfher financial responsibility. statement . Either a current audited income tax or profitlloss TO BE PROVIDED AT A LATER DATE IF REQUESTED PER OF KOLL COMPANY STEVE MAHONF - 1 STATE OF CALIFORNIA COUNTY OF. On this. . SS, before me, .... ... in the year. ....... y ......... California, duly licensed and sworn, personally appeared personally known to me that executed this instrument, on behalf of the partnership and acknowledged to partnership executed it. IN WITNESS WHEREOF I have hereunto set my hand and affixed ............... .......................... ... .C.l.ark. ........................... i seal, in the forth above I This document IS only a general form which may be proper for use In slmple transacttons and ~n no way acts. or IS intended to act. as a subsmule for the advlce d an attorney. The prtnter dm not make any warranty. elmw express or Implied. as to the legal validtfy of any pro~lsmn or the sultabtlrty of mese forms in any swaiic transamor. Cowdery's Form No. 29 - Acknowledgment to Notary Public - Partnership - (C.C. Sec. 1190A.I- (Rev. 1/83) GENERAL MANAGER (Notarize or Corporate Seal) \ ,~ -! .: \ 4.- c ..', I . -, . Page BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE The Bidder is required to state.what work of a similar character to that included in the proposed contract he/she has successfully performed and qive references, with telephone numbers, which will en&le tbe City to judge his/ responsibility, experience and skill. An attachment can be used if notarizec sealed. Date Name and Phone No. of Person An0 un t Contract Name and address Completed of the Employer to Contact Type of Work Contrac 1 1 E SEE ATTACHED Li+*** 1 I I7 STATE OF CALIFORNIA COUNTY OF ............................. On this ..... .2.8 .t h ...... day of May. ....... , in the year. .. .1$ YO10 California, duly licensed and sworn, personally appeared ...................... .. ,?.me a . .E... .. c Lsxk, ....... wn to me (or proved to me on the basis o that executed this instrument, on behalf of the partnership and acknowledged 1 partnership executed it. IN WITNESS WHEREOF I have hereunto set my hand and affix€ seal, in the. .................. forth above in this certificate. uc - CAUFoRNlA Thts document IS oniy a generd form whidr may be proper for YSB In simple transactlons and in no way acts. or IS imended to act. as a subsbtule for !he advice of an attorney The prlnler does not make any wananty,elmerexpressor tmplied. astothelegalvaliditydanyprov~s~mor~esu~tah~l~tydlheselorms in any speaflc transactm. Cowdery's Form No. 29 - Acknowledgment to Notary Public - Partnership - (C.C. Sec. 1190A.) - (Rev. 1/83] My commission ex I I I 1 I I 1 I I I I I 1 I 1 JAMES R. CLARK (Not arize or GENERAL MANAGER Corporate Seal 1 * (1) 4 .-..c- 3 - ;zJ Lj . .tt I TE [%H 'PAC I F- I c: l...:ICE-~NSE NO. 351.320 1'333 Soi,(th River- Road TI~L..EPI-iONE NO - ( '..I 1: .I f:, .' ) T-. j 1 1 -- (-3 :: West. Sac:r-anierrt.o, C:A, 95691. S'T AT EME; NT (X:: E X PE K I EiNC:E -- -_ _- .- _._ __ _- - "I ..._ ..._ ..- _.__- .-- -.- .- ...- -.- ...- ...-- ___-_- ...- c .-- DATE P no J E C:T P FWJ E C T' I: 0 N T K A C "I GENERAL COM PI- ET ED DE SC R I F' T I ON L. r3CA T I (IN V A L-I1 E (2 o N '1- 13 A (2 'r ---.-I-_.-______.._______.____...___.__. ._. ._.. -- __.__..-.._..-_.__I.____.___._.__-___ _- -.--- -._ .__.- _._ .__-- _--....._-..--_._ " __-_-_ ~ ..--.. ...--- .---. - .-...... _- W(:)RK IN PK(:)CEE!.;S : ,19:34-1''185 - - -- -- -- - -. -. - - ..- - _L -. _.. - I - _. .... - - - _. - - --..---..--_-- --.-_.._...---__--..-_------____-- Juri e E:5 Adm i n i s t t- a t. i ori C:en t.e t- No - Ci3 1 i f $7, 500, ClOO :;wirier- t.m & W May E:S tiospital Cer1t.r-1 Vly $S,000,00Cl McCar-thy Bvot. May 235 Off ice Bui ldirig So . C:a 1 i f $3 , 00C1, (;I00 Tur-net- 1::onstt Mat 85 Government. E3ui..1.dinq Cer1t.r-l V1.y $2!,2OC1,000 NVE C:onst.ri-lc:t. Pa ,)t.pt. E:5 (:Iff ice Biji lding So. Calif $1 , 80(3, (300 St.arr.ley Consu M- dt " c:h 85 (;tffic:e Bui.ld.irrg So- .Cali.f $1 , S00, C)00 Mot- t'ison/Knud May :3S t4osp.i tal C:en t.r-1 Vly $1 , 250, 1300 Mc:Car- thy Bvot., June E:5 Bank No. C:ali.f $1 ,000,000 Ferini Covp Ai-cg 8.5 Office Bu.ildincJ So- Calif $1,00U,CIOO C. 1.- Peck Apt-i.l 85 Office Rlcjg & Gi3r<t!ge So. Calif $3. ,000,000 Keller- Const.ri July 85 liospi tal 33- Calif $Y0(3, C10(3 Di 11 inyham 1201 AILS :X5 c:)f f ice f3ui id in!^ 30. Calif $900, 0CIO Jnri es R r- o t.h e t JimG 85 Ri3ril: So. Calif $:30U, 0(Xl C - 1.. - I'ei:: 1: June 85 Hank So - C:al i f $7SCI, 0C)C) M - ti. G'o1.der-1 Aug 85 (Sf fice Bi,.~ilcIir~g So. Calif $7CIc7, (300 Koll Company Match E:5 C)ffic:e Hui.1.ding No. Calif $fXKI, C1C)O J - M - 0 ' Ni.el 1. April :35 Clniv Patking Gavage No. Calif $&(313, (300 Kay Wi lson C:o June 8S Off ice Bui. lding So - Calif $XI0, CIU0 Mor ley C:c)rrst.ti. April 85 Off ice Bu.L.lding So- Calif $500,0r30 LDM Managemen' June 85 Off ic:e Rui ldirig No. Calif $300, CIC)~ t.iense1 Phelps - -- I __ _- .- .- _- .- .- .- - - $31 , 800, C)CIO COM P 1- ET E 1) P F< 1;) J E I> T S : 1 '?'"'-' 1-1 L -- 1'3 8 4 "..-.-.-"----.--.-..__-....I- I" .._...-.---_--. ".._ .... -. __ .._ __ - - - - ._._ _.. .._ __ - _.. __ ._. .... _.. _- ._ __ __ _.. __ _.. __ 1.384 Enc: .i no Ct f f i. c:c+ H I dg Enc:ino $1 ,~OCI,C)OCI Dillingham Coi 1'334 Grower- 'S Sqiji3t-e Walni.tt. Cr-k $1 , 700, 0~10 (:ambell (;onst 1.984 Foot.hi1.3. Law & Just..ic:e Rancho Cuca $1 ,70C),CfOO M & E Cor1st.v I .lY84 Cap Bank of C:ommer-c:e Sacr-amerlLo $1 ,&00, (3C1(3 Tur-net- Constvi 1 984 1-k w l e t. t Pa(:: ka t d C) f f .i c: e I-io l 1 y wood $1 ,300,OCIO Kit.c:hell Cor1t.r 1'334 Great. Amet ic:a t4dqt.r-s ,)dnt.a ~lata $.I , 1(3t3,0013 Sobr-at.c:, Develc 19:34 M.iddlef.ield (;)ffi.c:e Bldg Sari Jose $1 , C)OO, C)C:lCl Vance M - Browr 1 9:3 4 Bed f o y' (j 1:) f f i c e/ IGF Rl:: C:o n c: o t (j $800, 13(3(3 EquicJon (2c)i-I tri 1984 f3ergen B r-i..answig Cff.i.c:e L-os Arrgeles $r55Cl, CICIC) Tishmarr West ! 1.984 Natcsmas Square Ctffice Sacl:vamen t.o $5S(3, O(;.iCl Carntay Develot 19E14 Redl.ar~ds I-iospi tal Redlands $500, c)ocl Zit.01. t.e Const.tr 1984 NO k+ t. h t.'op Hei3dqIJ a t- t 13 t s t-ia w t. h o t rl e $5C1C3, (:)(X:) t1.i 11 inyham (::or 1CW4 L...oc:kI-ieed Rldq 1SEj Si~r ri y va l e $45CI , C:ICICI 1-4ense.l. Phe~.ps .I '3 S 4 C: ti i3 1- 1. (3 s t. CI rn I:) 1' f i (I: (3 H I d y S CI rl J (1 s e $451:1 , (3(~10 Vi3ric:e M - B tot41 1'334 G 1 errda 1. e Medica 1 0 f f i. c e (31 en da I E? $3%3 , CIlX) I..JI>:I: Invest.fnc+ri $2513, (3(l[:l MCCi3t t.hy BtL3t.t 1984 Sut.t.et t4cxp.i t.al c I dmen tm 1 '334 t.ie w 1. e t t. F'ac: I.:a Y' d 0 f f i 11: e Roh rr e t t. Pk $200, CICICI Rudolph 6 Slel l'.X34 Mi 1 Is t-iospi tal/W'IX: San Ma t.eo $2CIi:l, CKKI If; - J - Amov'oso I. 'X3 !+ 1.4 e w 1. E+ t. t: 1:' a c:: k <I r" (j 1:) f f i. c: e f? (:) s e v i. 1 1 e $ I 5 0 , CIU CI I-la t b i. sori / Ma h or .I '33 4 WE? s t. E? r' n A i r- I... .i n e s LAX $1 CIC:~ , (30(:) Jones B t (3 t.h e t : c .- 5 .3 c: t .- -. -... -... _._ -.- -- - - ..... -... .... . __. -.. - ,I I;? ::;: ,$ $1 5 , 350 , r:irt!-? , (-1 /+ .:- [I3 7; -._ n::* 4:; L L6.- r..,. * -/ . .TEL(::(i)N PAC:IfTIC: [-,:I:C;[i:NSE: N(;) - ;3rjJ,'.:F'-l I.. 3'LC) 1 '?:3(') SOU t. ti H i v(3 t R(3 i!t (j TEL..EPtiiINE NU - ('iU6) 371--0 West. Sac:r.arnerl t.o, C:h - ':35&'1:~1. ST A']-[: M E: N 1 (IF-' E X F> E!: f< :I: E: NC:E: PI R (i) J' [l:: C: '.f' G E: NE R A I.. (I c A 'r I: o N CONTRAC 1'333 Colora(.jo p 1ac:e Sr1t.a Monica $3, rXIC), CIC10 Tishman Corrs $3, OOCI, 001::) Wi 1 .I i.ams & H .1':?83 u - :; - Fed Coutt.hor-lse Sa rl ,:J c) s E? $1 ,:::00, (:)(3C) (::or1 t.irlenta1 G 1. e rl (j a l e $1 ,8D0, 000 'Tutnet- Const. 1. 5, ,:, -7 l-.l.) xXI Nott.h Rtan(j L3l(jy 1 '3 8 3 C: c) rl t. .i rl en t. ;:I 1 F' 1 a z a E 1 !:;egimcjo $.I , 2C)O , C)[::)[:I [;or1 t. i nr.ln t.izt 1 Sa n J c:) s e $1. , CICIC), CIC1C) Vanc:e M - E3 t-o ,I. ; "','7 1'333 Syn t.ex Ri.(:)logical I?es Palo A1. t.o $'300, [:)c)c) l~l..Id(31ph & s1 19fc;3 Ba1-t. A&)i.I-I frac:ili.t,y U a 1: 1 an cj $C;+OC), C)C)O l...atl-rto~:)/"f'tar~ 19SS Deve 1. (1: (3 t"e 8 IA i 1 d i ri y En c: i rl o $:::0I:1, 000 Kel let I2onst 1.':?$33 $;an Ftanc: .isc:O Ba]. ].et. S ;1+ rI F:' t- E~ ~f $CE:OC), 0C)O Wi. 11 ianrs & U 1'383 Peter- Pai,tlsen Rldg Sac: rainen t.o $71:)0, ~300 Pet.et Paulse l9B3 1.1 1. y mp i. c: E3 i_i t. l e r R 1. dg L.. o s An g e 1. e s $hSC), C)C)0 T'ishmarr C:ons $M10, (30C) Aperse2y Cons 1, 9 8 75 ] '> q a-, c' .- 1.983 ttl C:.it.y C:erlt,et l..os An!geles $40(:), 0C)I:) Ti.shmarl West. 1'383 G .l en (ja 1 e :;;:tv in (3s 1; 1 eri (ja 1 e $3513, C)C)O ,J(mes Brot.hc 1, :- -. '. (") t , . _. - i3 r I y E! C (1) FIE! t f" A t" t:. <;; 1:) t- a rl!g e c: C) $25(:), C)C:)C:) Kellet- Const. '..J ;x; J 1 '13 1:;: 3 S ;A c:: t 51 11) E.! rl t; 0 A i t+ p 0 t- t. !hc: t-amen t.o $125,C)00 Zer1it.h Const. ...... ..- ............ ..- ... -- ....... - -- ................................. - __ ... -_ ........... I:)ATE F:' R (:I J E: C 1 Dk $; [: F: '1 P 1" 1 (i)N C:ONTRAC:.T C (3 M PI. E.: T E D VALUE . ....-...........-.. . .-..--- ...... .-.-... .................... _- ........ -- .... - ..-. ... -- ................. ...__ ...................... -- ...................... .....-....... -.._. ............................ .__ .............. _- ..._-_ ...................... 1.9E:3 655 Mor1 t.gomety St.t. zj a rl f::' t.. ;il rl '- '^ '+2.> E:denval e Watehol-lses <> .: .X$ ri F- t a rl .. L ..... I c~ rl s o in e S t t .I. 9 $3 3 Id e w I e t. t. P 211 (1: 1: a t (A (:I f f i (I: e R (3 I-1 t-1~:: y' t. 13 C: $2SC), OC7C) RI-l(k.lpt-1 & SI. .... ..- ....... -- -_ .............. I- ... I $19, 125, C>C)C) 1. I.;>$;; 3 I ?82 Wi3 t m .i n g tm-1 P 1 a z a $;an t.a Ana $3, cm(3 , I:)Oc) 12 - 1- . Pec I., l.?+E!:2 %--u th Bay C:en tet Sarl 1:)i.eqo $3, OOO,OCIO -rl_itrlet C:onst, 1. '?:X? 5 (3 Ci:t 1. i. f A I-( t. (3 Ass (I) (I: (20s ta Mesa $2 , 200 , O(3U C: - I__ - P(?(:: k 1. ~ ..I .. FS - 8.4 <..I L.8d... ',> . c~(::i. fic: L..i_itnbet Company :;an F'tan $2, C)C)C) , (3C)C) !+;wi.rrev t-on & 1'3:32 Nott,l-itc-,~~ fli1ec: t.tc3rIic:s Haw t.i-~(:)t-rl(~ $1 , ':?CK), L7r3C) 'l-r_itnet Cons t 1.'!?:32! Pac:i. fi.c: Mi~t.i-ra1. OB & Gat Ft-1 t.n Val. ley $1 , 000, OCIC) Moran Cor1st.t (2 i:i 1. i f c-3 r rl i a 1: EVA ::;a v i. rl (3 ::; (3 1 en (j a 1 r $E:Or3, [.:)[XI Po z zo [::errs t.t 1, 9 $:: 5: 1. '382 K 0 1. 1 [:e? rl t. 6:: t E3 F:, t t. E? a 1 t v i rl e $E:C)C), C)OC:) Kc31 1. [::ompany .I 9 El 2 5 C: t .i p p s M P cj .i t:: i3 1. I" 1 i3 z i:i S ;:I n D .i (2 !J (:I $7(30, [:)[:)(:I E!i 11 in!gharn C Sarl D.i.egc) $f:s(3Cl, C)OO Nielsen C:orrs 1.9 E: 2 E: b ;3 s c: (:I 0 f f i c: e R 1 cj g San t.i:i Ani3 $ciO0 , (3C1C1 Sa f'fel .I & Mc 1. 'x32 c::I-1 ev t- 0 rl Res e a t c: h R .i c: h mor1 (d $Ct(30 , C)C)C:) I:) i rl w i dd i e C:c l9 :ii: 2 G (11 1 (j (I) n S I-I (3 t e s C?, 1 (j (2 l.-ong Rea(:: h $t<~OO , [:)[3[:) C:hi:~zzen ('ms t 1. '?E:>? F:r.zz t- in(=: t :; :[ ri s lj y a rl c: c! L c) s A rl g e 1. e s $5 5 C) , (:I 0 CI c:: - 1.- - F) th. (1: k 1. I:? E; 2 2; t. a t. e (1) f f i. (1: (:? B 1. (j !J !3 a rl t. a I? (3 s i:t $fjCiCl , (:)[:HI) J - I? - 1:iot)et t 1. '3 E: 2 t-4 E? w 1. E.! t. t. F' a (I: k ;:I t (A Rosevi. 1. .It? $3Clt:l , C)CICl Rudolptl & s1. 1. '3 C: 2 !3 t. a t. e (11 f i' i 1:. e B IJ i .l (A i rl CJ ...... j,#?pJ [: ,-,i... f' dt!3 toad Plaza 2; <:I (:I t <:I in en t. (3 1, ',> ;;;; 2;: $25(:1 , 1300 Con t. ineri t.a 1 $ I. '13 , 4 0 [:I , (3 I:) C) .T(IITAI.... WOR I( (=~~'i-iihr::..rr~_~ .i';ss:'zf .... .I ST c! 1-17 .I I:YJ<~:~ f::I:!S , e8 75 , (.:)l.:lu ........................................... ._ ......... .............. -. I .. -. ... -. ..... ............ - ...................... L .-*. ; ** , Pa9 THIS AGREEMENT, made and entered into this fi day of dy , 1 by and between the City of Carlsbad, California, a municipal co oration (hereinafter called "City"), and EON ~ACE'IC (hereinafter called "Contractor".> City and Contractor agree as follows: CONTRACT 1. Description of, Work, Contractor shall perform all work specified in t contract documents for: Contract #3006-4C - Architectural Precast - Carlsbad Public Safety and Service Center (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor materials, tools, equipment and nersonnel to oerform the work specifiec the contract documents. 3. Contract Documents. The contract documents consist of this contract; bid documents, including the not ice to bidders, instructions to bidder: contractors proposal; the plans and specifications and all proper amendments and chdnqes mdde thereto in accordance with this contrdct o plans andl specifications; and the bonds for the project; all of which incorporated herein by this reference. 4. Payment. As full compensation for Contractors performance of work unde this contract, City shall make payment to Contrdctor per the terms out] in the Notice Inviting Bids, Item 13. Contract mount Four Hundred Th Eight Thousand-Five Hunaed and OO/lOO Payment of undisputed contract amounts shall be contingent upon Contrac furnishing City with a release of all claims against City amd Construct Manager arisinq by virtue of this contract as it relates to those amour Extra compensation equal to 50 percent of the net savings mdy he paid t Contractor for cost reduction changes in the plans or swcifications mi pursuant to a proposal by Contractor. The net savings shall be determi by City. No payment shall he made unless the change is approved by the City. $ 438,500.00 5. Independent Investiqation. Contractor has made an independent investigation of the jobsite, the soil conditions under the jobsite, an all other conditions that miaht 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 overcane unanticipated underground conditions. Any information that may have been furnished t Contractor by City about underground conditions or other job conditions for Contrdctor's convenience only, and City does not warrant that the conditions dre as thus indicated. Contractor is satisfied will all job conditions, including underground conditions and has not relied on information furnished by City . v ..*‘” ‘r 78 2 Pagf 6. Contractor Responsible for Unforeseen Conditions. Contractor shall be resDonsible for all loss or damage arising out of the nature of the WOI from the action of the elements or from any unforeseen difficulties wh: may arise or be encountered in the prosecution of the work until its acceptance by the City. Contractor shall also he responsible for exper incurred in the suspension or discontinuance of the work. However, contractor shall not he responsible for reasonable delays in the cmple of the work caused by acts of Cod, stormy weather, extra work, or mattt which the specifications expressly stipulate will be borne by City. 7. Change Orders. City may, without affecting the validity of this contrc order changes, modifications, deletions and extra work by issuance of written change orders. Contractor shall make no change in the work wil the issuance of a written change order, and Contractor shall not be entitled to compensation for any extra work performed unless the City f issued a written change order designating in advance the amount of additional compensation to be mid for the work. If a Change order del 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 work shall nevertheless proceed and the amount shall be determined by arbitration or litigation. The only person authorized to order change: extra work is the City Enqineer. qowever, no change or extra work ordt excess of $5,000.00 shall be effective unless approved by the City C ounci 1. 8. Prevailing Waqe. Pursuant to the Labor Code of the State of Californi< the City Council has ascertained the general prevailing rates of per d. wages for each craft or type of worker needed to execute the contract 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 01 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 1 of them, from any and all liability or loss resulting from any suit, c or other action brought against the City, or for any other losses of whatever nature, directly or indirectly arising from the acts of Contr< 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 litigation, arbitration or other dispute resolution method. Nothing in this paragraph shall require contractor indemnify City for losses caused by the active negligence of City. IO. Contractor shall Drovide Certificates of Insurance evidencing coverage amounts not less than the following: . * '> '. i 2% L Paq Combined Sinqle Li Cover age Automobi le L i abi 1 i ty S 500,000 General Liability 500,000 Product s /Comple t ed 0 pe rat ions 500,000 Blanket Cont r ac tur a1 500,000 Contrdctor 's Protective 500,000 Personal Injury 500,000 Excess LiAility 500,000 Other T Contractor may be required to increase the limits of lidbility insuranc the size and nature of the project require excess coverage. Contractor shall cause the City and Construction Manager to be named a: additional insured on all policies concerning the subject matter or performance of this contract. 11. Workers Compensation. Contractor shall comply with the requirements 01 Section 3700 of the California Labor Code. Contractor shall also assui 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 l person employed or used by Contractor to perform any work under this contact regardless of responsibility for negligence. 12. Pro0.f of Insurance. Contrdctor 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 insurdnce will not be cancelled until the expir? of at least thirty (30) days after written notice of such cancellation 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 Arbitrdtion Association and judgment upon the award rendered by the arbitrdtor(s1 may be entered ir California court having jurisdiction thereof. The award of the arbitrator(s) shall be supported by law and substantial evidence as provided by the California Code of 13. Any controversy or claim in any amount up to $100,000 ari Civil Procedure, Section 1296. 14. Maintenance of Records. Contractor shall maintain and make available t the City, upon request, records in accordance with Sections 1776 and 18 of Part 7, Chapter 1, Article 2 of the California Labor Code. If the Contractor does not maintain the records at Contractor's principal plac 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 chanqe of address of suc records. L I *-', i 11 b Pagc 15. Labor Code Provisions: The rrovisions of Part 7, Chapter 1 commencing section 1720 of the California Labor Code are incorporated herein by reference. 16. Sequrit \1 Pursuant to the requirements of law (Government Code Sectior dpropriate securities may be substituted for any monies withhelc City to secure performance of this contract or any obligation establist by this contract. 17. Additional Provisions. Any additional provisions of this agreement are forth in the "General Provisions" or "Special Provisons" attached heret and made a part hereof. 1 $ TECON PACIFIC ( Not ar i a1 ac kno wled qement of execution by ALL PRINCIPALS must be attached.) " BY L Title a Contractor's Principal Place of Rusin I I( Contractor's Certification of 4wareness of Workers Compensation Responsibilil "I am aware of the provisions of Section 3700 of the Labor Code which requirt every employer to be insured against liability for workers Compensation or tc undertake self-insurance in accordance with the provisions of that code, and will comply with such provisions before commencing the performance of the WOI of this contract ." % I STATE OF CALIFORNIA On this.. .?6.th .......... day of.. . J.Un.e.. ........ ,in the year.. . .I.! .Us!. Sbcim. Manu.. .......... licensed and sworn, personally appeared ........... , a Notary COUNTY OF .... .Yolo .. ... ............ ........... .J.amea .R, ..Clar.k.. ............... ............... personally known to me (or proved to me on the basis of satisfactory evidence) A that executed this instrument, on behalf of the partnership and acknowledgec partnership executed it. YOLQ COUW IN WITNESS WHEREOF I have hereunto set my hand and affix seal, in the. ................... forth above in this certificate. NOTARY WUC - l>AWBRN% This document IS only a general form which may be proper for use in simple transactions and m no way acts, or IS intended to act. as a substitute lor the advice of an attorney. The prlnler does not make any wananty,e~erexpressor~mplied,astothelegalvalid~tyofanypiovis~onorthesuitabilltydtheseforms In any specdic transaction. Cowdery’s Form No. 29 - Acknowledgment to Notary Public - Partnership - (C.C. Sec. 1.190A.) - (Rev. 1/83) MY commisiion expires mdw Bond No. 6439888 ~ Lxscuted in four (4) counterparts I, Premium: Included in Perfc a- * *?,.-+ I, , Paq LABOR AND MATERIAL BOND KNOW ALL PERSONS SY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 8053 adopted June 11, 1985 , has award TECON PACIFIY , hereinafter desig as the "Principal", a contract for: Contract #3006-4C - Architectural Precast - Carlsbad Public Safety and Service 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 tb City Clerk of the City of Carlsbad. WHEREAS, said Principal has executed or is about to execute said contract < the terms thereof require the furnishing of a bond with said contract, prov that if said Principal or any of his/her or its subcontrdctors shall fail t for any materials, provisions, provender or other supplies or teams used ir upon for or about the performance of the work agreed to be done, or for dnq or labor done thereon of any kind, the Surety on this bond will pay the san the extent hereinafter set forth. NOW, THEREF ORE, WE, TECON PACIFIC as Principal, hereinafter designated as the "Contractor", and as Surety, are held and firmly bound unto the City of Carlsbad, in the sum TWO HUNDRZD NINETEEN THOUSAND TWO HUNDRED FIFTY Dollars ($219,250.00 said sum beinq equal to 50 percent (50%) of the estimated amorint of the contract, to be paid to the said City or its certain attorney, its successc and dssigns; for which payment, well and truly to be made, we bind ourselve our heirs, executors and administrators, successors or dssigns, jointly ad severally, firmly by these Dresents. THE CONDITION of THIS OBLIGATION IS SUCH that if person or his/her subcontrdctors fail to pay for any materials, provisions, provender or otht supplies, or teams used in, upon, for, or about the performance of the worl 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 such or labor, that the Surety or Sureties will pay for the sdme, in an mount I exceeding the sum swcified in the bond, and &so, in case suit is brouaht the bond, a reasonable attorney's fee, to be fixed by the court, as requirf the provisions of Section 4202 of the Government Code of the State of C a1 i f orni a. THE AMERICAN INSURANCE COMPANY - '1 I. * L-6 I,, 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 qive a right of action to them or their assigns in any su. brouqht 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 9th day of July , , 19 85 . - TECON PACIFIC By (Notarize or Corpordte Seal for Each Signer) 4 4 ~encrd T@Bkage:B k/ P 2 1 .. I- $ Jack Mfloodruff, Jr., Attorney in Surety i r 1 f / s # I State of California, 1 County of San Francisco 1 ) ss. On this 9th day of July , in the year 1985 , before a Notary Public personally appeared Jack M. Woodruff, Jr. known to me (or proved to me on the basis of satisfactory evidence) to be tk person whose name is subscribed to this instrument as the Attorney-In-Fact c and acknowledge to me thi THE AMERICAN INSURANCZ COMPANY he (she) subscribed the name of THE AMERICAN INSUbNCE COMPANY thereto as Surety, and his. (her) own name as Attorney In Fact. -:!T=== 9 th July 1985 On this. .................. day of. .................. ,in the year ........... STATE OF CALIFORNIA ss. ................................................................. Yolo ................................................ Kelly Shawn Mann , a Notary Public, State ofC duly commissioned and sworn erso ally appeared .................. James R. dflark ..................................................................... personally known to me (or proved to me on the basis of satisfactory evide~ subscribed to this instrument, and acknowledged that .... he .... executed i IN WITNESS WHEREOF I have hereunto set my hand and affixed my o theperson .... whosename ............................................... ...................................................... .......................... in this certificate. ' mls document is only a general form which may be proper lor use in slrnple tranSaCtlonS and In no way acts. or is Intended to act, as a Substitute for the advice on an anorney The printer does not make any warranty, either express or impled ils to the legal validity of any provlslon of the suitability of these forms m any specliic lransactlon Cowdery's Form No. 32 - Acknowledgement to Notary Public - Individuals - (C.C. Sec. 1189) - (Rev. 1/83) * "Lji.Gjfirnb THE AiMERICAN IINSSJWANCE COWANY POWER OF+ We-%' ALL MEN BY THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY, a Corporation duly organized and ex %%@ oy tke Slate of New Jersey. and having its principal office in the City and County of San Francisco. C~ilifornia, has made. ( appointed, and does by these presents make. constitute and appoint b ATTQPNEY 1 JACK F1. WOODRUFF, JR.----- ----- its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name. place and stead. to execute. seal. ac deliver any and all bonds. undertakings. recognizances or other written obligations in the nature thereof------------------. and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President. sealed with the corpo Corporation and duly attested by its Secretary. hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the pren This power of attorney is granted pursuant to Article VIII. Section 30 and 31 of By-laws of THE AMERICAN INSURANCE COMPP force and effect. "Article Vlll. Appiiinlmrnr und Au?h,iriry of Raidenf ds.5isfunf Sec-refurie\. und Arr,mc.-in-Far I und Ayenf.5 IO (11 < epr Legal Pro< Y(( ond Mohr Apprura,r( t.,. Section 30. App(inrrnenr. ne Chairman of the Board of Directors. ihc Rerident. any Vice-President or any other perron authorized b) the Board of Dtrectorr. the Chairmar Directors. the Resident or any Vice-Resident. ma). from time to time. appoint Resident Asslslant Secretarier and Attorneys-in-Faci to represent and act for and on behalf of the Agents to accept legal process and make appearances for and on khalf of the Corporation. Section 31. Aurhorir?. The Authority of such Resident Asstslant Secretaries. .Attorne)+in-Facl. and Agents shall he z$ prescrihed !n the jnstrument evidencing their appointme appointment and all authority granted thereby ma) he reboked at any time b) the Board of Directors or by an) person empouered to make such appointment .. This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Di AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 28th day of September. 1966. and said Resoiutii amended or repealed: "RESOLVED. that the signature of any Vice-President. Assistant Secretary. and Resident Assistant Secretark of this Corporation. and Corporation may be affixed or printed on any pouer of attorney. on any revocation of any power of attorney. or on any certificate relz facsimile, and any power of attorney. any revocation of any power of attorney. or certificate bearing such facsimile cignature or facsin valid and binding upon the Corporation..' ' IN WITNESS WHEREOF. THE AMERICAN INSURANCE COMPANY has caused these presents to be signed by its Vice-Preside I and its corporate seal to be hereunto affixed this29thday of January . 1980. THE AMERICAN INSURANCE COMPANY 6s& V,l.i.-P:C*,dcI7 Bv STATE OF CALIFORNIA. ClTY AND COUNTY OF SAN FXANClSCO on this233 day of Januarv . 1989. before me perwnall) came W111 I am U- I aubf to me known, who, being by me duly suorn. did depose and say that he is Vice-President of THE .AMERICAN INSURANCE ( Corporation described in and which executed the above instrument: that he knows the seal of caid Corporation: that the seal affixed to tht is such corporate seal: that it was so affixed b, order of the Board of Directors of said Corporation and that he signed his name there IN WITNESS WHEREOF. I have hereunto set m\ hand and affixed my official seal. the day and year herein firs1 above xritien. ] ss. .. ~~I11IIII)MoBllElilI~l~l~~l~O~~~lI~~~l~~ 9 I OFFICIAL S€AL .. dk&&A SUSIE R. GIUER? i 4 WTMY PUBLIC - CdLImNIA j Vot,lr\ Plihiic un & cm OF SM RIANCISCO CERTIFICATE STATE OF CALIFORNIA, CITY AND COUNTY OF SAN FRANCISCO I. the undersigned. Assistant Secretary of THE AMERICAN INSURANCE COMPANY. ;I NEW JERSE) Corporation. Do HEF that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked [ind furthermore t Sections 30 and ;I of the By-law3 of the Corporation. and the Retolullon of the Bo'ird of Directors. \et forlh in the Power of .A in force. Signed and sealed at the City and County of San Francisco. Dated thezhday of ) ss. July . 360711 (HO+--TA--~-~~ ,%Executed in four (4) counterparts Bond No. 6439888 I" '1 a Premium: $3,2 89.00 ,- -c.E, Pag PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESFNTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 8053 adopted June 11, 1985 , hds award TECON PACIFIC , hereinafter desig zct for: Contract #3006-4C - Architectural Precast - Carlsbad public Safety and Service Center in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents now on file in the Office of tl- City Clerk of the City of Carlsbad. WEREAS, said PrinciDal has executed or is ahout to execute said contract e the terms thereof require the furnishing of a bond for the faithful perforn of said contrdct; NOW, TYEREFORE, WE, ' TECON PACIFIC as Principal, hereinafter designated -as the "Contractor", and as Surety, are held and firmly bound unto the City of Carlsbad, in the sum FOUR HUNDRED THIRTY EIGHT THOUSAND FIVE HUNDRED Dollars ($ 438,500.0C 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 successc and assigns; for which payment, well and truly to be made, we bind ourselvt our heirs, executors and ddministrdtors 9 successors or assigns, jointly arc severdlly, firmly by these presents. THE CONDITION OF THIS ORLIGATION IS SUCH that if the above bounden Contrdct hisfher or its heirs, executors, administrators, successors or assigns, sh' all things stand to dnd abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alterdt: thereof made as therein provided on hisfher or their part, to be kept and performed at the time and in the manner therein specified, and in all respc according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers and agents, as therein stipula then this obligation shall become null and void; otherwise it shall remain full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or dddition to the terms of the cont; or to the work to be Derformed thereunder or the specifications accompanyi same shall affect its obligations on this bond, and it does hereby waive n of any change, extension of time, alterations or addition to the terms of contractor or to the work or to the specifications. THE AMERICAN INSURANCE COMPANY -< Stat e of California, 1 County of San Francisco 1 ) SS. On this 9th day of July , in the ear 1985 , befort a Notary Public personally appeared known to me (or proved to me on the basis of satisfactory evidence) to be tl person whose name is subscribed to this instrument as the Attorney-In-Fact ( THE AMERICAN INSURANCE COMPANY and acknowledge to me th: he (she) subscribed the name of thereto as Surety, and his (her) own name as Attorney In Fact. Jack M- WOOdrufY, Jr - THE mTER1CAN INSURANCE CoMPANY Q&v&.&&v-- TA?" Pl!BLli;-f STATE OF CALIFORNIA ....., intheyear .......... otary Public, State of 1 ..................................... YO10 COUNTY OF. ..................... personally known to me (or proved to me on the basis of satisfactory evide the person. ... whose name. .... subscribed to this instrument, and acknowledged that .... he .... executed ..................... IN WITNESS WHEREOF I have hereunto set my hand and affixed my o inthe ................................................................. ...... an the date set f Yo1 .................... in this certificate. ' This document is only a general form which may be proper for use In Simple tranSactiOnS and in no way acts. or IS intended ta act. as a substitute for the advice on an attorney The printer does not make any warranty either express or implied as lo the legal valldity ot any provislon or Ihe suitability of these forms in any specific transaclion. Cowdery's Form No. 32 - Acknowledgement to Notary Public - Individuals - (C.C. Sec. 1189) - (Rev. 1/83) ‘I **- ?-. I,, L1 I Page In the event that any Contractor above ndmed executed this bond as an individual, it is greed thdt the dedth of any such Contractor shall not exonerate the Surety from its obligations tinder this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor Surety above ndmed on the 9th day of July , 1985 . - TECON PACIFIC - BY (Notarize or Corporate Seal for Each Signer) I ; ii i i t,’ - J $. JadkAd Woodruff , Jr . , Attorney in ‘Surety 1 I‘ i.r Y- 1 Y +. - *. L Pdgt GENERAL PROVISIONS 1. PLANS AND SPECIFICATIONS The specifications for the work shall consist of the latest edition of Standard Specifications for Public Works Construction hereinafter designated SSPW, as issued by the Southern Chapters of the American Pr 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 Counl Department of Transportation, together with the City of Carlsbad Supplemental Standard Drawings. Copies of pertinent standard drawings 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 d materials and oerforminq all operations necessary to complete the proj work as shown on the project plans and as specified in the specificati 3. DEFINITIONS AND INTENT A. Architect: The word "Engineer" shall mean the architect or his approved representative. 6. Construction Manager: The word "Construction Manager" Shdll mean Koll Construction Canpa C. Reference to Drdwings: Where words "shown", "indicated", "detailed", "noted", "scheduled' words of similar import are used, it shall be understood that refc is made to the plans accompanyiqg these provisions unless stated otherwise. D. Directions: Where words "directed", designated", "selected" or words of sirnil( import are used, it shall be understood that the direction, desigr or selection of the Construction Manager is intended unless state otherwise. The word "required" and words of similar import shall understood to mean "as required to properly complete the work as required and ds approved by the Construction Manager" unless statc otherwise . I - *. c Pag E) Equals and Approvals: Mere the words "equal", "approved equal", "equivalent" and such w of similar import are used, it shdll be understood such words are followed by the expression "in the opinion of the Architect" unles otherwise stated. Where the words "approved", "aDproval", "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 medn 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 Contractor, at her/his expense, shall furnish and install the work complete in place and ready to use, including furnishing of necess labor, materials, tools equipment and transport ation. 4. CODES AND STANDARDS Standard specifications incorporated in the requirements of the specifications by reference shall be those of the latest edition at tb 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 pertaining to their product or material. 5. CONSTRlJCTION SCHEDULE The Contractor shall orovide Consruction Mandger with a Construction Schedule indicating work activities and length of time required for ec activity. The Contractor shall review with the Construction Manager monthly the Construction Schedule to insure comoletion of the whole or part of the work. The Contractor shall begin work after being duly notified by an issuar a "Notice to Proceed" and shall diligently prosecute the work to cmpl in connection with the construction schedule as approved by the Construction Manager. 6. NONCONFORMING WORK The Contractor shall remove and replace any work not conforminq to thc plans or specifications upon written order by the Construction Mandgei Any cost caused by reason of this nonconforming work shall be borne b; Contractor. 4 r. L Paqe 7. GUARANTEE All work shall be quaranteed for one year after the filing of a "Notice Canpletion" and any faulty work or materials discovered during the quarantee period shall be repaired or replaced by the Contractor. 8. MANUFACTURER ' S INSTRIJCTIONS Where installation of work is required in accordance with the product manufacturer's directions, the Contractor shdli 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 oroject with special attention to Carlsbad Municipal Code, Chapter 8.48. IO. CITY INSPECTORS All work shall be under the observation of a City Construction Inspecta Inspectors shall have free access to my or all parts of work at any tj Contrdctor shall furnish Inspectors with such information as may be necessary to keep her/him fully informed regarding progress and manner work and ChdrdCter of materials. Inspection of work Shall not relieve Contractor from any obligation to fulfill this contract. 11. PROVISIONS REQUIRED RY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inserl in this contract shall be deemed to be inserted herein and the contracl shall he read and enforced as though it were included herein, and if, through mistdke or otherwise, any such provision is not inserted, or i correctly inserted, then won application of either oarty the contract shall forthwith be physically amended to make such insertion or correct ion. 12. INTENT OF CONTRACT OOCUMENTS The Contractor, her/his subcontractors dnd materials suDpliers shall provide and install the work as indicated, specified dnd implied by th contract documents. Any items of work not indicated or specified, but which dre essential to the completion of the work, shall be provided d Contractor's expense to fulfill the intent of said documents. In all instances throughout the life of the contract, the City will be the interpreter of the intent of the contract documents and the City's dec relative to said intent will be find and binding. Failure of the Contractor to apprise her/his subcontractors and materials suppliers o this condition of the contract will not relieve her/him of the responsibility of compliance . - * ** !. Page 13. SUBSTITUTION OF MATERIALS The Proposal of the Bidder shall be in strict conformity with the drdwi and specifications and based upon the items indicated or sDecified. TI- Contrdctor may offer a substitution for any mclterial, appardtus, equiprr 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 Contrdctor, at her/his 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 . Suct substitution of proposals shall be made prior to beginning of construcl if possible, but in RO case less than ten (10) days prior to actual instdllation. Substitution shall also include a stdtement of credit tc 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 ddily and show every chai from the original drawings dnd specifications and the exact "as-built" locations, sizes and kinds of equipment, underground pipinq, valves, ai all other work not visible at surface grade. Prints for this purpose I be obtained from the Architect at, cost. This set "of drawings shall be I on the job and shall be used only as a record set. IJpon completion of work, and prior to release of retention, the Contractor shall transposc "as-built" information on to a set of reproducible sepias. Drawings SI be drafted in a professional manner and shall locate by dimension and elevdtion all concealed work, and chmges in manufdcturer information. "As-builts" for the sitework (bid package nuder 1) shall be prepared ' the engineer of record. 15. PERMITS The general construction, electrical and dumbing permits will be issu the City of Carlsbad at no charge to the Contractor. The Contractor i responsible for all other required licenses and fees. a 9 - c. 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 increaz the quantity of work so ordered should result in a delay to the work, t Contractor sill be given an equivalent extension of time. 17. SAFETY & PROTECTION OF WORKERS AND PUBLIC The Contrdctor shall take all necessary precautions for the safety of employees on the work and shall comply with all apDlicable provisions 1 Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about or adjacent to the premises Wt the work is being performed. He/she shall erect and properly maintain all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public and shal post danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes and falling ma teri a1 s . 18 . SURVEYING - Column control lines, offset outside the perimeter of the building, an vertical control (benchmark) will be furnished by others. Contractors shall perform their own engineering (survey staking) including elevati as required. Survey staking for the sitework (bid package nuher 1) shall be provid the City. Rough grade stakes at 50'-0" centers minimum to or toe-of-s as required, surface and underground improvements at 25'-0" to 50'-0" centers including critical points with offsets, and blue tops for buil 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: Aqency Abbreviation American Society for Testing Materials AS TM U .S. Government Fed. Spec. National Board of Fire Underwriters NBFU Arne ric a n I ns t i tu t e of S tee1 C o ns tr uc t io n ALSC American Standards Association ASA Underwriters Laboratories, Inc. UL Imeric an honcr eE f nsF i?u ?e E1 epartmen of C m rc t ndards - I *. " Page 20. STORAGE Space for stordge and temporary buildings will be allocated by the Construction Manager as job conditions permit. Temporary offices or st shall be constructed of fire resistdnt materials. Yaterial and layout 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 age during inspections at a fabricating plant and/or on the jobsite and shi provide ladders, platforms, scaffolds and/or safe acessibility to the 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 oremises free at all times from all waste materials, packaging materials and other rubbi-sh accumulated in connect with the execution of the work by collecting and depositing said rnateri and rubbish in locations or containers ds designated by the Constructio Manager. 24. TEMPORARY FACILITIES Temporary toilet facilities and drinking water for the use of all trade will be provided. 25. FORCE REPORTS Force reports indicating trade and personnel per trade shall be submitt to the Construction Manager daily. A brief description of work perform 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. Pow will be single phase at 208 volts or 240, and 120 volts. It is the Contactor's responsibility to provide extension cords and/or wiring fra central distribution Doints. Power will not be provided for high volta or heavy amperage type equipment such as welding machines and any soeci power requirements shall be provided and paid for by the Contractor. +. 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 apwoved by the soils engineer. Contractors Shall pay all costs for retesting required as the result of density tes failures due to improper compaction. Backfilling of trenches and excavations shall not be undertaken until required tests and inspection have been completed, "as-built" location notes have been verified, and authority to start the backfill has been granted by the inspector and superintendent. ,. - * -. Page CERTIFICATION OF COMPLIANCE I hereby certify that in performing under the contract awarded by the City of Carlshd, will cmpl with the County of San Diego Affirmative Action Program ddopted by the Board Supervisors, including all current amendments. Legal Name of Contractor Date (WTARIZE OR CORPORATE SEAL) Title (Notorial acknowledgement of execution by all principals must be attached), ..e u STATE OF CALIFORNIA COUNTY OF. ..... .Yola ....... On this. . .?.6th. ... ss$ before me, ....... Kell ay of. .. .JU.Qe. ......... , in the year. ... .19: . bnD. ..................... , a Notary PI California, duly licensed and sworn, personally appeared . personally known to me (or proved to me on the basis of satisfactory evidence) to that executed this instrument, on behalf of the partnership and acknowledged tc partnership executed it. IN WITNESS WHEREOF I have hereunto set my hand and affixed seal, in the .................... forth above in this certificate. ............. .J.ames. .R.. . .CLar..k.. ...... , , , , , , , , , , , , , , , , , , , , . , , , , , , , mTm7 wm - CAUF6RNFA YW cmm ,County of.. .. .Yo.~o.. My CQlRII. Expires De 30, 19139 Ths document is only a general form which may be proper for use m simple bansadlons and ,n no way acts. or Is intended to act. as a subslilule for the advlce of an auorney The pnnter does MI make any wananty. elmer express or Implied, as lo lk legal validiiy of any pmvtslon or the su!ta$l~ d these forms In any specific transaction. Cowdery’s Form No. 29 - Acknowledgment to Notary Public - Partnership - (C.C. Sec. 1190A.I - (Rev. 1/83) My commission expires -=er 3 n 3 1 c . i - ,. -4 Page SPECIAL PROVISIONS/SPECIFICATlONS Scheduling for the project facilities shall commence about 3une 1, 1985. Project completion is anticipated for the third quarter of 1986. All 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 1. Base bids for concrete work shall include complete excavations, grade preparation, forming and backfilling. Excess spoils generated under tt contract shall be relocated to on-site areas designated by the project superintendent, thus returning exterior grades to original elevations. 2. The following is a brief list of work to be included within the base bj for all building/facilities. Police / Fire Bu i 1 ding A. Footings including steps per details 19, 2O/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; bollard?; ‘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 entry parking stalls; and below site walls at stair landings (shee 1). Walk shall join sitework (by others) at end of curb radius entering oarking lot. Sand blasting of site walls and color (1/2 lb. per sack). E. F. Block-out and patch around elevator jack holes. G. Track slot, foundation and cement filler per detail 30/A-8. H. Grouting all block out, oartition recesses and elevator sills, arc of masonry wall at the detention area. I. Block-out and grout pockets for pre-cast connections. 3. Provide tempordry plywood treads for all pan filled stairs. b * * 1, v. L Page Mechanica1,Equipment Enclosure A. Footings; slab with sdnd bedding and vapor bdrrier; and equipment pads. R. Exterior concrete ramp - six (6) inches over four (4) inches Class base. C. Exterior walks to curbs - four (4) inches concrete over native soil Vehicle Maintenance Building A. Footings and slabs including specified depressions, pits, sand bed( and vapor barrier. R. Concrete fill at mezzanine. C. Complete tilt up package including but not limited to embed instdlations; panel engineering, erection, pickup steel, lifting hdrdware and bracing; sandblasting; color (1/2 lb. per sack), furnishing and installation of all anchor bolts and wedge anchors except column anchor 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 Cla base 4, D. 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 drdins; and sdnd bedding vapor barrier. B. Base bid shall include wash fdcility as tilt up construction per s S-14 and per the complete requirements listed under Item C for the vehicle maintendnce building. Include concrete apron - six (6) inches over four (4) inches Clas: 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 walls. 1) (5ef 4. Provide alternate deduct from base bid to construct wash facility uti1 masonry per sheet S-14A. Deduct should include complete tilt up pack; specified dbove. Anchor bolts to be provided and installed by masonrj contractor. -. . e. b Pag€ 5. Concrete bid shall also include the following requirements: A. Construction, control and weakened plane joints. 8. Sealer, hardener andlor special aggregate. C. Grouting/dry pack of steel colum base plastes, and roof beams at vehicle maintendnce building and tilt up walls. D. Footings, slab and apron for trdsh enclosures located north of vehi maintendnce building. (Sheet AC-1) E. Receiving, storing dnd setting of sleeves, embeds and hollow metal f r mes pr ov ided by ot hers . 6. Provide alternate additive price to install concrete pole bases for sit 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 bdses (sheets A-11, 5-16). 9. Provide alternate mice to install four (4) inch drain pipe behind site concrete walls ds specified. IO. 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 mre thdn t (2) lifts. Permanent slabs shall be repaired and restored as required. 11. Coordinate installation of qreased dowells per detail 221s-IO. 12. Include receiving, storing and installation of anchor bolts supdied 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 dur the concrete phase of construction. 15. Provide and maintain safety protection at slab openings. 16. Temporarily shore beams and decking for construction loading if requirec 17. Provide temporary or permanent edge angle support and/or stdilization required. 7. *. b Page Reinforcing Steel Rid Item 48 I. Rase bid to include all reinforcing steel and welded wire mesh for all building facilities including but not Limited to: footings; grdde beam slabs; site concrete aprons, stairs, and walls; tilt up panels; equiprne pads; flag pole footings; etc. Assume vehicle wash facility shall he t 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 dc 26/A-2 3. Provide dnd install reinforcing steel including welding per detail 261: Holes in steel columns shall be by others. 4. Provide and install all rebar dowels, including expansion cap indicate( detail 2Z/S-10. 5. Provide and intall rebar at concrete pilasters per deteails 4, 5, 12/5 6. Include all blocking of rebar for concrete pours including approved pl, chairs for tilt up panels. 7. Provide alternate deduct from base bid to construct wash facility util: masonry per sheet S-l4A. (See item 1 above.) 8. Provide alternate additive price to furnish rebar for concrete pole ba ( sheet E- 1 ) . Architectural Pre-Cast Concrete Bid Item 4C 1. Contractor shall design, engineer, detail, furnish, fabricate, trdnspo and erect all thin shell pre-cast panels as shown within the contrdct documents . 2. Contractor shall furnish and install all angles, anchors, braces, the rods, plates and/or other devices for connecting dnd securing the pane the building. 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. Operation 2 include seal at bottom of panels adjacent to the slab. 4. The intent of the plans and specifications is to prwide a structural1 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 d f of the base bid. . r. .. -. b I Page 5. Provide alternate deduct from base bid to eliminate tubes specified in 4 above, if determined unnecessdry by this contractor, to fulfill the intent of the documents. 6. Contractor shall furnish and install within pre-cast panels all require reinforcement and/or stif fners and connection hardware for future installation of cdnopy/sunscreens by others. It is the intent to suppo the canopy/sunscreens on the me-cast panels. The estimated weight of larger section is six (6) lbs. per square foot. 7. Size of panels may be changed to effect econanies in design as long as architectural feature strips are retained. 8. Curved wall Danels will be fabricated to minimize defects due to castin angles. 9. First floor windows will be constructed to facilitate the passage of si at 4' oc to connect the first floor panels to the bottom of the second floor panels . Masonry Bid Item 49 1. Rase bid to include masonry construction of the mechanical equipment enclosure including retaining wall; interior mechanical roan and detenl area wallLs within Police facility; interior partition walls within the vehicle maintenance and wash facilities; and site trash enclsoures. Also include complete glass block installations for the PoliceIFire facility including joint sealant. Steel support channels with "U" bar shall be provided and installed by others. Block size sha,ll be as .. specified on the plans (8 x 8). 7- 2. Provide all shoring of openings as required. 3. Provide and install all rebar, mortar, grout, 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 instdl all setting and grouting of hollow metat door and louver frames within masonry walls. Also include grouting of frames : on sheet 4-58. 6. Provide alternate additive price to base bid to construct vehicle was1 facility utilizinq masonry per sheet S-14A, in lim of concrete tilt I Price shall be complete including rebar, anchor bolts, setting of embc and sandblasting. - 7: lY "C ,.- w Page 7. Project erection scheduling necessitates the installation of perimeter masonry walls for the detention facility and mechanical roans after the pre-cast wall cladding has been installed. 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 as specified below, ad cmpelte structural and miscellaneous steel associated with the mechanical equipment enclosure (sheets AC-3 and S-1 and vehicle wash facility (sheets A-60 and S-14). 2. The base bid shall include special finish requirements as outlined witt- the specifications. Alternates shall also be requested as follows: A. Provide alternate add and/or deduct to powder bake finish in lieu ( specification sect ion 05030. 6. Provide dlternate deduct to eliminate special finish entirely, and prepare metal surfaces galvanized and/or primed for paint by other: 3. Steel gates details 19, 25, 26 and 27/4-2; and angle at fuel island art N.I.C. 4. Steel framing associated with the elevators in the PoLice/Fire facilitj shall be furnished and installed by others. However, this bid shall include the sill angles for edeh floor landing and pit Ladder installations. 5. The following items shall be furnished and installed as a part of this p dC kdge : A. Exterior and interior handrails and guardrdils for dl1 fdcilties. Reference details 1, 13, 19/AC-2; 14/A-7; 12/A-51. €3. 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, 11/4-53 and ladder for roof hatch at mezzanine sheet A-51. D. Miscellaneous angles per detail - section 4/A-15. E. Complete stair systems. Reference details sheet A-16; 12/A-51; sh S-16. Perimeter vertical tubes, curved horizont a1 tubes ad wide flange framing shall be completed by others. 4" x 3" x 1/2" angle per details 27/A-16, 11, 12/S-7. and qlass handrail shall be completed by others, F. Angle at de b * * * .)* 1 I Wy 4. I &, - Page G. Galvanized plates and “U”-bars welded to plate per details 8, 9, 13 25, 27/A-21 typical. Y. 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, 61s-5. 3. Compllete angles, tubes, plates, sleeve nut and threaded rod per det 3, 61s-5. K. Tube steel framing at main entry including lower threaded rod and connect ion of components. Reference detail 10/S-7. Tube welded tc 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. Also include 3 1/2” tube colunin 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 S/S-12. Q. Tube framing above plane of roof per detail aa/S-12. R. Tube frdming per detail 10/S-14. F.O.B. Jobsite, A. All hdndrail and guardrail sleeves. R. Guard posts. C. Embed angles at door jambs per details 2, 8/A-58. D. E. Reference details 13, 14, 15, 161s - Ledger angles and plates per details 1, 2, 5, 7/S-10. Miscellaneous embeds per details 8, 9, lO/S-lO; 4, 5, lZ/S-Il; 6, 12. F. Miscellaneous angles, plates and channels per sheets S-13, S-14, ! 6. Provide alternate deduct from base bid should owner elect to construcl Ledger angle, bear: vehicle wash facility in masonry per sheet S-14A. plates and tube framing should remain. 7. Stairs shall he installed within forty-five (45) days after award of contract or temporary stdirs shall be provided by this contractor. * 7 .* d* ‘I ’ Y -c ,+ . Page 8. Storage bin track, detail 3O/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 soecifications and delivered F.O.R. jobsite, a1 tax included. Include all hollow metal and detention sliding doors. Actual installation shall be coordinated in a future bid package. 2. Provide th welded to frames per detail 16/A-21, where applicable. 3. Include labeled openings, louvers and door glass lights where specified 4. Base bid shall also include rated metal frames for fixed wire glass loc within the Police/Fire and vehicle maintenance facilities. 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. cr lie "I d ,a N ' *w i ,b * t Pagc LIST OF CONTRACT DOCUMENTS Io Contract documents prepared by Suhnau, McGavin , Ruhnau /Associ ates , 120; Avenue, Carlsbad, CA 92008 (619) 729-7144. Plans dated April 22, 15 a. architectural^ Site Plans Sheets AC-1 thru AC-3 b. Architectural Public Safety Center Sheets A-1 thru 9-36 Public Service Center Sheets A-51 thru A-60A c. Equipment Plans Sheets €4-1 and EQ-2 d. Structural Plans Sheets S-I thru S-16 e. Mechanical Plans Sheets M-I thru M-10 f. Plumbing Plans Sheets P-I thru P-8 9. Electrical Plans Sheets E-1 thru E-20 11. Project manual (specifications) for the construction of the City of Carlsbad Public Safety and Service Center prepared by Ruhnw, McGavin, Ruhnau/Associates dated April 8, 1985.