HomeMy WebLinkAboutSully-Miller Contracting Company; 1978-07-06; 1054CITY OF CARLSBAD
S7vN DIEGO COUNTY
California BESTORIGINAL
CONTRACT DOCUMENTS & SPECIFICATIONS
/ FOR
ASPHAdT CONCRETE OVERLAY OF VARIOUS CITY STREETS
Contract No.-1054
JUNE, 1978
TABLE OF CONTENTS
1 NOTICE INVITING SEALED PROPOSALS
3 PROPOSAL
6 'BID BOND
7 DESIGNATION OF SUBCONTRACTORS
8 STATEMENT OF FINANCES
9 AGREEMENT AND CONTRACT .
11 . BOND FOR LABOR AND1 MATERIALS
13 BOND FOR FAITHFUL PERFORMANCEr . •
15 • SPECIAL PROVISIONS
C
Pogo J
CITY OV CAPLSBAD, CALIFORNIA
1 NOTICE INVITING BID?;
SEALED BIOS will bo received at the Oifice of the City Clerk, City
Hall, 1200 Elm Avenue, Carlsbad, California, until 3:00 p.m. on
the 7th__ day of JUNE _, 19_78, at which time they will be open-
ed and read, for performing the work as follows:
ASPHALT CONCRETE OVERLAY OF VARIOUS CITY STREETS
CONTRACT NO. 1054 BEST
ORIGINALSaid work shall be- performed in strict conformity with the specifi-
cations therefor as approved by the City Council of the City of
Carlsbad on file in the Engineering Department. Reference is here-
by made to said specifications for full particulars and description.
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 ten 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, 4 and 5. •
2. Designation of Subcontractors - Page 7.
3. Bidder's Bond - Page 6.
4. Contractor's Financial Status - Page 8.
Said documents shall be affixed with the appropriate notaried signa-
tures 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 required 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 bo compared on the basis of the Engineer's estimate.
The estimated quantities are approximate only, being given solely as
a basis 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 state his license
number xind classification in the proposal. The estinmtcd cost of the
work is $99,586.00.
?l^n:;, Special Provisions arid Contract-. Pocu~.r»iv\s n-.ay bo obtained at
•..'ie TVarineering Department, Cii'.y hall, Corlcbou. California, at no
'icon sec! contractors. A nonreCuiidaiAe charye or HONE
x- v;-i il Li- required for each set of'plans, rnoci.-il provisions and con-
V. t>.y,-t doo;:r:;onts for other than licensed controotors. It is requested
**" th'it tli^ Dlans and so^.ci?.! provisions be .,:c?lr.'arn.r.ci ',/:Lth;.r. tv/o weeks
'.-.vi bid opt-ning.
T.io <":'•:.•/ of Carlr-b-Hcl r-^s-^rves tht: right to ruj^ct -\rrj or all bids
a.irl to va!-ve arty minor irregularity or inforii'.cii.lty in ouch bids.
A p?:oje':t tour will be conducted by the Ci^.y of Carlobad Engineering
Depp.rtP.i-?nc at 10:00 a.m. on >lin.s_Lv_L1ZS „*
Tho general prevailing rate of wages for each craft or type of work-
man needed to execute the contract shall be those as determined by
the Director of Industrial Relations pursuant to the State of
California Labor Code, Part 1, Chapter I, Article 2, Sections 1770,.
1773 and 1773.1.
Pursuant to Section 1733.2 of said Labor Code, a current copy, of
applicable wage rates are on file in the Office of the City Clerk of
the City of Carlsbad.
• •
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 v/orking 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 fifty 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 for any work or labor ox any kind done thereon. . •
Approved by the City Council of the City of Carlsbad, California, by
Resolution No. 5409 adooted on Mav 16 / 1978 . .
DATED:flf M#4Ajj£__
MARGARET E. ADAMSTfCity Clerk
ORIGIN^
Page 3
**-
• CITf OF CARLSBAD
•'-.•• CONTRACT i\Q. 1054. »-. • •. .....
ASPHALT CONCRETE OVERLAY OF VARIOUS CITY STREETS
PROPOSAL
To the City Council
e-itv of Carlsbad
1200 Elm Avenue
Carlsbad, California 92008
Gentlemen:
BEST
ORIGINAL
The undersigned declares that he has carefully examined the location 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 No. 1054 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:
Approximate
\o. Quantity & Unit
Article with Unit Pvice or
Lump Sum Written in Words
Unit
Price TOTAL
5858 tons Asphal tic .concrete surfacing in
place including tack coat at
and C.tv:rv
Dollars
—Cents
per ton
TOTAL (in .words)
TOTAL (Figures)
VWP&EQ
/ O3 335**:
All bids are to bo computed on the basis of the given estimated
quantities' of work, as indicated in this proposal, times the unit
price ds 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. -
* •
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,'
Identification
The undersigned bidder hereby represents as follows': (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,
Accompanying this proposal is _ & i-J>E>fE~1^£> 6>O/vJ> •••••••
(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.
I'hone Number
SULLY-MU.LER.CONTRACTINQ CO.
Bidder' s Name Ti
(SEAL)
Date
SULLY-MILLER CONTRACTING CO.
555 AIRPORT ROAD
Q/^TI]?^ 92051rTi-l 7. " A/l/s v-<
." ' Authorized S—TV.K. MacGREGOR PRE:
Authorized Signature
' FRANK E. HOLLAND ASST. SECRETARY
'Cr
Type of Organization
(Individual, Corporation, Co-
Partnership)
List below names of President, Secretary, Treasurer and Manager if a
corporation/ and names of all co-oartners if a co-partnership:
R. K. MacGregor, President' r— |». Duane Rash, Seni«r Vice ?r«si*ent, Sfrcretary/Iraamirer
Richw* F. Mftlyneux, Vie* President ami Manager4 llu» Diwaottt pills
: John A. B*rt«n, Vice President .
Robert E. Holland, Vice President
'•—. WillianR. Craig, Assistant Treasurer
James 0. Pittoan, Controller
' • James F. Winders, Assistant Secretary
Frank E. Holland, Assistant Secretary '.
P. A. Abbott, Assistant Secretary
James R. Courtney, Assistant Secretary
Jack Wilson, Assistant Secretary
Barry Cohen, Assistant Secretary
Dave Branch, Assistant Secretary
R. P. Van Zandt, Assistant Secretary
R. R. Munro, Assistant Secretary
Dale 0. Durham, Jr., Assistant Secretary
ORIGINAL
PRESIDENT AND ASST.
COUNTY OF.
pf tjjo SULLK-niL.iji^r\ v-vm..*..^
the Corporation that executed the within Instrument, known to me to be the person whoexecuted the within Instrument, on behalf of the Corporation, therein named, and acknowledged
to me that such Corporation executed the same.
liVjrit-'— i- *-• —••-
NOTADY PUBLIC CALIFORNIA
prMNCIPAt OFFICE IN „
COUNTY |
WITNESS my hand and official seal
Notary Public in and for said State.
STATE OF
CALIFORNIA
COUNTY OF
LOS ANGELES
S ss.:
On this .......... .7t*L_ ......... -day
J.H. CAITHAMER
19_...., before me personally came
to me known to be an Attorney-in-Fact of SEABOARD SURETY COMPANY, the corporation described
in the within instrument, and he acknowledged that he executed the within instrument as the act of .
the said SjEABQ&E'I^'S'tJH'E^"^^ accordance with authority duly conferred upon him by~~.--3 /"* i- _A>i££3^ ^ ' - 'said Comi>a:
Form 242
NOTARY PUBLIC CALIFORNIA
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
My Commission Expires August SO, 1981 |
lltltUttttttlltUttWUMUIUIIUllllltUlltUUlllllUtll 11M1HHU ttltilltll Will UlUtHI! UMtlUMllll8 Notary Public.
STATE OF CALIFORNIA,
COUNTY OF_LOS ANGELES ss.
OIL JUNE 7th 19.78
before me, the, unfcrsfenel.a Nojao. Public in and for said State, personal!/ appearedP RAN K c» HO L Li AN!)
"ASST. SlCRETARY , known to me to be the
SULLY-MILLER CONTRACTING COfiPANYof the_the Corporation that executed the within Instrument, known to roe to be the person who
executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged
to'me that such Corporation executed the same.
iniminiiniiiimuimiittuiHimiHmuiitnmitiiiiiiitiHHiHHHiiitiiniiiiminminniiiliiiiiiiim
i XSS^JK OFFICIAL SEAL 1
I ^!fe$KM!CHELE E. DRAKUL1CH|
| fr->J-^:»n NOTARY PUBLIC CALIFORNIA
| \Vt£i *'-.;OT PRINCIPAL OFFICE IN
1 ^i'lJl^ LCS ANGELES COUNTY
I My Commission Expires August 30, 1981
MiiiiiiitiuitiiuitiimiMiitiiiiiiiitiiiimmuiiiiiiuuitililultiiuiiiiiMiniiiiiiuiHiitliiiiiuiKiiitif
WITNESS my hand and official seal.
. P.t
Notary Public in and for said State.
ACKNOWLEDGMENT—Corporation
BIDDER'S BOND TO ACCOMPANY PROPOSAL
N
KNOW ALL MEN BY THESE PRESENTS, _•
That -we, . ' SULLY-MILLER CONTRACTING COMPANY'
and
BOND NO: 766046 (3469)
..PREMIUM: INCLUDED IN BBSU
" as principal,
SEABOARD SURETY COMPANY • _ / as Surety, are held and firmly
bound unto the City of Carlsbad, California, in the sum of TEN PERCENTUM
(10%) OF THE AMOUNT OF THE BID IN— Collars ($ 10% OF BID ) , 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 I S' SUCH:
That if the proposal of the above-bounden principal for:
ASPHALT CONCRETE OVERLAY OF VARIOUS CITY STREETS
CONTRACT NO. 1054 '
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 7th
JUNE 19 78 . .day of
Corporate Seal (if corporation)
(Attach Acknowledgement of
Attorney in Fact)
SULLY-MILLER CONTRACTING COMPANY
Principal
. FRANK E. HOLLAND ASST. SECRETARY
SEABOARD' SURETY COMPANY
Title ^H-/CAITHAMER ATTORNEY- 1 N^FACT
(Notarial acknowledgement of execution by all PRINCIPALS and SURETY
must be attached.)
<* to th WiJL1 be used r119 UP his *>?d ?n* °f th«ssaSSj^^ge
BOR-K .
SUBCONTRACTOR.
• '' "ADDRESS
^^^^"N^-
Addre ss
Condition at close of busings -r ^ -•--._•-. \ * December- 3Ij
.CCC-W " \ •'- • 'OK™11'-- VKASSETS • • ,v ^^
(,»• Current Assets • * - ! '^•"'•'. .-=.• - ... . •
o ^Jotes receivable
3* Accounts recpjv?blo from completed contracts ._...,.,.,„-.„ _, .—,.,.., 20,,
4 Sums earned on incomplete- contracts „.,., , , .... .-, ... -.,_. ».,..„,, ... , .„..
5. Other accounts receivable- . - - ,, , ' ^ -,--_,„.
6. Advances to construction joint ventures. . — ... * . : . •• • . • i *^7 Ivfatcrials IP stock not in"ludpd in Item 4 — „._...•_.. . *
8. Nc^otfoble securities .- • '" ' ......'', , .
9 Other current ?ssete- • ' * -A -, r. '',-, '-V
48
121
0<57
173
-r.".
881
359
428
100
"957
*•'
028
--*'".
846|
-:'-•- •-. Fixed and Other Assets.^ ...-. V •.•"'. r- ' '.•-'.-:' - ' -.-j -r" '•'•"i?^:'>fi -
...ju. neai.escnre.. . — — . — . H "•* ^ic
j^_ Construction plant and equipment -. •_._,... ji . ' t. •*•*
'13 Invfstrnpnts of a non-current nature ' • jj , . . n ,r , i
J4 Other non-cnrrfint ass'jt^.' __.., .,:_ 4 ...'....
394-1
501
170
90L
184
•270
44 8 1
6S8|
•342!
Q70
^•'.••*-. ^
" • * ^- TOTAT Asf'^TS • " ••-.'-•
V" ' .:".••-''*" •" :'"!> 'IJAJ5ILITIES AND CAPITAL " . '""* ''" / ^ ; : "-"•/.' ~:"T
:.. .Current Liabilities . . . . •; - --*.:"-
15. Current portion of notes payable, exclusive of equipment obligations
*• • and real PS 5 ate encumbrauc*"5 "' ~ll.-"
^M* A<yoiinfa payable . * 1 *
17. Otlir»r '•nrr^nf' IfaVl'Ift^ ,, .,. ,-- • • » ' ^
<?37
230^
>
_8JLZ
033
• Other Liabilities and Reserves -" " • • • .-_ ' - .
18 Heal estate enrTimbrances-.——..
19 Equipment obligations secured by equiprnent
20 Other non-current liabilities and non-current notes paya.blfJ.-CN.o.'f-e'. .1) .. r 2X
21. Beserves ,_ ,„.—...__
•;. ";,<-
_1M_
' : •:'*"•'
1T1
Capital and .Surplus . , , . ': ' » '"-v- •-- ''-/••'
9.9 Capital StocTr Paid TJp ,.,.. .'....... .--.••• . • - -•
53 Surplus (or N^t Worth) " I. 23
879
246
*600
S75
CONTINGENT UAirLIllES -
9^ T iilii'iM* nn T^rniTrifr r<*f*cwnWf* "nlpfl^pH nssi^Tl^^ or solo
27 Liability as cuarantor on contracts or on accounts oF others
O f-*f fc *^>
TOTAT, CONTTNCFNT T •T-\PTT,TTTF<> (.nOcC Z]
_,, ""cm.— Stow jcfaili xjiiJcr main headinci in fint column, extcadinj laia.lt «F main headinpi to icoood column.'C
^he accompanying notes to financial statement are an integral p
•••••••;••••*•, : . ' • - : ' .
• ' v Ifi.' . . • • • -..--.- .E. - * 0!
art of tin
Mifj!
:^76^g^
:^^:TOTAI^^
*-; "**£•.!"., *^-4.*-'»-*»-^r^^,— "™^--
;'IS®R
— i-r-i-:i-::r-"fri^-<->"-^
• -.-^c---r^£5S--*r^
~ ~ >,iT^'*"— r "-"~rjC- j""-*.-^1**- ""'
^tjji^.isy^^^.
-"S-i 24" |- 94 6V pTl
-"^r'K-iS^i^r:^^" "" ''" J^.:i*^Si^-S;
^-^!^:^^!|!^^/:. •;' -r/tl- >^S*?fe$ssffi5
- -% ' 56-1 098 {^
- "10 867* t8!
'•^•^•Ti^^^?^
• "•* " .r**"V- "-r-;^"^. i-t^>>*-
- -••"•••••." :;"^?--<. "-'"•^"•^'""^,7*^:
• **! -; ^ * " 0"%-t ^^Ti3*-
.^Sv^^^g
^"v-24-fl2£j5
v 56 1-09 8-U 5
• -- • • .
- - " '•
•
• - • '
—
2 statement.. . I .
- ;--"•': ~-:^"-y:?j
r- iJ^l^s.;;^"
• ">:> .-"-•-'..,\ / :i^;^-i1|-- -.;^;;r.;^
c
NOTES TO FINANCirtJ,'STATEMENT'' " L-
. Note 1 - OTHER NON-CURRENT LIABILITIES AND NON-CURRENT NOTES PAYABLE^-^^gi^^
_ ' "Line 20" includes a $5,175.000 non-interests bearijig- note,. -^~*^^r1;^
. " a $8,500,000 non-intsre.st brjnr.rng not<:., jnid. $3,743,229 ofl--— t^y^^S^
non-interest bearing advances, ^'.ia to Union." Oil Company oJr-:'--^/?:^-^^^
Union Oil. does not require repayment of
amounts in 1977. '
Kote 2 - CONTINGENT LIABILITIES " . "
no material adverse effect on the company's financial
•''J*** ''•."• . ' • • -. • •..:'""' . *% •_•"'• '".•--^'ij^
\*#> ' •" : " ' ' ' .•-• ••-."-» '•••-.':• cJiv-'i"-^
• • ••». .. . ^.r^-
; ' £ gg^ ' ', ' : ••%^mS^
' ORIGINAL .. v;"'"'
•--"j;;^"_".".-"-!Ss
* NAM E.
PRINCIPAL
Q A Co-partncrshtju
Q An Individual- •^:Z
Q Combination - A_ " $£
- -•-•"• ;"'~4\^S$^h^;
(Ndtno Must Concjpood With Coolraclor'j Lice/u* in Every Detail)
^5QP...^3SJ?..Sp_uth^jtree.tJl_Lpn^JBj2!_a.ch-iJ .C3l.ifp_rnia _9080j>
(Street or P.O. Box) (City) (Suit)
, 'Hie signatory of this questionnaire guarantees the truth ;ui..t accuracy of all vatemcnts and oc all ansv/crs to ,.
interrogatories hereinafter made . . - ;-*.•£>»£;.£;•-":
you licensed as a Contractor to do business in California?™ %$£ License No J.538.
Classification (Type) of Specialty Contractor:,.
2. How many years has your organization been in business as a contractor uncJcr your present business name?—'~'~~,'
Since July J t 1925 • - -' ' ' " • * ':~':^~^
3. How many years experience iii_£2.n.eraj
(a) As a general contractor?_^_5A.
.i.n.?.<LT.y-£..?LJit'iyx—constvncliari work has your organization fca<it£.t
(Typo) . . .-.,,_'_.-.:',*:.-:. 5t:2^:^3sS
•4. Show the projects your organization has completed during the last five years in the following- tabulationi!'.'..'. r£vl5=r
To assure maximum, consideration for your preefualiflcctian rating, be specific as la tlie -nature of the trorJc yottr firm actually ;
TEAR
•
«• '
(/*""*
-. \fc*
.
•
•
TYPE OF WORK
•
•
'
'
.
•
*
.
• " . . • • •
•
.
'
- " • • •
....
•
-
VAIATE OP WORKPERFORMED
SEE ATT
•
.
-
-*
-
* .
'
•
~"~ '
•
LOCATION OF WOKK
*• --..
.
ACHED SCH
-. •
•
.
. . - - -' ••
*
*
.
- -
• '
H p^°y ..
npfi IM A ivy niljl 1 IM/iL.
•
3
'. •
•
•
•
FOR WHOM ?£RFOR*fET> •-'•&£-
.... • .. . .., .^.,.-^sf<-
" - ' . - »- •+*• ' *
: D U-L.E • = -" •-"
••'• ' ••"' '••••' '-• -^;
.- • •'••••'.' .-. • •^•'4-
- '•"
....-•-,-..
. . -•-
., •
=- ' " " • • - •
. . -----
' . • '. - "-•-'.
... - • • ' -• - ~!
• .-.••... •' : -\
' . . ••'•• •.•?'.
. . .- . -^z
r. -.••..•• - :--<
.-.--. -_--^
. * * •• . - • "
. ' • "-~
— . ..•-'
• - • : '.-.?
' ~ ~
* - ~~ •
-
• .
• -
* £zccpt as provided in Section 14311,5 of t]ic Covcmnjfjn.t OvJe, set out ?o full herein, a con'rac'or r>rert<j;i.'>l"~' *}"?v*l^ t?ii "jbrriiSStOT
of a Statement of Experience and Financial Condition who wishes to bid on projects handled b'y the Sbte of Ca!iforni:x must be
licensed under the C.ilifonin "Contractors" License Law". The • licensing must correspond with the prcriv.alification as to tyj:c of
^^"^•aniration; i.e., a contractor licensed as a corporation must be pri-qualitied as a corporation, a contractor licensed as a copartnership
Stsj^st be prcqu:»lificd as a copartnership, etc. Where the preqnalificatioa is in the name of and based on a combination of Stick
[2]
organization.':, then the coml<in.ilion must be licensed as such and any bids based on such pri-qualification must: be in the name of
the coui!iination so prcqn.iliiied. The license, or licenses, hold by a contractor must authorize the lypc of work on which he rcrjncsts
pcrrnis-iion to bid. Corporations not incorporated i:i the State of California must tike the necessary steps to permit doing business
iii the state. ' . * .
PLEASE INCLUDE TWO COPIES OF ANY ATTACHMENTS TO THIS PAGE ,
Page 2 Item 4
y- •OR/G/N
Type of Work
'aluc
Work
Performed
12/31/72n
11
n
*f
12/31/73it
12/31/74it
tt
M
n
n
n
Vater - Fresh Water . 10,415,234
Storm Drain Proj.-Major 3,330.353
later - Fresh V.'ater 2,187,461
Stora Drain Project-Major 1,534,312
Stora Drain Projcct7Majar 1,296,904
Asphalt/Cone Rcsurf-Major 1,240,835
Vater - Fresh Water 1,256,353
Freeways * - 835,966
Structures - Major • 844,868
Storn Drain Proj. - Major 827^471
Large Dian. Sewer Line 6,696,287
Con. Channel, Bridge § St. 2,656,067
Large Diam. Vater Pipe 1,811,629
Fvy^ Bridge 5 Bus Lanes 1,791,217
Lg. Dia. Wtr. Distrib.Line 1,567,948
Lg. Dia. t;tr-. Distrib.Line 1,041,676
Street Inprovecents 351,792
Concrete Box/Flood Control 850,702
Reservoir Repair . 824,10S
Lg. Dia. Storn Drain ' 813,404
Paving,Drainage § Util. '. 624,753
Street Inprovcrient.. 792,919
Street Iciprovesent 773,598
"Sewer T .-.' . 724,488
Pipeline • . 3,668,869
Pipeline " 2,255,473
Vastewater Reclan. Pit. 2,945,040
Pureping Plant 1,641,936
Sever . 1,678.938
Storn Drain - 1,019,452
Punp. Pits.-Control Bldgs. 1,269.347
Distrib.Canal 5 Reservoirs 1,330,617
Vater Distrib. Systea 1,042,227
Vater Line 1,022,490
Pipeline Extension 646,146
Storm Drain . 5,074,615
Interceptor Sewer Line 4,343,553
Water Treatraent Plant 2,699,559
- 7 Pu.-cp.Plts. - 7 Con.Bldgs 2,129,836
I'aste Ktr.Reclaa. Plant 2,017,443
Storm Drain ' 1,335;215-
Katcr Distribution Systens 1,019,443
" Stora Drain p'ipe & Box 987,669
« ' Kerf Roadway • 930,055
" • Pimping .Pit 2nd Discharge 907,488
" - Stora Drain ' 837,352
" Turnoats-Discharg.Pipelines 742,4040 Street Improvements ?56,7S5
" Street Construction • 729,572
*•* - Rsinf. Cone. Box Culvert . 709,629
12/31/76 Ptnp Pits. - Control BliJgs 9,132,104
- - " • 5,064,793
4,317,614
3,364',OS4
2,094.109
1,133,237
1.096.693
1,000,365
SSS.440
726;947
725,222
659,742
617,675
607,124
579.627
12/31/75 •
Stora Drain
Interceptor Sewer
.Channel
Vaterlincs
Tracts-Kew Dcvelopncnt
Storn Drain
Stora Drain
Street Y.'ii2cning
Street Widening
Renovation PI.-Inter.Sever
All Inprovc.-ncnts
Street Improvements
Street Improvements
Interceptor Scwcr
Location of Work' • _
/ " """
Ssuta An-v V?Ucy - Or>r. Co.
Pasadena - 1 .A. Count/
Upland-San Bernardino Co.
Eelmont Shoro - L.A. C».«.
Ballons Creek - L.A. Co. "
Khecler P.id«7-Xcrn Cc.iirity
Golden :>t?.tii IVy - L.A. Co.
Soledad Canyon'- L.A. Co. .
San Antonio Wash - L.A, -Co.
Orange County
•Aliso Creek - L.A. County
Los Angeles County
San Bernardino Freeway
Los Angeles County
Los Angeles County .
Los Ang-jlcs County*
Los Angeles County
Orange County
Poeblo, Colorudo
L.A. Harbor
Orange County
Orange County .
Orange County
L.A. CouHty . " -
L.A. County
Palm Desert
Pearblossdcf ~.
Los Angeles
Pearblossom . . .
Kern' County
Kern County
Wasco, California
Pueblo, Colorado^.
San Jacinto -
Glendale . • -.
Garden Grove
BakersfLeld
Bakersfield •' <t"
Palm Desert
Manhattan Beach
fc'ASCO
Riverside -"
. Irvine • .
Pearblosson
Orange
BAkersficld
Wilmington *
Los Angeles
Escondido
Kern County
Antelope Valley
.Denver, Colorado
Cucamonga .
Yu.-na, Arizona
Aliso Hills
Phoenix, Arizona "
Irvine
Los Anjjclcs
C/0 Sisii Valley, Ca.
Los Angeles County
Brca Mall --Brca, Ca.
Duartc, Ca. r
Long Beach
Irvine-
• -.'.^rs^^^S^
•';" >.~,'-^•^^^^^^
State of
State o'c
Mstropolitan tfatcr-District—^
L.A. County
l-.A. County Flood-
Stats of Californio-^.^i-.r^
Karlcopa K3t£r>StOTageirDis.trli
State of Cal^f
L.A- Couuty Road
L.A*. County Flood.
"Orange- County
Hetropolitanr
Metropolitan Water- District-.^
State of-'Caiifornix. -'l-^i'3j-g
Ketiopolitan trater-Districc-ic:-
San GabrieL Valley-Municipal^,
Los Angeles. County^--"•. r.-£t%:-g£
Los Angalcy-CouTttyFlooaVCbai;
lrvine= Ranch. Water-
City of Pueblo
Los Angsles Harbor Donartaenc
Ci ty of Costs: Mesa - -"- * ~ '• '^
City of Costa Wcsa' .•'• ''.'. "=-S^
Orange County Sanitation, Disci
Metropolitan tfater District -
'Metropolitan Water DistrictrA
Coachclla Valley Co. Kater Oi:
"State ~Q£ CalifarViia " _;.
City of Los Angeles. - . •—.-••
L.A. County Flood Control DIsi
.Kern County Water Agency: ".'*k
Cawclo Water. District-.;.; ;v^s
Buttonwillow Icproveiaenti'" -: Tt:
Pueblo West Metro-. Disrc.§ >fcO
Metropolitan. JfaterrDisrv.-;^..^
t.A_ Co.. Flood Control. Dist£:
Orange Co. Sanitation,--:' -^-'.--.^
Kent Co. Water- Agency-.-;;:.£?
Kern Co« Water- Agency -^-;Y--
Coachella Valley Kater Discri
L.A» Co. Flood Control Distri
. Buttonwillow lapTCW. Distk^-
RivcrsiderCo^ Flocd-CoctroLD
The- Irvine Company • -';-; -:~.i??
Dept.Water Res./State'of Call
The Irvine Company" - .vv"-.-^g
Kern Co. Vater- Agency?- K".^::-.
City of Los Angeles :\;-,-%.
L.A. Harbor Department.--
City of Esccndido
Kern County ifater Agency- -
Antelope Yalley-E. Xsm-Ktrr:
Metro.Denver Sewage. Oisp.Dist
Dcpt.. of Ansy.. Corps of Ens-a
Bureau-of -Reclamation
Msrs2zn£ D-i:vclcpccr4C Csspany
City of Phoenix
The Irvine Cosipany
L.A. Coznuhity Rcdcv.-Agency
C/O Siai Valley
L.A. County Sanitation Dist.-
Hopnrt Ocv. Co.
C/O Ouarte •
L.A. County RonJ Dcpartscnt: -
Irvine Ranch Water District •
Approxinatcly 2,000-3,000 individual constaietiou projects arc ccnplctcd annually. The- experience-
list above represents only spine of the significant projects completed during the respective period. ;
No. 7277
HOMB OFFICE
WKW YORK,"NEW YORK
POWER OF ATTORNEY
'KNOW ALL MEN BY THESE PRESENTS: That SEABOARD SURETY COMPANY, a cor-
•.. ppration.of the State of New York, has made, constituted and appointed and by these presents does make,
constitute and appoint J. H. Caithamer —
0{ Long Beach, California,
its true and lawful Attorney-in-Fact, to make, execute and deliver on its behalf insurance policies, surety
bonds, undertakings and other instruments of similar nature as follows: Unlimited in amount, but
restricted to bonds for Sully-Miller Contracting Company and/or Southern Pacific
Milling Company, Inc. and/or South Coast Asphalt Products' Company, Inc.
C
Such insurance policies, surety bonds, undertakings and instruments for said purposes, when duly
executed by the aforesaid Attorney-in-Fact, shall be binding upon the said Company as fully and to the
same extent as if signed by the duly authorized officers of the Company and sealed with its corporate
seal; and all the acts of said Attorney-in-Fact, pursuant to the authority hereby given, are hereby ratified
and confirmed.
This appointment is made pursuant to the following By-Laws which were duly adopted by the Board of
Directors of the said Company on December 8th, 1927, and are still in full force and effect:
ARTICLE VIII, SECTION 1:
"Policies, bonds, recognizances, stipulations, consents of surety, underwriting undertakings and instruments relating
thereto. Insurance policies, bonds, recognizances, stipulations, consents of surety and underwriting undertakings of the Com-pany, and releases, agreements and other writings relating in any way thereto or to any claim or loss thereunder, shall be
signed in the name and on behalf of the Company
(a) by the President, a Vice President or a Resident Vice President and by the Secretary, an Assistant Secretary,, a
Resident Secretary or a Resident Assistant Secretary; or
- (b) by an Attorney-in-Fact for the Company appointed and authorized by the President or a Vice President to make
such signature; or
(c) by such other officers or representatives as the Board may from time to time determine. f
The seal of the Company shall if appropriate be affixed thereto by any such officer, Attorney-in-Fact or representative."
IN WITNESS WHEREOF, SEABOARD SURETY COMPANY has caused these presents to be signed
by its Vice-President, and its corporate seal to be hereunto affixed and duly attested by its Assistant Sec-
, retary, this 27th day o{ December f 19J73_.
,' Attest: SEABOARD SURETY COMPANY,
By
W. S. Wehrell
Vice-President
Karen Hayes(Seal)
'; > Assistant Secretary
STATE-OF NEW YORK
COUNTY OF NEW YORK >ss.:
On this___22£±L__day of_
W. S. WehrelJL
_Be_cjej5sb_e_r. , 19—J73, before me personally appeared
Vice-President of SEABOARD SURETY
COMPANY, with whom I am personally acquainted, who, being by me duly sworn, said that he resides
in the State of HeKJZfiCSfiX ; that he is Vice-President of SEABOARD SURETY COMPANY,
the corporation described in and which executed the foregoing instrument; that he knows the corporate
seal of the said Company; that the seal affixed to said instrument is such corporate seal; that it was so
affixed by order of the Board of Directors of said Company; and that he signed his name thereto as.
Vice-President of said Company by like authority.
State of New York, No. 24-7104540
^ Qualified in Kings County
Certificate filed in New York County
Commission Expires March 30, 1978
<Seal>
Violet Johnson
CERTIFICATE
Notary Public
I, the undersigned Assistant Secretary of SEABOARD SURETY COMPANY do hereby certify that the originalPower of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this
Certificate and I do further certify that the Vice President who executed the said Power of Attorney was one of the
Officers authorized by the Board of Directors to appoint an attorney-in-fact as provided in Article VIII, Section 1, of
the By-Laws of SEABOARD SURETY COMPANY.
This Certificate may be signed and sealed by facsimile under and by authority of the following resolution of the
Board of Directors of SEABOARD SURETY COMPANY at a meeting duly called and held on the 25th day of
March 1970.
"RESOLVED: (2) That the use of a printed facsimile of the corporate seal of the company and of the signature of an
Assistant Secretary on any certification of the correctness of a copy of an instrument executed by the President or a
Vice-President pursuant to Article VIII, Section 1, of the By-Laws appointing and authorizing an attorney-in-fact to
sign in the name and on behalf of the company surety bonds, underwriting undertakings or other instruments described
in said Article VIII, Section 1, with like effect as if such seal and such signature had been manually affixed and made,
hereby is authorized and approved."
IN WITNESS WHEREOF. I have hereunto set my hand and affixed the corporate seal of the Company to
7th ,these presents this day of JUNE 19.78
BEST
ORIGINAL
form 157 (Rr». 771)
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. * ,
Thu undersigned submits below a statement of the work of similar.
character to that included in the proposed contract which he has
successfully performed. •
D. E. BRAJKCH
Assistant Secretary
TfJ %•--•
H DIP IMA I CONTRACT
r LnlblNAL . --7— -- ^^ THIS AGREEMENT/ made and entered into this £ -^ day of
V <-L.M'l. / 19 TP / by and between the City of Carlsbad,
€
California/ hereinafter designated as the City/ party of the first
part/ and Sul ly-Mi I ler.Contracting Co. / hereinafter designated
as the Contractor/ party of the second part.
WITNESS^TH: 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 forr
ASPHALT CONCRETE OVERLAY OF VARIOUS CITY STREETS
CONTRACT No. 1054 *
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.'
t • «-
2. For furnishing all said materials and labor, tools and equip-
ment/ and doing 'all the work contemplated and embraced in this agreemeni
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 sura 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 covenantsw herein contained. . . . • .
4. The Notice to Bidders, Instructions to Bidders, Contractor's
Proposal/ and the plans and specifications, and' all amendments thereof
Page 10
C
C,
€
•
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. ' 4"
' Sully-MiIler Contracting Co.
Contractor (seal)
.W. I3UAHE T.fi3U
Senior Vice President
fRANE L HOLLAND • ASSISTANT SECRETOT1
Title
*
CITY OF CARLSBAD, CALIFORNIA
Mayor
Approved as to form:ATTEST:
City Attorney City Clerk
(Notarial acknowledgement of execution by all PRINCIPALS must be'
attached.)
'APPROVED AS TO FORMS, —-^ '. . '""'"•'• •
VINCENT F. BIONDO, JR., City Attorney V.
Pauls. Cook, Assistant-
STATE OF CALIFORNIA,
COUNTY (IF VS AHCTirS
':Vl
•:;?
iiinimiiiim;iiHin'ti!i.:i;..tiii •• ••••' '-•"'• 5 * l! " '5.
CtFlOIAL SEAL I
M1CHELE E. DRAKULICH |
Kj-p'iY PUBLIC CALIFORNIA |
rrivr'i.u. OFFICE IN \
L . ;-IC:LES CCUNTY I
-:c:i r.sr.:r:i Au-JEt 30, 1981 I
ON_Ji'NIi 27t.h 19_
before me, the undersigned, a Notary Public in and for said State, personally appeared
, known to me to be the
SF??TO"CiUji ! JL\ ' \PRHSIPF.NT AND AEST. SECRET
of thp SULLY—^TLJFT'' ro^n*T?ACTTNr Cf*the Corporation'that executed" the" within Instrument, i(nown to me to be the person who
executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged
to me that such Corporation executed the same.
WITNESS my hand and official seal.
Notary Public in and for said State.
ACKNOWLEDGMENT—Corporation
c
€
f
• Page 11
LABOR AND MATERIAL BOND BOND No
PREMIUM: THF FRFST!?':.' or; T!i^ sn'iD p r'-LUppn m
KNOW ALL MEN BY THESE PRESENTS/ THAT im of i-n: r^FOR^cc BONO! ""
' • . . . •
WHEREAS, the City Council of the City of Carlsbad, State of
California/ by Res. No. 5450 ' adopted June 20, 1978 ' . _
has awarded to Sul ly-Mi I ler Contracting Co.
hereinafter designated as the "Principal", a contract for:
ASPHALT CONCRETE OVERLAY OF VARIOUS CITY STREETS P BCTT
ORIGINALin 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.
CONTRACT NO. 1054
WHEREAS, said Principal has executed or is about to execute said
contract and the terms thereof require the furnishing of" a bond witlv
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 v/ork or labor
done thereon of any kind, £he Surety on this bond will pay the same
to tha extent hereinafter set forth:
NOW, THEREFORE, WE Sul ly-Mi I ler Contracting Co.
•
' as Principal, hereinafter designated aa
Contractor and Seabord Surety Company
as Surety, are held firmly bound unto
Fifty One Thousand Six Hundred
the City of Carlsbad, in the sum of sivt Severn anr) *5fi/mo—•——-- Dollars
($51 ,667.56 _ ) , 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 therec
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 provisipns
of Section 4204 of 'the Government Code of the State of California.
c
'C
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 brouoht: .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 thorv^under 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 d
Principal and Surety above named, on the
, 19 /Y • .
y executedJpy the
day of
SULLY.liltLERCOinBACTllfi.CDIIPHI
it t HOLLAND . ASSISTANT SECRETffif
(Seal)
(Seal)
Contractor
^ESC. f;Ti:iAK - AlTOfiMiMN-FACl
(Seal)
'(Seal)
(Seal)'
Surety ^
c
STATE OF CALIFORNIA,
LOS ANGELESCOUNTY OF_
OFFICIAL SEAL
MICHELE E. DRAKULICH
NOTARY PUBLIC CALIFORNIA
PRINCIPAL OFFICE IN
LCS ANGELES COUNTY
i My Commission Expires August 30, 1981
luiiiiiiutiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiKiii'tiiiiiiiitiiiiiiiiiiiiiiimiiiitiiimtiiimiiiiiiiiiii
SS.
OIL JUNE 27th -, IS 78
before me, the undersigned, a Notary Public in and for said State, personally appeared
FRANK E. HOLLAND ____
, known to me to be the
ASST. SECRETARY
of the SULLY.l'flLLER CONTRACTING COMPANY—r—r r-the Corporation tnat executed the within Instrument, known to me to be the person who
executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged
to me that such Corporation executed the same.
WITNESS my hand and official seal.
Notary Public in and for said State.
ACKNOWLEDGMENT-Corporation
STATE OF
'•ALT FOR?: IA ss.
On this * ::: day.... .^1:'. 19.....1.1., before me personally came
to me known to be an Attorney-in-Fact of SEABOARD SURETY COMPANY, the corporation described
in the within instrument, and he acknowledged that he executed the within instrument as the act of
the said SyBMI^^ *n accordance with authority duly conferred upon him by
said ConjpanjESE^ OFFICIAL SEAL
§ J^j'-p, MICHELE E. DRAKULICH
I EFpV:J"_fj NOTARY PUBLIC CALIFORNIA
| \^:-g"W PRINCIPAL OFFICE IN
I ^•^jSS?' LOS ANGELES COUNTY
Form 842 i My Commission Expires August 30, 1981
«»""""" mimmii r liimiUHii.mmmmmiUIHILimimimllllllllMmmmiujr
Notary Public.
BEST
ORIGINAL
PERFORMANCE BOND
C ' ' • .
KNOW ALL MEN BY THESE PRESENTS, that
w WHEREAS, the' City Council of the City of Carlsbad, State of
California, by Res. No. 5450 . adopted June 20. 1978 -' .
has awarded to Sully-Miller Contracting Co.
hereinafter designated as the "Principal", a contract jjjor;
. ASPHALT CONCRETE OVERLAY OF VARIOUS CITY STREETS
• CONTRACT NO. 1054 - - " .
i|or;
ORIGINAL
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 G-ity 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, Sul ly^Mi I ler Contracting Co. ' - _
_ _ _ / as Principal, hereinafter designated as
the "Contractor", and _ Seabord Surety Company~~~ ~__ as Surety, are held and firmly bound
• . . One Hundred Three Thousand Three •unto the City of Carlsbad, in the sum of Hundred Thirty Five and 12/100 — ---
Dollars. ($105,355. 12 • _ ) , 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
C its officers and agents, as therein stipulated, .then this obligation
shall become null and void; otherwise it shall remain in full force
!/»-• and virtue.
~\K»f
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 specif i-
Page 14
.f. cations accompanying the same shall in any wise affect its obligations
%. on this bond, and it does hereby waive notr.ice of any change, extension
of time, alterations or addition to the terms of the contract or to the
C«* 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 V7IIEREOF,' this instrument has been dul
Principa^U-and Surety above named, on the
.' 19JI-
cuted by the.
day of
SOLLY-MILLER CONTRACTING CO
L HOLLAND -. ASSISTANT SECRETAR!
(Seal)
Contractor
(Seal)
ORIGINAL
c
STATE OF
COUNTY OF
On this 'r.'....day :.L-1:.-.! 19 ±, before me personally came
to me known to be an Attorney-in-Fact of SEABOARD SURETY COMPANY, the corporation described
in the within instrument, and he acknowledged that he executed the within instrument as the act of
the said SiBiABQABUiiiStJRB.l3il¥m.G€>MPAJ4¥|in accordance with authority duly conferred upon him by
said ConW^ MicHELT'E.ALDSRAKULICHl
NOTARY PUBLIC CALIFORNIA |
PRINCIPAL OFFICE IN f
LCS ANGELES COUNTY |
Form 242 i My Commission Expiras August 30. 1981 |Notary Public.
STATE OF CALIFORNIA,
COUNTY OF_J/1S
OFFICIAL SEAL
MICHELE E. DRAKULICH
NCTA«r PUBLIC CALIFORNIA
PR!NC!PAL OFFICE IN
I -^,&J" LCS ANGELES COUNTY
I My Ccmm.ssion Expires August 30, 1981
SS.
>H!NE 27thON
before me, the undersigned, a Notary Public in and for said State, personally appeared
PPAKK H. TOLLAnn
, known to me to be the
of thfi R'LLY-^IU.ri' COM"\}\ UIG ' ' *»* •" * •—-, i» li««i<* af- "n . 1—S-
the Corporation that executed the within Instrument, known to me to be the person who
executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged
to me that such Corporation executed the same.
WITNESS my hand and of cial seal.
f. VJJlv, b, Lik
Notary Public in and for said State.
ACKNOWLEDGMENT—Corporation
Page 15
CITY OF CARLSBAD
Engineering Department
Contract No. 1054
SPECIAL PROVISIONS
I. GENERAL REQUIREMENTS
A. Scope of Work
The work covered by these specifications consists of furnishing all
labor, equipment and materials, and performing all operations for
asphalt resurfacing on various City streets as shown on Exhibit "A"
which is a part of these specifications. Asphalt resurfacing will
vary in thickness but shall not be less than 1" and cover approxi-
mately 589,700 square feet.
B. Work Schedule
The contractor shall plan his paving operation so there will be no
conflict with the trash pickup days, as shown on Exhibit "A",
Sheet No. 1.
Also, the contractor shall furnish the Engineer with a tentative
schedule indicating which streets are to be resurfaced each day *
for the duration of the contract. The schedule shall be furnished
to the Engineer at least one week prior to the preconstruction
conference, which will be held in the office of the City Engineer
prior to starting construction.
The City reserves the right to make reasonable changes in the
schedule to avoid conflict with traffic or special events.
The contractor shall begin work within (15) days after being duly
notified by an issuance of a "Notice to Proceed" and shall dili-
gently prosecute the work to completion within (60) consecutive .
calendar days from the date of commencement of said work. Daily
work shall be accomplished between 7 A.M. and 4 P.M., Monday
through Friday.
C. Traffic Control
Page 16
ORIGINAL
Barricading: The contractor shall provide such flagmen and barri-
cades as are required to protect the resurfaced streets from
vehicular traffic until surface is ready for traffic.
No Parking Signs: The City will provide the contractor with "No
Parking by Order of Police Dept." signs for use in posting streets
in advance of the work. Signs shall be placed at least 24 hours
prior to commencement of work by the contractor at intervals of no
more than 100 feet on both sides of the block affected by the work.
Tow away of any vehicles in violation of the "No Parking" signs
will be handled by the.Carlsbad Police Department. The City assumes-
no liability in connection with movement of vehicles by the con-
. tractor.
Signs shall be removed as soon as the streets are ready to receive
traffic and turned over to the City Engineer.
Door Knob Notices: The Engineer will also provide the contractor
with door, knob notices which will further serve to advise residents
of the impending parking restrictions. The contractor shall be
required to insert dates and estimated times of closing and re-
opening streets to local traffic.
Door knob notices shall be left on or at the front door of each
dwelling or commercial unit abutting the street to be surfaced;
this shall be done (2) days prior to placement of "No Parking" signs.
D. Plans and Specifications
The specifications for the work consist of the Standard Specifications
of the City of Carlsbad, the 1976 edition of Standard Specifications
for Public Works Construction (hereinafter designated S.S.P.W.C.) as
issued by the Southern California Chapter of the American Public Works
Association, and these contract documents and specifications. In
case of conflict, the Special Provisions shall control.
It shall be the responsibility of the contractor to carefully 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 evidence 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 materials to be
furnished, and as to the requirements of the proposal, plans, and
specifications and the contract.
Page 17
E. Measurement and Payment .
Asphalt Concrete Resurfacing: Shall be measured on the basis of
number of tons of materials delivered and applied, and shall be
paid for at the unit price per ton bid. The contractor shall
provide a delivery ticket for each load of material delivered.
Payment for tack coat will be included in price per ton paid for
asphalt concrete.
The quantities given.in the proposal and contract forms are approxi-
mate 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 therewith, but reserves the right to
increase or decrease the amount of any class or portion of the work,
or to omit portions of-the work, as may be deemed necessary or
advisable by the City Engineer.
II. ASPHALT RESURFACING
A.' Preparation of Surface
The contractor will not be responsible for necessary repairs of the
existing street surfaces in conjunction with the asphalt overlay
paving operation.
However, the contractor will be responsible for the sweeping and
cleaning of all surfaces prior to the actual paving operation.
A tack coat shall be uniformly applied to the surface in accordance
with Section 302-5.3 of the Standard Specifteations.
Full compensation for conforming to the requirements of this article
not otherwise paid for, shall be considered as included in the prices
paid for the various contract items of work and no additional allow-
ance will be made therefor.
B. Asphalt Concrete Resurfacing
Asphalt concrete for overlay work shall conform to Section 302-5
and Section 400 of the Standard Specifications and shall be Type III
C2. Asphalt shall be AR-4000 grade.
The contractor shall pave over the tops of all manhole covers. Covers
shall be treated to prevent adhesion of the asphalt concrete. -
The unit price per ton for asphalt concrete resurfacing, in place,
shall include full compensation for conforming to the requirements
of this article as specified herein, and no additional compensation
will be made therefor.
ORIGINAL
.
Page 18
C. Manhole and Valve Cover Adjustments
All sewer manholes, sewer dead-end structures, storm drain manholes,
water valves, gas valves, and other utility structures will be
adjusted to grade by the respective utility.
III. WATER FOR CONSTRUCTION ..^-'
The contractor may obtain C.ity of Carlsbad water for use on this project
only at locations approved by the City Engineer. There will be no charge
to the contractor for City water utilized directly in completing his work,
In areas where City water is not available, the contractor shall be re-
quired to make necessary arrangements with other water districts for use
of water. The contractor will be responsible for any charges made there-
for, and no special compensation for these charges will be made.
C
u
1
No.
r
Street
'
.
CITY OF CARLSBAD
CONTRACT No. 1054
ASPHALT CONCRETE OVERLAY OF VARIOUS CITY STREETS
Limits """"""
1. -" Carlsbad Boulevard * Pine Avenue to Mountain View Drive —
2.
3.
4.
5.
6.
7.
8.
0
9.
10.
11.
12.
Chestnut Avenue
Chestnut Avenue
Estrella Del Mar
Alga Road
Arena! Road
Donna Drive '
J El Camino Real to 100 ft. east of Trieste Dr.
' Highland Drive to Monroe Street — •
* Alga Road to Palmar Court
Almaden Lane to Alicante Road
El Camino Real to Estrella Del Mar
Basswood Avenue to Jam's Way - —
Lincoln Street ^ Carlsbad Boulevard to Oak Avenue -~—
TOTAL
NOTE: If funds are available, the following streets
may be resurfaced as provided for in the Special
Provisions, Section 1, Item E.
Walnut Avenue /
Garfield Street
Caracol Court
Playa Road
Carlsbad Boulevard to Garfield Street
Mountain View Drive to Pacific Avenue
Estrella Del Mar to East Terminus
Estrella Del Mar to South Terminus
EXHIBIT
Sheet
Approx.
Tonnage
2,840
210
1,007
1,139
90
65
456
51
5,858
101
61
88
11
"A"
1
Trash
Pickup Day
Monday
Fri day
Wednesday
Friday
Friday
Friday
Thursday
Monday
*Monday
Monday
Friday
Friday
o
5HEETZ
i«^> i ' » ^<7-'l/vOX"~'
f -^ ^POU'«../'i=ii^iXHIBlSHEET
y;