Loading...
HomeMy WebLinkAboutTulsa Steel Manufacturing Company Inc; 1985-06-04; 3006-2AiJ r). ? :, 4 '& d .', p I TABLE OF CONTENTS Pi Item NOTICE INVITING BIDS 1- PROPOSAL 5- BIDDER'S BOND TO ACCOMPANY PROPOSAL DESIGNATION OF SUBCONTRACTORS BIDDER'S STATEMENT Of FINANCIAL RESPONSIBILITY BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE CONTRACT 13 LABOR AND WTERIALS BOND 17 PERFORMANCE BOND 19 GENERAL PROVISIONS 21 SPECIAL PROVISIONS/SPECIFICATIONS 28 LIST OF CONTRACT DOCUMENTS CERTIFICATE OF COMPLIANCE e - (4 1 (t <d 'I A '1 +%% * Page CITY OF CARLSBAD PUBLIC SAFETY AND SERVICE CENTER NOTICE INVITING BIDS The City of Carlsbad invites bids for performing the following work: Bid Package #2 - Structural Steel and Metal Deck. 1. Sealed bids for performing the work shall be received at the office of Purchasing Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, unl 4:OO PM on the 21st day of March, 1985 at which time they will be open! and read aloud. 2. The work shall be performed in strict conformity with the specificatio therefor as approved by the City Council of the City of Carlsbad on fi the Engineering Department. Reference is hereby made to said specifications for full particulars and description of the work. The work, a portion of the total Public Safety and Service Center Proj involves complete sitework development of twenty-six (26) acres includ grading, underground utilities, and surface improvements, etc. A full 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 program. 3. 4. Koll Construction Company will provide construction management service the City of Carlsbad and shall organize, monitor, coordinate and direc phases of the construction at the Public Safety and Service Center. 5. Plans, specifications and bidding documents may be obtained at the Purchasing Department, City Hall, Carlsbad, California, after February 1985 at no cost to licensed Contractors for the first set. Additional are available for a non-refundable fee of $25.00 per set. Please call ahead to reserve your documents, (619) 438-5601. 6. A pre-bid conference will be held in The City Council Chambers at 2:0( on March 13, 1985 to discuss bidding requirements. If information is required regarding the bid package, drawings and/or specifications, the bidder SHALL NOT contact the City of Carlsbad nor architect. All questions and requests for information shall be direct Koll Construction Company, (619) 292-5550, Steve Mahoney. 7. 8. No bid will be received unless it is made on the proposal form include with these bidding documents. certified check or bidder's bond made payable to the City of Carlsbad an amount equal to at least ten percent (10%) of the amount of bid; st guarantee to be forfeited should the bidder to *om the contract is av fail to furnish the required bonds and to enter into a contract with t City within the period of time provided for by the bid documents. The Each bid must be accmpanied by cash, A' 9 7 5 '4 ,+ ', i AI f<, \ Pag f bidders' security of the second and third lowest responsive bidders mal withheld until the contract has been fully executed. The cash, cashie check or certified checks submitted by all other unsuccessful bidders . be returned to them within ten (IO) days after the receipt of bids, am 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. Bidder's Bond 3. Designation of Subcontractors 4. Bidder's Statement of Financial Responsibility 5. Bidder's Statement of Technical Ability and Experience The entire bid package shall be executed and submitted prior to the ti for the bid opening. Said document shall be affixed with the appropriate notarized signatur and titles of the persons signing on behalf of the bidder. For corporations, appropriately notarized signatures of the person authori by the corporate by-laws are required and the corporate seal shall be affixed to all documents requiring signatures. In the case of a partnership, the properly notarized signature of at least one general partner is required. No bid shall be accepted from a Contractor ho has not been licensed i accordance with the provisions of Chapter 9, Division 3 of the f3usines Professions Code. The Contractor shall state his/her license number a classification 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. 12. The amount of bond to be given for the faithful performance of the cor for said work shall be one hundred percent (100%) of the contract pric therefor, and an additional bond in the amount equal to fifty percent of the contract price for said work shall be given to secure the payme the claims for any material or supplies furnished for the performance the work contracted to be done by the Contractor for any work or labor any kind done thereon. Bonds shall be prepared on the forms included within the bid package. Sureties shall be licensed and registered in State of California and subject to approval by the City. 13. Partial and final payments on this contract shall generally be in accordance with Section 9 of the 1979 edition of "Standard Specificatj For Public Works Construction", as herein modified. d* , * , tc ,x SI i 1 , '4. , \ Page The Construction Manager will, after award of contract, establish a clo date for the purpose of making monthly progress payment. Each month, the Construction Manager will make an approximate measureme of the work performed to the closure date and as a basis for making mon payments, estimate its value based on the contract breakdown furnished the Contractor and approved by the Construction Manager. From each progress estimate, ten percent (10%) will be deducted and retained by the agency, and the remainder less the amount of all previa payments will be paid to the Contractor. After fifty percent (5a) of work has been completed and if progress on and quality of the work is satisfactory as determined by the Construction Manager, the deduction t 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 contract amount, whichever is greater. Final payment for value of work completed under this contract, unless Notice of Leins or unpaid bills are on file with the City, shall be mad thirty-five (35) calendar days after acceptance of the canplteted work. City Council approval and filing of a Notice of Completion shall consti said acceptance. Application for payments and dispersement of funds wi be made through the Construct ion Manager. The Contractor may, at his/her option, substitute securities, as specif by Government Code Section 16340, for the retention held on this contri At the request and expense of the Contractor, securities equivalent to amount withheld may be deposited with the City or with a state or fedei chartered bank as the escrow agent who shall pay such monies to the Contractor upon satisfactory completion of the contract. The Contractc 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 cal 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. If any person contemplating submitting a bid for the proposed contract in doubt as to the true meaning of any part of the plans, specificatior other proposed contract documents, or finds discrepancies in, or omiss' from the drawings or specification, a request may be submitted to the person named on the title page of the contract documents for the interpretation or correction thereof. Any interpretation or correctiol the proposed documents will be made by addendum duly issued by the Ci? 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 fc any other explanation or interpretation of the proposed documents. 15. 1% 1 ’ si I’ It 1, ’*, L Pagf 16. Any addenda issued by the City during time of bidding, or forming a pal the documents delivered to the Bidder, shall be covered in the bid and shall be made a part of the Contract. Bidders are advised to verify tt issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgement of addenda may be cause for rejection of bid. No person, firm or corporation shall be allowed to make or file or be interested in more than one (1) bid for the same work, unless alternatc bids are called for. A person, firm or corporation submitting a subproposal to a bidder, or Hho has quoted prices on materials to a Bic is not thereby disqualified from submitting a subproposal or quoting PI to other bidders. 17. 18. Bidders are required to inform themselves fully of the conditions rela’ to construction and labor under which the work will be or is now being performed, and so far as possible, the Contractor must employ such met and means in carrying out the specified work as will not cause any interruptions or interference with any other Contractor. 19. The Contractor shall comply with the provisions of California Labor Col Part 7, Chapter 1, commencing with Section 1720. 20. The Contractor shall not pay less than the specified prevailing rates wages established pursuant to Section 1773.2 of the California Labor C A copy of the current applicable wage rates is on file in the Office o Carlsbad City Clerk. Approved by the City Council of the City of Carlsbad, California, by Resolu No. 7918, adopted on the 19th day of February, 1985. k a0 /?rf At- iPRA1- Date I I ALETHA L. RAUTENKRANZ, City Clfrk *I 1-w 4 \< s' r\ 2, 't, t * Page 5 CITY OF CARlSEAo PUBLIC SAFETY AND SERVICE CENTER ) \'* /b , &y 1: L 1;1;. .. CONTRACT NO. 3006 *. PRmsAL City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA S2OE)B The undersigned declares he/she has carefully examined the location of the wo read the Notice Inviting Bids, examined the plans and specifications, and her proposes to furnish all labor, materials, equipment, transportation and semi1 required to do all the work to canplete Contract No. 3006 in aceorstance with Plans and Specifications of the City of Carlsbad, and the special provisions, wit: *. - The folio-lng proposal Porn includes mrk associated with the .bid package No. ** - -.. -. NO. ZA - Structural Steel No, 28 - Metal Deck Proposals for the work shall include separate prices for each item of wc 'bid. A proposal for work may include a bidder's canbination for any or items of work, DUt must also include bids for'each separate item. Awart a canbination bid will only be made if it is the lowest of any possible combination of bids - and is lower than the total bids of the Lowest responsible bidders on the particular items of work making up that combination bid. The City reserves the righ; to (a) award separate contracts for each bid item, or each canbination of blds, or (b) make nc . award at all. Note: If not bidding on an Item of work, the bidder shall state "no bi Proposals for the work in each bid package shall be canplete per the pl specifications and contract documents, provisions are for clarifcation only and shall not be considered as a cauplete list of all the required work. Quantities of materials and earthwork used on the plans are for permit pwposes only. All bidding contractors are requlred to caaplete their quantity take offs, and submit lump sum bids for all work unless specil unit prices are requested within the special provisions. associated with sheet nine of the improvement plans (Impala Drive), shc be broken out separately on the proposal form. 4, Mdendum(a) No(s). 1 & 2 XWWhave been received and #/a 1. a* 2. Items listed fn the special 3@ Al'l work included in this proposal. 8% ,' I '* t 4 Page 4 Bid Item f Bid - - . - .. _- - Item # .. .. .* -e--- . STRUCTURAl STEEL .. * tA-1 Complete structural sted work for the lump sum amount of Four Hund Four Thousand Fourtv Seven Doll2r* And Nn/cP 0 444.047.00 (Based on mill order, April 10, 1984; sixteen (16) week delivery.) tA-2 Canplete structural sted work for the lump sum wMunt of Four Hun Fifty Seven Thousand Three' Hundred Seventy DoElars and - No/ Cents S 457-17n-nn ?bed on twelve (12) week delivery from Notice of Award,)' - WTAL DECK .. 0. .- 2B Cmplete metal deck work for the lump sum amount-of - One Hundred 'T Four Hundred Einhtv Nine Dollars and No/Ce~ 5 110,48~9.00 -- -. COMBINATION BID ___ - ----=- - --: -_ - .- - Canbination bid no's 2A-1 and 28.-' far the lmp sum amount Of Five Hundred Fiftv Four Thousud F . ZC Hundred Thjrtv Six Dollars and No/CF,NTS 5- 2C-1 Canbination bid no's 2A-2 and 28. -- for the lump Sum dfnount Of Five Hundred Sixt,v Spvpn Thnlli2nd Eipht Hundred Fiffv Njne Dollars and Nn/Cents - _---- Note: Bidders ~&-&SO bid tk-se Items individual items nuhers -- - - -- -I ~ --- - - --. -- -__ ---_ ---- - - *- -- 1 - e . -- .- _-- - - sqaratel y. - --- --*L"> -=6 :- - -- - - - __ - -- c- +"u.-- ?-DL -- 3-F a :--a- ez7z:z: 6 - - __ -- --- ____ - --=-:--*: -- - - - - - 6 - --.e- .- db -- ._--- -- - -- .- . :=-- -- -c*. 3- >---- I >--, *-= --= * _.---- - i 4. < , . Page All bids are to be computed on a lump sum basis with separated unit pric when requested, as indicated in this proposal. In case of a discrepanc! between words and figures, the words shall prevail. 5. 6. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. The undersigned agrees that in case of default in executing the requirec contract with necessary bonds and insurance Dolicies 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 bec the property of the City of Carlsbad. 7. 8. Contractors shall be licensed in accordance with the Statutes of the St of California providing for the registration of Contractors e 9. The undersigned bidder hereby represents as follows: a. That no Council Member, officer, agent or employee of the City of Carlsbad is personally interested, directly or indirectly, in this contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its office agents or employees, has induced him/her to enter into this contrac excepting only those contained in this form of contract and the pap made a part hereof by its terms; and b. That this bid is made without connection with any person, firm or corporation making a bid for the same work, and is in all respects and without collusion or fraud. IO. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers ' compensation or to undertake self-insurance in accordance witb provisions of that code, and agrees to comply with such provisions befo commencing the performance of the work of this contract. 11. The undersigned is aware of the provisions of the State of California L Code, Part 7, Chapter 1, Article 2 relative to the general prevailing r of wages for each craft or type of worker needed to execute the contrac and agrees to comply with its provisions. .\ * >* IC I) . e Page 8 -(Cash, Certified Check, Bond or Cashier's Check) Accompanying this proposal is In an aunt of not less than ten percent (10%) of the totd bid price. Bid Bond Tulsa Steel Mfg. Co., Inc, 434316 73-0938756 . Bidder's Name . State License No. Employer I*D. No P.O. Box 9280 Bidder's Address Tulsa, Oklahoma 74157 (918) 227-0110 3-20-85 Richard R. Reiss Phone No. Date -Name fype of Organization (Individual, I Corporation Corporation, Partnership) List below names of President; Secretary; Treasurer; and Manager, if a corporation, and names of all partners, if a partnenhfp: - 1 f a .- - . .r; - Kenneth L. Pittman Secretary Denis G. McGuire Vice President Richard R. Reiss Treasurer (NOTORIAL ACKNOWLEDGEMENT CF EXECUTION BY 6 e ALL PRINCIPALS MUST BE ATTACHED) (CORPORATE SEAL) - - -- ~ -- - -- -..- - - 4. , . Page BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we, , as Principal, as Surety, are held and firmly boi unto the City of Carlsbad, California, in the sum of Dollars ($ ), 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 FOREGOINS OBLIGATION IS SUCH: That if the proposal of the above-bounden principal for: in the City of Carlsbad, is accepted by the City Council of said City, and i the above-bounden Principal shall duly enter into and execute a contract including required bonds and insurance policies within twenty (20) days fran date of award of contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event any Principal above named executed this bond as an individual, is agreed that the death of any such Principal shall not exonerate the Sure1 from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day Corporate Seal (If Corporation) 9 19 P ri nci p a1 BY Title (Notarial acknowledgement of (Attach acknowledgement of execution by all PRINCIPALS and SURETY must be attached.) Attorney in Fact) .. , 8, ,> PROPOSAL BOND THE RTNA CASUALTY AND SURETY CI Hartford, Connecticut 061 15 UR & CASirALTY KNOW ALL MEN BY THESE PRESENTS, That we, as Principal (s) (hereinafter called the Principal), and THE ETNA CASUALTY AND SURETY COYPANY, of I Connecticut, a corporation of the State of Connecticut, as Surety (hereinafter called the Surety), are held an bound unto Tulsa Steel Manufacturing Company, Inc. City of Carlsbad, CA (hereinafter called the Dollars, for the payment of which, well and truly to be made, we bind ourselves, our heirs, administrators, e successors and assigns, jointly and severally, firmly by these presents. in the penal sum of -- -___-__ Ten per cent of the amount bid------------------ (S SEALED WITH OUR SEALS this 'Oth day of March , 19 85 . WHEREAS, said Principal is submitting herewith a bid, or proposal, for Public Safety & Service Center Bid Package B2 Structural Steel and Metal Deck Contract d 30 0 6 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if said Principal shall be aw contract which said Principal has proposed to undertake, briefly described above, and shall, within the timc after notice of such award, enter into contract pursuant to such award and give bond for the faithful performan contract, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. PROVIDEC, HOWEVER, that this Bond is issued subject to the following condition: The Surety shall in no event be liable for a greater amount hereunder than the difference between the amount 01 cipal's bid or proposal, and the lowest amount in excess of said bid, or proposal, for which said Obligee may 1 award said contract within a reasonable time. Denis G. McGuire Vice E -- CAT. 12 -1.5-778-J) 12-67 Fm N TE I. THE RTNA CASUALTY AND SURETY COMPANY = Hartford, Connecticut 061 15 ', 1, I' .I c LIFELCASUALW POWER OF AlTORNEY AND CERTIFICATE OF AUTHORITY OF AlTORNEY(S)-IN-FACT KNOW ALLMEN BY THESE~ESENTS.THATTHEETNAC~UALTYANOSURETYCOMfANY. acorporationdulyorganized under thelamof the State of Connecticut, nnd hnving in principal olflee In ths City Of Hanford. County of Hartford. State of Connecticut, hafh made, constituted and appointnd. md dm bv tW prmnn mike. connitule nnd ammint ~o~tello, Max R. Vowel or Mary E. Strait - - Burt B. Holmes, Kent Bogart, Richard E. . of Tulsa Oklahoma , ib tNa and IWful Attornny(r)-in-Fact. with full power and authority hereby conferred to @Ion. rXrcUf% and DCkn-.. il WlV PI- -in the United SWW. Or. If the following line be filled in. within the area there desig- nntad , the Idlowing imtrumenc~s): by hl.hn lola rlgnmrm and .*. MY and nil bond.. ncognh.I'IW& COntrW of lndamnity, and other writings obligatory in the nature of a bond, ruognlunw, or COndlUOd umUng. and nnv and ail wnsnnU lnddmu themto MILLION ($1,000,000.00) DOLLAKS - not exceeding the sum of ONE nnd to bind THE LETNA CASUALTY AND SURETY COMPANY. thereby ns hrib and to the wma extant m if the same were signed b the duly rumorh.d~wndTHERTNICASUALTYANDSURETYCOMPANY.and~IItha.ct.of uidAnorney(rl-in-Fsc1, punuant to theeuthoriry herein givm, am hnW nMed and c0nllrm.d. Thir appointment im mnde under nnd by nuthorny of M. tollowing Stnndlng R~0lution8 of wid Company which Resolutions are now in full tons and nUut: VOTED: Th.leOCh ofthofa(towlngo((k.R: Ck.i~n.VlaCh~l~M.PfwidentAnvExecutiveViwPrsridant.AnySeniorVicePrb.ident,AnyVice Prnident.AnyAuirt.ntVlaPreJd~AnyS.cnU~.~A.rbUnt~ry,msytromtime tootinMaqpointRwidentViesPr~dents. Mint Anirtnnt S~ilarirAnwnvr-ihFKI.AttornoWn-F.*. and -to act for and on bshdfofnHCompnnyand mwghrenny nuch appointee wch authorirym his certificate of authority my pdbs to JOn wim th. c0rnP.wl rum .nd MII with the Compnny'r aeni bonds, recognizances, contrsdr of indemnity. and other writing. obiigntory in thn nntumd a bond. racognhsnca. 01 ~~ndltlocul undartnking. and any of mid officen or the BMrd of Oirectorr may nt anv tima r.mow my ruck .ppoint.. nnd mvoka the Wnnd authority given him. VOTED: That nnybond.mogniuw.contrwRof indmnitv. 0r~~~obiiO~ryinthenatursofsbond.recognuance.or conditional undertaking shall be valid and binding upon the Company when Id aned by the Chairman. the Vice Chairman. the Prwident. an Executive Vice President. a Senior Vice Preuidnnt. n Vice Proddent. nn Aui.unt Vlcr Prwident of by n Residem Vice President, pursuant to the power prescribed in the cettifvxte of authoriwof suchRasident vksPraid.nl andduty attested and waled with theCompany'r seal by a Secretary or Assistant Secretary orbvaResideMAsdrtantSacrasry,punuant toth.powsrprerwibedintheaMificnteofauthorityofsuchResidnntAssistantSecretary; or (b)duly executed (under real. if required) bv one of mora Attomsyr-in-Fect punuant to the power prescribed in his or their certificate or certificates of author+. This Power of Attorney and Cartiticate of Authorfty h .ionad nnd Ionled by fdmiln under and by authority of the following Standing Resolution voted by the Board of Directors of THE ETNA CASUALTY AND SURETY COMPANY which Resolution is now in full force and effect: VOTED: That the signnture of each of tho following ofken: Chalmun, Via Chairman, Pfwident, Am/ Executive Vice President, Any Senior Vice Preaident, AlrVVice~idultAnyAul.t.ntVlaRrid.ntAnySecntary. Any Auhtrnt Secretary, and the snni of the Company may be affixed by fwimile to any power of nttomey or to any carMam relating thereto nmnting RerMent Vice Presidenu. Residant Assistant Secretaria8 or Att~mey.-ihFeccforpu~ontyo(.x.amngnd.thding~.ndundertalring.nnd otherwritingmobligatory inthenature thereof,and any such power of momy or certificate karlng wh fncnlrnilenlgnntum or fndmiia wal hnll be valid nnd binding upon the Company and any such power so exscuted end certified bv nu& f.cllmlle JOrucUre and fnaimlle mil $hail be valid and binding upon the Company in the future with iespect to any bond or undehlting to which it is atnched. IN WTNESS WHEREOF, THE ETNA CASUALTY AND SURETY COMPANY hns cnured this instrument to be signed by its Assistant Vice President , and Ica corporate 8014 to ba hereto affixed this 11 th dayof October .19 84 ..c""-*" ., .... -- ',., : WII0.0 'i ......k. .*'.' %",,.,.....+.. 0 SURETY coMP4NY Q-7& .* r'.* %$%. THE ii - & BY State of Connecticut County of Hanford } ss. Hartford Onthis 11th dyof October , 19 84 , before ma penonailv wme JOSWH P. KSEKNNAN to me known, who, being by me duly wm. did dapcu and uy: lhnt hdahe in As istant Vice President Of THE ETNA CASUALTYANDSUREWCOMPANY. ih. corporstbn drcri~ in rind which executed tEe above immant; thnt he/she know the sen1 of wid corporntion: that the 4 .mXd to the uM h.rmm is nwh cofpont. *I: and thnt helrhs executed the mid inarumen( on behntf of the corporation bv wliwxilv of hhher OlRO undr the SUnding R..olutkuw thnreof. *... $2&,,, p .?d s14+~~j :%$* +-*#j i. * c -: .-*:,** CERTIFICATE I. M. undenig~. sccre cay of THE ETNA CASUALTY AN0 SUREM COMPANY. a rtd wpOntion d the StneofConn~DOHEREBYCERnFY~tk.~ng~mrdud~dARomynnd~(iu(eofAuChority~inrintullfor~and ha~beenrwdu6:~ndfurthsmrom.~th.SandlnOflrolutknrofth.Borrdo(M~.a~f~inth.CartifiMnof~tho~icv.nmnow in force. Signed and Snnkd I the Hw OWla of tho Compnv. in RItNTEO IN U.S.A March *la 85 *1- N In -, s Q < ’\ C Page IC DESIGNATION OF SUBCONTRACTORS - . The undersigned certifies he/she has used the subbids of the following listed Contractors in making up his/her bid and that the subcontractors listed will bc used for the work for which they bid, subject to the approval of the City Engfneer, and in accordance with applicable Frovisions of the specifications. . No changes may be made in these subcontractors except upon the prior approval 4 ----- the City Engineer or the City of Carisbad. required for each subcontractor. The following information is Additional pages can be attached, if rea!-@ 0- - Work Company Name- _--- _- . -- Structural Steel Erection Boa1 Steel, Inc. Supply & Install Metal Deck Drahiem Steel - .- -- - -- - - c - . - - -- - - - -__- .--. - s -- - - - _-...._- -- - - ---- ----_ - - - ..-_.... - --- -4- - :hC.zr_ - -2?rc: ~ SignaturH RiLhard R. Reiss -- , d, ' \ '. - . Page 1 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY . . The undersigned submits herewith a notarized or sealed statement of hisher financial responsibility. statement Either a current audited- incane tax or profit/lass * See Attached - - ...- - - -. G 6 'Sign*re Richard R. Reiss (Notarize or Corporate Seal ) I\ Page 12 BIDER'S STAT~ENT w TECHNICAL ABILITY AND EYPERIENCE 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 give Teferences, with telephone numbers, which will enable tk City to judge hisher .responsibility, experience and skill. An attxhmertt can be used if notarized c scaled . Date * Narae ard Phone No. Contract Name and address of Person hunt 01 Completed of the Employer to Contact Type of Work Contract 1 1 I 1 I See Attbched Brochure I *I I ! I 1 I I I i I I I -1 ai I i- i i .. I I 1 I I I I I- 1- 1 I -1 I 1 I t I t I i I I I I -1 I I f I I I I 1 i i 1 I I I I I I 1 1 I I I 1 I 1 I 1 1 I I I I I I I I I I I I I I I I I I I I i i 81 I I I 1 =I 1 *+-- 1 1 I I t I 1 I' _t__ I- I I -- - Si&akre Richard R. Reiss -- (Notarize or -7- Corporate Seal) .. -.- - _- m MC3rVE CARLMAD, CA92CW-1909 (6191 ./P. , I 1: +flflRI : 12; 1200 ELM AVENUE TEL - . Kitp of QCarIsbab PURCHASING DEPARTMENT March 8, 1985 ADDENDUM NO. 1 PROJECT: PUBLIC SAFETY AND SERVICE CENTER BID PACKAGE NO. 2 - STRUCTURAL STEEL AND METAL DECK This addendum, receipt acknowledged, must be attached to proposal form when bid is submitted. .* yg5 L GL-&a&< RUTH KL ETCHER, PURC HASING OFFICER I acknowledge rereipt of Addendum No.1, @AJ idder s' Stgfiatur'e * . 8 rujLr;l r Jd- B" c* ,- qfiR 7, R 1385 t .I T tZb0 ELM AVENUE CARLSBAD, CA 920081989 (6' Citp of 6arIsbab PURCHASING DEPA RTM EN f March 14, 1985 ADDmmINO. 2 PmJEcr: J3JEiKJCsAFETYANDd~cE~ BIDPACKAGENO. 2-s--AND=m !this addendum, receipt adcnowledged, mt be attach& to proposdl am when bid is setted. &V& €aJT!q-, ~L%OFFICER I adumledge receipt of PiLlendUm NO. 2. /#/L - /bldderIS SlgIature 4b - :' . Pag 1 CONTRACT THIS AGREEMENT, made and entered into this 4 t-h day of TIA N e 91 by and between the City of Carlsbad, California, a municipal corporation (hereinafter called Tityl'), and TULSA STEEL MEG. COMPANY INC. ( hereinafter called "Contractor" .) City and Contractor agree as follows : 1, Description of Work. Contractor shall perform all work specified in t contract documents for: STRUCTURAL STEEL (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor materials, tools, equipment and personnel to perform the work specifiec the contract documents . 3. Contract Documents. The contract documents consist of this contract; bid documents, including the notice to bidders, instructions to bidder: contractors proposal; the plans and specifications and all proper amendments and changes made thereto in accordance with this contract o plans and 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 undc this contract, City shall make payment to Contractor per the terms out in the Notice Inviting Bids, Item 13. Contract amount W-- . --$4%7*0(3 FOUR HuNDfiED FORTY-FCUR THOLJSAND FORTY-SEVEN D0L;wIs. ---5 $444,047.00 Fww-3~ww~~-~sm-~ Payment of undisputed contract amounts shall be contingent upon Contrac furnishing City with a release of all claims against City and Construci Manager arising by virtue of this contract as it relates to those amoui Extra compensation equal to 50 percent of the net savings may be paid Contractor for cost reduction changes in the plans or specifications m( pursuant to a proposal by Contractor. The net savings shall be determ by City. No payment shall be made unless the change is approved by thc City. 5. Independent Investigation, Contractor has made an independent investigation of the jobsite, the soil conditions under the jobsite, ai all other conditions that might affect the progress of the work, and i aware of those conditions. The contract price includes payment for a1 work that may be done by Contractor in order to overcome unanticipated underground conditions . Any information that may have been furnished Contractof by City about underground conditions or other job condition! ffor Contractor's convenience only, and City does not warrant that the conditions are as thus indicated, Contractor is satisfied will all jol conditions, including underground conditions and has not relied on information furnished by City. I\ *\ ,I Page 6. Contractor Responsible for Unforeseen Conditions. Contractor shall be responsible for all loss or damage arising out of the nature of the wor from the action of the elements or from any unforeseen difficulties whi may arise or be encountered in the prosecution of the work until its acceptance by the City. Contractor shall also be responsible for expen incurred in the suspension or discontinuance of the work. However, contractor shall not be responsible for reasonable delays in the cmple of the work caused by acts of God, stormy weather, extra work, or matte which the specifications expressly stipulate will be borne by City. 7. Change Orders. City may, without affecting the validity of this contra order changes, modifications, deletions and extra work by issuance of written change orders. Contractor shall make no change in the work wit the issuance of a written change order, and Contractor shall not be entitled to compensation for any extra work performed unless the City I- issued a written change order designating in advance the amount of additional compensation to be paid for the work. If a change order del any work the contract price shall be reduced by a fair and reasonable amount. work shall nevertheless proceed and the amount shall be determined by arbitration or litigation. The only person authorized to order changes extra work is the City Engineer. However, no change or extra work orde excess of $5,000.00 shall be effective unless approved by the City Council. If the parties are unable to agree on the amount of reduction 8. Prevailing Wage. Pursuant to the Labor Code of the State of California the City Council has ascertained the general prevailing rates of per di wages for each craft or type of worker needed to execute the contract a schedule containing such information is in the City Clerk's office and incorporated by reference herein. Pursuant to Labor Code Section 1774 contractor shall pay prevailing wages. Contractor shall post copies of applicable prevailing wages on the job site. 9. Indemnity. Contractor shall indemnify, hold harmless and defend the Construction Manager and the City and its officers and employees, and e of them, from any and all liability or loss resulting from any suit, cl or other action brought against the City, or for any other Posses of whatever nature, directly or indirectly arising fran the acts of Contra or its officers, employees or agents done in the construction of this project or in the performance of this contract regardless of responsibi for negligence. The expenses of defense include all costs and expenses including attorneys fees, of litigation, arbitration or other dispute resolution method. Nothing in this paragraph shall require contractor indemnify City for losses caused by the active negligence of City. 10. Contractor shall provide Certificates of Insurance evidencing coverage mounts not less than the following: .,',, Page Coverage Combined Single Lim Automobile Liability $ 500,000 General Liability 500,000 Products /Completed 0 pe ra t io ns 500,000 Blanket Cont r ac tural 500,000 Contractor's Protective 500,000 Personal Injury 500,000 Excess Liability 500,000 Other Contractor may be required to increase the limits of liability insuranc the size and nature of the project require excess coverage. Contractor shall cause the City and Construction Manager to be named as additional insured on all policies concerning the subject matter or performance of this contract. 11. Workers Compensation. Contractor shall canply with the requirements of Section 3700 of the California Labor Code. Contractor shall also assun 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 2 person employed or used by Contractor to perform any work under this contact regardless of responsibility for negligence. 12. Proof of Insurance. Contractor shall submit to the City through the Construction Manager, certification of the policies mentioned in Paragr 'IO and 11 or proof of workers' compensation self insurance prior to the start of any work pursuant to this contract. Certificates of insurance shall provide that the insurance will not be cancelled until the expira of at least thirty (30) days after written notice of such cancellation been given to the City. 13. Arbitration. Any controversy or claim in any amount up to $100,000 ari out of or relating to this contract or the breach thereof may, at the option of City, be settled by arbitration in accordance with the construction industry rules of the American Arbitration Association an( judgment upon the award rendered by the arbitrator(s1 may be entered ir California court having jurisdiction thereof. The award of the arbitrator(s) shall be supported by law and substantial evidence as provided by the California Code of Civil Procedure, Section 1296. 14. Maintenance of Records. Contractor shall maintain and make available i the City, upon request, records in accordance with Sections 1776 and II of Part 7, Chapter 1, Article 2 of the California Labor Code. If the Contractor does not maintain the records at Contractor's principal plac business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this contract. Contractor shall notify the City by certified mail of any change of address of su( records. \' \ I *. ,< L Page IC 15. Labor Code Provisions: The provisions of Part 7, Chapter 1 commencing wii section 1720 of the California Labor Code are incorporated herein by reference . 16. Security. Pursuant to the requirements of law (Government Code Section -appropriate securities may be substituted for any monies withheld b! City to secure performance of this contract or any obligation established by this contract. 17. Additional Provisions. Any additional provisions of this agreement are SI forth in the "General Provisions" or "Special Provisons" attached hereto and made a part hereof. (Notarial acknowledgement of execution by ALL PRINCIPALS must be attached.) Title 7600 New SapUlPa Road Tulsa Oklahoma 74157 -._. Contractor's Principal Place of Busines CIT OF, CARLSBAD, CALZ~ORNIA BY 5 A- ($!) Mayor ATTEST: & -A @&& City Clerk Contractor's Certification of Awareness of Workers Compensation Responsibilitg "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers compensation or to undertake self -insurance in accordance of that code, and 1 will comply with such provisions before ormance of the work of this contract." \' r! (x i i Page 1' LABOR Ab@ MATER1AL BOND No. 40SB100132479 KNOW ALL PERSONS BY THESE PRESENTS: WHERUS, the City Council of the City of Carlsbad, State of California, by Resolution No. 7958 adopted April 2, 1985 , has awarded dv. Inc. , hereinafter cksfgnat as the "Principal", a contract for: STRUCTURAL STEEL - C0I"RACT NO. 3006-2 - 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 the City Clerk of the City of Carlsbad. WHEREAS, said Principal has executed or is about to execute said contract and -the terns thereof require the furnishing of a bond with said contract, provid that if said PrirU?ipal or any of his/her or its suboontractors shall fail to I for any materials, provisions, provender or other supplies or teams used in, upon for or about the performance of the- work agreed to be done, or for any w or hbsr done thereon of any kind, the Surety on this bond will pay the same the extent hereinafter set -forth. NOW, THEREFORE, E, Tulsa Steel Manufacturing ComDanv. Inc. as Principal, hereinafter designated as the "Contractor", and x The AEtna Casualty and Surety Company firtnl bound unto the City of Carlsbad, in the sum of 6% %Wrdd %?e!?+%$o%housa$d Twenty Three and n------- -__--___________________________________- Dollars ($222 -023.50 %&f"hm being equal to 50 percent ( 5W) of the esthated ,.mount of the contract, to ke paid to the said City or its mrtahn attorney, Its successors ad assigns; ?or &Ach payment, MR%E 3rd truly .p;Q be made, we bind ourselves, our heirs, e~seutom and administrators, successors or assigns, jointly and severally, firsmly by these presents. THE CONDITION M THIS tBLIGATION IS SUCH that if person or hislher subcontractors fail to pay for any materials, provisions, provender or other supplies, or teams used in, upon, for, or about the perfonnance of the work contracted to be done, or for any other work or labor thereon of any kind, oi for amounts due under the Unemployment Insurance Code with respect to such wi or labor, that the Surety or Sureties will pay for the same, in an mount nd exceeding the sum specified in the bond, and also, in case suit is brought u the bond, a reasonable attorney's fee, to be fixed by the court, as required the provisions of Section 4202 of the Goverment Code of the State of California. i '. I e, f \, Page 1 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 Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the provisions of Section 4205 of the Government Code of the State of California. In the event that any Contractor above .named executed this bond as an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor i Surety above named on the 9th day of Mav 9 3985 -- - - ---- (Notarize or Corporate Seal for Each Signer) Contractor Vice-president -5 The AEtna Casualty and Suretv C- c e -2 .- 5% - b. /I i Page l! PERFORMANCE BOND Bond No. 40SB10013247g KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by . Resolution No. 7958 *opted April 2, 1985 , has awarded as the "Principal", a contract for: Tulsa Steel Manufacturing Company, Inc. , hereinafter designat STRUCTURAL STEEL - CONTRACT NO. 3006-2A - PUBLIC SAFETY AND SEWICE CENTEF in the City of Carlsbad, in strict conformity with the drawings ard specifications and other contract documents now on file in the Office of the City Clerk of the City of Carlsbad. WHEREAS, said Principal has executed or is about to execute said contract and the terns thereof reqdre the furnishing of a bond for the faithful performam of said contract; NOW, THER€FOREr WE; Tulsa Steel Manufacturing Company, Inc. as Principal, herefnaf te'r designated as the "Contractor", and - The AEtna Casualty and Surety Company *- ~~u9W&?eFPoPP#%$$ #it$JL&lpl,n,4y~i&hea$$tY of Calsbad 9 in the sum of ............................................... Dollars ($ 4~4 - 047 - or, i%ci sum being equal to 100 percent (low) of the estimated aaount of ttte contract, to be paid to the said City or its certafh attorney, its successors and assigns; for d-tich payment, well and truly to be made, we bind ourselves, out heirs, executors and alministrators, successors or assigns, jointly and severally, firmly by these presents. THE 0oH)ITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor hls/her or its heirs, executors, administrators, successors or assigns, shall all things stand to and abide by, and well and truly keep and perfom the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his/her or their part, to be kept and performed at the time and in the manner therein specified, and in all respecl according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers and agents, as therein stipulate then this obligation shall become null and void; otherwise it shall remain ii full farce and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terns of the contra4 or to the work to be perfod thereunder or the specifications accanpanying same shall affect its obligations on this bond, and it does hereby waive not of any change, extension of time, alterations or addition to the terms of th contractor or to the work or to the specifications. ( .* . ”. r’ +, h, i. Page 2( In the event that any Contractor above named executed this bond as an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor ai 9 19 85 . Surety above named on the 9th day of May - G. McGuire (Notarize or Corporate Seal for Each Signer) Contractor V i de - P re s i d e n t The AEtna Casualty and Surety Company 151 Farmington Ave., Hartford, Connect; E b. . .. THE ETNA CASUALTY AND SURETV COMPANY &@# Hartford, Connecticut 061 15 * .* 8.I .. , d ,; 6,'- '* LIFE & CASUALTY POWER OF AlTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEV(S)-IN-FACT KNOWALLMEN BY THESEPRESENTS,THATTHE&TNACASUALTYANDSUREWCOMFANY. acorporationdulyorganized under thelamofthe State of Connecticut. and hwing in prlnClPOl Office In the City Of Hartford. County of Hartford, State of Conneclicul. hath made. ConstiIuted and appointed, and dm hy thew prewnts mako. constitute and appoint Costello, Max R. Vowel or Mary E. Strait - - Burt B. Holmes, Kent Bogart, Richard E. Of Tulsa Oklahoma ,~tstnteendlawhtlAttorney~a)-in-Fsct.withfull powerandauthoriw hereby conferred to 11gn. arecUIi and acknowledge, at OnV Piam within the Unlted Ststes. or, lf the following line be fillad in, within the area there desig- nated ,the following inrtrument(r): by hUhar role algnlture and OfX any and dl bondr. recognh~~, contracta of indemnity. and other writings obligatov in the nature of a bond, recognizance. or conditional underm'llng, and any and ail consents inddanta thereto MILLION ($1,000,000.00) DOLLARS - not exceeding the sum of ONE and to bind THE RTNA CASUALTY AND SURETY COMPANY. mereby aa fully and to the same extent as if the same were signed by the duly autho~adoM~o(THERTNACASUALWANDSURETYCOMPANY,and~II thea~otnaidA~ornev(s)-in-Fact,pumuant to theeuthoriw herein gh. am hereby mtHlod and confirmod. This appointment is made under and by authority of the following Standing Raolutions of said Company which Resolutions are now in full force and effect: VOTED: That each ofthe following officers: Chairman.ViceChalrman. President Any ExecutiveVice President. Any Senior Vice President, Any Vice President. AnvAuisiantVicePrddmI.Any Secr*.ly,AnyAulstsntSecreUly,mayhomtima totlme aqpoint Resident VicePresidents, Resident Assistant Secretaries, Anomeyl-ln-Fect, andAgonbtom3for andon behalf of theComwnyand may give any such appointeesuch authority w his certificate of authority may prescribe to aign with the Company's name and seal with the Company's seal bonds, recognizances. contracts of indemnity.and other writinga obllgatoy In the netufeof a bond, recognizance. or condilionai undenaklw. and any of said office= or the Board of Directors may at any time remow any such appointee and revoke the powerand authority given him. VOTED: That any bond. recogn*ance,conlrsaOf Indemnh, orwriting obligatory in thenatureof a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when la) signed by the Chairman, the Vice Chairman, the President, an Executive Vice President, a Senior Vice Presidmt, a Vice Prsrident. an AuinSnt Vlw President of by a Resident Vice Presideni. pursuant to the power prescribed in the certificateof authority of such Resident ViwPresident. anddub attested andoesled with theCompany's see1 by a Secretary or Assistant Secretary or byaResideni Assistant Seaaaly,punuant tothepowsrprexribedlnlhecenifieeteofauthorihlofsuchResident AssistantSecretary; or (b)duly executed (under seal. if required) by one or more Attomeys-in-Fact pursuant to the power prescribed in his or their Certificate or certificates of authority. This Power of Attorney and CertiRcate of Authority hslgned and maled bv himlie under and by authority o+ the following Standing Resolution voted by the Board of Oirectors of THE RTNA CASUALTY AND SURETY COMPANY which Resolution is now in full force and effect: VOTED: That the signature of each of the following offiwn: Chairman, Vim Cheirman. President, Any Executive Vice President, Any Senior Vice Prerident,AnyVicePredden~AnyAui~ntVlmRald~AnySeastaly.AnvAul~tantS~rete~,and thesealoftheCompanymaybeafflxsd by facsimile to any power of attorney or to any csrtlfiwta relating thereto appointing Resident Viw Presidents, Resident Assistant Secretaries or Attorneykin-Factfor purpomeaonly of execuling and mdngbond.and undenaWng8and otherwritingsobligatory in the nature thereof,and any such power of attorney or certificate bearing such faalmilasignature orfaalmlle wei shall be valid and binding upon the Company and any such power $0 executed and certified by auch facsimile signature and facsimiia seal shall be valid and binding upon the Company in the future with Iespect to any bond or undertaking to which It is attached. IN WTNESS WHEREOF, THE RTNA CASUALTY AND SURETY COMPANY has cauJed this instrument to be signed by its Assistant Vice President day of October .19 84 , and its corporate mal to be hereto affixed this 11 th SUREly COMPANV State of Connecticut County of Hartford Onthis 11th dayof October , I9 84 . before me personally came JOSEPH P. KIERNAN As istant Vice President Of to me known. who, being by me dub sworn. did dopow snd nay: that hdahe is THE RTNA CASUALWAND SURETY COMPANY, the mrporetion ddbd in and which executed tSIeabove instrument; that hehha know the mal of said corporation; that lhe res1 affixad tothe said instrument bsuch corporsts mi; and that hehhe executed the said instrument on behalf of the corporation by authorin/ of hhmer flea unda the Standing Resolutlona thereof. } ss.Hartford CERTIFICATE I, the undersigned, Sccre tay of THE &TNA USSUALTY AND SURETY COMPANY, a stock corporation of lhe Stareof Connectinn. DO HEREBY CERTIFYthah foregoing and atUcheid Powsr of Attomay and Certificate of Authority remains in full force and hanot beenrevoked; andfurthermora,th~theSundlngRRaolutiomoftheBoardof Dira*ors,ar~forthin~Certifiurteof~~ority,arenow In force. Signed and Sealed of the Homo OlAce of the Company, in the Cky of Haltford, Sute *.. '".a*" I... ...,,.- *..a q.: it "zy *i f BY =..e ,A 1. 52 ir 85 . (9 May Vincent A. Walsh, Secretary '..?, . ..e *... ....... ..* PRINTED IN USA. .(6192M N 97s I, , . s. \I *, " I Page 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 PL Works Association, the City of Carlsbad supplement to the SSPWC, the Contract documents and the General and Special Provisions attached thereto . The standard drawings utilized for this project are the San Diego Area Regional Standard Drawings, hereinafter designated SDRS, as issued by 1 San Diego County Department of Transportation, together with the City I Carlsbad Supplemental Standard Drawings. Copies of pertinent standard drawings are enclosed with these documents. A detailed list of the pL 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 ai materials and performing all operations necessary to canplete the projc work as shown on the project plans and as specified in the specificatic 3. DEFINITIONS AND INTENT A. Architect: The word "Engineer" shall mean the architect or his approved representative, 6. Construction Manager: The word nConstruction Manager" shall mean Koll Construction Compa C. Reference to Drawings: Where words I' sho wn " , It ind ica t ed 'I, "de t ail ed " , I' n ot ed It, 'I sc h ed uled It words of similar import are used, it shall be understood that refe is made to the plans accompanying these provisions unless stated otherwise. D. Directions: Where words "directed", designated", "selected" or words of simila import are used, it shall be understood that the direction, design or selection of the Construction Manager is intended unless stated otherwise. The word "required" and words of similar import shall understood to mean "as required to properly complete the work as required and as approved by the Construction Manager" unless state otherwise . *. .* 1 ., . . h. , <I " ' Page E) Equals and Approvals: Where the words "equal", "approved equal" , "equivalent" and such wo of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Architect" unless otherwise stated. Where the words "approved", napprovalll, "acceptance", or words of similar import are used, it shall be understood that the approval , acceptance , or similar import of the Architect is intended. F) Perform and Provide: The word "perform" shall be understood to mean that the Contractor, 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 t Contractor, at her/his expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessa 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 the time of receiving bids. It shall be understood that the manufacturers producers of materials so required either have such specifications available for reference or are fully familiar with their requirements l pertaining to their product or material. 5. CONSTRUCTION SCHEDULE The Contractor shall provide Consruction Manager with a Construction Schedule indicating work activities and length of time required for ea( activity. The Contractor shall review with the Construction Manager monthly the Construction Schedule to insure completion of the whole or part of the work. The Contractor shall begin work after being duly notified by an issuanc a "Notice to Proceed" and shall diligently prosecute the work to canplt in connection with the construction schedule as approved by the Construction Manager. 6. NONCONFORMING WORK The Contractor shall remove and replace any work not conforming to the plans or specifications upon written order by the Construction Manager Any cost caused by reason of this nonconforming work shall be borne by Contractor. . >r ,\ 'I- .. Pagt The Contractor shall begin work after being duly notified by an issuanc a "Notice to Proceed" and shall diligently prosecute the work to canple in connection with the construction schedule as approved by the Construction Manager. 6. NONCONFORMING WORK The Contractor shall remove and replace any work not conforming to the plans or specifications upon written order by the Construction Manager Any cost caused by reason of this nonconforming work shall be borne by Contractor. 7, GUARANTEE All work shall be guaranteed for one year after the filing of a "Notic+ Completion" and any faulty work or materials discovered during the guarantee period shall be repaired or replaced by the Contractor. 8. MANUFACTURER'S INSTRUCTIONS Where installation of work is required in accordance with the product manufacturer's directions, the Contractor shall obtain and distribute necessary copies of such instructions, including two copies to the Construction Manager. 9. INTERNAL COMBUSTION ENGINES All internal combustion engines used in the construction shall be qui1 with mufflers in good repair when in use on the project with special attention to Carlsbad Municipal Code, Chapter 8.48, 10. CITY INSPECTORS All work shall be under the observation of a City Construction Inspect Inspectors shall have free access to any or all parts of work at any t Contractor shall furnish Inspectors with such information as may be necessary to keep her/him fully informed regarding progress and manner work and character of materials. Inspection of work shall not relieve Contractor from any obligation to fulfill this contract. PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inser in this contract shall be deemed to be inserted herein and the contrac shall be read and enforced as though it were included herein, and if, through mistake or otherwise, any such provision is not inserted, or i correctly inserted, then upon application of either party the contract shall forthwith be physically amended to make such insertion or correct ion. 11. *. .. * ,, . %S - ,< a. Page 12. INTENT OF CONTRACT DOCUMENTS The Contractor, her/his subcontractors and materials suppliers shall provide and install the work as indicated, specified and implied by the contract documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at Contractor's expense to fulfill the intent of said documents. In all instances throughout the life of the contract, the City will be the interpreter of the intent of the contract documents and the City's deci relative to said intent will be final and binding. Failure of the Contractor to apprise her/his subcontractors and materials suppliers of this condition of the contract will not relieve her/him of the responsibility of compliance. 13. SUBSTITUTION OF MATERIALS The Proposal of the Bidder shall be in strict conformity with the drawi and specifications and based upon the items indicated or specified. Th Contractor may of fer a substitution for any material, apparatus, equipn or process indicated or specified by patent or proprietary names or by names of manufacturer which she/he considers equal in every respect to those indicated or specified. The offer made in writing, shall include proof of the State Fire Marshal's approval (if required), all necessary information, specifications and data. If required, the Contractor, at herjhis own expense, shall have the proposed substitute, material, apparatus, equipment or process tested as to its quality and strength, physical, chemical or other characteristics, and its durability, finist 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 construct if possible, but in no case less than ten (10) days prior to actual installation. Substitution shall also include a statement 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 daily and show every char from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, a 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 on the job and shall be used only as a record set. Upon completion of work, and prior to release of retention, the Contractor shall transpost P'as-builtl' information on to a set of reproducible sepias. Drawings s be drafted in a professional manner and shall locate by dimension and elevation all concealed work, and changes in manufacturer information. "As-builts" for the sitework (bid package number 1) shall be prepared the engineer of record. e. ** I,, c ' 81 . &A % L. .I . Page 15. PERMITS The general construction, electrical and plumbing permits will be issue the City of Carlsbad at no charge to the Contractor. The Contractor is responsible for all other required licenses and fees. 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 as so modified. If an increas the quantity of work so ordered should result in a delay to the work, t Contractor will be given an equivalent extension of time. 17. SAFETY & PROTECTION OF WORKERS AND PUBLIC The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions c Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about or adjacent to the premises wh 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 materials. 18. SURVEYING Column control lines, offset outside the perimeter of the building, anc vertical control (benchmark) will be furnished by others. Contractors shall perform their own engineering (survey staking) including elevatic as required. Survey staking for the sitework (bid package number 1) shall be providf the City. Rough grade stakes at 50'-0" centers minimum, top or toe-ol slopes as required, surface and underground improvements at 25'-0" to ! 0" centers including critical points with offsets, and blue tops for building and facility pads. 19. CODES, ORDINANCES, REGULATIONS & ABBREVIATIONS Reference to codes, ordinances and regulations are to editions in effel to date of proposals. Abbreviations are used for agencies issuing sta specifications as follows: .. e. T . , 8 9. 'c. 4 5. .. Pagt Agency Abbreviation American Society for Testing Materials ASTM U .S. Government Fed. Spec. National Board of Fire Underwriters NBFU American Institute of Steel Construction AISC American Standards Association ASA Underwriters Laboratories, Inc. UL Department of Commerce Standards cs American Concrete Institute ACI 20. STORAGE Space for storage and temporary buildings will be allocated by the Construction Manager as job conditions permit. Temporary offices or s' shall be constructed of fire resistant materials. Material and layout be approved by Construction Manager prior to installation. 21. TESTING AND INSPECTION Testing and inspection shall be as required by the Specifications. Thi Contractor shall be required to cooperate fully with the inspecting agi during inspections at a fabricating plant and/or on the jobsite and shq provide ladders, platforms, scaffolds and/or safe accessibility 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 premises free at all times from all wast materials, packaging materials and other rubbish accumulated in connec with the execution of the work by collecting and depositing said mater and rubbish in locations or containers as designated by the Constructi Manager 24. TEMPORARY FACILITIES Temporary toilet facilities and drinking water for the use of all trad will be provided. 25. FORCE REPORTS Force reports indicating trade and personnel per trade shall be submit to the Construction Manager daily. A brief description of work perfor shall be included. *. 3 5' * -- * ,, ' , b' , Pagl 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. Pol 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 points, Power will not be provided for high volt or heavy amperage type equipment such as welding machines, and any spec power requirements shall be provided and paid for by the Contractor, 27. BACKFILL AND COMPACTION Backfill and compaction of trenches shall be in conformance with the 15 edition of "Standard Specifications for Public Works Construction". Backfill material shall be approved by the soils engineer. Contractor2 shall pay all costs for retesting required as the result of density te: failures due to improper compaction. Backfilling of trenches and excavations shall not be undertaken until required tests and inspectior have been completed, "as-built" location notes have been verified, and authority to start the backfill has been granted by the inspector and superintendent. * ' . I ,*. : &<. i' I. Pag E SPECIAL PROVISIONS/SPECIFICATIONS STRUCTURAL STEEL BID ITEM NO. 2A 1. Furnish all labor, material and equipment necessary to receive and hoi: to the appropriate floor and/or roof level as designated and/or in the appropriate bay, all metal decking and accessories. The Structural Stt Contractor shall provide chokers, slings, and/or any other apparatus required for the complete hoisting of the metal deck (hook and unhook - truck to floor and/or roof ). This operation shall be coordinated with Construction Manager and the metal decking contractor, who shall delive and place the decking with such timeliness as to permit its use as safe planking and/or working deck for the erection of the structural steel. During the time the metal decking is used for safety planking and/or working deck, the Structural Steel Contractor shall be responsible for damage to the metal deck caused by his negligence. 2. Furnish and install a two (2) strand safety cable railing, including pc around the perimeter of each floor and roof level and at all floor and openings in accordance with Federal, State or local agencies having jurisdiction. The safety railing shall be maintained by the Structura: Steel Contractor until the completion of his Work on the building. Thc safety railing shall be left in place after the Contractor has completc his Work and will be maintained and removed by others. Include a turnbuckle of adequate size for each cable at every third column. Furnish and install and maintain toeboards at all safety railings to mc safety codes until installation of an edge angle and/or bent plate by 4 metal deck contractor. After the installation of the metal angle and/( bent plate, the Structural S tee1 Contractor shall remove the toeboard. 3. Furnish, install, maintain, relocate and remove any supplemental plank. as may be required, to cover elevator or stair shafts and/or any other floor and/or roof openings, to meet erection requirements. This supplemental planking shall be left in place until the Structural Steel Contractor completes his Work in the area at which time he may remove ' supplemental planking and install a two (2) strand safety railing. Shall submit the l'proposed erection sequence" to the Construction Mana for approval prior to submlttal of erection drawings. Plumb and canpl bolting and welding operations of the structural framework in incremen that the Work of others may proceed as soon as each individual increme complete. Upon completion of the structural steel work in a portion of the build the Contractor shall remove all equipment and material from that area order that others may prepare to proceed with their work. 4. 5. -* *, *c *- *. '&* ' , Lo I t Pagc The Contractor shall clean up and remove any debris generated by his WI including his welding material waste and weld splatter that will inter1 with the placing of concrete on the metal deck and/or bonding of concri to the metal deck. 6, 7. When required and in order for the Construction Manager to maintain or continuity of the Project construction schedule, the Structural Steel Contractor shall furnish, install, relocate and remove catch platforms screens and/or protective blankets, satisfactory to the Construction Manager, for the protection of others below the structural steel work, catch slag and/or hot metal generated by the welding operation. 8. Contractor shall be responsible for removing and replacing of metal de( where required to perform the work. 9. The intent of bid package no. 2A is for purchase, fabrication and erec of all structural steel for the Carlsbad Safety Center, including but limited to column base plates, columns, girders, beams, channels and bracing. Items listed below are for clarification and shall not be construed as a complete list of all the work. IO. Miscellaneous iron shall be bid as a separate future bid package and s include stairs for all buildings; all steel for the mechanical enclosu and vehicle wash facility; and miscellaneous tubes, columns, embeds, angles, plates, etc,, within the Police and Vehicle Maintenance Facili which are not specifically addressed in this bid package, 11. The 4 x 4 support tubes around the perimeter of the Police Facility ar intended to be miscellaneous iron work. However, the tube, beam and b framing around stair no. 2 should be included in this bid package. 12. Include all applicable notes and details on sheet 1 for all buildings. Furnish, deliver and unload, in a location designated by the Construct Manager, all anchor bolts required for the installation of the structu steel. Anchor bolts shall be installed by others. Contractor shall provide approved shop drawings showing anchor bolt locations. Deliver anchor bolts shall be coordinated with the schedule requirements of tt concrete contractor. 13. It is anticipated that structural steel erection will commence approximately sixteen (16) weeks after Notice of Award and submission mill order on or before April 10, 1985, for May's import mill rolling. Actual erection is anticipated to be completed in approximately three weeks. Bid item 2A-1 shall be based on these parameters. Also incluc within the bid proposal (item 2A-2) a bid quote to begin steel erectic twelve (12) weeks after Notice of Award based on the utilization of available warehouse steel material 14. Grouting under structural steel base plates shall be by others. 15. Special attention is directed to item 26, Electrical Power, page 27 of General Provisions. e- ** *8 &> '. ' * *' Pagt 16. Structural Steel Contractors shall be responsible for providing holes steel columns per detail 26 sheets S-8. 17, Police/Fire Building (Structural Plans) Sheet 1 a. Provide angle welded to beam per detail 1. b. Support steel for deck openings and mechanical equipment per detail 4, and 5. Hanger rods by others. C. 16 gauge closure angles per detail 1 and deck openings per detail : shall be by others. Sheet 5 a. Provide 4 X 4 tube steel columns for support of W 14 beams shown a' entry. Intermediate horizontal and vertical tubes and angles shal by others. Provide welded tubes and angles per detail 2. b. Provide plates welded to structural per details 3 and 6. C. Provide bolt holes in beam flange for connection of angle by other: detail 3. d. Provide tube steel, plates and channel welded to structural per del 4. Curved tubes and top tube shall be furnished and installed by others. e. Folding partition support detail 5 shall be furnished and installec others except plates welded to structural . Sheet 6 a, Provide all moment and brace frames including applicable details. Sheet 7 a, b. Details 5, 13, 16, 17, 18, 22, 23, 24 and 29 complete. c. Detail 9 complete including bolt holes. Rods by others. d. Provide tube steel welded to beam and bolt holes; and angle bolted lube welded to beam flange per details 1, 3, 7, 8 and 9. plate and beam per detail IO. connection of bottom part of angle shall be by others. Installation of other tubes and e. Provide angle per detail 11. Connection similar to item d. f. Provide holes in beam per detail IS. Anchor bolts by others. Inc bent plate welded to structural. -9 1.. 1'. q;+ ' *I .' Pagl Sheet 8 a. All details complete except 17, 21, 23 and 24. Sheet 9 a. All details complete except for curved tubes. b. Weld bent plates to beams per detail 15. c. Detail 23 complete - Lower threaded rods by others. Vehicle Maintenance Euilding (Structural Plans) The following items shall be bid for structural steel for the Vehicle Maintenance Building , a. 6X tube steel columns including base plates per details 9, IO, sh 18. S-11. Anchor bolts F.O.B. jobsite. b. Wide flange beams for complete upper and lower roof systems. c. All embed plates, angles and complete mezzanine steel framing incl 3 1/2" tube shall be furnished and installed in future bid package d. Provide connection plates, welded connections and bolts per detail 8, 9 and IO, sheet IO. e. Provide bearing plates welded to structural per details 4, 5, and sheet IO. Anchor bolts furnished F.O.B. jobsite. f. Bent plates and field welds per detail 11, sheet IO shall be furni and installed by others. Provide bent plates welded to structural per detail 12, sheet IO. g. METAL DECK BID ITEM NO. 28 1. The Metal Decking Contractor shall furnish and install all steel deckj shear connectors and accessories required for the work. Bid shall in( completed Police/Fire Building, Vehicle Maintenance Building , Vehicle Facility and Mechanical Equipment enclosure, 2. Deliver the metal deck to the jobsite by floors in proper sequence atx conformance with the schedule for the erection of the structural steel frame. The hoisting of the metal deck shall be by others to the appropriate floor or roof level and/or appropriate bay. The metal de< shall be coordinated with the structural steel erection and shall be ! and placed as required so that decking may be used as safety planking and/or work floor. T *L L.q ' @** 4b *' Page 3. Furnish labor to clean up the floor of metal scrap and place in containe or loa t ions as designated by the Construct ion Manager. 4. Furnish labor to remove from metal decking all weld material waste and w splatter that will interfere with the placing of concrete on the metal decking and/or bond of concrete to the metal decking. 5. Furnish and install an edge angle (closure) and/or bent plate at the perimeter of each floor and roof as required, and at all floor and roof openings where metal deck is installed. Reference is made to details 1, and 3, sheet S-1. Although all details may not show an edge angle or closure plate at the perimeter of the second floor, roofs, mezzanine and openings, the Metal Deck Contractor shall be responsible for required installations to complete his scope of work. 6. Metal Deck Contractor shall be responsible for finishing and installing steel tubes at minor deck openings per detail 3, sheet S-I. 7. Metal Deck Contractor shall be responsible for necessary deck supports around steel columns and tubes. 8. Bent plates welded to structural beams per detail 15 sheets S-7 and S-9 shall be furnished and installed by others. 9. Metal Decking Contractor shall be responsible for furnishing and install safety planking at floor and roof penetrations until placement of concre and roofing applications. 10. Structural steel erection is anticipated to cmmence in early August, 19 Proposals for metal deck shall be based on completing metal deck work during the early fourth quarter of 1985. Potential for earlier installation exists should purchase of domestic warehouse steel (bid ite 28-2), be selected. 11. Metal deck installations at the mechanical enclosure, vehicle wash facil and vehicle maintenance mezzanine shall be coordinated with the miscellaneous iron contractor. 12. Special attention is directed to item 26, Electrical Power, page 27 of ' General Provisions. * c *.* 1( - c,& 4 h <#> b' Pag LIST OF CONTRACT DOCUMENTS I. Partial architecture and complete structural plans prepared by Ruhnau McGavin, Rahnau/Associates , 1207 Elm Avenue, Carlsbad, CA 92008 (619) 729-7144. a. Architectural sheets AC-1, A-1, A-2, A-3 (floor plans); A-8, A-0, 10 (sections and elevations); A-51 (floor plans); A-54, A-55 (sections and elevations) ; all dated February 1985, for structura. steel and metal deck bid only. b. Structural plans sheet S-I through S-16 dated February 1985, for structural steel and metal deck bid only. 11. The following specification sections are attached hereto and made a p hereof bid package no. 2 - Structural Steel and Metal Deck. a. 01340 Shop drawings, product data, and samples b. 01410 Testing and inspection c. 01700 Contract closeout d. 05120 Structural steel e. 05300 Metal deck ', . 4 ib 'I ;,r * 1 $p I.L u .. Page CERTIFICATION OF COMPLIANCE I hereby certify that Tulsa Steel Mfg. Company, Inc. in performing under the contract awarded by the City of Carlsbad, will ccmpl with the County of San Diego Affirmative Action Program adopted by the Board Supervisors, including all current amend Legal Name of Contractor May 17, 1985 Date - .-___.--_ <--_..- -- _-____ -- (hilTbHIlt tOt? CORPORATE SEAL) Tit1e Vice President (Notorial acknowledgement of execution by all principals must be attached 1. necoraing nequesrGu uy allu I,C.CuLLL Lu. City Clerk 1200 Elm Avenue Carlsbad, CA 92008 " v 'f J q ( U e I333 0 "I-__ El85 SEP 30 j,f: NOTICE OF COMPLETION ENGINEERING To All Laborers and Haterial Men and to Every Other Perso Interested: YOU WILL PLEASE TAKE NOTICE that on September 23, 1986, th Engineering project consisting of structural steel on th Carlsbad Safety and Service Center on which Tulsa Steel wa the Contractor, was completed. CITY OF CARLSBAD VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad; the Ci Council of said City on ~EP~E,VL?ER 25 , 1986, accept1 the above described work as completed and ordered that Notice of Completion be filed. I declare under penalty of perjury that the foregoi Executed on a J.i/ , 1986 at Carlsba is true and correct. California. v CITY OF CARLSBAD City Clerk 7 e * 1200 ELM AVENUE TEL CARLSBAD, CALIFORNIA 92008 (714 Office of the C~ty Clerk ditp of clCarIlebab September 25, 1986 Vera L. Lyle County Recorder P.O. Box 1750 San Diego, CA 92112 Enclosed for recordation are the following described documents: Notice of Completion - Engineering Carlsbad Safety and Service Center Tulsa Steel, Contractor Notice of Completion - Engineering Carlsbad Safety and Service Center Bannister Steel, Contractor Notice of Completion - Engineering Carlsbad Safety and Service Center Fontana Steel, Contractor Notice of Completion - Engineering Foundation and Slab - Safety Center Presser Concrete, Contractor Our staff has determined that the recordation of these documents i: of benefit to the City; therefore, it is requested that the fees be waived. Thank you for your assistance in this matter. $?X- Deputy City Clerk Encs . m 1 Recording Requested By and &tu@ To: City Clerk 1200 Elm Avenue Carlsbad, CA 92008 NOTICE OF COMPLETION ENGINEERING To All Laborers and Material Men and to Every Other Persc Interested: YOU WILL PLEASE TAKE NOTICE that on September 23, 1986, ti Engineering project consisting of structural steel on tl Carlsbad Safety and Service Center on which Tulsa Steel w the Contractor, was completed. CITY OF CARLSBAD OJ& 9 151 Assistant City Engineer I 1 VERIFICATIOW OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad; the Ci Council of said City on 5Ep7~~r3~R 23 , 1986, accept the above described work as completed and ordered that Notice of Completion be filed. I declare under penalty of perjury that the foregoi Executed on A 2q , 1986 at Carlsba is true and correct. California. U CITY OF CARLSBAD ALETHA d5wL L. R4TEg-A City Clerk Marsh and Mclennan , Inc. 1940 5th Ave. Suite 200 San Diego, CA 92101 Chula Vista, CA 92010 PRODUCTSlCOMPLETED OPERATIONS INDEPENDENT CONTRACTORS ALL OWNED AUTOS (PRIV PASS ) ALL OWNED AUTOS (~#R&~~N) NOW-OWNED AUTOS E$’ hlA5sbRY ICES BE CANCELLE 2 COMBANY WLI c/o 7330 Engineer Rd. San Diego, CA 92111 ~LFC~h - (-yjL&f(-&5* - S&A4,/ 5 CLL%& & wb\ "go: b$v&.k3~k- qm .- p&caG\y THE HOLMES ORGANISATION, INC. P. 0. Box 35287 Tulsa, OK 74153 CTURING CO., INC. PRODUCTSKOMPLETED OPERATIONS INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONAL INJURY BAP ( 86 ) 7309-23-77 ALL OWNED AUTOS (PRIV PASS ) ALL OWNED AUTOS (!&#R&t$N) NON-OWNED AUTOS GARAGE LlABlLlN EMPLOYERS' LlABlbBTY Coverage under this policy shall n-contributing with ANY OF THE ABOVE DESCRlBED POUC1ES 5E CANCELLEE DAYS WRhTTE'ERI NOTICE TO THE CERTIFICATE HOhDE b DATE THEREOF, THE ISSUING COMPANY WILL 7330 Engineer Ro Carlsbad, CA San Diego, CA THE HOLMES ORGANISATION, INC. P. 0. Box 35287 Tulsa, OK 74153 CIP( 86 )35250426 PRODUCTSlCOMPLETED OPERATIONS !NOEPENOENT CONTRACTORS BROAD FORM PROPERTY D4MAG; PERSONAL INJURY ALL OWNED AUTOS (PRIV PASS ) ALL OWNED AUTOS ($$$'&A$N) NON-OWNED AUTOS GARAGE LIABILITY 10-85-001881 Carl sbad, CA 92008-1989 0 e May 23, 1985 TO: City Clerk FROM: Purchasing Officer RE3: TULSA STEEL MFG. CO., INC. COJ5lT'RACT NO. 3006-2A - STRUC"UE& STEEL - PUBLIC SAFETJ CENTER Attached are four copies of the above referenced contract ready for execution of siqnatures 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 remainincr three to Purchasing for process copletion. v c ct J J I\ \ 27 *- _-