HomeMy WebLinkAboutSully-Miller Contracting Company; 1979-05-29; 1057CITY OF CARLSBAD
SAN DIEGO COUNTY
CALIFORNIA
'CONTRACT DOCUMENTS & SPECIFICATIONS FOR
CONSTRUCTION OF STREET IMPROVEMENTS IN
BASSWOOD AVENUE AND VALLEY STREET
CONTRACT NO, 1057
MARCH, 1979
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 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
4:00 p.m. on the 3rd day of May _ , 19 79, at which
time they 4 will be opened and read for performing the work as
follows :
Construction of Street Improvements in Basswood
Avenue and' Valley Street - Contract No. 1057
Said work shall be performed in strict conformity ivith the
specifications therefor as approved, by the City Council of the
City of Carlsbad on file in the Public Works Department. Ref-
erence is hereby made to said specifications for full particu-
lars and description of said \rork.
No bid will be received unless it is made on a proposal
form furnished by the Public Works 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 (101) of the amount of bid; said guaranty to be for-
feited 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 for by the bid re-
quirements.
The documents included within the sealed bids ivhich require
completion and execution are the following:
1. . Proposal
2. Designation of Subcontractors ' ••
3. Bidder's Bond •
4. Contractor's Financial Status
Said documents shall be affixed with the appropriate no-
taried signatures and titles of the persons signing on behalf
of this bidder. For corporations, the signatures of the presi-
dent 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 signa-
ture 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 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, Divi-
sion 3 of the Business and Professions Code. The contractor
shall state his/her license number and classification in the pro-
posal. The estimated cost of the work i's $75,800.
Page 2
• • i
Plans, special provisions and contract documents may be
obtained at,the Public Works Department, City Hall, Carlsbad,
California, at no cost to licensed contractors. A nonrefundable
charge of $5 each will be required for 2nd or additional sets of plans,
specifications and contract documents.
It is requested that the plans and special provi-
sions be returned within two (2) 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
Public Works Department on request .
The general prevailing rate of wages for each craft or type
of workperson 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 7, Chapter 1, Ar-
ticle 2, Sections 1770, 1773 and 1773.1.
Pursuant to Section 1773.2 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 con-
tract is awarded to pay not less than the said specified prevail-
ing rates of wages to all workpersons employed by him/her in the
execution of the contract.
Also, the prime contractor shall be responsible to insure
compliance with provisions of Section 1777.S of the Labor Code
of the State of California for all occupations ivith apprentice-
ships as required on public works projects above thirty thousand •
dollars ($30,000) or twenty (20) working days.
The amount of the bond to be given for the faithful per-
formance of the contract for the said work shall be one hundred
percent (100%) of the contract price therefor, and an additional
bond in the amount equal to fifty percent (502) 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 of any kind done thereon.
Approved by the City Council of the City of Carlsbad, Cali-
fornia, by Resolution No. 5737 adopted on April 3 , 19 79 .
April 4, 1979
ALETIIA L. RAUTENKRANZ, Cit/Clerk
Page 3
.•—CITY OF CARLSBAD
' CONTRACT NO. 1057
CONSTRUCTION OF STREET IMPROVEMENTS
-IN BASSWOOD AVENUE AND VALLEY STREET
City Council
City o£ Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
PROPOSAL
Item
The undersigned declares he/she 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. in accordance
with the plans and specifications of the City of Carlsbad, and
the special provisions, and that, he/she will take in full payment
therefor the following unit prices for each item complete, to wit:
Approximate
Quantity g Unit
Article with Unit Price or Unit
Lump Sum Written in 'Words _ Price TOTAL
ALL - LUMP SUM CLEARING AND GRUBBING AT
DOLLARS
CENTS
PER LUMP SUM
c
ALL LUMP SUM
841 TONS
569 TONS
APPROX. 1,120 CU. YDS. OF
ROADWAY EXCAVATION AT
CENTS
PER LUMP SUM
CRUSHED AGGREGATE BASE AT
DOLLARS
CENTS
ASPHALTIC CONCRETE PAVING
INCLUDING SEAL COAT COMPLETE
AT Ajjfj£.T£-£.jO
DOLLARS
CENTS/OO
PER TON
^
7,98?
/(/.CO i &/ --
Page 3A
Item . Approximate
*' ^ Quantity & Unit
'7
10
Article with unit price or
lump sum written in words Unit
Price TOTAL
1,987. LIN. FT.
9,890 SQ. FT
350 SQ. FT.
1 EACH
5 EACH
536 SQ. FT
(IN WORDS)
TYPE "G" CURB AND GUTTER
COMPLETE IN PLACE AT
DOLLARS...-
CENTS
PER LIN. FT. -
P.C.C. SIDEWALK 4" IN
THICKNESS AT
DOLLARS
CENTS
. PER SQUARE FOOT
P.C.C. DRIVEWAY APPROACH
6" IN THICKNESS AT
/.eo cc
'77.OQ
AJ<9
DOLLARS
CENTS
PER SQUARE -FOOT
P.C.C. SIDEWALK. RAMP 4"
IN THICKNESS AT
*a.700
/JO
DOLLARS
CENTS
•EACH
CONSTRUCT (3") ASBESTOS
CEMENT SIDEWALK UNDERDRAIN
INSTALLATIONS PER PLAN AT
*/oo.
DOLLARS
• CENTS
EACH
8' WIDE P.C.C. CROSS GUTTER
(6") IN THICKNESS AT .
DOLLARS
CENTS4J£>
PER SQUARE FOOT TOTAL (FIGURES)
-StdZ/O '~7#-Qtt$'&£>
Page 4
All bids are to be computed on the basis of the given es-
timated quantities of work, as indicated in this proposal, times
the unit price as submitted by the bidder. In case of a dis-
crepancy between words and figures, the words shall prevail.
In case of an error in the extension of a unit p'rice, the cor-
rected extension shall be calculated and the bids will be com-
puted as indicated above and compared on the basis of the cor-
rected totals.
^jf'
The estimated quantities of work indicated in this proposal
are approximate only, being given solely as a basis for compari-
son 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 poli-
cies within twenty (20) days from the date of award of contract
by City Council of the City of Carlsbad, the proceeds of check
or bond accompanying this bid -shall 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, Li-
cense No. }£>'£>*& _ , Identification _ ft _ .
The undersigned bidder hereby represents as follows: (1")
That no Councilperson, 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 of-
ficers, agents or employees, has induced him/her 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
(2) 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 H>Jb>JkE=^!S ^0 A^p
(cash , certified che~ck~^ bond
or. cashier's check)
in an amount not less than ten percent (10%) 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 workers' compensation or to undertake
self -insurance in accordance with tine provisions of that code,
and agrees to comply with such provisions before commencing the •
performance of the work of this contract.
Pago 5
SULLY-MiLLER-CONTRACTING CO.
Q Phone Number '. . Bidder' s Name
. (SEAL)MAYS 1979 ft. E BRANCH
i_ . r_; i Vice Provident
Date Authorized Signature- '/>
' /
SULLY-MILLER CONTBArTTNC rn . //£ , .
555 AIRPORT ROAD '"/^Authorized Signature
OCEANSIDE, CALIF. 92054 '
(714) 757-3910 - ' ^
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:
C
SULLY-MILLER • . .
3000 EAST SOUTH STREET / P.O. BOX 5309 / LONG BEACH, CALIFORNIA 90805 / (213) 531-3550 (714) 639-1400nn
CONTRACTING CO.
AUTHORIZATION TO EXECUTE BIDS, PROPOSALS, AND PERFORMANCE BONDS^
In accordance with the authority vested in me by virtue of that Board Resolution
of Sully-Miller Contracting Company which is dated October 31, 1978, and of that
Interoffice Memorandum of the President of the Road Materials Group of Koppers
Company, Inc. which is dated November 6, 1978, I, R. K. MacGregor, President and
General Manager of Sully-Miller Contracting Company, hereby designate each of the
following employees of Sully-Miller Contracting Company who, by virtue of this
designation and of the aforesaid Board Resolution and Interoffice Memorandum, shall
be and are hereby vested with the authority to execute in the name and on behalf
of Sully-Miller Contracting Company, under its corporate seal, any and all proposals
for the sale of products, merchandise and services of the company, and any bids and
performance bonds required in connection therewith, involving any amount not in
excess of five mil lion- dollars in any one instance, to the United States, any of the
states, territories and dependencies of the United States, the District of Columbia,
cities, towns, townships, counties, school districts, and to the departments, political
subdivisions, agencies of wholly-owned corporations thereof, or any other person:
Pres. & General Manager • - R. K. MacGregor
Sr. Vice" Pres. & Manager-Blue Diamond, Div. R. F. Molyneux
Sr. Vice Pres. & Asst. Secretary W. D. Rash
Vice Pres. -Northern Const. Div,,, & Asst. Sec; • P. A. Abbott
Vice Pres. -Los Angeles Const. Div. John A. Berton
Vice Pres. -San Diego Const. Div., & Asst. Sec. D. E. Branch, Jr.
Vice Pres. -Orange Const. Div. Robert E. Holland
. • Vice Pres. -Equipment Div. . R. W. Keith
Vice Pres. -Blue Diamond Div. _ W. D. McCullough
Controller " ' James 0. Pittman
Assistant Secretary Dale 0. Durham, Jr.
Assistant Secretary Frank E. Holland
Assistant Secretary R. R. Munro
Assistant Secretary . J. C. Wilson
Assistant Secretary James F. Winders
Estimator D. E. Bosworth
Estimator Raul Duran
Executed at Long Beach _ , California , this 17th day
of November , 1978
SEAL:
R. K. Mac Gregor
DODraz
M. L. Dobkin
C. R. Pull in
J. F. Ramser
J. G. Wilking
GENERAL ENGINEERING CONTRACTOR • SINCE 1923 • ASPHALT 6. ROCK PRODUCTS MANUFACTURER
Page 6
'""BIDDER'S BOND TO ACCOMPANY PROPOSAL • _ &.G.SM
BEST
KNOW ALL PERSONS BY THESE PRESENTS: .
That we> C-^-V^ tfi^A+y d«. as Principal,
and <^1^-~^J rv^/wjfcy (^^ _ , as Surety, are held
and firmly bound unto the City of Carlsbad, California, in the sum
Dollars«J
"), lawful money "of the United States for the pay-
ment 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 Street Improvements in Basswood Avenue and Valley
Street - Contract No. 1057
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 ti^enty (20) days from the date of award of con-
tract by the City Council of the City e-f Carlsbad, being duly
notified of said award, then this obligation shall become null
and void; otherwise, it shall be and remain in full force and
effect, and the amount specified herein shall be forfeited to'
the said City. ;:
In the event any Principal above named executed this bond
as an individual, it is agreed that the death of any such Prin-'
cipal shall not exonerate the Surety from its obligations under
this bond. ,.
IN WITNESS WHEREOF, we hereunto set our hands and seals this
day of
?£ *"-\ /?
Corporate Seal (if corporation) (^A/c^^/y, j~ /y^J^Li^^—^-xtJxJx-^3£--*~?- fenapal / " Y ' (Xpri, (j
SEABOARD StffiETY COMPAIY
mm I BOLUNfl • iSSGT&NI SECREI&KI
(^ * •' i i 11 «. r(Notarial acknowledgement of exe-
.... , . -. , . f cution by all PRINCIPALS and(Attach acknowledgement of cunnTv , o^ u^ ^.^ i ^ i -\Attorney in Fact) SURE1Y .must be attached.)
STATE OF CALIFORNIA
COUNTY OF LOS ANGELED
On this .......... ^ .................. «*y ........... .................. -^19...., before me personally came
2? *™lln i0- b! an Attorney-in-Fact of SEABOARD SURETY C^^NY; the corporation describedm the within instrument, and he acknowledged that he executed the within instrument as the act of
n -«*dance -*h authority duly conferred upon htm by
. DIANE GOSLING 1
NOTARY PUBLIC CALIFORNIA 1
PRINCIPAL OFFICE IN |
LOS ANGELES COUNTY |
Form 242 1 My Commission Expires Feb. 1, 1981 1
«MIIHHmil1UHHIHHHIIIIIllHIIIHIIIHIIIIII()IHPIIIIIlmnilHI1HIIII1ltlllllllHHMftlMlnll1Itlllllff
STATE OF CALIFORNIA,
COUNTY DP LOS ANGELES
ss.
MAY 3
before me, the undersigned, a Notary Public in and for said State, personally appeared
FRANK E. HOLLAND
ASSISTANT SECRETARY known to me to be the
SULLY-MILLER CONTRACTING CO.of the
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.
•miiniiiiiimiiiiini umummiiiimnmmiMimi urn intiiiiu niiiiiiimiuii
OFFICIAL SEAL I
DIANE GOSLING f
NOTARY PU21.1C C,"L!FORNIA |
PRINCIPAL OFFICE IN I
LOS ANGELES COUNTY |
My Commission Expires Feb. 1, 1981 |
iiiHiimnm»ttHH»imitiHtiinntinmu»uniininmmiimuiimmunmm»u»»»mimiiijf
WITNESS my hand and official
Notary Public in and for said State.
ACKNOWLEDGMENT—Corporation
No. 7277 'New YORK, NEW YORK
POWER OF ATTORNEY
KN9W ALL MEN BY THESE PRESENTS: That SEABOARD SURETY COMPANY, a cor-
poration of the State of New York, has made, constituted and appointed and by these presents does make,
constitute and appoint j. H. Caithamer :
of Long Beach, California,
its true and lawful Attorney-in-Fact, to make, execute and deliver oh 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.
Hsw
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 besigned 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, aResident 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 makesuch signature; or
(c) by snch other officers or representatives as the Board may from time to time determine.
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 of December f 19 73
SEABOARD SURETY COMPANY,
By
W. S. Wehrell
Vice-President
Attest:
Karen Hayes(Seal)
Assistant Secretary
STATE OF NEW YORK
COUNTY OF NEW YORK
On this 22th day of
Wt S. Wehrell
, 19_7_3, 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 HfiSLjIfirsfijr ; 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, 1976(Seal)Violet Johnson
CERTIFICATE
Notary Public
I, the undersigned Assistant Secretary of SEABOARD SURETY COMPANY do hereby certify that the original
Power i>l Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this
Crr!:f:-:?-t» -r>A ' *in 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 scaled 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 attorncy-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 spal 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
thc.<e presents this ?.™ day of ™! 19../V.MAY -79
Assistant/Secretary
Page .7
DESIGNATION OF SUBCONTRACTOR
. .
' • . '
The undersigned certifies he/she has used the subbids of the
following listed contractors in making up his/her bid and that the
•subcontractors listed will be used for the work for which they bid,
subject to the approval of the Public Works Administrator, and in
accordance with applicable provisions of the specifications. No
changes may be made in these subcontractors except upon the prior
approval of the Public Works Administrator of the City of Carlsbad.
The following information is required for each subcontractor. Ad-
ditional page can be attached if required.
Full ' . .,
Item(s) Company A.C. &
of Work -Name Complete Address Phone No
^
SULLY-MSLLEil CONTRACTING CO.
(SEAL)
__^ _ _
Type of Organization (individual, part-
nership or corporation)
SULLY-MILLEK CONTRACTING CO
Address^ Aliii'imT Ut)*"
OCKANSII)E,.CALIF. 92054
(71 IV. "IV? ';'.) 1.0tity7 SiaO3, £iv '
c
DESIGNATION OF SUBCONTRACTOR (continued) •
<*
The bidder is to 'provide the following information on the
subbids of all the listed subcontractors as part of the sealed
bid submission. Additional page can be attached if required.
•
Full • Type of State Carlsbad Amount •
Company : Contracting Business of
Name; License & No. License No.* .Bid($ or *)
' UJHIT& c&i&**r •
*Licenses are renewable annually by January 1st. If no valid li-
cense indicate "none." Valid license must be. obtained prior to
working on project. .
w^CONTRACTING CO.
Bidder,1 s Name f D E. BRANCH
(SEAL) . . „„ ,', ,
Vice President
Authorized Signature
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/she has
successfully performed and give references which will enable
the City Council to judge his/her responsibility, experience,
skill and business standing.)
The undersigned submits herewith a statement of his/her
financial responsibility.
The undersigned submits below a statement of the work of
similar character to that included in the proposed contract
which he/she has successfully performed.
c
SULLY-MSLLE5
/? / ;
Vice President
Signature V-
CONTRACTOR'S STATEMENT OF EXPERIENCE
Sully-Miller Contracting Company
— — —.1 -.»...—..-.-.-.—————.—•—.— -.—.— ____—.-—----.-.———. --»- ....
i Must Correspond With Contractor's License in Every Detail)
PRINCIPAL OFncE_^MOJEastjSouth_S_treet,__Long:..Beach,___CA__90805
_-__. (Street or P.O. Box) (City) . (State)
QQ A Corporation
] A Co-partnership
] An Individual
Q Combination
(Zip Code)
signatory of this questionnaire guarantees the truth and accuracy of all statements and of all answers to
interrogatories hereinafter made
• 1. Are you licensed as a Contractor to do business in California? Yes License No 1538 Type t*—
Classification (Type) of Specialty Contractor: ,
2. Ho\v many years has your organization been in business as a contractor under your present business name?
Since July 1. 1925 C55 Ye'arsl .
3. How many years experience in..giyieTal_j;ngijnejBJL^ work has your organization had:
(a) As a general contractor?—5_Y_e_ar_s
(Type)
(b) As a subcontractor?
4. Show the projects your organization has completed during the last five years in the following tabulation:
To assure maximum consideration for your prequalification rating, be specific as to the nature of the work your firm actually performed.
TEAR TYPE OF WORK VALUE OF WORKPERFORMED LOCATION OF WORK FOR WHOM PERFORMED
See attached
'Except as provided in Section 14311.5 of the Government Code, set out in full herein, a contractor prequalified through the submission
of a Statement of Experience and Financial Condition who wishes to bid on projects handled by the State of California must be
licensed under the California "Contractors' License Law". The licensing must correspond with the prequalification as to type of
organization; i.e., a contractor licensed as a corporation must be prequalified as a corporation, a contractor licensed as a copartnership
t nust be prequaliGed as a copartnership, etc. Where the prequalification is in the name of and based on a combination of such
iitek^jrganizations, then the combination must be licensed as such and any bids based on such prequalification must be in the name of
the combination so prequalified. The license, or licenses, held by a contractor must authorize the type of work on which he requests
permission to bid. Corporations not incorporated in the State of California must take the necessary steps to permit doing business
in the state.
[2]
PLEASE INCLUDE TWO COPIES OF ANY ATTACHMENTS TO THIS PAGE
SUI.I.r-flll.l.JK CilN'lHACTlw; CU'II'ANY
Project Hxpcriciicu
Poge I ton .
Typo of Work
V.
Lnrxe Dlnn. Sewer Lino
" Con. Channel, Bridge, (, Street
" Large Diiim. Water I'ipc
" Fwy. Bridf.e f, Bus Lanes
" Lg. 1'ia. Water Uistrib. l.lno
" l.g. Dia. Water Distrib. Lino
11 Street Improvements
* Concrete Box/Flood Control
" Reservoir Repair
" Lg. Ola. Storm Drain
12/31/74 Paving, Drainage, f, Util.
" Street Improvement
" Street Improvement
" Sewer
" Pipeline
" • Pipeline
" Watcrwater Reclara. Pit.
" Pumping Plant
1 Sewer
" " Storm Drain
. " Pump. Pits. - Control Bldgs.
" Distrib. Canal 6 Reservoirs
" Water Distrib. System
•-"-•• Water Line
" ' • Pipeline Extension
12/31/75 Storm Drain11 Interceptor Sewer Line
" Water Treatment Plant
" * 7 Pump Pits. - 7 Con.- Bldgs.
" Waste Wtr. Reclam. Plant
" Storm Drain
* Water Distribution Systems . '
• " Storm Drain Pipe 5 Box
" New Roadway
" Pumping Plant 2nd Discharge
" Storm Drain
" Turnouts-Discharge Pipelines
" Street Improvements
" " Street Construction
" Rcinf. Cone. Box Culvert
Pump Plants - Control Buildings
Storm Drain
Interceptor Sewer
" Channel
* Vaterlines
* f Tracts - New Development
" • Storm Drain
" . Storm Drain
" Street Widening
" • Street Widening
" Renovation Plant - Inter. Sewer
" All Improvements
" Street Improvements
•* Street Improvements
, " Interceptor Sewer
12/31/77 . Interceptor Sewer
" Storm Drains. Water Lines
" Tracts - New Development
" Sewers
" Sewers
" Storm Drains
" Pipe Lines
" Business Park - New Develop.
. " Streets. Curbs, SidewalksM Waterlines
• w • Pumping Stations
" Water Lines
' " Channel
" Storm Drains
" Canal Improvements
:
Value
Of Work
Performed
6,696,2X7
2.6S6.067
1,811.629
1.791,217
l,567,y.1S
1,0.11,676
951,792
850,702
824,103
813,404
624,758
792,919
773,598
724,488
3.668.869
2,255,473
2,945,040
1,641,936
1,678,938
1,019,452
1,269,347
1,330,617
1,042,227
1,022,490
646,146
5,074,615
4,343,553
2,699,559
2,129,836
2,017,448
1,335,215
1,019,443
987,669
930,055
907,4SS
837,352
742,404
736,785
729,572
709,629
9,182,104
5,064,793
4,317,61.1.
5,364,084
2,094,109
1,138,237
1,096,693
1,000,865
858,440
726,947
723,222
659,742
617,675
607,124 .
579.627
6,837,423
5,401,116
5,363.263
4.2*81,117
2,338,575
2,316,945
2.037,790
1,752,917
1,610.914
1.289,919.
1.110,167
1,OSS,653
1.079,-160
929,962
912,195
Location of Work
Orange County
Aliso Creek - L.A. County
Los Anp.elc* County
S«n Bcrn:ulino Freeway
Los Angeles County
Los Angeles County
Los An(;cIcs County
'Los Angeles County
Orange County
Pueblo, Colorado
L. A. Harbor
Orange County
Orange County
Orange County
L. A. County
L. A. County
Palm Desert
Pcarblossom
Los Angeles
Pcarblossom
Kern County
Kern County
Wasco, California
Pueblo, Colorado
San Jacinto
Clendale
Cardcn Grove-
Bakcrsfield
Bakers field
Palm Desert
Manhattan Beach
WASCO
Riverside
Irvine
Pearblossom
Orange
Bakcrsfield
Wilmington
Los Angeles
Escondido •
Kern County
'Antelope Valley
Denver, Colorado.
Cucamonga
Yiraa, Arizona
Aliso Hills
Phoenix, Arizona
Irvine
Los Angeles
C/0 Simi Valley, CA
Los Angeles County
Brea Mall - Brea, CA
Duarte, CA
Long Beach
Irvine
. Denver, Colorado
Irvine, CA
Aliso Hills, CA
Canbria; CA
Nice-, CA
Phoenix, Arizona
Oaggett. CA
Brea, CA
Irvine, CA
.Monterey*, CA
Valley Center, CA
Redwood Valley, CA
Cucarconga, CA
Irvine, CA
Lost Hills, CA
Approximately 2,000-3,000 individii.il construction projects are completed .innu.illy.
only sono of the significant projects completed during the respective period.
For Whom Performed
Orange County Sanitation
• Metropolitan Water District
Metropolitan Water District
State of California
Metropolitan Water District
Sun Gabriel Valley Municipal
Los Angeles County
Los Angeles County Flood Control
Irvine P-inch Water District
City of Pueblo, Colorado
Los Angclc's Harbor Department
City of Costa Mesa
City of Costa Mesa
Orange County Sanitation District
Metropolitan Water District
Metropolitan Water District
Coachclla Valley Co. Water Disc.
State of California
City of Los Angeles
L, A. County Flood Control Dist.
Kern County Water Agency
Cawclo Water District
Buttonvillow Improvement
Pueblo West Metro. Dist. 6 McCulIoch
Metropolitan Water District p*
Lj A. Co. Flood Control District
Orange Co. Sanitation
Kern Co. Water Agency
Kern Co. Water Agency
Coachella Valley Water District
L. A. Co. Flood Control District
Buttonwillow Improvement District
Riverside Co. Flood Control District
The Irvine Company
Dept. Water Resources - St.of Calif.
The Irvine Company
Kern County Water Agency
City of Los Angeles
L. A. Harbor Department
City of Escondido
Kern County Water Agency
Antelope Valley-E. Kern Water Agency
Metro.-Denver Sewage Disp. District
Dcpt. of Army; Corps of Engineers
Bureau of Reclamation
Horeland Development Company
City of Phoenix
The Irvine Company
L. A. Community Redev. Agency
C/0 Simi Valley . '
L. A. County Sanitation District 12
Hosart Dev. Co.
C/0 Duarte
L. A. County Road Department
Irvine Ranch Water District
Metro. Denver Sewage Disp. District
No. Irvine Assessment District
Moroland Development Co.
County of San Luis Obispo
Lake County Sanitation District
City of Phoenix
So. California Edison Company
Horeland Devloptocnt Company
No. Irvine Assessment Co.
Montervy County
Valley Center Municipal Water Distr.
Redwood Valley County Water Oistr.
U. S. Army Corp* of Engineers
Narmington Development Co.
Lost Hills W:itcr District
The experience list above represents
5. Have you or your organization, or any officer or partner thereof, failed to complete a contract?_U_°_If so, give details
6. If you have a controlling interest in any firms presently prequalified with the State of California, show names thereofSouth Coast Asphalt Products Company '
1. In what other lines of business are you financially interested?
None
8. Name the persons with whom you have been associated in business as partners or business associates in each of the
last five years .*'
9. What is the construction experience of the principal individuals of your present organization?
INDIVIDUAL'S NAME
R. K. MacGre^or
W. D. Rash
R. F. Molyneux
J, A. Berton -
R. Holland
,«*.,.
PRESENT POSITION OROFFICE IN YOURORGANIZATION
President
Sr. Vice Pres.
Vice Pres.
Vice Pres.
Vice Pres.
YEARS OFCONSTRUCTIONEXPERIENCE
37
29
29
18
14
MAGNITUDE AND TYPE OF WORK
..-
IN WHATCAPACITY
If a corporation, answer this:
/~i -1.1 -j • v * R7Q fiflflCapitfll paid in c^sn, $ o/y^ovu
^^When incorporated ly/j
V-'In what Star* California
Pt*^«pt>« pa™ R- K- MacGregor
Sr .Vic* President's nam* W* D- Rash
Secretary's nam*> ^- "• Rash
_, , W. D. RashTrpfS'irprs TianiR
If a copartnership, answer this:
Dafe of organisation.
State whether partnership is general, limited or association
Name and address of each partner:
PLEASE INCLUDE TWO COPIES OF ANY ATTACHMENTS TO THIS PAGE
[3]
CONTRACTOR'S FINANCIAL STATE1N1ENT
%
NAME ^SULLJ_rMILLJ_R_.CgNJ.MCTING_COMPANY.
Condition at close of business , December 31 19^77
ASSETS
Current Assets
1. Cash
2. Notes receivable
3- Accounts receivable from completed contracts ,
•4- Sums earned on incomplete contracts
5- Other accounts receivable
6- Advance"! to construction joint ventures
7- Materials in stock not included in Item. 4
8. Negotiable securities
9r 'Other current assets .,--.,
DETAIL
25
2
2
46£!_
254
38
308
312
853
_23.9.
502
824
016
447
Fixed and Other Assets
10. Peal estate
1 1 r Construction plant and equipment . .
12. Furniture and fix-hires
13- Investments of a non-f\irrent nature
14, Other non-current assets
2
14
14
22.4-J
444
140
293
108
_5.49_
405
149
169
065
TnfTAT. ASSETS
LIABILITIES AND CAPITAL
Current Liabilities
45. Current portion of notes payable, exclusive of equipment obligations
p» and real estate encumbrances
16. Accounts payable . 1
17- Other current liabilities , II 2
335
003
981
751
Other Liabilities and Reserves
18. Real estate encumbrances
19. Equipment obligations secured by equipment
20. Other non-current liabilities and non-current notes payable.jCNQ.t.e_..lX
21; Reserves
21 027 087
Capital and Surplus;
22. Capital Stock Paid Tip • |
23 Surplus (or Net Worth) - II 25
879
339
600
299
TOTAT.
TnTAT. T.TARn.rrrps AND (T*prrAT,
CONTINGENT LIABILITIES
24. Liability on notes receivable, discounter! or sold
25. Liability on accounts receivable, pledged, assigned or sold
26. Liability as bondsman^
27. Liability as guarantor on contracts or on accounts of others
28. Other contingent liabilities
TOTAL CONTINGENT LiABrLrrrES....(Not£-2)_.
TOTAL
30| 374|881
31| 210(337
6l| 585)218
14| 339|232
21| 027|087
26 218 899
61 585" 218
NOTK.—Show detail] under main headings in first column, extending total] of main heading! to second'column.
[7]
DETAILS RELATIVE TO ASSETS
1
(a) On hand ...
Cash: (b) Deposited in banks named below_
(c) Elsewhere—(state where)__$..
NAME OF BANK LOCATION DEPOSIT IN NAME OF AMOUNT
Lencv Payoff _Ac :ounts
~~ (a) Due within one year__Net_pf..allow..._for__uncollec_. $J.6^.>J?.39
2° Notes Receivable: (b) Due after one year Included on Line 14 $J.Q£,.065_
(c) Past due $
RECEIVABLE FROM FOR WHAT £vnjRITY HOW SECURED AMOUNT
JBlack Paving ~I 3T333~T_„ ' I I $190, 6.26
"^WillTam JuiikofT "~" _ . J""~_" ~" " ~~L .?7.?,'.^r _"M"T.""Blind "_ .n" -". -*nr""i. Ji IT. j i IT T^'^T"
.Jl-J^JLFAn>-JAAAf^lMl 7,474
"__]! Other
'ATrow"a'n'c'e'''fo'f'doubtful' receivables'"
Have any of the above been discounted or sold? N°. j. If so, state amount, to whom, and reason.
3 Accounts receivable from completed contracts exclusive of claims not approved for payment $ 25., 254,502
RECEIVABLE FROM TYPE OF WORK ^ONTRACT^ RECmVABXE
^ City of Irvine"$911,393
P°n.4e.?:!°?-?: B°5??s. _ 7P5j 8373_r.cJLBr.9llI^ ZV-lZiLisT
^army}jt_on_peyelo2m_ent _. _' __ _ ^ 3?4j.?68
LaK?-.Co_.___Sanitation . __ 273,462
Others 2?,
Have any of the above been assigned, sold or pledged? If so, state amount, to whom, and reason
4Q
Sums earned on incomplete contracts, as shown by engineers' or architects' estimates
RECEZVABLE FROM TYPE OF WORK AOTOTHACTF R£ACE?VAYLE
Have any of the above been assigned, sold or pledgedP-J^Q. If so, state amount, to whom, and reason..
*-*«t »rp*r*tely each item nmounbnj; to 10 per cent or more of the total iuui combiuo tlic remainder.
18]
DETAILS RELATIVE TO ASSETS (Continued)
•• 5'Accounts receivable not from construction $_3JjA24_
RECEIVABLE FROM FOR WHAT WHEN DUE AMOUNT
•?i}?yj™f:®. ?^^.4 An Advance . „$.?.? »?A?..
^th.er ;. .. I..4.8J2.
What amount, if any, is past due? $ 0
Assigned, sold, or pledged 1 '. ; $ 0
f\ Advances to construction joint ventures : $._ v
" NAME OF JOINT VENTURE T TYPE OF WORK I AMOUNT
What amount, if any, has been assigned, sold, or pledged? $
Materials in stock and not included in Item 4
7 (a) For use on incomplete contracts (inventory value) $
(b) For future operations (inventory value)___ $ 2,508,016
(c) For sale (inventory value) $
II • VALUE
. DESCRIPTION QUANTITY FOR INCOMPLETE i FOR FUTURE I r-rra cATpCONTRACTS OPERATIONS JrUKSAiJi
/*""*Asphalt Oil, Cement, Aggregates,
T3se!T-"E^
What amount, if any, has been assigned, sold, or pledged?.— : : $ 0_
Negotiable Securities (List non-negotiable items under Item 13)
(a) Listed—Present market value : $ JL
(b) Unlisted—present value '. $
I I I pnrnr ViTTre I PRESENT VALUE
r.-T.M BUUR. VALUb (ACTUAL OR ESTIMATED)
ISSUING COMPANY CLASS TTTY TT^TT I iwrr IJ, 11 I W IN I 1 • \^OTTVr*T* UISi 1 A \.f/"ITTXTT*• • PRICE AMOUNT PRICE AMOUNT
has possession? : \
If any are pledged or in escrow, state for whom and reason . .
Amount pledged or in escrow-... _ ; $
* Li\t separately fuch item amounting to 10 per cent or rnoro of the total and combine tho remainder.** IMPORTANT: ttmni littnl under thu bracliug will be itiven no coiuideraciun •> working capital unleu cctual or citimtteJ maiket vuluo it furnished.
DETAILS RELATIVE TO ASSETS (Continued)
_ I Other current assets
, Bid depnsit? prppnirl pyppmfis msli v^lup of lifft ir>siimn<"P ar-r-nipH inl'PrPSt ftif-. $
DESCRIPTION.
1 property Taxes in Advance
Royalties in Advance t
~ Plans, Licenses and Other Dejposits
Other Expense in Advance
Federal and State Income Taxes
Check Exchange and Replacement Clearing Accounts
Rent in Advance
Other
*
2,312,447
AMOUNT
$ 443,969
1^266^,963
36^001
28,432 '
346,775
147^.084
4,328
38.895
10°,Real estate ( (a) Us
Book value | (b) Nc
LOCATION
jCounty of Los Angeles^
ed for business pnrpn<;ft«: $ ^j"4,54y
t mp.A for hiisirifKS piirpris^": $
DESCRIPTION
Orange 2 § San Diego
Rock Land § Plant Sites
Cost
Accumulat
HELD IN WHOSE NAME
ed Depletion § Depreciatic
VALUE
$2,618,945
ft 394,396 "
$2,224,549
Construction plant and equipmenlL Net__of Accumulated Depreciation 14,444,405
11A What is your approximate annual income from rental of equipment owned by you,
exclusive of such income from associated concerns having same.ownership $.0.
12'Furniture and fixtures Net of^Accumulated Depreciation $245J_038_iji •''•••••14D.149
13 Invesrmfin*^ nf 3 nnn-nirrerif pqrtire , . ,t 14,293,169
DESCRIPTION
Southern Pacific Milling Company
South Coast Asphalt Products Company
P §K Materials, Inc.
Irwindale Water Rights
West End Land Consoldiated Water
Other
14 Other nnn-ciirrpnf- astetts
AMOUNT
10,090,687
3,608,063
310,168
246,470
37,780
1
* 108,065aTt '"
DESCRIPTION
Samarian (A $ M Paving)
West Coast Paving
. ..Other
\bu
.TOTAL ASSETS $..
AMOUNT
45,767
30,395
31,903
61,585,218
r
•Show book value (cost leu depreciation) unleu an appraisal ichcdule prepared by an independent appraiser it attached; In which case appra(>e<l value may beIbown.
DETAILS RELATIVE TO LIABILITIES
1 K'Current Portion of Notes Payable, exclusive of equipment obligations and real
estate obligations $-.None _____
1 />O16
TO WHOM PAYABLE
(9) f»Iot past fineAccounts Payable: ), ' *7 (M Pa-tf rJiifi
WHAT SECURITY
€
• WHEN DUE
$
$
AMOUNT
12,335.981
TO WHOM PAYABLE
Various
17
FOR WHAT WHEN DUE AMOUNT
12 3.3.5 9&1
Other current liabilities $ 2 ,003 ,,251
Accrued interest, taxes, insurance, payrolls, etc.
DESCRIPTION
Accrued Payrolls
Accrued Taxes - Sales, Payroll, Property .
.Accrued Insurance Losses
Other
18
AMOUNT
305,685
609,331
I 965,000
I 123,235
Real estate encumbrances $ V
%ff
Construction Equipment obligations ( ( a ) Total payments due within
secured by equipment: | (b) Total payments due after s
TO WHOM PAYABLE
20 Other non-current liabilities and non-current notes p£
DESCRIPTION
Union Oil Company of California
...He.ft
Defe
21
)n. Oil Co.rap.any o_f_ California
»rred Federal Taxes
icred. -State ^ Taxes
;rred Credits
SIT Tnnnf-h<: $ . V
i-x Tnnnth<; $ V
HOW PAYABLE ••
ynW«»
FOR WHAT
Reserves ,
AMOUNT
<f 21,027,087
WHEN DUE AMOUNT
113^675^00
2^357^506
3,642,530
873,933
478,118
$
DESCRIPTION
^22 , , . ,. (a) rinmmon , ,Capital stock paid up: ), '. _ , ,(b) Prefprrrd . ... ... ,, .
AMOUNT
$ 879,600
$
23 Surplus (or Net Worth)
TOTAL LIABILITIES AND CAPITAL $...61.aSA5.,.2.18
* Llit separately each Item •mounting to 10 per cent ot more of the total and combiuo the remairalor.** la this ipice ihuw amount and iirqucncy of iiutaUinent payments.
[11]
NOTES TO FINANCIAL STATEMENT
>****"C-
Note 1 - OTHER NON-CURRENT LIABILITIES AND NON-CURRENT NOTES PAYABLE
Lines Id and 4 include a $5,175,000 non-interest bearing note,
a $8,500,000 non-interest bearing note, and $2,357,506 of
non-interest bearing advances, due to Union Oil Company of
California. Union Oil does not require repayment of these
amounts in 1978.
Note 2 - CONTINGENT LIABILITIES
Various suits and claims are pending against the Company.
It.is the opinion of management, on the information fur-
nished by counsel, that any ultimate liability will have
no material adverse effect on the company's financial
position.
Note 3 - FIXED ASSETS .
Accumulated
i ' Cost Depr. 5 Depl. Book Value
. 10. Real Estate $ 2,618,945 $ 394,396 $ 2,224,549
11. Construction Plant §
Equipment 26,560,091 12,115,686 14,444,405
12, Furniture § Fixtures 385,187 245,038 140,149
$29,564,223 $12,755,120 $16,809,105
COOPERS fi. LYBRAND
CERTIFIED PUBLIC ACCOUNTANTS
A MEMBER riRM OF
COOPERS B.LYBRANO (INTERNATIONAL)
IOOO WEST SIXTH STREET
Los ANGELES. CALIFORNIA 9OO\7
(2i3| «»8i-iooo
To the Board of Directors
Sully-Miller Contracting Company
We have examined the Contractor's Financial Statement,
in the form provided by the State of California, of Sully-Miller
Contracting Company as of December' 31, 1977- Our examination was
made in accordance with generally accepted auditing standards and,
accordingly, included such tests of the accounting records and such
other auditing procedures as we consider necessary in the circum-
stances. - -
In our opinion, the aforementioned financial statement
presents fairly the financial information, in the form prescribed,
of Sully-Miller Contracting Company at December 31, 1977, in
.conformity with generally accepted' accounting principles applied
on a basis consistent with that of the preceding year.
The financial statement referred to in the foregoing
opinion is set forth on Page 7 of this report. Our examination
was made primarily for the purpose of rendering an opinion on this
basic financial statement taken as a whole. The other data included
in this report on Pages 8 to 11, inclusive, although not considered
necessary for a fair presentation of the Contractor's Financial
Statement, are presented primarily for supplemental analysis
purposes. This additional information has been subjected to-the
audit procedures applied in the examination .of the basic financial
statement, and is, in our opinion, fairly stated in all material
respects in relation to the basic financial statement taken as a
whole.
Los Angeles, California
February 14, 1978
Page 9
CONTRACT
THIS AGREEMENT, made and entered into this ^L^ day of
, 19j73_, by and between the City of Carlsbad,
California, hereinafter designed as "City", party of the first
part, and Sully-Miller Contracting r.n . _ hereinafter
designated as "Contractor", party of the second part.
WITNESSETH: The parties hereto do mutually agree as fol-
lows:
1. For and in consideration of the payments and agreements
hereinafter mentioned to be made and performed by City, the Con-
tractor agrees with the City to furnish all materials and labor
for:
Construction of Street Improvements in Basswood Avenue
and Valley Street - Contract No. 1057
and to perform and complete in a good and workpersonlike manner
all the work pertaining thereto sho\ra on the plans and specifica-
tions therefor; to furnish at his/her own proper cost and expense
all tools, equipment, labor and materials necessary therefor (ex-
cept such materials, if any, as in the said specifications are
stipulated to be furnished by 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
equipment, 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 whcih may arise or be en-
countered in the prosecution of the \rork 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 borned 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 said Con-
tractor to employ, and does hereby employ 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 in accordance with the conditions set forth in the
Page 10
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, Con-
tractor's Proposal, and the plans and specifications, and all
amendments thereof, 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 a
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 workperson 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 safe harmless the City, and its 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 responsibility
for negligence; and from any and all claims, loss, damage, injury
and liability, howsoever the same may be caused, resulting di-
rectly 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 con-
tract to be executed the day and year first above written..
'*...:
• '• .-fe Frilly-Miller Contracting Co.
/•XT .. • -i i i j ^ i"" Contractor,(Notarial acknowledgement of
execution by ALL PRINCIPALS
must be attached.) By
(seal)'
APPROVED A^TO
VIN(CENT/Fa/B10N
Bv ^% u// ^Daniel S. HentschKe, Assistant
APPROVED AS TO FORM:
City Attorney
Vice President
Title
By
Title
CITY OF CARLSBAD, CALIFORNIA
^ ^ ^
^i - U\ AjsLsLL
City Clerk
STATE OF CALIFORNIA,
COUNTY nF Los Angeles
imi'uiimHiimwHiiiliirmimiiwiul
OFFICIAL SEAL
DIANE GOSLING
NOTARY PUTJLIC CALIFORNIA
PRINCIPAL OFFICE IN
LCS ANGELES COUNTY
My Commission Expires Feb. 1, 1981
{
ON.
ss.
May 1_8_: 19_Z9_,
before me, the undersigned, a Notary Public in and for said State, personally appeared
D . E. Branch
Vice President
_, known to me to be the
of the_Sully-Miller Contracting Company
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 offici
d.
Notary Public in and for said State.
—.
ACKNOWLEDGMENT—Corporation
Page 11
*XO.
LABOR AND MATERIAL BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of
California, by Resolution No. 5769 adopted May 15, 1979
has awarded to Sully-Miller Contracting Co. ,
hereinafter designated as the "Principal11, a contract for:
Construction of Street Improvements in Basswood Avenue and
Valley Street - Contract No. 1057
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/her or its subcontractors shall fail to pay for any ma-
terials, provisions, provender or other supplies or teams used
in, upon, for or about the performance of the work agreed to be
done, or for any 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 Sully-Miller Contracting Co.
as Principal, hereinafter designated as Contractor, and
SEABOARD SURETY CQMPAJfY as Surety, are
held firmly bound unto the City of Carlsbad in the sum of Twenty
Eight Thousand Nine Hundred Eight Five 5 no/100Dollars ($28,985.00 )
said sum being fifty percent (50%) 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/her subcontractors f^iil to pay for any materials, provisions,
provender or other supplies, or teams.used in, upon, for, or about
the performance of the work contracted to be done, or for any other
work or labor thereon of any kind, or for amounts due under the
Unemployment Insurance Code with respect to such 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.
This bond shall inure to the benefit of any and all persons,
companies and corporations entitled to file claims under Section
Page 12
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
W bond, as 'required by the provisions of Section 4205 of the Gov-
ernment Code of the S.tate of California.
And the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alterations or ad-
ditions to the terms of the contract or.. to the work to be per-
formed thereunder or the specifications accompanying the same
shall, in any way, 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 any Contractor above named executed this bond
as an individual, it is agreed the death of any such Contractor
shall not exonerate the Surety from its obligations under this
bond.
IN WITNESS WHEREOF, this instrument has been duly, executed
by the Contractor and Surety above named, on the ff£J day of^ 19
SULLY- MILLER COKTHACTIIB CMPM1 (seal)
NOTARIAL ACKNOWLEDGEMENT 7^ 7" - *\
OF EXECUTION OF ALL PRIN- , «,* * IJ J& J /nD \ I
C I PALS AND SURETY MUST ^j^^/C^ AAL&/~~ V/ (Seal)BE ATTACHED . - ^^"^-^ • ' ^ - «•* -
(Seal)
SBAJ30AED SURETY COigJifY (Seal)
JAMES 0. PiTTMAW *nPRNflNN-FftCl
Surety
STATE OF CALIFORNIA,
COUNTY OF Los Angeles
OFFICIAL SEAL
DIANE GOSLING
NOTARY PUBLIC CALIFORNIA
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
L"immission Expires Feb. 1, 1981
SS.
"ON May 18 19JZ2-,
before me, the undersigned, a Notary Public in and for said State, personally appeared
. Holland _, known to me to be the
Assistant Seftretary
f!n.of the
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 official si
Notary Public in and for said State.
ACKNOWLEDGMENT—Corporation
STATE OF California)
COUNTY OF Los AngeJJes
On this 18th day May.... 19.79 , before me personally came
Jameis.__0.___Pittm9n
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,^EABQAJan,,,SIIBJEXX,1!C:,QMP,AN,Y in accordance with authority duly conferred upon him by
said CofcB^ H^TSSk
NOTARY PUBLIC CALIFORNIA
PRINCIPAL OFFICE IN
-^~^t=-K^^LOS ANGELES COUNTY
Form 242 I My Commission Expires Feb. 1, 1981 'otary PubUc.
Page 13
PERFORMANCE BOND .
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of
California, by Resolution No. 57 69 adopted May 15, 1979 _ >
has awarded to Sully-Miller Contracting Co. _ >
hereinafter designated as the "Principal", a contract for:
•
Construction of Street Improvements in Basswood Avenue and
Valley Street - Contract No. 1057
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, Sully-Miller Contracting Co. _ ,
as Principal, hereinafter designated as the "Contractor", and
_ _ SEABOABD SURETY COMPAITC _ as Surety,
are held and firmly bound unto the City of Carlsbad, in the sum
°f Fifty SRVPTI Thmi<;anrl Nine Hundred Seventy and no/100--- Dollars
($ 57,970.00 ), said sum being equal to 100 percent (1001) 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 Contractor, his/her or its heirs, executors, adminis-
trators, successors or assigns, shall in all things stand to and
abide by, and well and truly keep and perform the covenants, con-
ditions and agreements in the said contract and any alteration
thereof made as therein provided on his/her or their part, to be
kept and performed at the time and in the manner therein speci-
fied, and in all respects according to their true intent and
meaning, and shall indemnify and save harmless the City of Carls-
bad, 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 specifications accompanying the same shall not
affect its obligations on this bond, and it does hereby waive
Page 14
notice of aiiy change, extension of time, alterations or addition
to the terms of the contract or to the work or to the specifica-
tions.
In the event that any Contractor above named executed this
bond as an individual, it is agreed that the death of any such
Contractor shall not exonerate the Surety from its obligations
under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed
by the Contractor and Surety above named on the /Jfrtjt day of
NOTARIAL ACKNOWLEDGEMENT
OF EXECUTION OF ALL PRIN-
CIPALS AND SURETY-MUST
BE ATTACHED
GamGTiN6 CMPAII
(Seal)
EMM I mum • ISSISTIHI SEfflEfBH (Seal)
Contractor
SEABOARD SUE1TY COMPAJTY
JpESO.PITTMAN inORNCT-ffl-fSCI
Surety
(Seal)
. (Seal)
(Seal)
STATE OF California)
COUNTY OF Los Angel4
On this .1.8th..day May. 19.. 79..., before me personally came
................................................................................................... James.. Q...Pittman .........................................................................................................................
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
said
Form 242
I
Ctiifflti
DIANE GOSLING
NOTARY PUBLIC CALIFORNIA
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
My Commission Expires Feb. 1, 1981
in accordance with authority duly conferred upon him by
Notary Public. <
STATE OF CALIFORNIA,
COUNTY OF Los Angeles
OFFICIAL SEAL
DIANE GOSLING
NOTARY PUBLIC CALIFORNIA
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
mmission Expires Feb. 1, J9&J1,
inntnimitiiniiitiiiiHtinninHiimtmHHinMiimtimnmiiiimimM'm
SS.
May 18 IQ 79,
before me, the undersigned, a Notary Public in and for said State, personally appeared
ON_
.. Hnllanrj _, known to me to be the
Assistant Secretary
frilly-Miller rnntractiag Co.of the
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 official sea
/J
Notary Public in and for said State.
ACKNOWLEDGMENT—Corporation
Page 15
CITY OF CARLSBAD
ENGINEERING DEPARTMENT
CONSTRUCTION OF STREET IMPROVEMENTS IN
BASSWOOD AVENUE AND VALLEY STREET
CONTRACT NO. 1057
SPECIAL PROVISIONS
I. GENERAL REQUIREMENTS
A. Work to be Done
The work to be done consists of furnishing all labor, equip-
ment, materials and performing all operations for street im-
provements in Basswood Avenue and Valley Street.
B. 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 South-
ern California Chapters of the American Public Works Asso-
ciation, and these contract documents and specifications.
The construction plans consist of five sheets designated
as City of Carlsbad Drawing No. 192-1. The standard draw-
ings utilized for this project are City of Carlsbad draw-
ings and drawings from the Regional Standard Drawings of
the San Diego area. Copies of pertinent standard drawings
are enclosed with these documents.
C. Construction Schedule and Time of Completion
A construction schedule is to be submitted by the Contractor
per Section 6-1 of the S.S.P.W.C. Coordination with the
respective utility company for removal or relocation of con-
flicting utilities shall be requirements prior to commencement
of work by the Contractor.
The Contractor shall begin work after being duly notified by
an issuance of a "Notice to Proceed" and shall diligently
prosecute the work to completion within 120 consecutive cal-
endar days from the date of receipt of said "Notice to Pro-
ceed".
D. Noneonforming Work
The Contractor shall remove and replace any work not conforming
to the plans or specifications upon"written order by the City
Engineer. Any cost caused by reason of his/her nonconforming
work shall be borne by the Contractor.
Page 16
r
E. Guarantee
All work shall be guaranteed for one year after com-
pletion and any faulty work or materials discovered dur-
ing the guarantee period shall be repaired or replaced
promptly.
F. Water for Construction
The Contractor shall obtain a construction meter and
pay all fees and deposits for water utilized during the
construction of this contract. The Contractor shall
contact the City Water Department for requirements.
Compensation for water fees'shall be included in the
various contract unit prices and lump sum prices of the
construction work and no additional payment shall be made.
G. Surveying
Surveying service for this project shall be performed
by the City of Carlsbad or its authorized agent. Re-
quirements of the Contractor pertaining to this item
are set forth in Section 2-9 of the S.S.P.W.C.
II. CLEARING AND GRUBBING
A. Clearing and grubbing shall conform to the requirements
of Section 300-1 of the S.S.P.W.C.
• B. Clearing and grubbing shall include the longitudinal
saw cutting along the center line of Valley Street from
Basswood Avenue to Chestnut Avenue and Basswood Avenue
from Valley Street to the easterly terminus of the
project.
C. Payment: Compensation for clearing and grubbing shall
conform to the S.S.P.W.C. Clearing and grubbing shall
include payment for all pavement saw cutting and no ad-
ditional compensation shall be made.
III. CRUSHED AGGREGATE BASE
A. Crushed aggregate base materials shall conform to the
requirements of Section 200-2.1 through Section 200-2.2.2
of the S.S.P.W.C.
B. Measurement and payment for crushed aggregate base shall
conform to Section 301-2 of the S.S.P.W.C.
IV. ASPHALT CONCRETE PAVING
A. Asphalt concrete paving shall conform to Section 302-5 of
the S.S.P.W.C. Asphalt concrete paving viscosity grade
shall be AR 4000.
Page 17
/
B. All new asphalt concrete pavement shall be fog seal
coated with asphalt emulsion as directed by the Engi-
neer and as set forth in Section 37-1 of the California
Division of Highways Standard Specifications.
C. A tack coat shall be applied to asphaltic concrete along
the saw cut line as directed by the Engineer. The tack
coat shall conform to Section 302-5.3 of the S.S.P.W.C.
D. Payment: Compensation for asphalt concrete pavement,
including fog seal coat and tack coat, shall be included
in the asphaltic concrete pavement bid item, and no other
compensation shall be provided.
V. CONCRETE CURBS AND GUTTERS, SIDEWALKS, DRIVEWAYS, CROSS GUT-
TERS AND SPANDRELS
A. The construction of concrete curbs and gutters, side-
walks, •driveways, cross gutters and spandrels shall con-
form to Section 303-5 of the S.S.P.W.C.
Portland cement concrete shall conform to Section 201-1
of the S.S.P.W.C.
Concrete sidewalks shall be 4"'in thickness. The cross
gutters, driveway approaches and spandrels shall be 6"
in thickness.
B. Measurement and payment for concrete curbs and gutters,
sidewalks, driveways, cross gutters and spandrels shall
conform to Section 303-5.9 of the S.S.P.W.C.
VI. EXCAVATION, FILL MATERIAL AND OTHER STREET CONSTRUCTION WORK
A. Further reference is hereby made to the plans, standard
drawings and the Standard Specifications for Public Works
Construction for all other street construction items not
modified by these special provisions.
c
1 1/2" except where elevations
shown indicate otherwise.
1/2"C
TYPE G &J&CURB
TYPE W
24'
"AREA
SQ. FT.
1.34
with 6" Curb Face
NOTES:
1. Concrete shall be 517 - C - 2500.
2. See Standard Drawing G-10 for joint details.
LEGEND ON PLANS
\O51 TYPE.4
., HICOUMINOEO BY THE SAN OIEGO
tCIOIAL STANDARDS COMMITIEE
R.CE. I3WI Otll
DRAWING
NUMBER G-2
SAN DIEGO REGIONAL STANDARD DRAWING
CURB AMD GUTTER--COMBINED
Revision Approved Data
Width as shown on plan
•
NON-CONTIGUOUS
Width as shown on plan
r
__ /
CONTIGUOUS
\
i\
NOTES
1. Concrete shall be 517 • C - 2500.
2. See Standard Drawing G-10 for joint details.
Revision By Approved DMe
..
SAN DIEGO REGIONAL STANDARD DRAW
CincWAI V TVPIPAI QPOTinM*otUilvJALiv • 1 irll/ML OL.LI 1 1UIK
LEGEND ON PLANS
RECOMMENDED BY THE SAN OIEGO
RlGIO.'lAl ilANUAROS COMMlTUE
^Zc. /ns
Caa'iluuio< H.C.k. 19301 Uiti
OR WING
NUMBER •
See Detail A
7 1/2' Min
See Detail B
Gutter Grada
SECTION A-A
1/2" Lip on Depressed Curb
Section will be sloped at 45? -
DETAIL C
6'
4*
A
6'
Seo
Detail C
DETAIL-A DETAIL-B
NOTES
1. Ramp shall be centered on or directly opposite tfie bisector of the
curb return or as directed by the Agency-
2. In the ramp area, the slope shall not exceed 12:1 (8.33%). Any
deviation must be approved by the Agency.
3. Texture to be heavy broom finish transverse to axis of ramp.
4. Concrete shall be 517-C-2500.
LEGEND ON PLANS
KtCOMMtNC'O IV THF SAN OlfGO
RlCIONAt SIANUAROS COUKIIHE
HCt, I'JSO/ 6*t*
DRAWING
NUMllEli G-8
SAN DIEGO REGIONAL STANDARD DRAWING
SIDEWALK RAMP
Revision Dy Approved Date
Mid Point of Curb Return
P.C.R.
5' Typ.
NOTES
1. Expansion Joints • at curb returns, and adjacent to structure?,
(See Standard Drawing G-10).
2. Weakened Plane Joints at mid point of curb return, when required,
and at 15' intervals from P.C.R.'s (See Standard Drawing G-10).
3. 1/4" grooves with 1/4" radius edges at 5' intervals.
4. See Standard Drawing G-8 for installation of sidewalk ramps.
Rcvi:.;By Approved Dale SAN DIEGO REGIONAL STANDARD DRAWING
SIDEWALK JOINT LOCATIONS
flECOMMENUCO BY THE SAN DIEGO
REGIONAL STANDARDS COMMIIUE .
H C.I. Ci'idl Uiu
DRAWING
NUMBER G-9
Expansion Joint filler material
•1/2"
EXPANSION JOINT
1 £.Preformed Joint filter
.*.-'".»•'- I '•:""'
T
-1/4"
WEAKENED PLANE JOINT
PAVEMENT
C.TX:..*.•;-. ;v?j^.. ' I
•'*••'••.'-'c;•. • ••*•• r~
1/4-R
I 4 x 22" Bar x 30" C.C.
CONTACT JOINT
L1/4" R
-3/16" y.-.*.^
WEAKENED PLANE JOINT
SIDEWALK
-1/4" R
s
1 5/8" .
KEYED JOINT
,-- fttCOVMCNO[0 BY THE SAN DIEGO
ItEGIOMM, SIANOAROS COMMIIUt
DC 1. 1330'
DRAWING p m
NUMBER U-IU
SAN DIEGO REGIONAL STANDARD DRAWING
CONCRETE JOINT DETAILS
Revision Approved "Date
Existing Score Mark-
Existing Score Mark
Area to lie removed
Extend to existing
score mark or joint
ol
SIDEWALK PLAN
Area to be removed
Extend to existing
score mark or joint
-Existing Joint
Existing Joint
'*-• V
••
•SIDEWALK SECTION
Area tq be removed
30" min from existing
joint or edge of curb
-Curb Line
•Gutter Line
CURB PLAN
Area to be removed
3' min from existing joint
or edge of pavement
PAVEMENT SECTION
-Existing Joint or Edge
-Existing Joint or Edge
Remaining edge to be smooth
and true with no shatter.
Portland cement concrete
to be removed
NOTE
When distance from, "Area to be removed", to existing joint, edge
or score mark is less-than-minimum shown. "Area to be removed",-
shall be extended to that joint, edge or score mark.
. SECTION
Showing Cut
Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING
PORTLAND CEMENT CONCRETE CURB,
GUTTER, SIDEWALK AND PAVEMENT
REMOVAL AND REPLACEMENT
RECOMMENDED BY THE SAN UIEGO
REGIONAL STA.'IOAKUS COMMIHU
net. lain/ i)jt<
DRAWING
NUMBER
Contact Joints per Standard
Drawing G-10 when
separate pours are made v
PLAN
'JLLLL
• Base material as shown on plans
SECTION A-A
NOTES • ,
1. Concrete shall be 517 - C - 2500.'
2. • «• Weakened plane joints.
3. -* —« = Typical fiowlines.
4. O = Elevations to be shown on plans.
5. Return segments to be G" thick.
LEGEND ON PLANS
MCOMMENOEO BY tME SAN OIEGO
REGIONAL STANDARDS COMMITTEE
H.C.L 13801 Out
DRAWING
NUMBER G-12
SAN DIEGO REGIONAL STANDARD DRAWING
CROSS GUTTER
Revision By Approved Date
Non-contiguous Sidewalk
curb line
-Optional Contact. Joint •
•Depressed Curb-
• Gutter-
Property Line
3'-0"• »-
ontiguous Sidewalk
I
•Weakened Plane Joint
PLAIN!
Driveway Curb Opening
,/V
Driveway width shown on plans
•Depressed Curb-
Bottom of Curb }
ELEVATION
.12" R (typ.)
Edge of Sidewalk
4" Residential J
6" Commercial SECTION 2" R-~l" above Gutter
NOTES
1. No concrete shall be placed until forms and subgrade are inspected by the
Agency.
2. Concrete shall be 517-C-2500.
3. Weakened plane joints required on driveway f£ for driveways 12 ft. 'to 24 ft.
wide, driveways wider than 24 ft. to 30 ft. wide shall have two weakened
plane joints evenly spaced.
. 4. See standard drawings G-15 and G-16 for width and location requirements.
LEGEND ON PLANS
. Residential
(Commercial)
Driveway
RECOMMtNOED BY THE SAN DIEGO
REGIONAL STANDARDS COMMITTEE
HCE.Dili
DRAWING
NUMBER G-14
SAN DIEGO REGIONAL STANDARD DRAWING
CONCRETE DRIVEWAYS
Revision BY Approved Date
REQUIREMENT 1
No portion of any curb opening shall be permitted
within 6' of the intersection of the prolonged property
lines and the curb as shown by arc A.
REQUIREMENT 2
No portion of any curb opening shall be permitted in the
curb return where the radius of curb is 25' or less, as
shown by arc 6.
REQUIREMENT 3
Dn all curb returns where the radius is 25' or more, curb
openings may encroach upon e.azh end of the return a riistsr.ne
equal to 12 M?.% or 1/8 of the total length of the arc on the
curb return, thus leaving at least 75% of the length of arc on
the return face free from driveway encroachment, provided
Requirement 1 is met."
REQUIREMENT 4
No portion of any curb opening shall be permitted
in the curb return where a scperate turning movement
is provided, as shown by arc C
Revision By Appioved I Onle SAN DIEGO REGIONAL STANDARD DRAWING
DRIVEWAY LOCATION - ADJACENT TO
CURB RETURNS AND STREET LJKES
RECOMMtWHO 0V TUF. SAN OlERO
RfCIDNAL SIANOAHUS COMMIIItL
..li'Ulnr H C.I DUO/ D»lt
DRAWING p 1C
NUMBER U-ID
ALLEY Obstruction •
«c:
1-J
£oCio
cu
3' min. from jTv
any driveway | <i>.
'.•':'''" ''*•'*•.
* '"' ' 'f'~
Driveway
'.- . . -.*'.
•'••.'•.•. ••-'. :. ''•••'•••
^. •.'.•;;-.• ';•••; :•//•':.•••••• v »•»•».:;•.'•.'•: "•'»'/-.
tr •*'»••
",*!•" Driveway
c
'e
M
^.:,l
^'•*. CT
'..'' .C' • 'ccuCL
O
.Q•V- =1
* 9
^>
C31
^'ceuC3.
O
•e
5
I ^^^-Obstru
i<<?T» * " * •
•y
• «:
. -V
~-»^i
r^V
*/v.
.»'
" '. »'
' .'.*"'•
ction
+ Curb radius
i- Curb-*-
% I
\Driveway Width—
i
*Driveway Width/
^~
STREET
•6' min. from Alley or Drainage Outlet
-Residential Driveway Width •-12'min., 30'max.
-Residential:20' min. between curb openings serving same parcel.
Commercial: 4' min. to 10' max. between curb openings serving
same parcel. If over 10', minimum of 26' required.
Commercial Driveway Width - - 12' min., 30' max.
NOTES
1. Curb openings, except for joint-use driveways and drive ways on
lots having 21 - foot frontage or less, shall be located at least
3 feet from the side property line extended.
2. Not more than 40% of the property frontags on residential lots,
nor 60% of the property frontage on commercial lots may be
allocated for driveway curb openings, except that lots having
frontage of 25 feet or less are entitled to one 12 foot driveway
(18 foot curb opening).
3. All driveways and curb openings shall be a minimum of 3 feet
from any obstruction, i.e., poles, hydrants, etc.
4. No portion of any driveway shall be allowed across a line
extending normal to the roadway from the front corner of the
property, except that joint-use driveways may he permitted in
special instances where written approval of boi!i property
owners is filed with the Agency.
flfCOMMlNOCO >V "lf !>*NICIONAl SIAKJAHUS CUMUIMU
CUDI.'IIUW Hll
DRAWING « « p
NUMiltR b-IO
SAN DJEGO REGIONAL STANDARD'DRAWING
DRIVEWAY LOCATION
WIDTH REQUIREMENTS
Revision Bv Approved
B
SECTION B~B SECTION A-A
APPROVED DRAIN
PIPE SIZES
3"
4"
6"
6" to 8"
8"
10"
CURB
CURB
CURB
FACE
FACE
FACE
NOTES >
1. Pipe shall be one continuous length from property line to curb line. ^
2. Multiple pipes to be set a minimum distance of D/2 apart.
3. Concrete shall be 517-C-2500.
4. Pipe shall be circular asbestos cement, cast iron or rigid plastic.
Drain shall not occupy
the hatched area
BLOCK CORNER
/OS7
Revision Cy Approved Date SAN DIEGO REGIONAL STANDARD DRAWING
SIDEWALK UNDERDRAW PIPE
RCCOMUtNOEO Of THE S»K OK GO
RtGIONAL STANDARDS COMMIIUI
CooiiliruhK R.C.I. I'JDOI Dili
DRAWING
NUMBER D-27
GRIFFITH COMPANY
C—rontractors * LICENSE NO. 32168
1501 FRAZEE ROAD, BOX 33187, SAN DIEGO, CALIFORNIA 92103 (714) 297-4455
October 2, 1979
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
Subject: CONSTRUCTION OF STREET IMPROVEMENTS IN BEECH AVENUE,
GARFIELD STREET & CARLSBAD BOULEVARD - CONTRACT 1059
Gentlemen:
I am enclosing the signed, notarized "Certification of Compliance"
in connection with the above-referenced project.
Very truly yours,
'< \ \
GR|FF^TH COMPANY
../;/ ! / / V-^\
J. Gish
Administrative Assistant (
RECEIVED
CCT 1979
OF CARLSBAD
,, ir.3 D9Dartment
SERVING THIS AREA SINCE 1903
c
STATE AND" LOCAL FISCAL' ASSISTANCE ACT OF 1972
"EC. 122. NONDISCRIMINATION PROVISIONS.
(a) PROHIBITION. ." . *
(1) IN GENERAL. No person in the United States shall,
on the ground of race, color, national origin, or sex, be ex-
cluded from participation in, be denied the benefits of, or
be subjected.to discrimination under any.program or activity
of a State government or unit of local government, which gov-
ernment or unit receives funds made available under subtitle
A. Any prohibition against discrimination on the basis of
age under the Age Discrimination Act of 1975 or with respect
to an otherwise qualified handicapped individual as provided
in section 504 of the Rehabilitation Act of 1973 shall also
aPPiy to any such program or activity. Any prohibition
.against discrimination on'the basis of religion, or any ex-
emption from such prohibition, as provided in the .Civil
Rights Act of 1964 or title VIII of the Act of April 11,
1968, hereafter referred-to as Civil Rights Act of 1968, shall
also apply to any such program or activity.
(2)EXCEPTIONS.
(A) FUNDING. The provisions of paragraph (1) of this
subsection shall not apply where any State government or"unit
of local government demonstrates, by clear and convincing
evidence, that tho program or activity with respect to which
the allegation of discrimination has been made is not funded
in whole or in part with funds made available under subtitleA- : : •, -. - '•'• • '• • ••• v;•'••.../- ... '•'.- :• . :* " >;:
(B) CONSTRUCTION- PROJECTS IN PROGRESS. The provisions
of paragraph (1), relating to discrimination on the basis of
handicapped status, shall -not apply with respect to construc-
tion projects commenced: prior to January 1, 1977." '-'..
' CERTIFICATION OF COMPLIANCE
GRIFFITH COMPANYI hereby certify that ^_
legal name of vendor~~
in performing under Purchase Order (s) awarded by the City of
Carlsbad, will coinply with the provisions of Section 122 (a)
of the State and Local Fiscal Assistance Act of 1972.
October 2, 1979
Date
(NOTARIZE OR CORPORATE SEAL)
" ' Signature
Donald. L. McGrew
Executive Vice Presidents•'• /-V /,:?/
Title "C<1U. y..:/-y /\^-f-..::.v - C'V
This certification is to be submitted with notarized contract.
, STATE OF CALIFORNIA,
I COUNTY OF SAN DIEGO ss.
October 2 19.79
before me, the undersigned, a Notary Public in and for the said State, personally appeared
Donald L. McGrew . known to me to be the
Executive Vice President, and , known to me
to be the_-Secretary oL
OFFICIAL SEAL
SANDRA J. GISH
NOTARY PUBLIC CALIFORNIA |
PRINCIPAL OFFICE IN 1
SAN DIEGO COUNTY \
GRIFFITH COMPANY
the Corporation that executed the within Instrument, known to me to be the persons who
executed the within Instrument, on behalf of the Corporation herein 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 i
. JTSre.—Wolcotts firm ZZ6—«ev. 3-64