HomeMy WebLinkAboutTulsa Steel Manufacturing Company Inc; 1985-10-11; 3006-4Eq Recording Requested By anmturn To:
1200 Elm Avenue
Carlsbad, CA 92008
City Clerk z 611
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,
project consisting of miscellaneous metal at the Carlsbad Saf
and Service Center, on which Tulsa Steel Manufacturing was
Contractor, was 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 - a7 , 1987, accepted
above described work asp5ompleted and ordered that a Notice
Completion be filed.
I declare under penalty of perjury that the foregoing
true and correct.
Executed on - Jf , 1987 at Carlsbad, California i I CITY OF CARLSBAD
81
in? 123-f fEC -5 jJ 8: 37
VERA !-. LYLE LC - 0 uti T Y R E c * r', N3J
0 FEE
W w
t. m *
Y
r’ 1200 ELM AVENUE TE
CARLSBAD, CALIFORNIA 92008 (6 1
Office of the City Clerk
MitQ of @arlsbab
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 Contract0
e a
? Vera L. Lyle
County Recorder
January 30, 1987
Page 2
k,
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 Caxlsbad 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 *
r Vera L. Lyle
County Recorder
January 30, 1987
Page 3
i
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.
gkX53 eputy City Clerk
Encs.
e Recording Requested By a Return To:
City Clerk a
-1200 Elm Avenue
Carlsbad, CA 92008 NOTICE OF COMPLETION
To All Laborers and Material Men and to Every Other P
Interested:
YOU WILL PLEASE TAKE NOTICE that on January 13, 1987,
project consisting of miscellaneous metal at the Carlsbad S
and Service Center, on which Tulsa Steel Manufacturing wa:
Contractor, was 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
Council of said City on , 1987, acceptec
above described work as red that a Notic
Completion be filed.
I declare under penalty of perjury that the foregoir
Executed on - ,J4( , 1987 at Carlsbad, Californi
true and correct,
B I CITY OF CARLSBAD
ALEWRAi I
City Clerk
j;
3
October 9, 1985
TO: City Clerk
FROM: Purchasinq Officer
RE: TULSA Sm MF'G. CO. I INC.
CONTRACT NO. 3006-43 - MISC. METALS - PUBLIC SAFETY CE"J2R
Attached are four copies of the above referenced contract ready for exec
of signatures. Tulsa's insurance certificate for Contract No. 3006-2 i
adequate for this contract. After retaining one copy, please return the
rermining to Purchasing.
Ruth Fletcher
ct
-4
% *' *J -_ - -
II
Tiilc5cL S*d Bidder's Name
CITY OF CARLSBAD
SAN DIEGO COUNTY
CALIFORNIA
BIDDING DOCUMENTS
FOR
PUBLIC SAFETY AND SERVICE CENTER
CONTRACT NO. 3006
BID PACKAGE NO. 4
For information relative to this oroject contact:
KOLL COt6TRUCTIOV COMPANY
7330 Engineer Road
San Diego, CA 92111
Steve Mahoney, Project Mandoer
(619) 292-5550
Yd= 3 *
1 ELMAVENUE '-' CARLSBAD, 2 CA 92008-1989 (
6itp of QLarI$bab
PURCHASING DEPARTMENT
May 23, 1985
ADDEDJDUMNO. I
PFarEm: PUBLIC sAF?zCY AND SERVICE CENTER
BID PACKAGE NO. 4
This addendum, receipt acknowledged, mustbe attached to proposal form when bid is submitted.
%Fmt. C@) CITY OF CARLSBAD
I acknowledge receipt of Addendum Db. 1 to Bid Package No. 4.
b
9
'4
'> * lE
t -
TABLE OF CONTENTS
P< - I tern -
NOTICE INVITING BIDS 1-
PROPOSAL 5-
BIDDER'S ROND TO ACCOMPANY PROPOSAL
DESIGNATION OF SUBCONTRACTORS
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE
CONTRACT 15
LABOR AND WTERIALS ROND 19
PERFORMANCE BOND 21
GENERAL PROVISIONS 23
CERTIFICATE OF COMPLIANCE
SPECIAL PROVISIONS/SPECIFICATIONS 31
LIST OF CONTRACT DOCUMENTS
-4
\ ..L 'k * -
Page 1
CITY OF CARLSRAD
PUBCIC SAFETY AND SERVICE CENTER
NOTICE INVITING BIDS
The City of Carlsbad invites bids for performing the following work:
Bid Package #I4 - Concrete, Reinforcing Steel, Architectural Pre-Cast,
Masonry, Miscellaneous Metals, Steel Doors and Frames.
1. Sealed bids for performing the work shall be received at the office of tl
Purchasing Agent, City Hall, 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.
2. The work shall be performed in strict conformity with the specifications
therefor as approved by the City Council of the City of Carlsbad on file
the Engineering Department. Reference is hereby made to said
specifications for full particulars and description of the work.
3. The work, a Dortion of the total Public Safety and Service Center Projec
involves complete sitework development of twenty-six (26 ) acres includin
grading, underground utilities, and surface improvements, etc. A fully
improved Police and Fire Administration Building, Vehicle Maintenance
Facility, car wash and fuel island shall also be constructed as a part (
the Phase One construction program.
4. Koll Construction Company will provide construction management services
the City sf Carlsbad and shall organize, monitor, coordinate and direct
phases of the construction at the Public Safety and Service Center.
5. Plans, specifications and bidding documents may be obtained at the
Purchasing Deoartment, City Hall, Carlsbad, California, after 3:OO PM or
April 23, 1985 to licensed Contractors for a non-refundable fee ds folh
Please call ahead to reserve your documents, (619) 438-5601.
Bid Package No Cost
Complete Set, Specifications Included $50.00
Architectural (AC-1 thru A-60A) 20 .oo
Equipment (EQ-1 and EQ-2) 1 .oo
Structural (S-I thru S-16) 10 .oo
Mechanical (M-I thru M-10) 5.00
Plurrbing (P-I thru P-8) 5 .OO Electrical (E-I thru E-20) IO .oo
Complete documents are available for review at the following locations:
Construction Plan Roans
Koll Construction Ccmpany, 7330 Engineer Road, San Diego, CA 92111
-e
.. ,i 1
L -
Page 2
A pre-bid conference will be held at the City Council Chambers at 2:OO PC
on May 16, 1985 to discuss bidding requirements.
If information is required regarding the bid package, drawings and/or
specifications, the bidder SYALL NOT contact the City of Carlsbad nor the
architect. All questions and requests for information shall be directed
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 foi
an amount equal to at least ten percent (10%) of the amount of bid; said
guarantee to be forfeited should the bidder to whom the contract is awarc
fail to furnish the required bonds and to enter into a contract with the
City within the period of time provided for by the bid documents.
bidders' security of the second and third lowest responsive bidders may 1
withheld until the contract has been fully executed. The cash, cashier':
check or certified checks submitted by all other unsuccessful bidders sh,
be returned to them within ten (IO) days after the receipt of bids, and
their bidders' bond shall be of no further effect.
The
9. The documents included within the sealed bids which require completion ai
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 time
for the bid opening.
Said document shall be affixed with the appropriate notarized signatures
and titles of the persons signing on behalf of the bidder. For
corporations, appropriately notarized signatures of the person authorize(
by the corporate by-laws are required and the corporate seal shall be
affixed to all documents requiring signatures. In the case of a
partnership, the properly notarized signature of at least one general
partner is required.
No bid shall be accepted from a Contractor who has not been licensed in
accordance with the provisions of Chapter 9, Division 3 of the Business
Professions Code. The Contractor shall state his/her license nuder and
classification in the proposal.
The City of Carlsbad reserves the right to reject any or all bids and to
waive any minor irregularity or informality in such bids. IO.
11. Bids shall not modify or contain any recapitulation of the work to be do Alternate proposals will not be considered unless called for. No oral o
telegraphic changes to the bidding documents will be considered.
I
,I 'L
\ I
I \ .1 ,' -
Page 2
12. The amount of bond to be given for the faithful performance of the contre
for said work shall be one hundred percent (100%) of the contract price
therefor, and an additional bond in the amount equal to fifty percent (5(
of the contract price for said work shall be given to secure the payment
the claims for any material or supplies furnished for the performance of
the work contracted to be done by the Contractor for any work or labor oi
any kind done thereon.
within the bid package. Sureties shall be licensed and registered in thc
State of California and subject to approval by the City.
Bonds shall be prepared on the forms included
13. Partial and final payments on this contract shall generally be in
accordance with Section 9 of the 1979 edition of "Standard Specification
For Public Works Construction", as herein modified.
The Construction Manager will, after award of contract, establish a clos
date for the purpose of making monthly progress payment.
Each month, the Construction Manager will make an approximate measuremen
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 b
the Contractor and approved by the Construction Manager.
From each progress estimate, ten percent (10%) will be deducted and
retained by the agency, and the remainder less the amount of all previoL
payments will be paid to the Contractor. After fifty percent (50%) of i
work has been completed and if progress on and quality of the work is
satisfactory as determined by the Construction Yanager, the deduction tc
made from the remaining progress payments and from the final payment wil
be limited to $500 or ten percent (10%) of the first half of the total
contract amount, whichever is greater.
Final payment for value of work completed under this contract, unless
Notice of Liens or unpaid bills are on file with the City, shall be madl
thirty-five (35) calendar days after acceptance of the completed work.
City Council approval ad filing of a Notice of Completion shall consti
said acceptance. Application for payments and dispersement of funds wi
be made through the Construction Manager.
The Contractor may, at his/her option, substitute securities, as specif by Government Code Section 16340, for the retention held on this contra
At the request and expense of the Contractor, securities equivalent to
amount withheld may he deposited with the City or with a state or feder
chartered bank as the escrow agent who shall pay such monies to the
Contractor upon satisfactory completion of the contract. The Contracta
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.
’L
1. 6‘ -
Page 4
15. If any person contemplating submitting a bid for the proposed contract i:
in doubt as to the true meaning of any part of the plans, soecifications
other proposed contract documents, or finds discrepancies in, or omissior
from the drawings or specification, a request may be submitted to the
person named on the title page of the contract documents for the
interpretation or correction thereof. Any interpretation or correction (
the proposed documents will be made by addendum duly issued by the City,
and a copy of such addendum will be mailed or delivered to each person
receiving a set of such documents. The City will not be responsible for
any other explanation or interpretation of the proposed documents.
16. Any addendd issued by the City during time of bidding, or forming a part
the documents delivered to the Bidder, shall be covered in the bid and
shall be made a part of the Contract. Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding.
Submission of bids without acknowledgement of addenda may he cause for
rejection of bid.
No person, firm or corporation shall be allowed to mke or file or be
interested in more than one (1) bid for the same work, unless alternate
bids are called for. A person, firm or corporation submitting a
subproposal to a bidder, or who has quoted prices on materials to a Bid(
is not thereby disqualified from submittinq a subproposal or quoting orj
to other bidders.
17.
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 as possible, the Contractor must employ such methc
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 Cod1
Part 7, Chapter 1, commencing with Section 1720.
20. The Contractor shall not pay less than the specified Drevailing rates o
wages established pursuant to Section 1773.2 of the CaLifornia Labor Co
A copy of the current applicable wage rates is on file in the Office of
Carlsbad City Clerk.
Approved by the City Council of the City of Carlsbdd, California, by Resolut
No. 7463 , adopted on the d”i day of &-i/ , 19%.
23 ) 98.5- Bau Date v ALETHA L. RAUTENKRANZ, City Cl&
‘*
, ‘I .* , 7 t
Paqe
CITY OF CARLSRAD
PUBLIC SAFETY IWD SERVICE ENTER
CONTRACT NO. 3006
PROPOSAL
City Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, C4 92008
The undersigned declares he/she has carefully examined the location of the n read the Notice Inviting Rids, examined the plans ad specifications, and he
proposes to furnish all labor, materials, equipment, transportation and serv
required to do all the work to complete Contract No. 3006 in accordance with the Plans and Specifications of the City of Carlsbad, and the special
provisions, to wit:
The following proposal form includes work associated with the project bid
package 84, items A through F.
1. Proposals for the work shall include separate prices for each item of v
bid: Bid %4A, or Bid f48, etc. A proposal for work may include a bid( combination for any or all items of work, but must also include bids fc
each separate item. Award on a combination bid will only be made if il
the lowest zf any possible combination of bids and is lower than the tc
.I bids of the lowest responsible bidders on the particular items of work
making up that combination bid. The City reserves the right to (a) awc
separate contracts for each hid item, or each combination of bids, or I
make no award at all.
Note: If not bidding on an item of work, the bidder shdll state “no bi
2. Proposals for the work in each bid packaqe shall be complete per the pl
specifications and contract documents. Items listed in the special
provisions are for clarifcation only and shall not be considered as a
complete list of all the required work.
_1
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 subnit lump sum bids for ali work unless speci
unit prices are requested within the special provisions. All work
associated with sheet nine of the improvement plans (ImDala Drive), sh
be broken out separately on the proposal form.
4, Addendum(a) No(s). N2 b, .has/* been received and isla
included in -this proposal.
4
, \I .I
Page
Bid
Item B
CONCRETE
4A- 1 Complete concrete work for the lump sum amount of - -- $ N/A
4A- 2 Deductive cost from Rid Item 4A-1 to construct wash facility in mas
by others for the lump sum amount of
($-N/A
4A- 3 Deductive cost from Rid Item 4A-1 for construction of reception COL
and locker bases for the lump sum amount of
-- ($ N/A
4A-4 Additive cost to Rid Item 4A-1 for construction of light pole base:
the lump sum amount of
$ N/A
4A-5 Additive cost to Rid Item 4A-1 for drain pipes behind site walls fc
the lump sum amount of
- $ N/A
REINFORCING STEEL
*
46- 1 Complete reinforcinq steel work for the lump sum amount of .
$ N/A
48- 1 Deductive cost from Rid Item 45-1 to construct wash facility in ma!
for the lump sum amount of
($ N/A
48- 3 Additive cost to Bit Item 4R-1 to furnish rebar for light pole bast
for the lump sum amount of
. s N/A
ARCHITECTURAL PRE-CAST
4c- 1 Complete pre-cast work for the lump sum amount of
. $ N/A c
'4
.> I(
Page
Bid
Item W
4c- 2 Deductive cost from Bid Item 4C-1 for steel support tubes as specif
for the lump sum amount of
-. 6 N/A
MASONRY .
40- 1 Complete mdsonry work for the lump sum amount of
-* s N/A
40-2 Additive price to Bid Item 4D-1 to construct wash facility in mason
for the lump sum amount of
$ N/A
MISCELLANEOUS METALS
4E- 1 Complete miscellaneous metal work for the lump sum amount of
s 143,345.00
4E- 2 Alternate price to powder coat steel in lieu of finish included wit
Rid Item 4E-1 for the lump sum amount of: (add or deduct)
$ (1,500.00)
4E- 3 Deductive cost from Bid Item 4E-1 to eliminate special fiosish for
lump sum amount of
( $ (4,667.00)
4E-4 Deductive cost from Bid Item 4E-1 to construct wash facility in mas
for the lump sum amount of
(5 1,495.00
STEEL DOORS AND FRAMES
4F- 1 Complete steel door and frame work, F.O.R. jobsite for the lump sur
amount of
$ N/A
&*dgN
'4
-I ,'
Pdqe
Bid
Item #
COMBINATION BID
4G- 1 Combination Bid Uo's.
For the lump sum amount of
e ($ N/~A
Note: Ridders must also bid these individual Bid Item nuher:
separate1 y.
0
'C
,I .,
Page
5. A11 bids are to be computed on a lump sum basis with separated unit pri
when requested, as indicated in this proposal. In case of a discrepanc
between WO~S and figures, the words shall prevail.
6. The undersigned has checked carefully all of the above figures and
understmds that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid.
7. The undersigned agrees that in case of default in executing the require
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 bec
the property of the City of Carlsbad.
8. Contractors shall be licensed in accorddnce with the Statutes of the St
of California providing for the registration of Contractors.
9. The undersigned bidder hereby represents as follows:
a. That no Council Member, officer, agent or employee of the City
Carlsbad is personally interested, directly or indirectly, in t
contract, or the compensation to be mid hereunder; that no
representation, oral or in writing, of the City Council, its
officers, agents or employees, has induced hidher to enter 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 same work, and is in all respe
fair and without collusion or fraud.
IO. The undersiqned is aware of the provisions of Section 3700 of the Labor
Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with
provisions of that code, and agrees to comply with such provisions befa
commencing the performance of the work of this contract.
11. The undersigned is mare of the Provisions of the State of California L
Code, Part 7, Chapter 1, Article 2 relative to the qeneral prevailing I
of wages for each craft or type of worker needed to execute the contrac
and agrees to comply with its provisions.
.
9
.+
\L .,
Page
Accompanying this proposal is Bid Land
in an amount of not less than ten percent (10%) of the total bid price.
(Cash, Certified Check, Bond or Cashier's Chec
Tulsa Steel Mfg. Co., Inc. 434316 73-0938756 Bidder's Name State License No. Empioyer 1. .D.
I-- P. 0. Box 9280
Bidder's Address
Tulsa, Ok. 74157
(918) 227-0110 5/30/85 Richard R. Reiss A. Phone No. Date Name
Corporation
Type of Organization (Individual,
Corporation, Partnership)
A6thorized Siqnature
List below names of President; Secretary; Treasurer; md Manager, if a
corporation, and ndmes of all partners, if a partnership :
Richard C. Bailey President Kenneth L. Pittrnan Secret
Denis G. McGuire Vice President
Richard R. Reiss Treasurer
(NOTORIAL ACKNOWLEDGEMENT W EXECUTION BY
ALL PRINCIPALS MUST BE ATTACHED)
( CORPORATE SEAL )
'C
L* ., -
Page
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS:
That we, , as Principal, (
as Surety, are held and firmly bot
unto the City of Carlsbad, California, in the sum of
Dollars ($ ~~ 1, lawful money
the United States for the payment of which sum well and truly to be made, we
bind ourselves, jointly and severally, firmly be these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH:
That if the proposal of the above-bounden principal for:
in the City of Carlsbdd, 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 from 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 mount
specified herein shall be forfeited to the said City.
In the event any Princioal above named executed this bond as an individual,
is agreed that the death of any such Principal shall not exonerate the Suret from its obliqations under this bond.
114 WITNESS WHEREOF, we hereunto set our hands and seals this day
9 19
Surety Pr i nci p a1
-
BY BY
Title Title
(Attach ac knowledqement of
Attorney in Fact)
(Not aria1 acknowledgement of
execution by all PRINCIPALS and
SURETY must be attached.)
(Corporate Seal if corporation)
1lYI IIUIU, bUIIIIGCIILUI vu1 I - UFE&CAshlAhn'
Bond No. (1 .,
KNOW ALL MEN BY THESE PRESEBITS,
That we, Tulsa Steel Manufacturing Company, Inc.
8s Principal, hereinafter called the
THE ETNA CASUALTY AND SURETY COMPANY, of Hartford, Connecticut, a corporation duly organized under
State of Connecticut, as Surety. hereinafter called the Surety, are held and firmly bound unto
City Of Carlsbad, California
as Obligee, hereinafter called th
the sum of Ten (10) percent of the amount bid
fS ), for the payment of which sum well and truly to be made, the said Principal and the si
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these F
WHEREAS, the Principal has submitted a bid for
W4E for Miscellaneous Metals
NOW, THEREFORE, if the 0bI:gee shall accept the bid of the Principal and the Principal shall enter into a Cox
Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the biddi
Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt paymer
material furnished in the prosecutiotl thereof, or in the event of the failure of the Principal to enter such Contract
bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof betwee
specified in said bid and such krger amount for which the Obligee may in good faith contract with another party
Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect.
Signed and sealed this 30 day of May ,I9 85 *
(Witness)
THE ETNA CASUALTY AND SURE?
(Witness)
(A
AIA DOCUMENT A310
BID BOND FEBRUARY 1970 ED. s
THE AMERICAN INSTITUTE OF ARCHITECTS
.(S-I86D-Cl 10-70 * PF
Cb
THE ETNA CASUALTY AND SURETY COMPANV r:jrrrm Hartford. Connecticut 061 1s
-*
i .v
31 LIFE &CASUALTY %t
POWER OF ATTORNEY AND CERTIFlCAT'E OF AUWORITY OF ATTORNEY(S)-~N-FACT
~NOWAUMEPIBY~ESEPRESENTS.~TTHEIETNACASUALW ANOSURE1YCOMfANY. acorporationdulyorganeedunder the tamof the
Stam of ConMnicu(. and Wng ia principal offla In Iha UtV of HarIford, County of Hartford. State of ConnecIicuI. hath made, constituted and appointad, and dm by nmu ma mote. conminne and appolm Burt B. Holmes, Kent Bogart, Richard E.
Costello, Max R. Vowel or Mary E. Strait - -
of Tulsa Oklahoma , Ibtfuaand Ia~lAnorn.y~a~-in-FD~.wiIhfull pmr and authority hereby conferred
to Jan. .XWh and a-a. M any p*a within th. Unkd SUIN. or. if tho following line ba Riled in, within the area there desig- natd ,me (dlow(ng Imtrummt(s): by hiahu wladgrwhln and nL Ow and dl bond* ncogntuner. WntncII d indemnity. and other writinga obligatory in the nature of a bod.
mognltma, or condltlwl und.mUng. and MV and ail SOII..~~~ imld.nU *- not exceeding the sum of ONE MILLION ($1,000,000.00) DOLLARS -
and IO bind THE A3NA CASUALTY AND SURETY COMPANY, IhMebv n fullv and to Ihe -me extent m if the tame were signed by the duly nnhorh.d~ano(THEA3NACASUUNANDSURENCOMPANY.and~IlIhe~of uldAIIomey(a)-in-Fact. pursuanttotheauthority hwein oh. w. hwbv ntMad and L0nllrm.d.
Thh .ppdnImonI ia mads undn and bv auchomV of* following Standlng RaolutlonB of Mid Company which Resolutions are now in full force
and .(ha:
VOTED: nu1 eachdIho(dkwing~: Ck.lrman.Vk.Ch~l~. PrsrMent,AnyEx~iveViPresident.AnySeniorVicePrwidenI.AnyVice
Pr~i4ent.AyArriMantVk.~reridn~Sm.Qy,~Auhn~~sUy,nuyhomtinn Ioti~appointResident VicePresidents, Residant
Aoiinilnt Secretaries. AtIomeva-ln-FKL Dnd AgentatoKttOr andon kh.Hoftk.Companyand may giveany such appointeesuch authority es his certifiite of authority may pfdb to dgn WHk (h. Cc4npOy'r Mm and M.1 wlth the Company's seal bonds. recognizances. contracts of indemnity.ando~rmiling.oMbatoyinths~~~~abonb.ncogn*sna,orwnbltbru)undahlking. andanyof mid officenor thebardof
Directors msy at any tim remove any ruck appoint.. and revoke I~D power and authority given him.
VOTED: lhatanybond.ncogn*rnW.co~rKtOf ind.m&y. Or~~ngOMiOMoolinthenahlreof abond.recognuance.orconditional undertaking
shall be valid and binding upon the Company wh.n (a) dgned by the Chairman. Ihe Vice Chairman. Ihe President. an Executive Vice President. a Senior Vice President. a Via President. M AUiStOIlI Vk. Pre*darI or by 0 Resident Vice President, pursuant to the power prescribed in the
corti~cateofwthori~ofofResidarVk.PraidrnZanddu~a~ated andssaledwith IhoCornpany'ssoalbya Secretaryor Assistant Secrslary
or bysResident AuistantSeaasl.y.pu~ntto(h.powerprsrcribed In IhacenificMoofauchorityofsu~ Residant Assistant Secretary; or (b)duly
executed (undor seal. if rsguiredl by one of more AnornsYrjn-Fe pursuant to the power prescribed in his or their certificate or certificates of
authority.
This Pwr of Anornay and Com'ficoIo of Ault~orltv h joned and Maled by feaimile under and by aumoriIy of the following Standing Resolution
voted by the Board of Directon of THE RTNA CASUALW AND SURETY COMPANY which Resolution is now in full force and effect:
VOTED: Tha me iIgnaIura of each of th. following dllon: Chairman. vi0 Chairman. President. Any Exe*rtlw Vice President. Any Senior Vi President, Aw Vi Prddmnt.Ay Aul.1.ntVksRrid.nsAny Secnuy, Any AsJ.1.m Senaary. and thealul OftheCompany mw beafflxed bv
facsimile IO any power of attorney or to any catilkate dating themto appointing ResMM Vice Prddenu. Resident Assistant SecreIarim or
AtIomy.-in-F.dforplrpouon~of~~ngmd~~ngbwd.andundeMWng.~nd~ermltingsobligMoy inIhenaturather~f.andany
iudr power of a~my orcanMCaa bring wch f.oimiledgna(un or haimlla seal .hall be valid and binding upon Ihe Company and any such power $o 4x~ and mrtHied by such faalmlle signature and fsaimile mi shall be valid and bindlng upon Ihe Company in the future Wim
~espect to any bond or undmaUng to rvhi II is e~oched.
IN WTNESS WHEREOF, THE ETNA CASUALTY AND SUREN COMPANY har CauMd Ihit inlltrummt 10 ba signed by its Assistant Vice President , and Lts corporate seal to !x hereto affixed this 11 th
day of October .IS a4
suRm COMPANY
State of Connecticut
County of Hanford
Onthis 11th dwof October , I9 84 .beforemepenonalbcamO JOSEPH P. KIEICNNAN
to me known, who, being by ma duly owom. did dapou and my: IhM hdhe ia As istant Vice President Of THE ETNA CASUALTYANDSURETYCOMPANY, th. corporation drnfbad in and which .Xmmtnd Ii% above inltnrment; that hehhe k- the
.u~of.sidmraontbn,thMtha~8~ndro~uM*I.trunm~h.uchcorpome.aal: Lndmnhe/.haex~edtheraidinanrmentonbeh.~ of the corporation by ruIhority d hh/her ofke unda Ihe Sundlng RaoluIionr thereof.
} ~.Hanford
.*..$q.& . 81% z'.; /'e
a %$.;
'..;h &." a*lr Mar& 31.19 * ..,,. .....-.
CERnFlCATE
I. the undenigned, Sacra tay of THE ETNA CASUALN AND SUREW COMPANY. a ttock corwrnion of the Stnaof Connecticuf.WHEREEY CERnFYthtMefiorsOdnganda~.dudPawsrofAnMnsyandCem'ficMeofAumority ramainsinfullfoneand knnotbeenrevolud: bn6furthennore.thtth.SOndi~RrolullonrofthsBorrddM~on.srMcf~h inmecartificatoofAuIhority,annow
in force.
wried and Seal4 at lha Home Offla of tk. Compny, In lhe City of Hantord,
mtm IN USA
)"" --*. 5.. ,p* -0 +. ;j y: May *l9 85 *... .ow .; :\ --p
s-.,.:;..,*>.+ Vincent A. Walsh, Secretary .W=-EI N +m
-,
.I
Page
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies he/she has used the subbids of the following liste
Contractors in making up his/her bid and that the subcontractors listed will
used for the work for which they bid, subject to the approval of the City
Enqineer, and in accordance with applicable provisions of the specifications
No changes may be made in these subcontractors except upon the prior approva
the City Engineer or the City of Carlsbad. The followinq information is
required for each subcontrdctor. Additional pages can be attached, if
required :
Work Company Name
Steel erection Boa1 Steel
-, -
-
c
#L- Signature C
7
Sa .x
Page
BIDDER'S STATEMENT OF FINANCIAL RESPONSISILITY
The undersigned submits herewith a notarized or sealed statement of hislher
financial responsibility. Either a current audited income tax or profit/Los:
statement.
See Structural Bid Ir2A-1"
& Current Contract
.+
-
(Notarize or
Corporate Seal 1
*,
P2
CONTRACT
THIS AGREEMENT, made and entered into this j I -k' day of (3crobSfi7 9 by and between the City of Carlsbad, California, a municipal corporation
(hereinafter called "City"), and TULSA S"lXEX-, WG- co. t INc-
(hereinafter called "Contractor". )
City and Contractor agree as follows:
I. Description of. Work. Contractor shall perform all work specified in
contract documents for:
Contract #3006-43 - Misc. Netals - Carlsbad Safety and Service Center
(Proposal Bid Items #4E-1 less #4E-4)
(hereinafter called "project")
2. Provisions of Labor and Materials. Contractor shall provide all labo
materials, tools, equipment and personnel to wrform the work specifi
the contract documents.
3. Contract Documents. The contract documents consist of this contract;
bid documents, including the notice to bidders, instructions to bidde
contractors proposal; the plans and specifications and all proper
amendments and changes mdde thereto in accordance with this contract 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 un
this contract, City shall make payment to Contractor per the tens ou
in the Notice Inviting Bids, Item 13. Contract mount One HF&d F( Thousand Eight Hundred Fifty and OO/lOO
Payment of undisputed contract amounts shall be contingent upon Contr
furnishing City with a release of all claims against City amd Constru
Manager arising by virtue of this contract as it relates to those am0
Extra compensation equal to 50 percent of the net savings may be paid
Contractor for cost reduction changes in the plans or specifications pursuant to a proposal by Contractor. The net savings shall he deten
by City. No payment shall be made unless the change is approved by t
City.
$141,850-00
5 e Independent Investiqation. Contractor has made an independent
investigation of the jobsite, the soil conditions under the jobsite,
all other conditions that might affect the progress of the work, ad
aware of those conditions. The contract price includes payment for a work that may be done by Contractor in order to overcane unanticipatei
underground conditions. Any information that may have been furnished Contractor by City about underground conditions or other job conditio
for Contractor's convenience only, and City does not warrant that the
conditions are as thus indicated. Contractor is satisfied will all ji
conditions, including underground conditions and has not relied on
information furnished by City.
J .\
Page
6. Contractor Responsible for Unforeseen Conditions. Contractor shall be
resDonsible for all loss or damage arising orit 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 canple
of the work caused by acts of Cod, 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 chmges, 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 h
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. 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 changes
extra work is the City Enqineer. Yowever, no change or extra work ode
excess of $5,000.00 shall be effective unless approved by the City
Counci 1.
8. Prevailing Waqe. Pursuant to the Labor Code of the State of California
the City Council has ascertained the qeneral 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 losses of
whatever nature, directly or indirectly arising from the acts of Contra
or its officers, employees or agents done in the construction of this
project or in the performance of this contrdct 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.
IO. Contractor shdll Drovide Certificates of Insurance evidencing coverage
amounts not Less than the following:
..
-* ,E
Page
Coverage Combined Sinqle Lim
Automobi le Liability $ 500,000
General Liability 500,000 Prod uc t s /Corn ple t ed 0 per at ions 500,000
Blanket Contr actur a1 500,000
Cont r act or ' s Pr ot ec t ive
Persondl Injury 500,000
Excess Licbility 500,000
Other
500,000
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 as
additional insured on all policies concerning the subject matter or
performance of this contract.
11. !Yorkers Compensation. Contractor shall comply with the requirements of
Section 3700 of the California Labor Code. Contractor shall also 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 a
person erllployed or used by Contractor to perform any work under this
contact regardless of responsibility for negliqence .
12. Proo,f of Insurance. Contractor shall submit to the City through the
Construction Manager, certification of the policies mentioned in Paragr
10 and 11 or proof of workers' compensation self insurance prior to the
start of any work pursuant to this contract. Certificates of insurance shall provide that the insurance will not be cancelled until the expird
of at least thirty (30) days after written notice of such cancellation
been qiven 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 and
judgment upon the award rendered by the arbitrator(s) 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 wailable 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 change of address of suc
records.
.i
Page
15. Labor Code Provisions: The provisions of Part 7, Chapter 1 commencing
section 1720 of the California Labor Code are incorporated herein by
reference
16. Se urit . Pursuant to the requirements of law (Government Code Section
Mpropriate securities may be substituted for any monies withheld
City to secure performance of this contract or any obligation establish
by this contract.
17. Additional Provisions. Any additional provisions of this agreement are
forth fn the "General Provisions'' or "Special Provisons" attished heret
and made a part hereof.
(Not aria1 acknowledgement of
execution by ALL PRINCIPALS
must k ,attached.)
Vice President
Title
7600 New Sapulpa Road
Tulsa, Oklahoq 74131
Contractor's Principal Place of Rusir
Contractor's Certification of 4warenes
"I am aware of the provisions of Section 3700 of the Labor Code which requir
every employer to be insured against liability for workers compensation or t
undertake self-insurance in accordance w
will comply with such provisions before
of this contract."
*
*
RR:C€tVEf
OCT 2 885 ir
d
KOLL CONST. - c Page 1
Bond Number: 40SB100 LABOR AND MATERIAL BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, by
Resolution No. 300643 adopted August 15, 1985 , has awarded
as the lBPrincipaLT1, a contract for:
Tulsa Steel Manufacturing Company, Inc. , hereinafter designat
Miscellaneous Steel Fabrication and Erection
in the City of Carlsbad, in stxict conformity with the drawings and
specifications ad other contract documents now on file in the Office-of the
City Clerk of the City of Carlabad.
WHEREAS, said Principal has executed or is about to execute said contract and
.the terms thereof require the furnishing of a bond with said contract, providl
that if said PrinCipal or any of hisfher or its subcontractors shall fail to 1
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 labor done thaxeon of any kind, the Surety on this bond will pay the same 1
the extent hereinafter set forth.
Tulsa Steel Manufacturing Company, Inc. NOW, THEREFORE, WE, - as Principal, hereinafter designated as the "Contractor", and
as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of
Seventy Thousand, Nine Hundred, Twenty Five no/100 Dollars ($ 70,925.00
said sum being equal to 50 percent (50%) of the estimated aim~i:n't of the
contract, to ke paid to the said City or its cefl,~&~ &tto~raey, 3.e~ successors
and &zaLgas; for whic1.. pzy~nent~ vel1 ad truly t~ be made, we bind Ourselves, our heIra, SAWYJ~O~S atld adrainistrators, successors or assigns, jointly and
severally, PPmly by these presents.
THE COWITION W THIS OBLIGATION 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 performance of the work
contracted to be done, or for any other work or labor thereon of any kind, or
for amounts due under the Unemployment Insurance Code with respect to such wo or labor, that the Surety or Sureties will pay for the same, in an amount not
exceeding the sum specified in the bond, and also, in case suit is brought ul 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.
The AEtna Casualty & Surety Company
4 -
i
Page 11
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 a0 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 27th day of September , 19 - 85 .
(Notsrize or Corporate
Seal for Escn Signer) Cont r actor
. -. -- ?x- qb
THE AETXA CASUALTY si SURETY COKPANY
Richard E. Costello, Attorney-In-Fact
Surety
~
t
L cc. ..- "-..-. . -1" ""TIL I , rvmrrr,. 1 Hanford, Connecticui 061 15
LIFE & I;*sWLTY
POWER OF ATTORNEY AND CERTlRCATE OF AUTHORTTY OF AlTORNEY1S)-IN-FACT
UN0WN.l MEN BY THESE PRESENTS. Tn*TME E?NAwU*LTY ANDSURETICOMFANY. a corporar~m dui) orgmnirw unbec :he law of !he SWla Of mn.C(IN1. and hniw kB WVD! 0ma hr tha cb Of hrfford. hnW Of kllrlkxd. Sute Of tonnee.tcut. heth mede cooritiuisd and
minted. and aoo~ k mU pmno NL.. awmiwm .nd mooint
Costello, Max R. Vowel or Mary E. Strait - - Burt B. Holmes, Kent Bogart, Mchard E.
d Tulsa ,Oklahoma .)htnaSOnd lnrtui ~rHn-Fbn. dth full pmmrond authoriv hereby conferred
(0 Jon. d cnd .cltnarkdpr. ml W PbW whhln h. Unbd SI". Or. il &a Wowing line be 6U.d in, rithm ms *rea th~r. mi*.
ntd * hr tdkving imtrummldd: byM./h.rroc.*~nndnL~.nd.IIbondr~nhanor,cOIRncPdlobmnhy.and otherwritinpl cbi~gororvin therucureofo bond,
~-~Meond-un6wDu~~rd~md~-inddrmm.m0 not exceeding the sun of ONE
MILLION ($1~000~000.00) DOLLARS -
nd to bind THE iEl'M WUUW AND IWREW W4NY. th.nby a tulb and to ma urn. man1 n 14 the umc wre ripnbd b me duly @ken. m8 hmby ntMDd .ndowrllmud.
Urn- Ome~n dME ~CASUALTVANDSLIRETY COHPANY.md DIt h Ktl Df Wid Anomy(~t-i*F.a, purauanrto the aurhoriw herenn
This WntnUnl am unb.r nd b+ DdWrhv dtha W)owing SUrdioP Rdutbn~ Of .SIC CMPm r+rid, RdutsMS are now in hrll he
.nb .mo.
VOTED: Ruc 8Kh Otck.(d(ori*w: hJmun.Vk.Ch.imUn, PrrkbnLAny ExecutiveViPruiden~ AnySSnior Vice Praident, hyVi
Prnidont.Anvkuiatant VisrRrMrra*y~ry.lvy~ntS.crUly.rmy~tirr*to~rr*~niRnideniV~caPraib.n~.~n~
*nrmntS.er*riu. hwnylihim md*pmtlto.dfor and on b.hfld(h.Cemwnyand mw&anv such appointee w~h aumor*u hir
mifute of wmswitv my pdb. 0 mgn rrkh h Cmwjmfa rym nd wd whh the Company's M" ms. r.sognuanca. tontr.ctl of
b&mn.*. EX! =%r ivFitin@a Bbiigatov m the wmnd a bond. rrognhma. or COWWONI und~ruUng. md .ny of wd ouii or h mrd of Dinccorr may at mv tim nnym marh .ppoinor .nd mot. 8n porrmd .uthoriy given him.
VOTED: That .ny bond. rwwgnizm~~,~d~ .or*rricinp~ig.cwyhtha~~DfDbond.nmgnu~ce,orcondmorui u-tinp
8h~ll be w&l and binang upon th. Comoeny rr)wn la) rrCmd by the Ouimun. the Vi Ouimun. tha Plubmt. an Ex.wt~e Vse Pmidant,
Senior Via Prid.nt VIU Roidmt n kpbur( Vi R..ib.nt u bya hsidmt Vk. R..ida , punwnt to the pov~ prescribed in the +mifcale d .vmdny d such R.ri&nt vb Rrldm md duly ntdd and urkd *mh Un Comvony'a MOI by a Seversry or Auittant Sacnuv
M byafbsiiml ASrsWn Sum4~ry.p~- Lo thepompracribsd in the gnihate Of Dun~ority of wchRr*dsnt bustant Ssetnary: or (b) duly executed (under -ai. if r&d) bv om 01 mom Att0my.in-F .d pmuun to tha gom prescribed in hi. 01 their esnifiute or cenificsta of
wlhority.
Thin Powm of Anomy md CmWiate d Authdty b jond ud w1.d by Wmih under ~nd by wthorih. d me fdlowlng Sund~ng Rmution
voted b the Board d oirrton of THE RW WUU'W AND SURETY COMPANY which RWution io now in full force and &ut.
VOTED: Thc tha mignaturn of udr d h.tollo*rhg dkm: auimun. Via chlmun. PndOmt brw Ex- Vi Pr.*d.ot, Anv Senior Vi R0ida hViPmmkhm, hy ~mvb.R.dbrr(. Ay Swwtay. Anv A.drum Swnary. md me8w! 0th C0mp.n~ my be affixed by &limib @ sny pomr ol atormy OT rn .nl artHicm RL.ting dHmD gpdndw R.Jd.nt VICS Praidenp. Raidsnt Auiw Surw~ria or
~in-futfor pumm!y ofuaaI?bq md MIUthg bot-& md und.NLmg. . and ocha wrhings o&bgnoy in the mure maof. Md uy
uch porn d atomy aanMuc~ boaring udr hcdml*dprutun Orha)mlb -1 dufi be valid and bindmg upon me Comp.nv and my such powa &-d& cmtt6d w ruchtrjmlb .Ignaure ndfuahnUbrul Wl b.&d .nd bindin0 ur~~'~(h. Company in tha tuture rinh
c...pram~bondorundutakiwtor)rish k i umchod.
IN WTfNESS WHEREOF. THE &lW DsuUw AM, SURETY COMp* hr cM.d *b inmm 0 b. .igd bv ita Assistant Vice President ,~banpom~na~to~twwtoafi~lredt~~is 11th *of October .19 84
MIIIm COMTAm mT& czj ne
Us rn Stale of connsaian Jfieph 6. Kiernak 1 a.na*rd Assistant Vice President County of Hartford
Onthis 11th dwd October .I9 84 .b.lonm~om JOSEPH P. KIERNAN
As istaut Vice President Of o me tnown. rho, b&g tv mdulvnam.Md.gouadu~: (h.c Wmha b THE &TNA C*SUALlYANDSURRYCOWW. du corpon(bn Mbad h wd which uM.d & .tam k.mMnt: (hat hdshe k-the
~i~fuid corpordbn: buldurcll fisd mch uld hcb~lrn hwch corp~u wd; wdmm w* a~d ~h. ..id h.mumt on b3un
dhawporath b+ wlhcdtv dhblhrdb udrdu swlng Radulor*chrof.
CERllFNXTE
ich~md. Surabq @THE 43NA WUTY AND SURENCOIIPANY. moct wwntm of* ~attonnsccicut~~n€~~~~~R~~~~w~~~~~mdCeniCK.(.d*umwiry-~m~~~
haDnakvlmdud;ad~.du((h.SunblngRroknbraoftheBof- . a~Eahinh.C.nirwteof*.an~
in h.
li(prd 4 Sukd uch Ham Oma dm Company. Inh. CbdH.n(ord
WWT€D IN USA
September .IS 85. ..+=+: tj]
Vincent A. Ualsh, Secretary
41- M bR
--
p. * .* i
Page 1
PERFORMANCE BOND Bond Number: 40SB10017
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, by .
Resolution No . 30064E adopted August 15, 1985 , has awarded
Tulsa Steel Manufacturing Comnanv. Inc. , hereinafter designal as the "Principal", a contract for:
Miscellaneous Steel Fabrication and Erection
in the City of Carlsbad, in strict conformity with the drawings ard
specifications and other contract documents n3w on file in the Office of the
City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said contract and
the terms thereof require the furnishing of a bond for the faithful performanc of said contract; -
NOW, THEREFORE,. WE, Tulsa Steel Manufacturing Company, Inc.
as Principal, hereinafter designated as the "Contractor", and
as .. Surety, are held and firmly bound unto the City of Carlsbad, in the sum of
One Hundred, Forty One Thousand, Eight Hundred Fifty said sum being equal to 100 percent (100%) of the estimated mount of the
contract, to be paid to the said City or its certain attorney, its SUCC~SSO~S
and assigns; for which payment, well and truly to be made, we bind Ourselves, our heirs, executors and administrators, successors or assigns, jointly and
severally, firmly by these presents.
THE COWITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor
his/her or its heirs, executors, administrators, successors or assigns, shall
all things stand to and abide by, and well and truly keep and perform the
covenants, conditions, and agreements in the said contract and 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 respect:
according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers and agents, as therein stipulated
then this obligation shall become null and void; otherwise it shall remain in
full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no
change, extension of ti=, alteration or addition to the terms of the contrac' or to the work to be performed thereunder or the specifications accanpanying same shall affect its obligations on this bond, and it does hereby waive notic of any change, extension of time, alterations or addition to the terns of the
contractor or to the work or to the specifications.
d x The AEtna Casualty 6r Surety Comparly
- Dollars ($ 141,850.00
4
n*
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
Surety above named on the 27th day of September Y 19 85
i'gotarize cr Corporate
Seal for Each Signer) Contractor
&2b
THE AETNA CASUALTY h SURETY COMPANY --
----
Richard E. Cos tello, Attorney-In-Fact
I Surety
(
...--..-.--.- U-11 CUIU 3URLIV LClWIVANT Xanford, Connecticut 061 15
.. .
LIFE 6 USWLTY
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT
INOWALLHENflY TnESErCILSENTS.TWTTHErETN*t*SU*LN*NDSUREIYCOMFANY.aco~railon dulb orgmnrrrdunde, Iheiewofthe
SUI. Of cmW'3*CUl. Dnd hriW b PrlndFtm In a CW Of+bmord. hOrY Of HBrIforO. SUIe Of COnnOc+dcut. hmh msde consitturd and
~inl.d..md~by~~mJu.amtkvt..~*Dpoini Burt B. Holmes, Kent Bogart, Richard E.
Costello, Max R. Vowel or Hary E. Strait - -
d Tulsa Oklahoma .kr~OndbwtvlAftWny(l~~~.~~ful~~andau~O~~ haeby confened m +- QI.sud ~nd rbpr**60.. .t m~ ~l.a *n b uw SUU~. or. w *a tdl~rnw tine bo filrod in, withm the ore* there hiQ.
luted , h. -ng lnmrumntil):
kh*lhr~~g~~.nd~~.nd~bonhrrog~*~.eMAns(.d)nkmnlty,enOotherwriting.OM~gatory intherururcof 0 bond,
~n*ma~~cDndclonl~~d~.nd.woDnmo~~~O not exceeding the sa of ONE MILLION ($1,000,000.00) DOLLARS -
.nd to blnd TWE ElNA WUNW AND SURETY COMPANY. th- a fully ud 10 thm ur~ man1 .I If the ume were sign& b ma duly
.Vmorkodornmm &THE ETNAWMlY ANDSLJREl-Y COWANY. md an the mcta of ~ldA~wnsy(r)~n-Fact. pursuant io the authorqw hwein M. nhmbv ntModudconllmud.
Thk &-I il Nd. unb.r ud h Mkorihl d (h fddkwing SI*ndiW Ra~Iutiona of wd Company *msh Rduttons are na in full he .nd*
VOTED-ThnoKh~(h~~:Duimun.YbDuimun.PrUld.n~AyEx~ViPrr~dent.AnySeniorViaPr~ident.AnyV~
PId4.nt *nyAmi~IDnt Via Rdd.ntArry bCI.0nl.A~ hskmt Srr.Uy.myhomtiwm totims a-im Rmidsnt VICS Pratdcnt.. -nt
Lvlmrnl Swmmrk. &torrry.Jn-F.cL md -to ator end on b.h.tfotth.comP.nyand my piveany wch appomiee such 8mhOrftyu hi
CWibtO Of Wthorkv tMy prrcribs 0 Sign with h CUTIWnf. MW md .UI wtttl (h Cap.ny'r wl Ws. r.copnu.-. contr.cP of iftdCZ3i?y.ond c**i t"%w -8tWY (n h nctuR d bond. ncopnbnm, 01 Condltknrl und.rUHng. and any of -10 d(ra or me mrd of
Diwon nuy BI ~y tlmo - vaph ggoi- .nd mdu lln pamend ehonty gium him.
VOTED: Tht~knd. ncogniu~e mmyll d.-. WrnkiW oblioft~ h th. W~da bond. tvcognitmcs. or condttiwt u~ng
h.11 b. voIi md bindrng upon Ih. Canpwrv rh.n la) rrSrr*d by ch. Wmn. thevice Quimun, mm Praiben~. an EIOCUIIW vm Prw,b.nt,
%ior Vm ProsicknL Vm &idmt bn APaum v*. Rrid.nc or h 0 Rniht Vi PRUdat. pu-t to tiw p01br psrnibed in the
onir~toor.vchwitydr~~~~~~~~~b~~~~ cheCampsny'r.eaibyaSecret~ry(~~uisteni bry or bva Aaidenl Amstom Srcnury. pvryUm tollnpour pycritul inche~eofmurhorit~ of .ud, RaudentA..iaaniSecra.ry: or (b) dub
BIKuied !ondm mal. if r.0Ucraf.d) bv ory o( mm Almnow+ Faa wrsumt to th. porm puuibed m hir or their csnrfie or csrnsuta of
authority
Thin Prma of komq andc.ni(iuts d ktchomv iedgnod nd m&od by berimik undsr and kv authority of the following Sundmg Rdution
m.d by tito Board d Diruta of THE &"A ChSUUlY AND SURElY COMPANY whim RrbMion is now in full force and eff~
VOTU): Rutch.~Miund..ckd(h.~~:Oulmun.V\a(Wmun.Racib.n~~~LxrudnVicsPrridat.~SsniorV~
R.ida~vwaRridm*y*m~~~~~.~~nl~ma~.rd~a~otch.~~~~~x.d~
kaimih to my prmrr of ~~~nwy 01 to rry OniRab dating chano .ppdnting R.Jd.nl Vua Rrident.. Raidmt Assislorn S.n.urk. or -.afar prnpow onb dexrulbg md -bon&md wdrt.lingl ond otharrltingsoblrptory inme wturo thereof. end uy uch~otmtwnoyordsrtmcn. bring udrtrdmlk.)gnmm or Mfnilawl rhdl kvlld.nd binding upar th*Canwny and any weh por*a.o.~md end cwdfioah .uch hohni). dputura rd Mmiioa~l MI bentid and binding upon tho Cumpaw in rho tuturaw&
H MSS WHERE#. THE E"A CASUALTY AND SURETY COMPANY h.I avud this Rtrtrurrmrl to bs *grid bv its Assistant Vice President ,~bcocpornowo~to~~humo~r~thia 11th
dayof October .lB 84
-10 ~bondO1und.rt.tingmorhich ti am^^.
BuIm COUPIWV rnT/&&+-&& (=J;. TM€
, 1; \p &
Sute of Conneclicut
CMInry of hnford
Onthis 11th d.vd October .l@ 84 .MonmP.MIU#YaW JOSEPH P. KIEItNAN rn ma tncwn. rrho. baiw by nwrh~b-.d)d doou.nduy: (h.tW.ka k As istaat Vice President of ~~~t*SUALTYANDWRETYCOUP*NY.(hh.sapontbntulh.ndvrhieh.x~&obcm~~l:dnnha/~hakmv.Ih.
.wlofuid~:ch.thrrJ.(lh.dm.wUld~buchcwpM.ud;mdmnhs/.hb.t~(huidLotNmmtonb3uH dtho ~rpor~rirn by .umorily dh*hrdl*. udr h. Swl~ Resoluriar Umrwf.
1 ss.Hartford
QRTlRuTE
Lbwurbduwbnod. S8Crat.W OlTm RNI WUALWAND SWI€rYwMPANY.astooi CDIpmhOn . dch. ~a(tonMctiahWHEREB~~n~~~~ng~~~d~md~~*olWhorkynmrroin~un~
hnol bon mdud: mdbthumom.th.c Q~sunbing Rrdub&n of the Borrdai Dinaon , ssm form in Ih. Catt6uioof*umoricy. nnow
blgm & Sumnh.HamDmadch.Canpny. lotha Otvd~motd. Son 27 thdy oc
in h. dr&x@ ,*.$a\ September .'SI 85. j/ q.. yeJjj b
Vincent A. Halsh. Secretary amcm gr, +m - c1 USA
--
.t
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 SSPWC, as issued by the Southern Chapters of the American Pu
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 designdted SDRS, as issued by the San Diego Count
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
specificdtions dre attached hereto and ndde a part hereof.
2. WORK TO BE DONE
The work to be done shall consist of furnishing all labor, equipment ar
materials and Derforming all operations necessary to complete the proje
work as shown on the project plans and ds specified in the specificatio
3. DEFINITIONS AND INTENT
A. Architect:
The word "Engineer" shall mean the architect or his approved
rep resent at ive .
8. Construct ion Manager:
The word "Construction Manager" shall mean Koll Construction Cmpai
C. Reference to Drdwings:
Where words "shown", "indicated", 'ldetailed", "noted", "scheduled"
words of similar import are used, it shall be understood that refei
is made to the plans accompanying these provisions unless stated
otherwise.
D. Directions:
Where words "directed", designated", "selected" or words of similai
import are used, it shall be understood that the direction, design,
or selection of the Construction Manager is intended unless stated
otherwise. The word "required" and words of similar import shall I
understood to mean "as required to properly complete the work as
required and ds approved by the Construction Mdnager" unless statec
otherwise. *
*
9,
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 stdted. Where the words "approved", "approval",
"acceptance", or words of similar import are used, it shall be
understood that the approval, acceptance, or similar import of the Architect is intended.
F) Perform and Provide:
The word "perform" shall be understood to 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 transportation.
4. CODES AND STANDARDS
Standard specifications incorporated in the requirements of the
specifications by reference shall be those of the latest edition at the
time of receiving bids. It shall be understood that the manufacturers producers of materials so required either have such specifications
available for reference or are fully familiar with their requirements 2
pertaining to their product or material.
5. CONSTRIJCTION SCHEDULE
The Contractor shall provide Consruction Manager with a Construction
Schedule indicdting work activities and length of time required for edc
activity. The Contractor shall review with the Construction Manager
monthly the Construction Schedule to insure completion of the whole or
part of the work.
The Contrdctor shall begin work after being duly notified by an 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 writ ten order by the Construct ion Manager
Any cost caused by reason of this nonconforming work shall be borne by
Contractor.
1.
Page
7. GUARANTEE
All work shall be guaranteed for one year after the filing of a "Notice
Completion" and any faulty work or materials discovered during the
guarantee period shall be repaired or replaced by the Contractor.
8. MANUFACTURER ' S INSTRlJCTIONS
Where installation of work is required in accordance with the product
manufacturer's directions, the Contrdctor shall obtain and distribute t
necessary copies of such instructions, including two copies to the
Construct ion Yanager .
9. INTERNAL COM6USTION ENGINES
All internal combustion engines used in the construction shall be equip
with mufflers in good repair when in use on the Droject with special
attent ion to Carlsbad Municipal Code, Chapter 8.48.
10. CITY INSPECTORS
All work shall be under the observation of a City Construction Inspecto
Inspectors shall have free access to any or all parts of work at any ti
Contractor shall furnish Inspectors with such information as may be
necessary to keep her/him fully informed regarding progress and mdnner
work and character of materials. Inspection of work shall not relieve
Contractor from any obligation to fulfill this contract.
PROVISIONS REQUIRED RY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to be insert
in this contract shall be deemed to be inserted herein and the contract
shall he 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 oarty the contract
shall forthwith be physically amended to make such insertion or
correction.
11.
12. INTENT OF CONTRACT DOCUMENTS
The Contractor, her/his subcontractors dnd materials suppliers shall
provide and install the work as indicated, specified and implied by thc
contract documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided a'
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 decl
relative to said intent will be final and binding. Failure of the
Contractor to apprise her/his subcontractors and materials suppliers 01 this condition of the contract will not relieve her/him of the
responsibility of compliance.
>*
Pagt
13. SUBSTITUTION OF MATERIALS
The Proposal of the Bidder shall be in strict conformity with the drdwj
and specifications and based upon the items indicated or smcified. Tt
contractor may offer a substitution for any material, apparatus, equipr or process indicated or specified by patent or proprietary names or by
names of manufacturer which sheJhe considers equal in every respect to
those indicated or specified. The offer made in writing, shall includc
proof of the State Fire Marshal's approval (if required), all necessar;
information, specifications and data. If required, the Contractor, at
herJhis own expense, shall have the oroposed substitute, material, apparatus, equipment or process tested as to its quality and strength,
physical 9 chemical or other characteristics, and its durability, finis1
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 9 apparatus, equipment or process indicated or specified. Suct substitution of proposals shall be made prior to beginning of construcl
if possible, but in no case less than ten (IO) 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 chai
from the original drawings and 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. Upon completion of work, dnd prior to release of retention, the Contractor shall trdnsposc
"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 chdnges in manufdcturer information.
"As-Suilts" for the sitework (bid package nuder 1) shall be prepared I
the engineer of record.
15. PERMITS
The general construct ion, electrical and plunbing permits will be issuc
the City of Carlsbad at no charge to the Contractor. The Contractor i
responsible for all other required licenses and fees.
;
-, % 'b
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 as so modified. If an increa3
the quantity of work so ordered should result in a delay to the work, t
Contractor will be given an equivalent extension of time.
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 (
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 shall
post danger signs warning against hazards created by such features of
construction as protruding nails, hoists, well holes and falling mate ri a1 s .
17.
18. SURVEYING
Column control lines, offset outside the perimeter of the building, arx
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 nurrber 1) shall be providt
the City. Rough grade stakes at 50'-0" centers minimum to or toe-of-s.
as required, surface and underground irnprovenents at 25'-0" to 50'-0"
centers including criticdl points with offsets, and blue tops for builc
and facility pads.
CODES, ORDINANCES, REGULATIONS & _ABBREVIATIONS
Reference to codes, ordinances and regulations are to editions
in effect as to date of proposals. Abbreviations dre used for agencies issuing standard specifications as follows:
Aqency Abbreviation
American Society for Testing Materials AS TM
U .S. Government Fed. Spec.
National Board of Fire Underwriters IBFU
American I ns t i tu t e of S tee1 Cons tr uct ion AISC
American Standards Associ at ion ASA
Underwriters Laboratories, Inc. UL
'imerican EoncreE fnstitilte
19.
@I epartmen of C m rc Standards
'I * ,'
Page
20. STORAGE
Space for storage and temporary buildings will be allocated by the
Construction Manager as job conditions permit. Temporary offices or shc
shall be constructed of fire resistant materials. Material and layout I
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 age1
during inspections at a fabricating plant and/or on the jobsite and sha.
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 Dremises free at all times from all waste
materials, packaging materials and other rubbish accumulated in connect
with the execution of the work by collecting and depositing said materi
and rubbish in locations or containers as 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 indicdting trade and personnel per trade shall be submit!
to the Construction Manager daily. A brief description of work perforn
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. Po\
will he single phase at 208 volts or 240, and 120 volts.
Contactor's responsibility to provide extension cords and/or wiring frc
central distribution ooints. Power will not be provided for high volt# or heavy amperage type equipment such as welding machines and any swcl power requirements shall be provided and paid for by the Contractor.
It is the
b
*
'L .,
Page
27. BACKFILL AND COMPACTION
Backfill and compaction of trenches shall he in conformance with the 19
edition of "Standard Specifications for Public Works Construction". Backfill material shall be approved by the soils engineer. Contractors
shall pay all costs for retesting required as the result of density 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 super i nt e nd e nt .
>
'L * \'
Page
CERTIFICATION OF COMPLIANCE
I hereby certify that
in performing under the contract awarded by the City of Carlsbad, will compl
with the County of San Diego Affirmative Action Program adopted by the Board
Supervisors, including all current amendments.
'Tulsa s-1 TGg- CO., InC.
Legal Name of Contractor
August 15, 1985
Date
(NOT, ZE OR Vice President
(N & torial acmowledgement of execution by all principals must be attached).
Title
?.
.*
, ,' '
Page
SPECIAL PROVISIONS/SPECIFICATIONS
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. Rase bids for concrete work shall include complete excavations, grade
preparation, forming and backfilling. Excess spoils generated under th
contract shall be relocated to on-site areas designated by the project
superintendent, thus returning exterior grades to original elevations.
2. The following is a brief list of work to be included within the base bi
for all buildinglfacilities.
Police /Fire Bui 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.
8. Concrete fill for metal deck, including temporary holding facility
ceiling, stair treads and landings.
C. Locker bases and reception counter (See A-11, S-16)
D. Exterior stairs; landings; concrete retaining walls including weep
holes and gravel backfill; bollards; flag pole footings; planters;
concrete slab for courtyard quarry tile including paving edge; and
sidewalk around perimeter of meeting area (sheet A-2); in front of
entry parking stalls; and below site walls at stair landings (sheet
1). entering parking lot.
Yalk shall join sitework (by others) at end of curb radius
E. Sand blasting of site walls and color (1/2 lb. per sack).
F. Rlock-out and patch around elevator jack holes.
G. Track slot, foundation and cement filler per detail 3O/A-8.
li. Grouting all block out, oartition recesses and elevator sills, and
of masonry wall at the detention area.
I. Block-out and grout pockets for pre-cast connections.
3. Provide temporary plywood treads for all Dan filled stairs.
. ..
3 5’
Page
Mechanica1,Equipment Enclosure
A. Footings; slab with sand bedding and vapor barrier; and equipment
pads.
Exterior concrete ramp - six (6) inches over four (4) inches Class : base. R.
C. Exterior walks to curbs - four (4) inches concrete over native soil
Vehicle Maintenance Building
A. Footings and slabs including specified depressions, pits, sand bedd
and vapor barrier.
R. Concrete fill at mezzanine.
C. Complete tilt up package including but not limited to embed
installations; panel engineering, erection, pickup steel, Lifting
hardware and bracing; sandblastinq; color (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 niscellaneous panel connections. Ledger dngles and
miscellaneous metal shall be supplied by others; panel caulking.
Exterior concrete aprons - six (6) inches over four (4) inches Cla:
base.
D.
E. Concrete pilasters per details 4, 5, 12/S-51.
F. Grouting of tube steel sleeve per detail 4, 5/S-12.
Vehicle Wash Building
A. Footings and slabs including pits; trench drains; and sand bedding
vapor barrier.
€3. Base bid shall include wash facility as tilt up construction per SI
S-14 and per the complete requirements listed under Item C for the
vehicle maintenance building.
Include concrete apron - six (6) inches over four (4) inches Class
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. (See
1)
4. Provide alternate deduct from base bid to construct wash facility uti1 masonry per sheet S-14A. Deduct should include complete tilt up packa
specified above. Anchor bolts to be provided and installed by masonry
contractor.
x *-
-I ,, IS .
Page
5. Concrete bid shall also include the following requirements:
A. Construction, control and weakened plane joints.
B. Sealer, hardener and/or special aggregate.
C. Grouting/dry pack of steel column base plastes, and roof beams at
vehicle maintenance building and tilt up walls.
0. Footings, slab and apron for trash enclosures located north of vehi
maintenance building. ( Sheet AC- 1 )
E. Receiving, storing and setting of sleeves, embeds and hollow metal
frames provided by others.
6. Provide alternate additive price to install concrete pole bases for sit
Biqht fixtures (sheet E-1). Anchor bolts by others.
7. All site concrete work not specifically listed above, including gate
rolling pads, shall be furnished and installed by others.
8. Provide alternate deduct from base bid for construction of reception
counter and locker bases (sheets A-11, 5-16).
9. Provide alternate price to install four (4) inch drain pipe behind site
concrete walls as specified.
10. Concrete bids shall include, if necessary, the installation and removal
temporary waste slabs in order to cast panels to meet construction scheduling. The intent is to complete panel erection in no more than t
(2) lifts. Permdnent slabs shall be repaired and restored as required.
Coordinate installation of greased dowells per detail 22/S-10. 11.
12. Include receiving, storing and installation of anchor bolts supplied by
others for steel columns. Provide templets if necessary.
13. Provide premoulded expansion joint where shown.
14. Maintain safety cables installed by the structural steel contractor dur
the concrete phase of construction.
15. Provide and maintain safety protection at slab openings.
16.
17.
Temporarily shore beams and decking for construction loading if require
Provide temporary or permanent edge angle support and/or stabilization
required.
*
?
.*
-*,> ,''1
Page
Reinforcing Steel Bid Item 48
1. Rase bid to include all reinforcing steel and welded wire mesh for all
building facilities including but not limited to: footings; grade beam
slabs; site concrete aprons, stairs, and walls; tilt up panels; equipme
pads; flag pole footings; etc. Assume vehicle wash facility shall be 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 de
26/A-2.
3. Provide and install reinforcing steel including welding per detail 261s Holes in steel columns shall be by others.
4. Provide and install all rebar dowels, including expansion cap indicatec
detail 22/S-10.
5. Provide and intall rebar at concrete pilasters per deteails 4, 5, 12/S-
6. Include all blocking of rebar for concrete pours including approved pic chairs for tilt up panels.
7. Provide alternate deduct from base bid to construct wash facility utilj
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, trdnspoi
and erect all thin shell pre-cast panels as shown within the contract
documents .
2. Contractor shall furnish and install all angles, anchors, braces, thre
rods, plates and/or other devices for connecting and 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 s include seal at bottom of panels adjacent to the slab.
4. The intent of the plans and specifications is to provide a structural1
rigid and uniform support for the installation of perimeter bands of
operable windows. (Reference details 13, 14/A-22.) Contractor shall
include spe-cified horizontal steel tubes within pre-cast panels as a p
of the base bid.
.*
**,, ,* x
4
Page
5. Provide alternate deduct from base bid to eliminate tubes specified in
4 above, if determined unnecessary by this contractor, to fulfill the
intent of the documents.
Contractor shall furnish and install within pre-cast panels all require
reinforcement and/or stiffners and connection hardware for future
installation of canopy/sunscreens by others. It is the intent to suppo
the canopy/sunscreens on the pre-cast panels.
larger section is six (6) lbs. per square foot.
6.
The estimated weight of
7. Size of panels may be changed to effect economies in design as long as
architectural feature strips are retained.
8. Curved wall panels will be fabricated to minimize defects due to castini
angles.
9. First floor windows will be constructed to facilitate the passage of sb
at 4' oc to connect the first floor panels to the bottom of the second
floor panels.
Masonry Bid Item 49
1. Base bid to include masonry construction of the mechanical equipment
enclosure including retaining wall; interior mechanical room and detent
area walls 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 Police/Fire
facility including joint sealant. Steel support channels with "U" bars
shall be provided and installed by others. Block size shall be as
specified on the plans (8 x 8).
2. Provide 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.
Provide and install added dowels per details 4, 5, 12/S-11.
pilaster and rebar cage shall be by others.
4. Concrete
5. Provide and install all setting and grouting of hollow metal door and
louver frames within masonry walls. Also include grouting of frames sh
on sheet 14-58.
6. Provide alternate additive price to base bid to construct vehicle wash
facility utilizing masonry per sheet S-I4A, in lieu of concrete tilt UF
Price shall be complete including rebar, anchor bolts, setting of embed
and sandblasting.
v c $*
*I,, ,* 1
i
Pagc
7. Project erection scheduling necessitates the installation of perimeter
masonry walls for the detention facility and mechanical roans after thc
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 PolicejFire building and vehicle maintenance
building has already been bid. This bid shall include remaining steel
as specified below, and compelte structural and miscellaneous steel
associated with the mechanical equipment enclosure (sheets AC-3 and S-'
and vehicle wash facility (sheets A-60 and S-14).
2. The base bid shall include special finish requirements as outlined wit1
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.
€3. Provide alternate 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 arc
N.I.C.
4. Steel framing associated with the elevators in the PolicefFire facilitj shall he furnished and installed by others. However, this bid shall
include the sill angles for each floor landing and pit Ladder
installations.
5. The following items shall be furnished and installed as a part of this
PdC kdge :
A. Exterior and interior handrails and guardrails for all facilties.
Reference details 1, 13, 19/AC-2; 14/A-7; 12/A-51.
B. Tubes and trellis for mechanical equipment enclosure. Reference
details sheet AC-3, sheet S-15. Embeds to be furnished F.O.B.
jobsite.
C. Ladders and grab rails details 25, 26/A-7; IO, 11/A-53 and ladder !
for roof hatch at mezzanine sheet A-51.
0. Miscellaneous angles per detail - section 4/A-15.
E. Complete stair systems. Reference details sheet A-16; 12/A-51; shc
S-16 D Perimeter vertical tubes, curved horizont a1 tubes and wide
flange framing shall be completed by others.
F. 4" x 3" x 1/2" angle per details 27/A-16, 11, 12/S-7. Angle at dec
and qlass handrail shall be completed by others.
t .*
L+
'4: x I
a
Page
G. Galvanized plates and "U"-bars welded to plate per details 8, 9, 13 25, 27/A-21 typical.
H. All 4 x 4 tube steel located outside the main structural frame for
support of pre-cast panels.
IC. Horizontal and curved tubes, angles per details 1, 2, 4, 6/S-5.
3. Complete angles, tubes, plates, sleeve nut and threaded rod per det
3, 6/S-5.
K. Tube steel framing at main entry including lower threaded rod and
connect ion of components.
beam and 4x angle shall be furnished by others.
Curved tubes and angles at atrium per details 1, 13, 14/S-9.
Complete tube and angle framing for door supports detail 23/S-9.
Reference det dil 10/S-7. Tube welded to
L.
M.
N. Furnish and install all beams and connection plates for vehicle
maintenance mezzanine framing.
Also include 3 1/2" tube column per ll/S-11.
0. Rent plates and field welds per detail 11/S-10.
P. 4 x 3 tube welded to plates per detail 5/S-12.
Q. Tube framing above plane of roof per detail aa/S-lZ.
W. Tube framing per detail 1O/S-14.
c.0.B. Jobsite,
A. All handrail and guardrail sleeves.
R. Guard posts.
C.
D.
E. Miscellaneous embeds per details 8, 9, lO/S-lO; 4, 5, 12/S-11; 6,
Reference details 13, 14, 15, 16/S-
Embed angles at door jambs per details 2, 8/A-56.
Ledger angles and plates per details I, 2, 5, 7/S-10.
12.
F. Miscellaneous angles, plates and channels per sheets S-13, S-14, S
6. Provide alternate deduct from base bid should owner elect to construct Ledger angle, bearit vehicle wash facility in masonry per sheet S-14A.
plates and tube framing should remain.
Stairs shall be installed within forty-five (45) days after award of
contract or temporary stairs shall be provided by this contractor.
7.
,* '- *-
.4, Yad '
z
Page
8. Storage bin track, detail 30/A-8 is N.I.C.
Steel Doors an$ Frames Bid Item 4F
1. Steel doors and frames and window frames (borrowed lites) shall be
completed per plans and specifications and delivered F.0.6. jobsite, a1
tax included. Include dl hollow metal and detention sliding doors.
Actual installation shall be coordinated in a future bid package.
2. Provide tab 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.
8
9
c
\> ..
*$, c,** 7.
&
Page
LIST OF CONTRACT DOCUMENTS
1. Contract documents prepared by Suhnau, McGavin, Ruhnau/Associates, 1207
Avenue, Carlsbad, CA 92008 (619) 729-7144. Plans dated April 22, 19
a. Architectural, Site Plans Sheets AC-I thru AC-3
b. Architectural
Public Safety Center Sheets A-1 thru A-36
Public Service Center Sheets A-51 thru A-60A
c. Equipment Plans Sheets EQ-1 and EQ-2
d. Structural Plans Sheets S-I thru 5-16 e. Mechanical Plans Sheets M-I thru M-10
f. Plumbing Plans Sheets P-I thru P-8
g. 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 Ruhnau, McGavin,
Ruhnau/Associates dated April 8, 1985.