HomeMy WebLinkAboutDYNO CONSTRUCTION; 1976-08-25; 1035CITY OF CARLSBAD
SAN DIEGO COUNTY
California
CONTRACT DOCUMENTS & SPECIFICATIONS
FOR
X
CONSTRUCTION OF WHEEL CHAIR RAMPS
AT VARIOUS LOCATIONS
Contract No. 1035
May, 1976
TABLE OF. CONTENTS
•Paqe
1 NOTICE INVITING SEALED PROPOSALS
3 PROPOSAL
6 BID BOND , •
7 DESIGNATION OF SUBCONTRACTORS
8 STATEMENT OF FINANCES
9 AGREEMENT AUD CONTRACT
11 BOND FOR LABOR AND MATERIALS
13 ' BOND FOR FAITHFUL PERFORMANCE»
15 SPECIAL PROVISIONS
Page 1
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the Office of the City Clerk, City
Hall/ 1200 Elm Avenue, Carlsbad,.California, until 10:00 a.m. on"
the __2nd daY °f _; June _.;' 19J76, at which time they will be
opened and read, for performing'the work as follows:
Construction of wheelchair ramps at various locations in the City of
Carlsbad. . ' -. -
Contract No. 1035 ;„
Said work shall be performed in strict conformity with the speci-
fications therefor as approved by the City Council of the City of
Carlsbad by Resolution No.. 3891 , adopted on May 4, ; _,
1976_, and on file in the Engineering Department^Reference is~
hereby made to said specifications for full particulars and descrip-
tion of said work.
No bid will be-received unless it is made on a proposal form fur-
nished by the Engineering Department^ Each bid must be accompanied
by cash, certified check or bidder's bond made payable to the.City
of Carlsbad for an amount equal to at least 10 percent of the amount
bid. Such guaranty to be forfeited should the bidder to whom the
contract is awarded fail to furnish the required bonds and to enter
into a contract with the City within the period of time provided by
the bid requirements.
The documents included within the sealed bids which require comple-
tion and execution are the following:
1. Proposal - Page 3. . >
2. Designation of Subcontractors - Page 7.
3. Bidder's Bond — feage 6.
4. Contractor's Financial Status - Page 8.
Said documents shall be affixed with the appropriate notaried sig-
natures and titles of the persons signing on behalf of the bidder.
For corporations, the signatures of the President or Vice-President
and Secretary or Assistant Secretary are requiored and the corporate
seal shall be affixed to all documents requiring signatures. In
the case of a partnership,.the signature of at least one general
partner is required. ' - -
All bids are to be compared on the basis of the Engineer's estimate.
The estimated quantities are approximate only, being given solely as
a bisis for the comparison of bids. ,.• , '
No bid will be accepted from a contractor who has not been licensed
in accordance with the provisions of Chapter 9, Division 3 of the
Business and Professions Code. The contractor shall ,s[tate his
License number and classification in the proposal. The'estimated -
cost of the work is $9 t2QQ .QQ
Page 2
Plans, Special Provisions and Contract Documents may be obtained at
the Engineering Department, City Hall, Carlsbad, California, at no
cost to licensed contractors. A nonref undable charge of -Q- __
will be required for each set of plans, special provisions and con-
tract documents for other than licensed contractors. It is requested
that the plans and special provisions be returned -within two weeks
after the bid opening.
The City of Carlsbad reserves the right to reject any or all bids
and to waive any minor irregularity or informality in such bids.
A project tour will be conducted by the City of Carlsbad Engineering
Department at 10:00 a.m. on May 20, 1976
In accordance with the provisions of Sections 1770 to 1780 of the
Labor Code of the State of 'California, the City Council of the City
of Carlsbad has ascertained that the general prevailing rate of wages
in the locality in which the work is to be performed for each craft
or type of workman needed to execute the contract are as set forth
in Resolution No. 3875, adopted by §aid Council and published in a
newspaper of general circulation witm.n said City on May 12,
19 76
A copy of said Resolution is on file in the Office of the City Clerk
of the City of Carlsbad and is incorporated by reference herein.
It shall be mandatory upon the Contractor to whom the contract is
awarded to pay not" less than the said specified prevailing rates of
wages to all workmen employed by him in the execution of the contract.
Also, the prime contractor- shall be responsible to insure compliance
with provisions of Section 1777.5 of: the Labor Code of the State of
California for all occupations with apprenticeships as -required on
public works projects above' thirty thousand dollars ($30,000) or
twenty working days. - /
The amount of the bond to be given for the faithful performance of
the contract for the said work, shall be one hundred percent of the
contract price therefor, and an additional bond in the amount equal
to one hundred percent of the contract price for said .work shall be
given to secure the payment of the claims for any material or supplies
furnished for the performance of the work contracted to be done by
the contractor or any work or labor of any kind done thereon.
Approved by the City Council of the City .'of Carlsbad,. California, by
Resolution No. 3891 adopted on _ May 4, ' _ / .19 76 .
DATED: May 6, 1976 MARGARET E. ADAMS,( City Clerk
t / *' ^
V ' S
Page 3
CITY OF CARLSBAD
CONSTRUCTION OF WHEELCHAIR RAMPS
AT VARIOUS LOCATIONS
CONTRACT NO. 1035
PROPOSAL
To the City Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
Gentlemen:
The undersigned declares that he has carefully examined the loca-
tion of the work, read the Notice Inviting Bids, examined the
plans and specifications, and hereby proposes to furnish all
labor, materials, equipment, transportation and services required
' to do all the work to complete Contract "c. 1035 in accordance
*"" with the plans, the specifications of the City of Carlsbad, and
the special provisions, and that he will take in full payment
therefor the following unit prices for each item complete to wit:
Item
No.
1.
Approx .
Quantity
' AJn /
Unit
lin.
ft.
Article with Unit
Price or Lump Sum
Written in Words
Removal -of existing con-
crete curb and .gutter
Unit
Price TOTAL
/4-A
dollars
and cents
per lin. ft.
2. 21 lin. Removal of existing as-.in. Removal of existing as- 3-G° ,^^___-—-r
ft. phaltic curb ^gz^-^-<_ |^? c'
dollars
and cents
>;7-',r ; ..'•-., -•••' Per lin. ft.
Page 3a
Item Approx.
No. Q"nntity
Article with Unit
Price or Lump Sum
Unit Written in Words
Unit
Price* TOTAL
3.
^
7-7;
/IT? -^sr.
6.
7.
1 1?**
7047"
sq.ft. Removal of existing con-
crete sidewalk
dollars
centsSnQ x^s^i* t'/i-'t^c*';per square foot.
sq.ft. Removal of existing as-
phaltic concrete sidewalk
_L^
and
per square foot.
_dollars
cents
lin.
ft.
Concrete curb and gutter
per plan and as required
_do liars
centsand
per lin. ft.
. ___
sq.ft. 4" P.C.C.. wheelchair--xamp
per plan ^
dollars
centsand ^
per square/fo6t.
sq.ft. P.C.C. sidewalk 4" in
thickness
.70
3.00
^: /-T^/- .E?If" I A/fe?
and
per square foot.
Total in figures
Page 4
All bids are to be computed on the basis of the given estimated
C quantities of work, as indicated in this proposal, times the unit
price as submitted by the bidder. In case of a discrepancy between
words and figures, the words shall prevail. In case of an error in
the extension of a unit price, the corrected extension shall be
calculated and the bids will be computed as indicated above and
compared on the basis of the corrected totals.
The estimated quantities of work indicated in this proposal are
approximate only, being given solely as a basis for comparison of
bids.* ~J*
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
required contract with necessary bonds and insurance policies within
twenty (20) days from the date of award of contract by the City Council
of the City of Carlsbad, the proceeds of check or bond accompanying
this bid shall become the property of the City of Carlsbad,
Licensed in accordance with the Statutes of the State of California
providing for the—registration of contractors, License No, \3 / (j ^ 3 3
Identification
(* The undersigned bidder hereby represents as fcllcv.'s: (a) . That no
Councilman, 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 officers, agents or employees,
has induced him to enter into 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 or corporation making a bid for the same work, and
is in all respects fair and without collusion or fraud,
sP /uu£/^ 5 V^C'Accompanying this proposal is _ sP /uu£/^ 5 C/ld.
(cash, certified check, cashier's check
or bond) _
in an amount not less than 10 per cent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the
Labor Code which require every employer to be insured against
liability for workmen's compensation or to undertake self-insurance
in accordance with the provisions of that code, and agrees to comply
with such provisions before commencing the performance of the work
of this contract.
LAV <L
Page 5
Phone Number Bidder's Name
(SEAL)
/"" /fyfc ^^..,
Date ' Authorized Signature
Authorized Signature
*^ eg. 9/7ofc /n
Bidder's Address Type of Organization
(Individual, Corporation, Co-
partnership)
List below names of President, Secretary, Treasurer and Manager -if a
corporation, and names of all co-partners if a co-partnership:
O
AMERICAN FIDELITY FIRE INSURANCE COMPANY
NEW YORK N
BOND NO.
Know All Men By These Presents, That we,
Dyno Construction
(hereinafter called the Principal), as
Principal, and AMERICAN FIDELITY FIRE INSURANCE CO., a corporation, organized and existing under the laws of the
State of New York and authorized to transact a general surety business in the State of .... .?..1~.O.*.n.1.^. ,
(hereinafter called the Surety), as Surety, are held and firmly bound unto
City of Carlsbad
A'ine Hundred and no/100
(hereinafter called the Obligee) in the penal sum of
900.00Dollars (S )
for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors
and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, That, whereas the.Principal has submitted or is about to submit
a proposal to the Obligee on a contract for
Construction of sheelchair ramps at various locations
NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal shall, within such time as may
be specified, enter into the contract in writing, and give bond, with surety acceptable to the Obligee for the faithful
performance of the said contract; or if the Principal shall fail to do so, pay to the Obligee the damages which the Obligee
may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void;otherwise to
remain in full force and effect.
SIGNED, SEALED AND DATED this 2nd. day of .JlJ.n.e , 19...7..6
£>yno Construction
Principal
American Fidelity Fire Insurance Company
Paul P7alasA:i Atlorney-in-Fact.
rtm
WmN
364 (4/6)
AMERICAN FIDELITY FIRE INSURANCE COMPANY
WOODBURY. NEW YORK
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the American Fidelity Fire Insurance Company, a Corporation in the
State of New York, having its principal office in Woodbury, State of New York, pursuant to the following resolution,
adopted by the Board of Directors of the said Company on the 18th day of February, 1969, to wit:
"The President, or any Vice-President, or other officer designated by the Board Executive Committee shall have
authority, severally, to make execute and deliver a power of attorney constituting as Attorney-in-Fact such persons,
firms or corporations as such officer may select from time to time," does hereby make, constitute and appoint
PAUL WALASKI of LOS ANGELES. CALIFORNIA
its true and lawful attorney(s)-in-fact, with full povver and authority hereby conferred in its name, place and stead,
to sign, execute, acknowledge and deliver in its behalf, and as its act and deed, as follows:
Any and all bonds and undertakings in an amount not exceeding 550,000.00 as to any one Principal or project, for or
on behalf of this Company, in its business and in accordance with its charter, and to bind AMERICAN FIDELITY
FIRE INSURANCE COMPANY thereby, and all of the acts of said Attorney-in-Fact, pursuant to the'se presents, are
hereby ratified and confirmed.
IN WITNESS WHEREOF, the American Fidelity Fire Insurance Company has caused these presents to be signed by its
President and/or Vice-President, and its Corporate Seal to be hereto affixed.
AMERICAN FIDELITY FIRE INSURANCE COMPANY
Robert J. Kennedy, Vice-President
State of New York )
County of Nassau )ss.
On this 16th day of April, 1976, before the subscriber, a Notary Public of the State of New York in and for
the County of Nassau duly commissioned and Qualified, came Robert J. Kennedy of the American Fidelity Fire Insur-
ance Company, to me personally.known to be the individual and officer described herein, and who executed the pre-
ceding instrument, and acknowledged the execution of the same, and being by me duly sworn, deposed and said, that
he is the officer of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal
of said Company, and the said Corporate Seal and signature as an officer were duly affixed and subscribed to the said
instrument by the authority and direction of the said Corporation, and that the resolution of said Company, referred to
in the preceding instrurrent, is now in force.
IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my official seal at Woodbury, New York the
day and year above written.
ELIZABETH M. ROSELLE
NOTARY PUBLIC, State of New York
No. 30-8643115
Qualified in Nassau County
Commission Expires March 30, 1978
State of New York
County of Nassau ss.
CERTIFICATE
I, the undersigned, Secretary of AMERICAN FIDELITY FIRE INSURANCE COMPANY a stock corporation of the
State of New York, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of
Authority remains in full force and has not been revoked; and furthermore, that the Resolution of the Board of Direc-
tors, as set forth in the Certificate of Authority, are now in force.
Signed and Sealed at the Home Office of the Company, at Woodbury, New York, Dated this2nc? day of June
A.D., 19 76
Assistant Secretary
350 50 PW(4/6)
STATE OF CALIFORNIA
County of LOS ANGELES
ss.
On this 2nd day of June Jn the year 19 /.'76
before me, a Notary Public in and for the County and State aforesaid personally appeared
PAUL WALASKI
known to me to be the person whose name is subscribed to the within instrument and
known to me to be the Attorney-in-Fact of AMERICAN FIDELITY FIRE INSURANCE
COMPANY, and acknowledged to me that he subsribed the name of the said Company
thereto as surety, and his own name as Attorney-in-Fact.
OFFICIAL SEAL
COLLEEN MARIE McHUGH
NOTARY PUBLIC - CALIFORNIA
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
My Commission Expires May 15, 1979
NOTARY PUBLIC
346 PW (5/6)
Page 6
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, ., as Principal,
and , as Surety, are held and firmly
bound unto the City of Carlsbad, California, in the sum of
- Dollars ($_ ) , lawful money of
the United States for the payment of which sum well and truly to be
made, we bind ourselves, jointly and severally, firmly by these presents,
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH:
That if the proposal of the above-bounden principal for:
Construction of wheelchair ramps at various locations in the City of
Carlsbad
Contract No. 1035 . •
in the City of Carlsbad, is accepted by the City Council of said City,
and if the above-bounden Principal shall duly enter into and execute
a contract including required bonds and insurance policies within (20)
twenty days from the 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 that any Principal above named executed this bond
as an individual, it is agreed that the death of any such Principal
shall not exonerate the surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this
day of , 19 .
Corporate Seal (if corporation)
(Attach Acknowledgement of
Attorney in Fact) ——
Principal
Surety
BY.
Title
(Notarial acknowledgement of execution by all PRINCIPALS and SURETY
must be attached.)
Page 7
DESIGNATION OF SUBCONTRACTOR
The undersigned certifies that he, has used the subbids of the
following listed contractors in making up his bid and that the
•subcontractors listed will be used for the work for which they
bid, subject to the approval of the City Engineer, and in
accordance with the applicable provisions of the specifications
No change may be made in these subcontractors except upon the
prior approval of the City Council of the City of Carlsbad.
ITEM OF WORK SUBCONTRACTOR ADDRESS
2.
3.
4.
5.
6.
Bidder's Name
Authorized Sig'nature
' Type of Organization
(Individual, Co-Partnership or
Corporation)
Address * T) G
v*.
. Page 8
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
TECHNICAL ABILITY AND EXPERIENCE
•(The Bidder is required to state what work of a similar character to
that included in the proposed contract he has successfully performed
and give reference which will enable the City Council to judge his
responsibility, experience, skill and business standing.)
The undersigned submits herewith a statement of his financial respon
sibility.
The undersigned submits below a statement of the work of similar
character to that included in the proposed contract which he has
successfully performed.
. . . _
.
'Signed
Page 9
CONTRACT
r^lTHIS AGREEMENT, made and entered into this ££' day of
.' *9 "7^ , by and between the City of Carlsbad,
California^, hereinafter designated as the City, party of the first
part, and /v4^»Cy^ \^CT<->4^^^^L^u^-^^^ i hereinafter designated
as the Contractor, party of the second part.
WITNESSETH: that the parties hereto do mutually agree as follows:
1. For and in consideration of the payments and agreements
hereinafter mentioned to be made and performed by the City, the Con-
tractor agrees with the City to furnish all materials and labor for:
Construction of wheelchair ramps at various locations in the City of
Carlsbad.
Contract No. 1035
and to perform and complete in a good .and workmanlike manner all the
work pertaining thereto shown on the plans and specifications therefor;
to furnish at his own proper cost and 'expense all tools, equipment,
labor and materials necessary therefor, (except such materials, if any,
as in the said specifications are stipulated to be furnished by the
City), and to do everything required by this agreement and the said
plans and specifications.
2. For furnishing all said materials and labor, tools and equip-
ment, and doing all the work contemplated and embraced in this agreement
also for all loss and damage arising out of the nature of the work
aforesaid, or from the action of the .elements, or from any unforeseen
difficulties which may arise or be encountered in the prosecution of
the work until its acceptance by the City, and for all risks of
every description connected with the work; also, for all expenses
incurred by or in consequence of the suspension or discontinuance of
work, except such as in said specifications are expressly stipulated
to be borne by the City; and for well and faithfully completing the
work and the whole thereof, in the manner shown and described in the
said plans and specifications, the City will pay and the Contractor
shall receive in full compensation therefor the lump sum price, or
if the bid is on the unit price basis, the total price for the several
items furnished pursuant to the specifications, named in the bidding
sheet of the proposal, as the case may be.
3. The City hereby promises and agrees- with the said Contractor
to employ, and does hereby employ the said Contractor to provide the
materials and to do the work according to the terms and conditions
herein contained and referred to for the price aforesaid and hereby
conditions set forth in the specifications; and the said parties for
themselves, their heirs, executors, administrators, successors and
assigns, do hereby agree to the full performance of the covenants
herein contained.
4. The Notice to Bidders, Instructions to Bidders, Contractor's
Proposal, and the plans and specifications, and all amendments thereof
Page 10
when approved by the parties hereto, or when required by the City in
accordance with the provisions of the plans and specifications,.are
hereby incorporated in and made part of this agreement.
5. Pursuant to the Labor Code of the State of California, the
City Council has ascertained the general prevailing rates of per diem
wages for each craft or type of workman- needed to execute the contract
and a schedule containing such information is included in the Notice
Inviting Bids and is incorporated by reference herein.
6. The Contractor shall assume the defense of and indemnify
and save harmless the City, the City Engineer, and their officers
and employees, from all claims, loss, damage, injury and liability
of every kind, nature and description, directly or indirectly arising
from the performance of the contract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage,
injury and liability, howsoever the same may be caused, resulting
directly or indirectly from the nature of the work covered by the
contract, regardless of responsibility for negligence.
IN WITNESS WHEREOF, the parties hereto have caused this contract
to be executed the day and year first above written.
Contractor , ..(seal)
by
Title
Title
CARLSBAD, CALIFORNIA
"Mayor
ATTEST:
*** 'Clerk
(Notarial acknowledgement of execution by all PRINCIPALS must be
attached.)
TO 1945 CA (8-74)
(Corporation)
STATE OF CALIFORNIA
COUNTY OF
\
uirLIx
uJ
<L
<
(A
I
SS.
TITLE INSURANCE
ANDTRUST
ATICOR COMPANY
On AtJ<2 OS T~
State, personally appeared /v O 6 f /Q. f
known to me to be
known to me to be
Jjefoj-ejne, the undersigned, a Notary Public in and for said
rz-Piui)iduU;-and-
of the corporation that executed the within Instrument,
known to me to be the persons who executed the within
Instrument on behalf of the corporation therein named, and
acknowledged to me that such corporation executed the
within instrument pursuant to its by-laws or a resolution of
its board of directors.
WITNESS my hand and official seal.
Signatun
*<^f , T^^*^«^->S-^-^^-^^^-^
OFFICIAL SEAL 1
EARL W. BOGART
NOTARY PUBLIC - CALIFORNIA
SAN DIEGO COUNTY
Mycomm. expires AUG 6, 1979
(This area for official notarial seal)
On this the 19 . day of
OFFICIAL SEAL
NATIV1DAD GONZALEZ
NOTARY PUBLIC - CALIFORNIA
PRINCIPAL OFFICE IN
LOS ANGtU '•'.'"
My Commission Expires SeptemberJiEU978
GENERAL ACKNOWLEDGEMENT FORM
the undersigned Notary Public, personally appeared
****** Richard Uribe *****
of Dyno Construction
known to me to be the person(s) whose name(s)
to the within instrument and acknowledged that
executed the same for the purposes therein contained.
IN WITNESS WHEREOF, I hereunto set my hand and official seal.
Page 11
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, THAT
WHEREAS, the City Council of the City of Carlsbad, State of
California, by Res. No. 3921 adopted _ June 15, 1976
has awarded to f)t, & ^ ^^ ^ /^w ^ / AQ /^ _ __ _
hereinafter designated as the "Principal", a contract for:
Construction of wheelchair ramps at various locations in the City of
Carlsbad.
Contract No. 1035
in the City of Carlsbad, in strict conformity with the drawings and
specifications and other contract documents on file in the Office of
the City Clerk.
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, providing that if said .Principal or any of his or its
subcontractors shall fail to pay for any materials, provisions, pro-
vender or other supplies or teams used in, upon, for or about the
performance of the work agreed to be done, or for any work or labor
done thereon of any kind, the Surety on this bond will pay the same
to the extent hereinafter set forth:
NOW, THEREFORE, WE
Contractor and
as Principal, hereinafter designated as
AMERICAN FIDELITY FIRE INSURANCE COMPANY
as Surety, are held firmly bound unto
the City of Carlsbad, in the sum of '
50 per cent o($ /j '*3i **>$ ) / said sum being 50 per cent of the estimated amount
payable by the City of Carlsbad under the terms of the contract, 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 CONDITION OF THIS OBLIGATION IS SUCH, that if the person or
his 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 thereo
of any kind, or for amounts due under the Unemployment Insurance Code
with respect to such work 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 upon the bond, a reasonable
attorney's fee, to be fixed by the court, as required by the provisions
of Section 4204 of the Government Code of the State of California.
Page 1
This bond shall inure 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.
And the said Surety, for value received, hereby stipulates and agrees
that no change, extension of time, alterations or additions to the
terms of the contract or to the work to be performed thereunder or
the specifications accompanying the same shall in any wise affect
its obligations on this bond, and it does hereby waive notice of
any such change, extension of time, alterations or additions to the
.terms of the Contract or to the work or to the specifications.
In the event that any principal above named executed this bond as an
individual, it is agreed that the death of any such Principal shall
not exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed b
Principal and Surety above named, on the /6"^ <3ay of
, 19 7/.
Contractor
AMERICAN FIDELITY FIRE INSURANCE COMP/Eff
STATE OF CALIFORNIA }
County of LOS ANGELES )
15th
On this
ss.
day of July _in the year 19 ,
before me, a Notary Public in and for the County and State aforesaid personally appeared
PAUL WALASKI
known to me to be the person whose name is subscribed to the within instrument and
known to me to be the Attorney-in-Fact of AMERICAN FIDELITY FIRE INSURANCE
COMPANY, and acknowledged to me that he subsribed the name of the said Company
thereto as surety, and his own name as Attorney-in-Fact.
OFFICIAL SEAL
COLLEEN MARIE McHUGH
NOTARY PUBLIC - CALIFORNIA
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
My Commission Expires May 15, 1979
NOTARY PUBLIC
346 PW (5/6)
Page 13
-
PERFORMANCE BOND '
KNOW ALL MEN BY THESE PRESENTS, that
WHEREAS, the City Council of the City of Carlsbad, State of
California, by Res. No. 3921 adopted June 15, 1976
has awarded to
hereinafter designated as the "Principal", a contract for:
Construction of wheelchair ramps at various locations in the City of
Carlsbad.
Contract No. 1035
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 terms thereof require the furnishing of a bond for
the Faithful Performance of said contract;
NOW, THEREFORE, WE,
the "Contractor",, and
,_
as Principal, hereinafter designated as
AMERICAN FIDELITY FIRE INSURANCE 66MPANS
as Surety, are held and firmly bound
unto the City of Carlsbad", in the sum' of
t
Dollars ($ fa 7/3, Crf) )/ said sum being equal to 100 per cent of/
the estimated amount of the contract, to be paid to the said City or
its certain attorney, its successors 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 CONDITION OF THIS OBLIGATION IS SUCH, that if the above-bounden
Principal, his or its heirs, executors, administrators, successors or
assigns, shall in 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
or their part, to be kept and performed at the time and in the manner
therein specified, and in all respects 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 time, alteration or addition to the terms of
the contract or to the work to be performed thereunder or the specifi-
Page 14
cations accompanying the same shall in any wise affect its obligations
on this bond, and it does hereby waive notice of any change, extension
of time, alterations or addition to the terms of the contract or to the
work or to the specifications.
In the event that any Principal above named executed this bond as an
individual, it is agreed that the death of any such Principal shall
not exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the
Principal* and Surety above named, on the ^/^ day of
M :— ——
<5xL<*(bu.c4lo± (Seal)
(Seal)
(Seal)
Contractor
AMERICAN FIDELT; -: ••::::.;.r;cE COMPANY (geal)
_(Seal)
_(Seal)
Surety / .
•Ax/Va/tst'.-'****'?-''***^
STATE OF CALIFORNIA
County of LOS ANGELES
ss.
On this 15th day of July Jn the year 19 J,
before me, a Notary Public in and for the County and State aforesaid personally appeared
PAUL WALASKI
known to me to be the person whose name is subscribed to the within instrument and
known to me to be the Attorney-in-Fact of AMERICAN FIDELITY FIRE INSURANCE
COMPANY, and acknowledged to me that he subsribed the name of the said Company
thereto as surety, and his own name as Attorney-in-Fact.
OFFICIAL SEAL
COLLEEN MARIE McHUGH
NOTARY PUBLIC - CALIFORNIA
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
My Commission Expires May 15, 1979
346 PW (5/6)
AMERICAN FIDELITY FIRE INSURANCE COMPANY
WOODBURY. NEW YORK
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the American Fidelity Fire Insurance Company, a Corporation in the
State of New York, having its principal office in Woodbury, State of New York, pursuant to the following resolution,
adopted by the Board of Directors of the said Company on the 18th day of February, 1969, to wit:
"The President, or any Vice-President, or other officer designated by the Board Executive Committee shall have
authority, severally, to make execute and deliver a power of attorney constituting as Attorney-in-Fact such persons,
firms or corporations as such officers may select from time to time," does hereby make, constitute and appoint
PAUL WALASKI of LOS ANGELES, CALIFORNIA
its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred in its name, place and stead,
to sign, execute, acknowledge and deliver in its behalf, and as its act and deed, as follows:
Specifically and only on bonds executed having 90% indemnification of the Small Business Administration in an
amount not exceeding $200,000.00 as to any one Principal or project, for or on behalf of this Company, in its business
and in accordance with its charter, and to bind AMERICAN FIDELITY FIRE INSURANCE COMPANY thereby, and
all of the acts of said Attorney-in-Fact, pursuant to these presents, are hereby ratified and confirmed.
IN WITNESS WHEREOF, the American Fidelity Fire Insurance Company has caused these presents to be signed by its
President and/or Vice-President, and its Corporate Seal to be hereto affixed.
AMERICAN FIDELITY FIRE INSURANCE COMPANY
State of New York)
County of Nassau \
Robert J. Kennedy, Vice-President
ss.
On this 16th day of April, 1976, before the subscriber, a Notary Public of the State of New York in and for
the County of Nassau duly commissioned and qualified, came Robert J. Kennedy of the American Fidelity Fire Insur-
ance Company, to me personally known to be the individual and officer described herein, and who executed the pre-
ceding instrument, and acknowledged the execution of the same, and being by me duly sworn, deposed and said, that
he is the officer of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal
of said Company, and the said Corporate Seal and signature as an officer were duly affixed and subscribed to the said
instrument by the authority and direction of the said Corporation, and that the resolution of said Company, referred to
in the preceding instrument, is now in force.
IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my official seal at Woodbury, New York the
day and year above written.
ELIZABETH M. ROSELLE
NOTARY PUBLIC, State of New York
No. 30-8643115
Qualified in Nassau County
Commission Expires March 30, 1978
State of New York)
County of Nassau J SS-
CERTIFICATE
I, the undersigned, Secretary of AMERICAN FIDELITY FIRE INSURANCE COMPANY a stock corporation of the
State of New York, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of
Authority remains in full force and has not been revoked; and furthermore, that the Resolution of the Board of Direc-
tors, as set forth in the Certificate of Authority, are now in force.
Signed and Sealed at the Home Office of the Company, at Woodbury, New York, Dated this^ 5 1 l^y of
A.D.,19 76
July
Assistant Secretary
351 200 PW (4/6)
Page 15
CITY OF CARLSBAD
ENGINEERING DEPARTMENT
CONTRACT NO. 1035
SPECIAL PROVISIONS
I. GENERAL REQUIREMENTS
A. Scope of Work
The work covered by these specifications consists of fur-
nishing all labor, equipment and materials and performing
all operations for the construction of wheelchair ramps
as shown on Exhibit "A" which is a part of these specifi-
cations.
B. Work Schedule
The contractor shall furnish the Engineer with a tentative
work schedule at the preconstruction conference, which will
be held in the Office of the City Engineer prior to start-
ing construction.
All work shall be completed within thirty (30) calendar
days after notice to proceed.
C. Plans and Specifications
\
All work shall be done in accordance with "Standard Spe-
cifications for Public Works Construction11 1973 edition.
In case of conflict, the Special Provisions shall control.
/
It shall be the responsibility of the contractor to care-
fully examine the site of the work contemplated, the plans
and specifications, and the proposal and contract forms
thereof. The submission of a bid shall be conclusive evi-
dence that" the bidder has investigated and is satisfied as
to the conditions to be encountered, as to the character,
quality and quantities of work to be performed and mater"-
ials to be furnished and as to the requirements of the
proposal, plans and specifications and the contract.
D. Pedestrian and Vehicular Traffic Control
Traffic shall be maintained in accordance with Section 7-10
of the Standard Specifications. Proper barricading shall
be maintained at all times.
Page. 16
E. Utilities
The contractor shall locate and protect existing utilities
during the performance of his work pursuant to Section 5 of
the Standard Specifications modified as follows:
The contractor shall contact the following agencies at
least 48 hours prior to construction for location of under-
ground utilities.
San Diego Gas & Electric Co. 714-235-6323
•: Pacific Telephone Co. 714-298-0595
City of Carlsbad, water, sewer, storm
drain and street light circuits 714-729-1181 ext.45
Southern California Gas Co. 714-496-5712
Atchison, Topeka & Santa Fe Railroad 714-884-2111
F. Measurement and Payment
Measurement and payment shall conform to the applicable
sections of the Standard Specifications.
The quantities given in the proposal and contract forms are
approximate only, being given as a basis for the comparison
of bids and the City does not expressly or by implication
agree that the actual amount of work will correspond there-
with, but reserves the right to increase or decrease the
amount of any class or portion of the work, or to omit por-
tions of the work, as may be deemed necessary or advisable
by the Engineer.
II. Curb and Sidewalk Removal i
Removal of curb, gutter and sidewalk, including required saw
cut, shall conform to Section 300-1.3 Item (3) of the Standard
Specifications.
N
Payment for removal of curb and gutter shall be made on a linear
foot basis per the unit price as shown in the bid proposal,
including required saw cutting.
Payment for removal of sidewalk shall be made on a square foot
basis per the unit price as shown in the bid proposal including
required saw cutting.
III. Concrete Curb, Gutter and Sidewalk Ramp
The construction of concrete curb, gutter and sidewalk ramps
shall conform to Section 303-5 of the Standard Specifications.
VARIES
EXIST. SIDEWALK
CURB
IF A UP AT THE BOTTOM OF A RAMP
IS ABSOLUTELY NECESSARY, IT
. SHOULD BE CONSTRUCTED WITH A
HEIGHT OF 1/2"MAX. AND SLOPED
AT 45°
EXHIBIT A
SHEET I
DATE:
SIDEWALK RAMP
DEPT.CITY OF CARLSBAD
SCALE: NONE
CONTEACT NO.
1055
EXHIBIT A - SHEET 2
LOCATION OF INTERSECTIONS TO BE RAMPED
Corners to
Location be Ramped
•
1. State and Grand NE, NW, SE, SW
2. State and Elm NE, NW, SE, SW
3. Roosevelt and Grand NW, SE, SW
4. Roosevelt and Elm NE, NW, SE, SW
5. Carlsbad Boulevard and
Grand NE, NW, SE
6. Washington and Grand NE, SE, SW
7. Harding and Elm NE, NW, SE, SW
8. Jefferson and Elm - ' NE, NW, SE, SW
9. Madison and Elm NE, NW, SE, SW
10. Harding and Oak NE, NW,, SE, SW
LOCATION MAP
EXHIBIT A
SHEET 3
ROOSfVELT
• IVD
iiii nbj
> -i!:,> <, ; ! r
1 1 1 1 1 t— t—-M i 1 i4"*Tl IT^
V.>
' 1i
N CARI
» •*•- —
' f
V
/£
V
-4-4
IU><
9_juf
-sa«
r-
W
^
V
rl~
•••*
ID
!
>
-
h-t-H
— ~,
a
-
'
i
L..
r
Ck~v
:i.' II
! ! 1ill
>TATE ST
1 ! !! !
M. M ,
1
-j~. — -
— !
~fJ- •
i
K
,
—
si
*^<
w><
V<o
i . • i . . ; /
.l|i:;-l
~ ; i .
; ' • i
~~ _:;
^_. . .
w><
•uJ
2
ft
i" '"Silli - ' • ! i !
i ; i1 | ,i T |. 1 :i t i i_i_ -
M }- —
;
IINCOIK ST
1 ;
1 i . ."WALNUT AVCT~i .'~^ i ! •
: -J LT
i ; 1 L_^^i H n• 1 !. | -
i i i i i i i i i i i t i
._ T_ ,—
. , , -"" "• J •
' i ;
1 1
CHESTNUT AVE1 \ Ji „ . . ^ — -
— -j
A.T. t S.F R
•f M t ••< 1 1 1 !
- - -
K
CtfrmD
I:-:,.. •1-1 1 Inn i .
VARIES
4" RC.C
CURB
IF A LIP AT THE BOTTOM OF A RAMP
IS ABSOLUTELY NECESSARY, IT
SHOULD BE CONSTRUCTED WITH A
HEIGHT OF I/2"MAX. AND SLOPED
AT 45°
EXHIBIT A
SHEET I
DATE:
SIDEWALK RAMP
ENGINEERING DEPT. CITY OF CARLSBAD
SCALE: NONE
cowreAcr NO.
1055