HomeMy WebLinkAboutC-1185 - Westcliff Drive improvements, Irvine to Dover8543 soox9162 W1738
Mail to:
City of Newport Beach
3300 Newport Bive.
Newport Beach, Calif. 92660 NOTICE OF COMPLETION
PUBLIC WORKS
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on November 17, 1969
the Public Works project consisting of Westcliff Drive Improvements, Irvine Avenue
to Dover Drive
on which Sully- Miller Contracting Company
was the contractor, and Highlands Insurance Company
was the surety, was completed.
CITY OF NEWPORT BEACH
ector
I, the undersigned, say:
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on December 10, 1969 at Newport Beach, California.
I, the undersigned,
I am the City Clerk of the City of Newport Beach; the City Council of said
City on December 8, 1969 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on December 10, 1969 at Newport Beach, California.
FREE
C4
RECORDED AT REQUEST OF
CM of NEWPDRT BEACH
IN OFFICIAL RECORDS OF
ORANGE COUNTY, CALIF.
9:05 AM DISC 1.2 1969
J. WYLIE CARLYLE, Cov..y Recorder
rn
C?G7
FREE
C4
RECORDED AT REQUEST OF
CM of NEWPDRT BEACH
IN OFFICIAL RECORDS OF
ORANGE COUNTY, CALIF.
9:05 AM DISC 1.2 1969
J. WYLIE CARLYLE, Cov..y Recorder
A
December 26, 1969
Sully - Miller Contracting Company
P. O. Sax 432
Orange, California 92667
Subject: Surety : Highlands Insurance Company
Bonds No. . 901435
Project . Westcliff Drive Improvements, Irvine to Dover
Contract No.: 1185
The City Council on December 8, 1969 accepted the work of
subject project and authorized the City Clerk to file a Notice
of Completion and to release the bonds 35 days after Notice
of Completion has been filed.
Notice of Completion was filed with the Orange County Recorder
on December 12, 1969, in Book No. 9162, Page 738. Please
notify your surety company that bonds may be released 35 days
after recording date.
=I
Laura Lagios
City Clerk
dg
cc: Public Works Department
• 41
CITY OF NEWPORT BEACH
CALIFORNIA
City Hall
3300 W. Newport Blvd
Area Code 714
673 -2110
Mr. J. Wylie Carlyle
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Dear Mr. Carlyle:
Attached for recordation is Notice of Completion of Public
Works project consisting of Westcliff Drive Improvements.
Irvine Avenue to Dover Drive
Contract No. C -1135
on which Sully- Iyiiller Contracting Company was the Contractor
and Highlands Insurance Comuany was the surety.
Please record and return to us.
Very truly yours,
Laura Lagios
City Clerk
City of Newport Beach
LL dg
Encl.
Sa.ass & MLI , Ixc. union
Of CALIFORNIA P NIA
CERTIFICATE OF INSURANCE
TO: CITY OF NEWPORT BEACH
CITY HALL
3300 W. NEWPORT BOULEVARD
NEWPORT BEACH, CALIFORNIA
THIS IS TO CERTIFY that the following insurance policies have been issued to
UNION OIL COMPANY OF CALIFORNIA and its subsidiary
SULLY - MILLER CONTRACTING COMPANY
and that said contracts of insurance, subject to their respective terms and conditions,
afford Bodily Injury, Property Damage Liability and Blanket Contractual Liability for
all operations, including Automobiles, owned, hired or used.
AETNA CASUALTY AND SURETY COMPANY COMBINED SINGLE LIMIT BODILY INJURY
POLICY NO. 33AL 84740 SR(Y) AND PROPERTY DAMAGE, EACH ACCIDENT
OR OCCURRENCE - $ 100,000.00
Term: November 1, 1969 to AGG G TE PRODUCTS 250 000.00
November 1, 1972 H & McL , 19d. OF CALIFORNIA
EMPLOYERS' SURPLUS LINES INSURANCE COMPANY
POLICY NO. E -60028
Term: November 1, 1969 to
November 1, 1972
.,
BY_ ..��Jrw Agent
COMBINED SINGLE LIMIT BODILY INJURY
AND PROPERTY DAMAGE, EACH ACCIDENT
OR OCCURRENCE - $ 900,000.00
EXCESS OF - - - $ 100,000.00 BI & PD
EXCESS AGGREGATE PRODUCTS $750,000.00
SAYRE & TOSO INC.
BY %i� �Y' Agent
In the event of cancellation of the above contracts of insurance, the Underwriters
will give not less than ten (10) days advance notice by mail to the party or parties
to whom this certificate is issued at the address stated herein which shall be
sufficient proof of notice.
ADDITIONAL INSURED: The party or parties to whom this Certificate of Insurance is
issued is /are XM covered as Insureds) under the terms of the contracts of insurance
described above. If so covered, the insurance with respect to such party or parties
is subject to all of the terms and conditions of said contracts of insurance, and to
the special conditions, if any, stated below.
SPECIAL CONDITIONS: Applicable as respects Westcliff Drive Improvements, Irvine
Avenue to Dover Drive (C- 1185).
"It is hereby understood and agreed that the policy to which
this certificate refers may not be cancelled, materially changed,
nor the amount of coverage theref reduced, nor the policy allowed
to lapse until ten (10) days after receipt by the City Clerk
of the City of Newport Beach, City Hall, Newport Beach, California,
of a registered written notice of such cancellation or reduction
in coverage."
Dated: October 24, 1969
LOS ANGELES, CALIFORNIA
I
Certificate of Workmen's Compensation A rage
Sully Miller Contracting Company
3000 East South Street, P.D. Box 5399
Long Beach, California 90805
CITY OF NEWPORT BEACH
City Hall
3300 W. Newport Boulevard
Newport Beach, California
Re: Westcliff Drive Improvements, Irvine Avenue to Dover Drive (C -1185)
Date: June 5, 1969
This is to certify that Sully Miller Contracting Company is self- insured under provisions
of the California Workmen's Compensation Law and has in its files Certificate of Consent
to Self- insure No. 1130, issued October 1, 1967 by the Director of Industrial Relations of
the State of California.
by registered mail
This coverage will not be canceled except on 30 days advance written notice/to you.
By ,L�
FORM 6825M (REV 0 /69) Pn,Mn. iu Vs.4,
Title H. D. COOTS, VICE PRESIDENT
• CERTIFICATE OF INSURANCE u n 'on
TO: CITY �F NEWPORT BEACH
City Hall
3300 W. Newport Boulevard
Newport Beach, California
THIS IS TO CERTIFY that the following insurance policies have been issued to UNION OIL
COMPANY OF CALIFORNIA and its subsidiary
SULLY - MILLER CONTRACTING COMPANY
and that said contract of insurance, subject to its respective terms and conditions,
affords Bodily Injury and Property Damage Liability insurance for all operations,
including the ownership, maintenance or use of automobiles.
AETNA CASUALTY & SURETY COMPANY COMBINED SINGLE LIMIT TERM
POLICY NO. 33AL 75127SR(Y) BODILY INJURY AND PROPERTY October 1, 1968 to
DAMAGE, INCLUDING BLANKET November 1, 1969
CONTRACTUAL, Each Accident or
Occurrence - $50,000.00
MARSH & McLENNAN, INC.
//o�lif ornia
BY (�fJ '�rr—�� Agent
UNDERWRITERS AT LLOYD'S AND /OR COMBINED SINGLE LIMIT TERM
INSURANCE COMPANIES THROUGH BODILY INJURY AND PROPERTY October 1, 1968 to
SWETT & CRAWFORD DAMAGE, INCLUDING BLANKET November 1, 1969
CERTIFICATES NOS. 41830 AND CONTRACTUAL, Each Accident or
104798 Occurrence - $ 950,000.00
F ............... ........................Ai�PPROVED AS fd Y.Rd' $ 50,000.00
Doted: /N/IQ�% M49 SWETT & CRAWFORD
Jl3NJ01 ! y HASTY. ATTORNEY
' pc" / v� _.BY BY �. ti�
M03 of Sy 03AO,irJd' .,., ..
............ Agent
ADDITIONAL INSURED: The party or parties to whom this Certificate of Insurance is issued
Ware KOM covered as Insureds) under the terms of the contract of insurance described
above. If so covered, the insurance with respect to such party or parties is subject to
all of the terms and conditions of said contract of insurance and to the special conditions,
if any, stated below.
SPECIAL CONDITIONS: Applicable as respects to Westcliff Drive Improvements, Irvine Avenue to
Dover Drive (C -1185)
%'r
a
�7CXA' �7C�X�9C�X4CX4�X9C�X9C9C9C� .k�LK9.9[t(lC4[$XK614CX�[ Fitt 9C00CiC�t< XX�I1tXX�XX9. i[ iEt( Y. �3fiF, XX7 ClilEXB�ffi lilfitXXXI�IFIFX�XAAX�#]E I
l %%Xkix x)CWXanxx�c#=x cxs�c5 ,KXK XXKXX v�xK�[x X)3=YXXKX ;M)Cgxxx)taxxlixxxxxxxx sykulnx x
4C9< R4dt4CjC7CjC�C7C�C�mc��kX�CNx4C�[ x�c9tl UC9[# LSUt�( K�( R9[ �t Xlti[ x�€ fi�UCXXRk3FxC�xXSxili�X #RXxD[3f1QX1QDt�xX]EXxxX7iJf l�x]f3EXX
SC�i# C9C XXSt�X��CjCXhCQC x�. 9c# �C9cjC4L9 [KXVt1C9[9[Rlt�f$XiiC�tx
"IT IS HEREBY UNDERSTOOD AND AGREED THAT THE POLICY TO WHICH THIS CERTIFICATE REFERS MAY NOT BE
CANCELLED, MATERIALLY CHANGED, NOR THE AMOUNT OF COVERAGE THEREOF REDUCED, NOR THE POLICY ALLOWED
TO LAPSE UNTIL TEN (10) DAYS AFTER RECEIPT BY THE CITY CLERK OF THE CITY OF NEWPORT BEACH, CITY
HALL, NEWPORT BEACH, CALIFORNIA, OF A REGISTERED WRITTEN NOTICE OF SUCH CANCELLATION OR
REDUCTION IN COVERAGE."
DATED: June 5 1969
Los Angeles, California
C rrY C L.E2K.
' CONTRACT NO. 1185
CITY OF NEWPORT BEACH
' AHFP NO. 483
CONTRACT DOCUMENTS
FOR
WESTCLIFF DRIVE IMPROVEMENTS
rIRVINE AVENUE TO DOVER DRIVE
1
I'
Approved by the City Council
on this 28th day of April, 1969
� &m;�2
, CIT)K/LLERK
1I
J
PAGE I -A
SHEET I OF 2)
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS WILL BE RECEIVED AT THE OFFICE OF THE CITY CLERKS CITY HALLS NEWPORT BEACH..
CALIFORNIA, UNTIL IO:OO A•M.. ON THE 20tH DAY OF May ., 1969, AT WHICH TIME THEY WILL
BE OPENED AND READ, FOR PERFORMING WORK AS FOLLOWS:
WESTCLIFF DRIVE IMPROVEMENTS
IRVINE AVENUE TO DOVER DRIVE
CONTRACT NO. 1185
'NO
BID WILL BE RECEIVED UNLESS IT IS MADE
DEPARTMENT. EACH BID MUST BE ACCOMPANIED
ON A PROPOSAL FORM
BY CASH., CERTIFIED
FURNISHED BY THE PUBLIC WORKS
CHECK OR BIDDERS BOND MADE
PAYABLE TO THE CITY OF NEWPORT BEACH, FOR
AN AMOUNT EQUAL TO
AT LEAST IO PERCENT Of THE
AMOUNT BID.
' THE DOCUMENTS INCLUDED WITHIN THE SEALED BIDS WHICH REQUIRE COMPLETION AND EXECUTION ARE
THE FOLLOWING:
1 1. - PROPOSAL
2. PAGE - DESIGNATION OF SUB - CONTRACTORS
PAGE - BIDDER'S BOND
j: PAGE 9 - NON - COLLUSION AFFIDAVIT
5. PAGE 10 - CONTRACTORS FINANCIAL STATUS
tTHE DOCUMENTS SHALL BE AFFIXED WITH THE APPROPRIATE SIGNATURES 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 PARTNERSHIPS THE SIGNATURE
OF AT LEAST ONE GENERAL PARTNER IS REQUIRED.
'ALL BIDS ARE TO BE COMPARED ON THE BASIS OF THE ENGINEERS ESTIMATE. THE ESTIMATED QUANTI-
TIES 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 III OF BUSINESS AND PROFESSIONS, CODE. THE CONTRACTOR
SHALL STATE HIS LICENSE NUMBER AND CLASSIFICATION IN THE PROPOSAL.
PLANSS SPECIAL PROVISIONS., AND CONTRACT DOCUMENTS MAY BE OBTAINED AT THE PUBLIC WORKS DE-
PARTMENTS CITY HALLS NEWPORT BEACH.. CALIFORNIA.. AT NO COST TO LICENSED CONTRACTORS. A NON-
REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF PLANS.. SPECIAL PROVISIONS, AND
CONTRACT DOCUMENTS FOR OTHERS THAN LICENSED CONTRACTORS. IT IS REQUESTED THAT THE PLANS AND
SPECIAL PROVISIONS BE RETURNED WITHIN 2 WEEKS AFTER THE BID OPENING.
THE CITY OF NEWPORT BEACH RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO WAIVE ANY
' INFORMALITY IN SUCH BIDS.
IN ACCORDANCE WITH THE PROVISIONS OF SECTION 1770 OF THE LABOR CODES THE CITY COUNCIL OF
THE CITY OF NEWPORT BEACH HAS ASCERTAINED THE GENERAL PREVAILING RATE OF PER DIEM WAGES IN
'THE LOCALITY IN WHICH THE WORK 13 TO BE PERFORMED FOR EACH CRAFT OR TYPE OF WORKMAN OR
MECHANIC NEEDED TO EXECUTE THE CONTRACT AND HAS SET FORTH THESE ITEMS IN RESOLUTION NO. 6519•
A COPY OF SAID RESOLUTION IS AVAILABLE IN THE OFFICE OF THE CITY CLERK IN THE CITY OF NEWPORT
BEACH.
I1
s • Page lb
' The following is the schedule of prevailing wage rates, 1968 -69, for a selective
'list of classifications. Together with the information included in the Resolution
No. 6519, this schedule is to be considered a part of these contract specifications.
Prevailing Wage Rates - 1968 -69
Classification (Selective Listing) (5/1/6B
' Any classification omitted herein shall be the prevailing craft rate.
Overtime, Sunday and Holiday rates are at prevailing craft rates.
' CITY OF NEWPORT BEACH, CALIFORNIA
' Laura Lagios, City Clerk
5.33
'Carpenters
Cement Mason Journeyman
5.13
Laborers
General or Construction
Asphalt Raker & Ironer
3.97
4.18
Flagman
3.97
Guinea Chaser
4.05
'
Laying of all non - metallic pipe
4.28
Tunnel Classifications
Vibratorman, Jack Hammer, Pneumatic Tools
(except driller)
4.695
Operating Enqineers
(7/1/68)
'
Oiler and signalman (Group 1)
4.68
Skiploader (Less 4/5 yd.) (Group 2)
4.92
Rodman and Chainman (Group 3)
5.16
Instrumentman (Group 4)
5.27
'
Grade Checker (Group 5)
5.46
Pavement- breaker operator (Group 5)
5.46
Grade -all operator (Group 6)
5.56
Teamsters
(5/19/68)
Dump Truck Driver (Less than 4 yds.)
T'65—
Water truck driver (2500 gal. to 4000 gal.)
4.83
Q iilding and Construction trades
Bricklayer & Stone Mason
5.30
'
Electrician
(1/1/68)
Journeyman Wireman
6.75
(5/23/68}
Lather
5.08
Painters
(7/1/68;
Journeyman - spray
5.79
'
Pipe trades
Plumber
5.79
' Any classification omitted herein shall be the prevailing craft rate.
Overtime, Sunday and Holiday rates are at prevailing craft rates.
' CITY OF NEWPORT BEACH, CALIFORNIA
' Laura Lagios, City Clerk
• PR1of10
r
WESTCLIFF DRIVE IMPROVEMENTS
IRVINE AVENUE TO DOVER DRIVE
CONTRACT 1185
.1*.*
To the City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92660
Gentlemen:
The undersigned declares that he has carefully examined the location of the work,
has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and
hereby proposes to furnish all materials and do all the work required to complete
Contract No. 1185 in accordance with the Plans and Specifications, and will take in full
payment therefor the following unit prices for each item complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO, AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
la. 2 each Construct Curb Inlet Type OL, L
= 10' Per CNB Drawing No.
STD?A05 -L
@Nine hundred fifty Dollars
and
no Cents $ 950.00 $1,900.00
Per Each
lb. 5 each Construct Curb Inlet Type
OL,
L = 141, Per CNB Drawing
No.
STD -305 -L
@Eleven Hundred fifty
Dollars
and
no
Cents
Per Each
lc. 2 each Construct Curb Inlet Type
OL
L = 15', Per CNB Drawing
No.
STD - 05 -L
$1150.00
@ Twelve Hundred Fifty Dollars
and
no Cents $1250.00
Per Each
$5,750.00
$2,500.00
• PR2of10
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
2. 1 each Construct Curb Inlet Type OS Per
CNB Drawing No. STD-305 -L with
Curb Inlet Extension per CNB
Drawing No. D- 5043 -L
3. 3 each
4. 3 each
5. 5 each
@ Eitht Hundred Dollars
and
no Cents $ 800.00 $ 800.00
Per Each
Construct Manhole No. 2 Per CNB
Drawing No. STD -312 -L
@ Seven Hundred Dollars
and
no Cents $ 700.00 f,100.00
Per Each
Construct Manhole No. 4 Per CNB
Drawing No. STD -313 -L
@ Twelve Hundred Dollars
and
no Cents $1200.00 $3.600.00
Per Each
Construct Junction Structure No.
4 Per GNB Drawing No. STD -324 -L
@ One Hundred Dollars
and
no Cents $ 100.00
Per Each
7. 317 L. F. Construct 18" Diameter Rein-
forced Concrete Pipe, 2000D
@ Twenty -eight Dollars
and
no Cents $ 28.00
Per Lineal Foot
$ 500.00
$ 8,876.00
• 0 PR3of10
ITEA QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
8. 36 L. F. Construct Zl" Diameter Reinforced
Concrete Pipe, ZOOOD
@Thirty three Dollars
and
no Cents $ 33.00 $ 1,188.00
Per Lineal Foot
9. 540 L. F. Construct 36" Diameter Reinforced
Concrete Pipe, 1350D
@Thirty eight Dollars
and
no Cents $ 38.00 $_20,520. 00
Per Lineal Foot
10. 900 L. F. Construct 6011 Diameter Reinforced
Concrete Pipe, 1350D
@ Forty Eight Dollars
and
no Cents $ 48.00 $ 43,200.00
Per Lineal Foot
U.. 1, 365 L. F. Construct 66" Diameter Reinforced
Concrete Pipe, 1350D
@ Fifty three Dollars
and
no Cents $ 53.00 $ 72,345.00
Per Lineal Foot
12. Lump Sum Construct Outlet Structure
C° Three thousand Dollars
and
no Cents $ 3,000.00 $ 3,000.00
Lump Sum
• 0 PR4of10
1
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
I3. Lump Sum Installation of 24" Cement Mortar
Lined and Coated Welded Steel
Pipe Special
@ Two thousand Dollars
and
no Cents
Lump Sum
14- Lump Sum Construct Fire Hydrant, 6" Gate
Valve, 6" Asbestos Cement Pipe,
& Associated Appurtenances Per
CNB Drawing No. STD -501 -L
@ Twelve Hundred
no
Dollars
and
Cents
Lump Sum
15. 842 L. F. Construct 8" Vitrified Clay Pipe
Sewer Main
$ 2,000.00 $ 2,000.00
$ 1,200.00 $ 1,200.00
@ Ten Dollars
and
no Cents $ 10.00 $ 8,420.00
Per Lineal Foot
16. 4 each Construct Reinforced Standard
Precast Sewer Manhole Per CNB
Drawing No. STD -402 -L
@ Six hundred Dollars
and
no Cents $ 600.00 $ 2,400.00
Per Each
17. 8 each Construct 6" V. C. P. Sewer
Lateral Connections
@ One hundred twenty Dollars
and
Ro Cents $ 120.00 $ 960.00
Per Each
0 0
PR5of10
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
18, 10 L. F. Construct Portland Cement Con-
crete Sewer Main Encasement
@ Twenty Five Dollars
and
no Cents $ 25.00 $ 250.00
Per Lineal Foot
19. Lump Sum Fill and Plug Existing 42"
C.M.P. Storm Drain (Approxi-
mately 370 L. F. )
@ Two thousand Dollars
and
no Cents $ 2 ,000.00 $ 2,000.00
Lump Sum
20. 190 L. F. Construct Type "A" P. C. C. Curb
and Gutter (6" and Variable
Height Curb Face) Per CNB Draw-
ing No. STD- 102 -L, Including
Sawcutting and Removal of Exist-
ing Curb & Gutter
@ Three Dollars
and
no Cents $
Per Lineal Foot
21. 340 L. F. Construct Modified Type "A"
P.C. C. Curb and Gutter (6"
Curb Face and 1811 Wide Gutter
with 1 1/2" Gutter Slope) Per
Applicable Portions of CNB Draw-
ing STD - 102 -L, Including Sawcutting
and Removal of Existing Curb and
Gutter
3.00 $ 570.00
e° Three Dollars
and
no Cents $ 3.00 $ 1,020.00
Per Lineal Foot
PR6of10
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
22. 2, 500 L. F. Construct Type "D" P. C. C. Curb
(6" Curb Face) Per CNB Drawing
No. STD- 102A -_L
@° One Dollars
and
fifty Cents $ 1.50 $3,750.00
Per Lineal Foot
23. 2 each Construct P. C. C. Commercial
Driveway Approach, Type I, Per
CNB Drawing No, STD - 106 -L,
Including Removal of Existing
Approach
@ Two hundred fifty Dollars
and
no Cents
Per Each — $
24. 1 each Construct P. C. C. Residential
Driveway Approach, Type II, Per
CNB Drawing No. STD - 107 -L,
Including Removal of Existing
Approach
@ Two hundred Dollars
and
no Cents $ 200.00 $ 200.00
Per Each
25. 1, 650 S. F. Construct 4" Thick P.C. C. Side -
walk Per CNB Drawing No. STD -
103-L, Including Removal of
Existing Sidewalk
@ No Dollars
and
Fifty Cents $ .50 $ 825.00
Per Square Foot
r
1
• PR7of10
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
26. 1, 650 S. F. Construct 8" Thick P. C, C. Over
4" Thick A. B. Cross - Gutters and
Cross- Gutter Extensions, 'Including
Removing of Existing Cross- Gutters
and Pavement
@ One Dollars
and
ten Cents $ 1.10 $1,815.00
Per Square Foot
27.
4, 500 S. F.
Construct 3" Thick P. C. C. Median
Filler Pavement
@ No
Dollars
and
Sixty
Cents
$ 0.60
$2.700.00
Per Square Foot
28.
4 each
Construct l" Standard Water
Service Per C NB Drawing No.
STD -503 -L
@ Two hundred
Dollars
and
No
Cents
$ 200.00
$ 800.00
Per Each
29.
3 each
Construct 2" Standard Water Ser-
vice Per CNB Drawing No.
STD -513 -L
@ Two Hundred twenty five
Dollars
and
no
Cents
$ 225.00
$ 675.00
Per Each
30.
300 C. Y.
Furnish and Place Topsoil In
Planter Areas
@ Four
Dollars
and
no
Cents
$ 4.00
$1,200.00
Per Cubic Yard
PR8of10
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
31. 8 each Adjust Sewer Manhole to Finished
Grade
@ Seventy Five Dollars
and
No Cents $ 75.00 $ 600.00
Per Each
32. 1 each Adjust Storm Drain Manhole to
Finished Grade
@ Seventy five Dollars
and
no Cents $ 75.00 $ 75.00
Per Each
33. 10 each Adjust Water Valve Box to
Finished Grade
@ Forty Dollars
and
No Cents $ 40.00 $ 400.00
Per Each
34. 2 each Reconstruct Street Monument Per
CNB Drawing No. STD -110 -L
@ Seventy Five Dollars
and
no Cents $ 75.00 $ 150.00
Per Each
35. Lump Sum Relocate Existing Street Light
Standard, Approximately 175 L. F.
of Conduit and Wiring, and Associ-
ated Appurtenances at the Northeast
Corner of Irvine Avenue and Sher -
ington Place
e° Four hundred Dollars
and
no Cents $ 400.00 $ 400.00
Lump Sum
• PR9of10
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
36. Lump Sum Sawcut and Remove Existing A.C.
Parking Lot Pavement, Excavate
2' Deep for new Planter Area,
Relocate 4 Existing P. C. C. Wheel
Stops, and Install 3 new 6' -Long
P.C. C. Wheel Stops at the North-
east Corner of Irvine Avenue and
Sherington Place
@ Eight hundred Dollars
and
no Cents $ 800.00 $ 800.00
Lump Sum
37. Lump Sum Relocate Existing Water Service,
Hose Bib and Three Sprinkler
Valves with Vacuum Breakers,
Underground Sprinkler System,
and Decorative Light Fixture with
Associated Electrical Conduit and
Wiring at the Northeast Corner of
Irvine Avenue and Sherington Place
C° Eight hundred Dollars
and
no Cents $ 800.00 $ 800.00
Lump Sum
38. Lump Sum Construct 2" Diameter Galvanized
Steel Underground Electrical Con-
duits, 2" Diameter Galvanized
Steel Electrical Conduit Stubouts,
No. 66 Pullboxes, and other
Appurtenant Items for Traffic
Signalization at Westcliff Drive and
Dover Drive Intersection
@° Thraa thnucand Dollars
and
no Cents $3,000.00 $ 3,000.00
Lump Sum
PR 10 of 10
A5,
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
39. 12,000 Tons Construct Asphalt Concrete
Qa Seven Dollars
and
twenty Cents $ 7.20 $ 86,400.00
Per Ton
TOTAL PRICE WRITTEN IN WORDS
Two hundred ninety thousand one hundred eighty nine Dollars
and
no Cents
ADDITIVE PROPOSAL ITEM:
40. Cost for each additional ton of
bedding material with a minimum
sand equivalent value of 20, in-
cluding excavation, required be-
cause of unsuitable native
material encountered at the pro-
posed trench bottom.
TOTAL
$ 290,189.00
Five Dollars
and
no Cents $ 5.00
Per Ton
NOTICE TO BIDDERS:
0
PJ
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
f I
CONTRACT NO. 1185
CONTRACT DOUCMENTS
FOR
WESTCLIFF DRIVE IMPROVEMENTS
IRVINE AVENUE TO DOVER DRIVE
ADDENDUM NO. 1
May 13, 1969
Please be advised of the following revisions to the Contract Doucments.
1. Page l -A - Notice inviting bids: Revise 6th paragraph to read:
"No. bid will be accepted from a Contractor who has not been
licensed as a Class A General Engineering Contractor, in, accordance
with the provisions of Chapter 9, Division III of Business and
Professions Code.' The Contractor shall state his license number in
the proposal."
2. Page PR 1 of 10 of Proposal: Change the CNB Drawing No. STD
to read 305 -L in items Number la, lb, and lc.
3. Page PR 9 of 10 of proposal: Item 38: Change No. 66 Pull boxes
to No. 6 Pull boxes.
4. Page SP 11 of 15 of Special Provisions, paragraph XXI, (2)
revise to read: Pull boxes are to be Brooks or Fraser No. 6
Pull boxes or approved equal boxes with minimum inside
dimensions of 17" X 29" X 12 ".
Please show date of receipt,of this Addendum on the Proposal
or insert a copy with your Proposal.
Date Donald L. Webb
Project Engineer
. s.
' 2/7/67
'ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORKS
AS INDICATED IN THIS PROPOSAL, TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER. IN CASE
OF A DISCREPANCY BETWEEN WORDS AND FIGURESO THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR
IN THE EXTENSION OF A UNIT PRICES 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 ONLY1
' 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 WITHIN TEN (10) DAYS, NOT INCLUDING SUNDAYS AFTER HAVING RECEIVED
NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE, THE PROCEEDS OF CHECK OR BOND ACCOMPANY-
ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH.
LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STATE OF CALIFORNIA PROVIDING FOR
THE REGISTRATION OF CONTRACTORS, LICENSE NO. 1538 Class A CLASSIFICATION A
' ACCOMPANYING THIS PROP03AL IS j Bond
(CAS, CHECK, CASHIERS CHECK OR BOND
IN AN AMOUNT NOT LESS THAN 10 PERCENT OF THE TOTAL BID PRICE.
' THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION 3700 OF THE LA13OR 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.
(7141 639 -1400 SULLY- MILLER CONTRACTING COMPANY
' PHONE NUMBER BIDDERS NAME
(SEAL)
f
' P.D. Box 432
1
1
i
1
_ Orange. Calif. 92667
_(S) Howard Rash Asst. Sec.
AUTHORIZED SIGNATURE
AUTHORIZED SIGNATURE
CORPORATION
TYPE OF ORGANIZATION
(INDIVIDUALS CORPORATIONS CO- PARTNERSHIP)
LIST BELOW NAMES OF PRESIDENTS SECRETARY, TREASURER AND MANAGER IF A CORPORATIONS
AND NAMES OF ALL CO- PARTNERS IF A CO- PARTNERSHIP:
Sully- Miller CDntracting Company
A California Corporation
Marshall McDonald - President
W. Duane Rash -Vice Pres. Sec. and Treas.
Dnnn 0. Michaels - Vice Pres. & Mgr.
Benjamin L. Dady - Asst. Secretary
' CIII I Y -MTI I FR r.QNTRACTTNG COMPANY
BIDDER'S NAME
' (s) Hnward Rash Acct_ CPf_
i
AUTHORIZED SIGNATURE
CnPPOR{TTTTnN
TYPE OF ORGANIZATION.
(INDIVIDUAL, CO- PARTNERSHIP OR CORP)
' P.O. BOX 432 Orange, Calif. 92667
' (714) 639 -1400
ADDRESS
1
9•
'
Io.
'
II.
4
PAGE 3
DESIGNATION OF SUB - CONTRACTORS
'
THE UNDERSIGNED CERTIFIES
THAT HE HAS USED THE SUB —BIDS OF THE
FOLLOWING
LISTED CONTRACTORS IN MAKING
UP HIS BID AND THAT THE SUB — CONTRACTORS
LISTED
WILL BE USED FOR THE WORK
FOR WHICH THEY BIDS SUBJECT TO THE APPROVAL
OF
THE CITY ENGINEERS AND IN
ACCORDANCE WITH THE APPLICABLE PROVISIONS
OF THE
4
SPECIFICATIONS. NO CHANGE
MAY BE MADE IN THESE SUB - CONTRACTORS
EXCEPT UPON
'
THE PRIOR APPROVAL OF THE
ENGINEER.
ITEM OF WORK
SUB — CONTRACTOR
ADDRESS
'
I. Electrical
Ed Johnston
Anaheim, Calif.
Concrete
L. J. Davis
Orange, Calif.
2.
3.
5•
'
6.
7•
' CIII I Y -MTI I FR r.QNTRACTTNG COMPANY
BIDDER'S NAME
' (s) Hnward Rash Acct_ CPf_
i
AUTHORIZED SIGNATURE
CnPPOR{TTTTnN
TYPE OF ORGANIZATION.
(INDIVIDUAL, CO- PARTNERSHIP OR CORP)
' P.O. BOX 432 Orange, Calif. 92667
' (714) 639 -1400
ADDRESS
1
9•
'
Io.
'
II.
' CIII I Y -MTI I FR r.QNTRACTTNG COMPANY
BIDDER'S NAME
' (s) Hnward Rash Acct_ CPf_
i
AUTHORIZED SIGNATURE
CnPPOR{TTTTnN
TYPE OF ORGANIZATION.
(INDIVIDUAL, CO- PARTNERSHIP OR CORP)
' P.O. BOX 432 Orange, Calif. 92667
' (714) 639 -1400
ADDRESS
1
' • FOR ORIGINAL COPY SEE CITIOCLERK'S FILE COPY
' PAGE 4
I
' BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
THAT WE
AS PRINCIPAL,
AND , AS SURETY, ARE HELD
AND FIRMLYBOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF
DOLLARS 4 LAWFUL MONEY OF THE UNITED
STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADE, WE BIND OURSELVES,
JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN_ PRINCIPAL FOR THE CONSTRUCTION OF
IN THE CITY OF NEWPORT BEACH, IS ACCEPTED BY THE CITY COUNCIL OF SAID CITY, AND IF THE
ABOVE BOUNDEN PRINCIPAL.SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUC-
TION AND SHALL EXECUTE AND DELIVER THE TWO (2) BONDS DESCRIBED IN THE "NOTICE INVITING
BIDS" WITHIN TEN (1)) DAYS (NOT INCLUDING- SATURDAY AND SUNDAY) FROM THE DATE OF THE
MAILING- OF A NOTICE TO THE'ABOVE BOUNDEN PRINCIPAL BY AND FROM SAID CITY OF NEWPORT
BEACH THAT SAID CONTRACT IS READY FOR EXECUTION, THEN THIS OBLIGATION SHALL BECOME NULL
AND VOID; OTHERWISE IT BE AND REMAIN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED
HEREIN SHALL BE.FORFEITED TO THE SAID CITY.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL,
IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM
ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS DAY OF
19
CORPORATE SEAL (IF CORPORATION)
PRINCIPAL
(ATTACH ACKNOWLEDGEMENT OF
ATTORNEY IN FACT/
BY
TITLE
SURETY
Premium on this Bond is included in that BOND NO: 901435
of the perf`ance bond. •
r 'ty PAGE 5
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS3 THAT
WHEREAS THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH STATE OF CALIFORNIA,
BY MOTION ADOPTED
HAS AWARDED TO Sully - Miller Contracting company
HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR Westcliff Drive
Improvements - Irvine Avenue to Dover Drive (Contract No. 1185)
IN THE CITY OF NEWPORT BEACH --. IN STRICT CONFORMITY WITH THE DRAW4NGS AND SPECIFI-
CATIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY .CLERK.
' SAID SUM BEING ONE -HALF OF THE ESTIMATED AMOUNT PAYABLE BY THE CITY OF NEWPORT
BEACH UNDER THE TERMS OF THE CONTRACTS 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 SUBCON-
TRACTORS� FAIL TO PAY FOR ANY MATERIALS PROVISIONSO PROVENDER, OR OTHER SUPPLIES,
t OR TEAMS USED INO UPON: FORS OR ABOUT THE PERFORMANCE OF THE WORK CONTRACTED TO
BE DONEO 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 SAMEA IN AN AMOUNT NOT EXCEEDING THE SUM SPECI-
FIED IN THE BOUDO AND ALSO IN CASE SUIT IS BROUGHT UPON THE BOND, A REASONABLE
ATTORNEYS FEE, TO BE FIXED BY THE COURTS AS REQUIRED BY THE PROVISIONS OF SECTION
4204 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA.
1
WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND
'
THE TERMS THEREOF REQUIRE
THE FURNISHING OF A BOND WITH SAID CONTRACT, PROVIDING
THAT IF SAID PRINCIPAL OR
ANY OF HIS OR ITS SUBCONTRACTORS, SHALL FAIL TO PAY FOR
'
ANY MATERIALS, PROVISIONS
OR ABOUT THE PERFORMANCE OF
PROVENDER, OR OTHER SUPPLIES OR TEAMS USED IN, UPON.,, FOR,
THE WORK AGREED TO BE DONEE OR FOR ANY WORK OR LABOR
DONE THEREON OF ANY KINDS
THE SURETY ON THIS BOND WILL PAY THE SAME TO THE EXTENT
HEREINAFTER SET FORTH:
'
NOW, THEREFORE, WE
SULLY MILLER CONTRACTING COMPANY
-
'
AS PRINCIPALS HEREINAFTER
DESIGNATED AS THE CONTRACTOR AND
'
HIGHLANDS
INSURANCE COMPANY
AS SURETY] ARE HELD FIRMLY
BOUND UNTO THE CITY OF NEWPORT BEACH IN THE SUM OF
50/100
ONF HITNTIR F.n FORTY FTVR THOUSAND
NTNFTY FOUR DOLLARS ($ 145,094.50 )
_
' SAID SUM BEING ONE -HALF OF THE ESTIMATED AMOUNT PAYABLE BY THE CITY OF NEWPORT
BEACH UNDER THE TERMS OF THE CONTRACTS 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 SUBCON-
TRACTORS� FAIL TO PAY FOR ANY MATERIALS PROVISIONSO PROVENDER, OR OTHER SUPPLIES,
t OR TEAMS USED INO UPON: FORS OR ABOUT THE PERFORMANCE OF THE WORK CONTRACTED TO
BE DONEO 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 SAMEA IN AN AMOUNT NOT EXCEEDING THE SUM SPECI-
FIED IN THE BOUDO AND ALSO IN CASE SUIT IS BROUGHT UPON THE BOND, A REASONABLE
ATTORNEYS FEE, TO BE FIXED BY THE COURTS AS REQUIRED BY THE PROVISIONS OF SECTION
4204 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA.
1
PAGE 6
LABOR AND MATERIAL BOND - CONTINUED)
THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS, COMPANIES, AND CORPOR-
ATION ENTITLED TO FILE CLAIMS UNDER SECTION 1192.1 OF THE CODE OF CIVIL PROCEDURE
SO AS TO GIVE A RIGHT OF ACTION TO THEN OR THEIR ASSIGNS IN ANY SUIT BROUGHT UPON
THIS BONDS AS REQUIRED BY THE PROVISI ONS OF SECTION 4205 OF THE GOVERNMENT CODE OF
THE STATE OF CALIFORNIA.
AND THE SAID SURETYp FOR VALUE RECEIVEDI HEREBY STIPULATES AND AGREES THAT NO CHANGE,
EXTENSION OF TIME, ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACT OR TO THE
WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SANE SHALL
IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS SONDp AND IT DOES HEREBY WAIVE NOTICE OF
ANY SUCH CHANGES EXTENSION OF TIME} ALTERATIONS OR ADDITIONS TO THE TERMS OF THE
CONTRACTOR OR TO THE WORK OR TO THE SPECIFICATIONS.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT
IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM
ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND
SURETY ABOVE NAMED, ON THE Sth DAY OF June . 196 69 ,
SULLY - MILLER CONTRACCTIINGG COMPANY (SEAL)
(SEAL)
H. D. COOTS, VICE PRESIDENT
(SEAL)
BENJAMINC�NT�e YT, ASSISTANT SECRETARY
EAL)
EAL)
JAMES 0. PITTMAN— ATTORNEY —IN -FACT (SEAL)
SURETY.
APPROVED AS TO FORM:
N .
CITY "PINEY
THIS BOND WAS APPROVED BY THE CITY COUNCIL
OF THE CITY OF NEWPORT BEACH BY MOTION ON
DATE
ATTEST:
CITY 'CLERK
STATE of CALIFORNIA
ss.
CdUNTY of LOS ANGELES
on this Sth day of June , 17 69
before me, a Notary Public, within and for said County and State, personally appeared
JAMES 0. PTPIMAN
to me personally known, who being duly sworn, upon oath, did say that he is the Agent and /or Attorney-in -Fact
of and for the HIGHLANDS INSURANCE COMPANY, a corporation created, organized and existing under and by
virtue of the laws of the State of Texas that the Corporate seal offlxed to the foregoing within instrument is the seal
of said Company; that the seal was affixed, and the said instrument was executed by authority of its Board of Dirac.
tors; and the said JAMES 0. PIT{TMAN
A
did aekn }v e t e axe a say ment as the free act and deed of said Company.
O e, say .AT. f
MURIEL V. SMITH
•.,d NDTARY pU3-iC CAL FCRJIA :f
LILOS ANGELES COJ JT'I Notary Public
My Commission Expires Sept. 26, 1972 f
Btotos -.. My Commission expires
,STATE OF CALIFORNIA,
ss.
COUNTY OF LOS ANGELES
ON June 5 190
before me, the undersigned, a Notary Public in and for said State, personally appeared
H 1) CWTS AND BENJAMIN 5 - r)ATIY
orrrcrec RR AL , known to me to be the
MURIEL V. SM -TH VICE PRESIDENT AND ASSISTANT SECRETARY
NOTARY PUBLIC CALFOR:NIA of the SI •r•Y —MT ...R CONTRACTING COMPANY
LOS ANGELES COUNTY the Corporation that executed the within Instrument, known to me to be the person who
My Commies on E :oira sem z6 Ls7z executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged
to me that such Corporation executed the same.
my hand and official seal.
j
Notary Public in and for said State.
11'
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, THAT
•BOND NO: 901435
PREMIUM: $1,361.00
PAGE 7
WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA,
BY MOTION ADOPTED May 26, 1969
HAS AWARDED TO Sully- Miller Contracting Company
HEREINAFTER DESIGNATED AS THE "PRINCIPAL "X A CONTRACT FOR Westcliff Drive Improvements
Irvine Avenue to Dover Drive (Contract No. 1185)
IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI-
CATIONS AND OTHER CONTRACT DOCUMENTS NOW ON FILE IN THE OFFICE OF THE CITY CLERK
OF THE CITY OF NEWPORT BEACH.
WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND
THE TERNS THEREOF REQUIRE THE FURNISHING A BOND FOR THE FAITHFUL PERFORMANCE OF
SAID CONTRACT; .
NOW, THEREFORE, WE, SULLY - MILLER CONTRACTING COMPANY
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR ", AND
HIGHLAAIDS INSURANCE COMPANY
AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
DNE HUNDRED O/ 00 NDRED FORTY FIVE THOUSAND NINETY FOUR AND/ 6OLLARS ($ 145.094.50 ),
SAID SUM BEING EQUAL TO 5.0% OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID TO
THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS; FOR WHICH PAY -
MENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND AD-
MINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BE THESE PRE-
SENTS.
THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE ABOVE BOUNDEN PRINCIPAL, HIS
OR ITS HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS, OR ASSIGNS, SMALL 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 PRO-
VIDED 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 IMTENTrAND MEANING,
AND SHALL INDEMNIFY AND SAVE HARMLESS THE CITY OF NEWPORT BEACH, ITS OFFICERS AND
AGENTS, AS THEREIN STIPULATED, THEN THIS OBLIGATION SHALL BECOME NULL AND VOID;
OTHERWISE IT SHALL REMAIN IN FULL FORCE AND VIRTUE.
PAGE H
(PERFORMANCE BOND - CONTINUED)
AND SAID SURETYp FOR VALUE RECEIVEDO.HEREBY STIPULATES AND AGREES THAT NO CHANGE
EXTENSION OF TIME2 ALTERATION OR ADDITION TO THE TERMS OF THE CONTRACT OR TO THE
WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME SHALL
IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BONDS AND IT DOES HEREBY WAIVE NOTICE
' OF ANY CHANGES EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CON-
TRACT OR TO THE WORK OR TO THE SPECIFICATIONS.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL2
IT IS AGREED THAT THE DEATH ON ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY
FROM ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOF THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND
' SURETY ABOVE NAMED ON THE Sth DAY OF June , 196-,L--.
' SULLY - MILLER CONTRACTING COMPANY(SEAL)
' (SEAL)
H. D. COUFS, VICE RE D
�� (SEAL)
BENJAMIN L ®DAllY, ASSISTANT SECRETARY
HIGHLANDS INSURANCE (SEAL)
(SEAL)
-SURETY
a
ES 0. PITTMAN, ATTORNEY -IN -FACT
APPROVED AS TO FORM:
/ �./
It
CITY AtJORNEY
STATE OF CALIFORNIA
ss.
COUNTY OF LOS ANGELES `)
+ On this Sth day of June '19 69
before me, o Notary Public, within and for said County and State, personally appeared
JAMES 0. PITTMAN
to me personally known, who being duly sworn, upon oath, did say that he is the Agent and /or Attorney- in-foct
of and for the HIGHLANDS INSURANCE COMPANY, a corporation created, organized and existing under and by
virtue of the laws of the State of Texas that the Corporate seal affixed to the foregoing within instrument is the seal
of said Company; that the seal was affixed, and the said instrument was executed by authority of its Board of Direc-
tors; and the said JAMES 0. PITTMAN
did ackn wI a that he executed the said instrument as the free act and deed of said Company.
OFFICIAL, 4P,AL iI
MURIEL V. SMITH �e Z zsA✓ ,
Notary Public
fi NOTARY PUBLIC-CALIF 'NJ (
LOS ANGELES COUNTY�r
a, o,a MY COMMIUlon E%Plnnl SopL 26, 1SY2 My Commission expires
s STATE OF CALIFORNIA,
COUNTY OF
LOS ANGELES } SS.
1
ON June 5 ly 69y
before me, the undersigned, a Notary Public in and for said State, personally appeared
H. D. COOTS AND BENJAMIN L. DADY
known to me to be the
IIFF1�'IAl. NRAL
VICE PRESIDENT AND ASSISTANT SECRETARY
MURtEL V. SMITH of the SULLY — MILLER CONTRACTING COMPANY
the Corporation that executed the within Instrument, known to me to be the person who acknowledged
ao r,ev qua .rc c ' !FCR +IA executed the within Instrument, on behalf of the Corporation, therein named, and
LOS ANGELES CO' "`T' to me that such Corporation executed the same.
001 p B
�......oa Expires SeP - — -- —— - - --
my hand and official seal.
�/ Notary Public in and for said State.
PAGE 9
NON— COLLUSION AFFIDAVIT
THE BIDDERS2 BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESENT AT THE TINE OF
FILING THIS BIDI BEING DULY SWORN ON THEIR OATHS SAY2 THAT NEITHER THEY NOR ANY
OF THEM2 HAVE IN ANY WAYS DIRECTLY OR INDIRECTLYO ENTERED INTO ANY ARRANGEMENT OR
AGREEMENT WITH ANY OTHER BIDDER] OR WITH -'ANY PUBLIC OFFICER OF SUCH CITY OF NEWPORT
' BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER OR THEM2 HAS PAID OR IS TO PAY TO
SUCH BIDDER OR PUBLIC OFFICER ANY SUM OF MONEYS OR HAS GIVEN OR IS TO GIVE TO SUC)i
OTHER BIDDER OR PUBLIC OFFICER ANYTHING OF VALUE WHATEVER2 OR SUCH AFFIANT OR AF-
FIANTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLY2 ENTERED INTO ANY ARRANGE -
MENT OR AGREEMENT WITH ANY OTHER BIDDER OR BIDDERS$ WHICH TENDS TO OR DOES LESSEN
OR DESTROY FREE COMPETITION IN THE LETTING OF THE CONTRACT SOUGHT FOR BY THE AT-
TACHED BIDS; THAT NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR MATE'RIALMAN
THROUGH ANY BID DEPOSITORY, THE BYLAWS., RULES OR REGULATIONS OF WHICH PROHIBIT OR
PREVENT THE CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL -
MAN WHICH IS NOT PROCESSED THROUGH SAID BID DEPOSITORY OR WHICH PREVENT ANY.SUB-
' CONTRACTOR OR MATERI.ALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE
FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPOSITORY THAT NO INDUCE-
MENT OR ANY FORM OR CHARACTER OTHER THAN THAT WHICH APPEARS UPON THE FACE OF THE
' BID WILL.BE SUGGESTED, OFFEREDI PAID2 OR DELIVERED TO ANY PERSON WHOMSOEVER TO
INFLUENCE,THE ACCEPTANCE OF THE SAID BID OR AWARDING OF THE CONTRACTS NOR HAS THIS
BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER2 WITH ANY PERSON
' WHOMSOEVER TO PAY2 DELIVER TO, OR SHARE WITH ANY OTHER PERSON IN ANY WAY OR MANNER'
ANY OF THE PROCEEDS OF THE CONTRACTS SHOUGHT BY THIS BID.
1
1 SUBSCRIBED AND SWORN TO BEFORE ME BY (71a) rRq -lann
THIS 2nth DAY OF MaY
196__9___.
MY COMMISSION.EXPtRES:
Mai 3� 1971 (s) ,lamps F_ Winders
NOTARY PUBLIC
D
ORIGINAL COPY SEE CITY CLERK' A LE COPY
PAGE 10
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 EXPERIENCED SKILLS AND
BUSINESS STANDING..)
THE UNDERSIGNED SUBMITS HEREWITH A STATEMENT OF HIS FINANCIAL RESPONSIBILITY.
THE UNDERSIGNED SUBMITS BELOW A STATEMENT OF THE WORK OF SIMILAR CHARACTER TO THAT
INCLUDED IN THE PROPOSED CONTRACT WHICH HE HAS SUCCESSFULLY PERFORMED.
I GNED
PAGE it
C O N T R A C T
THIS AGREEMENT, MADE AND ENTERED INTO THIS 1/-,Z DAY OF vT'Oi1YE , 196°f ,
BY AND BETWEEN THE CITY OF NEWPORT BEACH, CALIFORNIA, HEREINAFTER DESIGNATED AS THE
CITY, PARTY OF THE FIRST PART, AND Sully- Miller Contracting Company
HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF THE SECOND PART.
WITNESSEITH: THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS;
I. FOR AND IN CONSIDERATION OF THE PAYMENTS AND AGREEMENTS HEREINAFTER MENTIONED
TO BE MADE AND PERFORMED BY THE CITY, THE CONTRACTOR AGREES WITH THE CITY TO FURNISH
ALL MATERIALS AND LABOR FOR THE CONSTRUCTION OF
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, (EX-
CEPT SUCH MATERIALS, IF ANY, AS IN THE SAID SPECIFICATIONS ARE STIPULATED TO BE FUR-
NISHED BY THE CITY), AND TO DO EVERYTHING REQUIRED BY THIS AGREEMENT AND THE SAID
PLANS AND SPECIFICATIONS.
Z. FOR FURNISHING ALL SAID MATERIALS AND LABOR, TOOLS AND EQUIPMENT, AND DOING
ALL THE WORK CONTEMPLATED AND EMBRACED IN THIS AGREEMENT, ALSO FOR ALL 1.6% 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 PROSECU-
TION OF THE WORK UNTIL ITS ACCEPTANCE BY THE CITY, AND FOR ALL RISKS OF EVERY DE-
SCRIPTION CONNECTED WITH THE WORK; ALSO, FOR ALL EXPENSES INCURRED BY OR IN CONSE-
QUENCE OF THE SUSPENSION OR DISCONTINUANCE OF WORK, EXCEPT SUCH AS IN SAID SPECIFI-
CATIONS 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 THEREFORE THE LUMP SUM PRICE, OR IF THE BID IS ON THE UNIT PRICE
BASIS, THE TOTAL PRICE FOR THE SEVERAL ITEMS FURNISHED PURSUANT TO THE SPECIFICATIONS,
NAMED IN THE BIDDING SHEET OF THE PROPOSAL, AS THE CASE MAY BE.
3. THE CITY HEREBY PROMISES AND AGREES WITH THE SAID CONTRACTOR TO EMPLOY, AND
DOESHEREBY 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 CONTRACTS TO PAY.THE SAME AT THE TIME, IN THE MANNER, AND UPON
THE CONDITIONS SET FORTH IN THE SPECIFICATIONS; AND THE SAID PARTIES FOR THEMSELVES,
THEIR HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS AND ASSIGNS,�DO HEREBY AGREE TO
THE FULL PERFORMANCE OF THE COVENANTS HEREIN CONTAINED.
' 4. THE NOTICE TO BIDDERS, INSTRUCTIONS TO BIDDERS, CONTRACTORS PROPOSAL, AND
THE PLANS ARE) SPECIFICATIONS, AND ALL AMENDMENTS THEREOF, WHEN APPROVED BY THE PAR-
TIES 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.
1
. r..s
1
11
I]
1
1
1
I.
1•
1
1
LJ
1'
1
1
i
i
0 0
PAGE 12
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 SMALL ASSUME THE DEFENSE OF AND INDEMNIFY AND SAVE HARMLESS THE
CITY THE DIRECTOR OF PUBLIC WORKS, AND THEIR OFFICERS AND EMPLOYEES FROM'ALL CLAIMS
LOSS, DAMAGED INJURY AND LIABILITY OF EVERY KINDS NATURE, AND DESCRIPTION2 DIRECTLY OR
INDIRECTLY ARISING FROM THE PERFORMANCE OF THE CONTRACT OR WORKS REGARDLESS OF RESPONSf-
BILITY FOR NEGLIGENCE; AND FROM ANY AND ALL CLAIMS, LOSS, DAMAGES INJURY, AND LIABILITY
HOWSOEVER THE SAME MAY BE CAUSED, RESULTING DIRECTLY OR INDIRECTLY FROM THE NATURE OF
THE WORK COVERED BY THE CONTRACTO REGARDLESS OF RESPONSIBILITY FOR NEGLIGENCE. '
ATTEST:
CITY CLENA
APPROVE p AS`'�T �O FOORM:
N' V frni
CITY A ORNEY
CITY F NEWPORT BEACH, CALIFORNIA
SULLY- MILLER CONTRACTING COMPANY
CONTRACTOR
BY: �4t��
H. D. COOTS, VICE PRESIDENT
TITLE
BENJAMIN L. DADY. ASSISTANT SECRETARY
TITLE
STATE OF CALIFORNIA,
COUNTY OF LOS ANGELES
OFFICIAL REA1. I
MURIEL V. SMITH ?
NOTARY PUBLIGCALIFOR'!IA
Y .
LOS ANGELES 'QU "'
i My Commi Wioo Expiras Sept 26, 1972
SS.
June 5
19 69
before me, the undersigned, a Notary Public in and for said State, personally appeared
H D COOTS AND BENJAMIN r DADV
known to me to be the
VTCE PRRSTDFNT AND ASST NT SECRETARY
of the STTT.T.v_MT.W ER_CONTRACTTNG —COMP- -ANY
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 seal.
Notary Public in and for said State.
L7
TO: Public Works Department
FROM: City Clerk
E
Date June 11. 1969
SUBJECT: Contract No. 1185
Project ;iaStnliff $^4v IMVrM zMMtg_ Tnvfrw fp nwar
3
Attached iX"igned copy of subject contract for transmittal to the contractor.
bonding cmpany and yow files.
Contractor: 0..11.. uall ._ r4 a _ at__ n., —.
Address: P. 0. Boot 432, Orange, Calif. 92667
Amount: $ _ 90.1M.00 + additive or000sai item: $5.00
Effective Date: Jt91e 11, 1969
Resolution No. 6991
Laura Lagios
LL: dg
Att.
cc: Finance Department
.a
TO" CITY CLERK `
FROM; Public Works Department
SUBJECT. WESTCLIFF IMPROVEMENTS -. C -1185
E
June 10, 1969'`
Attached are four sets of contract documents and one set of
insurance forms for the '-s# project.
These documents have been reviewed and approved, as noted,
by the City Attorney's office.
When all documents have been executed by the Mayor and
your office, please return the Public Works and Contractor's
copies to me.
Don Webb
Project Engineer
DW /ldg
Att.
0
,
Irl
A
A
0•
CONTRACT NO. 1185
CITY OF NEWPORT BEACH
AHFP NO. 483
!•
CONTRACT DOCUMENTS
FOR
WESTCLIFF DRIVE IMPROVEMENTS
IRVINE AVENUE TO DOVER DRIVE
Approved by the City Council
on jthhii s 28th dayz of April, 1969
LAURA S, GlPtALERK
' 1. - PROPOSAL
2. PAGE - DESIGNATION OF SUB- CONTRACTORS
3�PAGE - BIDDERS BOND
PAGE 9 - NON - COLLUSION AFFIDAVIT
5. PAGE 10 - CONTRACTOR'S FINANCIAL STATUS
'THE DOCUMENTS SHALL BE AFFIXED WITH THE APPROPRIATE SIGNATURES 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 BE COMPARED ON THE BASIS OF THE ENOINEER'S ESTIMATE. THE ESTIMATED QUANTI-
TIES 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 III Of BUSINESS AND PROFESSIONS' CODE. THE CONTRACTOR
SHALL STATE HIS LICENSE NUMBER AND CLASSIFICATION IN THE PROPOSAL.
'PLANS, SPECIAL PROVISIONS, AND CONTRACT DOCUMENTS MAY BE OBTAINED AT THE PUBLIC WORKS DE-
PARTMENT, CITY HALL, NEWPORT BEACH, CALIFORNIA, AT NO COST TO LICENSED CONTRACTORS. A NON-
REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF PLANS, SPECIAL PROVISIONS, AND
'CONTRACT DOCUMENTS FOR OTHERS THAN LICENSED CONTRACTORS. IT IS REQUESTED THAT THE PLANS AND
SPECIAL PROVISIONS BE RETURNED WITHIN Z WEEKS AFTER THE BID OPENING.
. ' THE CITY OF NEWPORT BEACH RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO WAIVE ANY
INFORMALITY IN SUCH BIDS.
IN ACCORDANCE WITH THE PROVISIONS OF SECTION 1770 OF THE LABOR CODE, THE CITY COUNCIL OF
THE CITY OF NEWPORT BEACH HAS ASCERTAINED THE GENERAL PREVAILING RATE OF'PER DIEM WAGES IN
THE LOCALITY IN WHICH THE WORK IS TO BE PERFORMED FOR EACH CRAFT OR TYPE OF WORKMAN OR
MECHANIC NEEDED TO EXECUTE THE CONTRACT AND HAS SET FORTH THESE ITEMS IN RESOLUTION N0. 6519.
COPY
OF SAID RESOLUTION
IS AVAILABLE IN THE OFFICE OF THE CITY
CLERK
IN THE CITY OF NEWPORT
PAGE I -A
'
SHEET I OF Z)
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS WILL BE RECEIVED AT THE OFFICE OF THE CITY CLERK, CITY HALL,
NEWPORT BEACH,
CALIFORNIA, UNTIL 10:00 A.M., ON THE20th DAY OF May 1969, AT
WHICH TIME THEY WILL
,
BE OPENED AND READ, FOR PERFORMING WORK AS FOLLOWS:
WESTCLIFF DRIVE IMPROVEMENTS
IRVINE AVENUE TO DOVER DRIVE
'
CONTRACT NO. 1185
BID WILL BE RECEIVED UNLESS IT IS MADE ON A PROPOSAL FORM FURNISHED
BY THE PUBLIC WORKS
'NO
DEPARTMENT. EACH BID MUST BE ACCOMPANIED BY CASH, CERTIFIED CHECK OR
BIDDERS BOND MADE
PAYABLE TO THE CITY OF NEWPORT BEACH, FOR AN AMOUNT EQUAL TO AT LEAST
IO PERCENT OF THE
AMOUNT BID.
'
THE DOCUMENTS INCLUDED WITHIN THE SEALED BIDS WHICH REQUIRE COMPLETION
AND EXECUTION ARE
THE FOLLOWING.
' 1. - PROPOSAL
2. PAGE - DESIGNATION OF SUB- CONTRACTORS
3�PAGE - BIDDERS BOND
PAGE 9 - NON - COLLUSION AFFIDAVIT
5. PAGE 10 - CONTRACTOR'S FINANCIAL STATUS
'THE DOCUMENTS SHALL BE AFFIXED WITH THE APPROPRIATE SIGNATURES 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 BE COMPARED ON THE BASIS OF THE ENOINEER'S ESTIMATE. THE ESTIMATED QUANTI-
TIES 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 III Of BUSINESS AND PROFESSIONS' CODE. THE CONTRACTOR
SHALL STATE HIS LICENSE NUMBER AND CLASSIFICATION IN THE PROPOSAL.
'PLANS, SPECIAL PROVISIONS, AND CONTRACT DOCUMENTS MAY BE OBTAINED AT THE PUBLIC WORKS DE-
PARTMENT, CITY HALL, NEWPORT BEACH, CALIFORNIA, AT NO COST TO LICENSED CONTRACTORS. A NON-
REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF PLANS, SPECIAL PROVISIONS, AND
'CONTRACT DOCUMENTS FOR OTHERS THAN LICENSED CONTRACTORS. IT IS REQUESTED THAT THE PLANS AND
SPECIAL PROVISIONS BE RETURNED WITHIN Z WEEKS AFTER THE BID OPENING.
. ' THE CITY OF NEWPORT BEACH RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO WAIVE ANY
INFORMALITY IN SUCH BIDS.
IN ACCORDANCE WITH THE PROVISIONS OF SECTION 1770 OF THE LABOR CODE, THE CITY COUNCIL OF
THE CITY OF NEWPORT BEACH HAS ASCERTAINED THE GENERAL PREVAILING RATE OF'PER DIEM WAGES IN
THE LOCALITY IN WHICH THE WORK IS TO BE PERFORMED FOR EACH CRAFT OR TYPE OF WORKMAN OR
MECHANIC NEEDED TO EXECUTE THE CONTRACT AND HAS SET FORTH THESE ITEMS IN RESOLUTION N0. 6519.
COPY
OF SAID RESOLUTION
IS AVAILABLE IN THE OFFICE OF THE CITY
CLERK
IN THE CITY OF NEWPORT
'A
BEACH.
III,, 00 00
H
Page lb
The following is the schedule of prevailing wage rates, 1968 -69, for a selective
'list of classifications. Together with the information included in the Resolution
No. 6519, this schedule is to be considered a part of these contract specifications.
Prevailing Wage Rates - 1968 -69
Classification (Selective Listing) (5/1/68)
' Any classification omitted herein shall be the prevailing craft rate.
Overtime, Sunday and Holiday rates are at prevailing craft rates.
' CITY OF NEWPORT BEACH, CALIFORNIA
' Laura Lagios, City Clerk
i
Caroenters
5.33
1
Cement Mason Journeyman
5.13
Laborers
'
General or Construction
Asphalt Raker & Ironer
3.97
4.18
Flagman
3.97
Guinea Chaser
4.05
'
Laying of all non - metallic pipe
4.28
Tunnel Classifications
Vibratorman, Jack Hammer, Pneumatic Tools
'
(except driller)
4.695
Operating Engineers
(7/1/6.8)
'
Oiler and signalman (Group 1)
4.68
Skiploader (Less 4/5 yd.) (Croup 2)
4.92
Rodman and Chainman'(Group 3)
5.16
Instrumentman (Group 4)
5.27
'
Grade Checker (Group 5)
5.46
Pavement - breaker operator (Group 5)
5.46
'
Grade -all operator (Group 6)
5.56
Teamsters
(5/19/68)
Dump Truck Driver (Less than 4 yds.)
-4 S.
Water truck driver (2500 gal. to 4000 gal.)
4.83
Building and Construction trades
(sjl/F,R)
Bricklayer & Stone Mason
5.30
'
Electrician
(1/1/68)
Journeyman Wireman
(5/23/68)
'
Lather
5.08
Painters
(7/1/68)
Journeyman - spray
5.79
1
Pipe trades
Plumber
5.79
' Any classification omitted herein shall be the prevailing craft rate.
Overtime, Sunday and Holiday rates are at prevailing craft rates.
' CITY OF NEWPORT BEACH, CALIFORNIA
' Laura Lagios, City Clerk
i
. Y
r llt
WESTCLIFF DRIVE IMPROVEMENTS
IRVINE AVENUE TO DOVER DRIVE
CONTRACT 1185
' PROPOSAL
To the City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92660
Gentlemen:
PR1of10
The undersigned declares that he has carefully examined the location of the work,
has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and
hereby proposes to furnish all materials and do all the work required to complete
' Contract No. 1185 in accordance with the Plans and Specifications, and will take in full
payment therefor the following unit prices for each item complete in place, to wit:
tITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
Ia. 2 each Construct Curb Inlet Type OL, L
= 10' Per CNB Drawing No.
' STDX5 -L
@4uvL rpo F Dollars
' and
Cents
Per Each
lb. 5 each Construct Curb Inlet Type OL,
L =14', Per CNB Drawing No,
STDff05 -L
I
@ �oA,r /✓ �.rw�f Do11ars
and
Ale Cents
Per Each
lc. 2 each Construct Curb Inlet Type OL
L = 15', Per CNB Drawing No.
STDe305 -L
$ DSO $ / %Oil•
$ / $qU
@T�Q� ��Do11ara
and
Ale Cents
Per Each
'
?
�
• � •
PR2of10
ITEMY
QUANTITY
ITEM DESCRIPTION
UNIT
TOTAL
NO.
AND UNIT
UNIT PRICE WRITTEN IN WORDS
PRICE
PRICE
2.
1 each
Construct Curb Inlet Type OS Per
'
CNB Drawing No. STD-305 -L with
Curb Inlet Extension per CNB
Drawing No. D- 5043 -L
@ (0 Ao.Oe Dollars
and
Cents
$ 8n57'
Peer r Each
3.
3 each
Construct Manhole No. 2 Per CNB
Drawing No. STD -312 -L
@ .1i,✓�, �_ cii o �_ Dollars
and
%%j Cents
$ Z69
$a? 457 00
Per Each
'
4.
3 each
Construct Manhole No. 4 Per CNB
Drawing No. STD -313 -L
'
@ "T�tGg i4�usts�
-Dollars
and
f2o Cents
$ I.MO
$ 3GGb'
'
Per Each
5.
5 each
Construct Junction Structure No.
'
4 Per CNB Drawing No. STD -324 -L
@ Dollars
and
✓
Ale Cents
$l06,
$
Per Each
'
7.
317 L. F,
Construct 18" Diameter Rein-
forced Concrete Pipe, 2000D
,
Dollars
and
'
Cents
$
Per Lineal Foot
@ EdLz- P4�$_ Dollars
and
Cents $
Per Lineal Foot
11.. 1, 365 L. F. Construct 66" Diameter Reinforced
Concrete Pipe, 1350D
@ Dollars
and
-/� Cents
Per Lineal Foot
12. Lump Sum Construct Outlet Structure
Dollars
and
Cents
Lump Sum
$ . � Z3. ° -o $ 7-27 s-
• 4 •
PR3of10
ITEM
QUANTITY
ITEM DESCRIPTION
UNIT
TOTAL
NO,
AND UNIT
UNIT PRICE WRITTEN IN WORDS
PRICE
PRICE
I
8.
36 L. F.
Construct 21" Diameter Reinforced
'
Concrete Pipe, 2000D
Dollars
and
Cents
$
'
Per Lineal Foot
9.
540 L. F.
Construct 36" Diameter Reinforced
Concrete Pipe, 1350D
@� Dollars
'
��— and
%jj Cents
$ 0&
$20526.
Per Lineal Foot
10.
900 L, F.
Construct 601' Diameter Reinforced
Concrete Pipe, 1350D
@ EdLz- P4�$_ Dollars
and
Cents $
Per Lineal Foot
11.. 1, 365 L. F. Construct 66" Diameter Reinforced
Concrete Pipe, 1350D
@ Dollars
and
-/� Cents
Per Lineal Foot
12. Lump Sum Construct Outlet Structure
Dollars
and
Cents
Lump Sum
$ . � Z3. ° -o $ 7-27 s-
0 • 0 • PR4of10
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
13. Lump Sum Installation of 24" Cement Mortar
Lined and Coated Welded Steel
Pipe Special
@ Dollars
and
/Zp Cents $ DOO.
Lump Sum
14- Lump Sum Construct Fire Hydrant, 6" Gate
Valve, 6" Asbestos Cement Pipe,
& Associated Appurtenances Per
CNB Drawing No. STD -501 -L
@ �,p Dollars
and
%%} Cents
Lump Sum
15. 842 L. F. Construct 8" Vitrified Clay Pipe
Sewer Main
@ 72,e2 Dollars ✓
y� and
Cents $ /01 OD
Per Lineal Foot
16. 4 each Construct Reinforced Standard
Precast Sewer Manhole Per CNB
Drawing No. STD -402 -L
@ Dollars
and o 0
Cents $ -!�- $�,js100-
Per Each
17. 8 each Construct 6" V. C. P. Sewer
Lateral Connections
@ (yyy_ �� Dollars
and
�a Cents $ a� o —° $�9�p
Per Each
. • PR5of10
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1 18. 10 L. F. Construct Portland Cement Con-
crete Sewer Main Encasement
l@ -24Q, Dollars
and
Cents
Per Lineal Foot
l
21. 340 L. F. Construct Modified Type "A"
P. C. C. Curb and Gutter (6"
Curb Face and 1811 Wide Gutter
' with 1 1/2" Gutter Slope) Per
Applicable Portions of CNB Draw-
ing STD - 102 -L, Including Sawcutting
1 and Removal of Existing Curb and
Gutter
1 @_�
Dollars
and
Cents
1 Per Lineal Foot
[_l
1
ol
$ $570. CW
11
$ 3, 610 $ /020, °—°
Dollars
✓
and
j Cents
$ $�
'
Per Lineal Foot
19. Lump Sum
Fill and Plug Existing 42"
1
C. M. P. Storm Drain (Approxi-
mately 370 L, F. )
1
@ Dollars
and
�^
/KJ Cents
pe
$ OOp $ eecw.—
Lump Sum
20. 190 L. F.
Construct Type "A" P. C. C. Curb
1
and Gutter (6" and Variable
Height Curb Face) Per CNB Draw-
ing No. STD - 102 -L, Including
1
Sawcutting and Removal of Exist-
ing Curb & Gutter
l@ -24Q, Dollars
and
Cents
Per Lineal Foot
l
21. 340 L. F. Construct Modified Type "A"
P. C. C. Curb and Gutter (6"
Curb Face and 1811 Wide Gutter
' with 1 1/2" Gutter Slope) Per
Applicable Portions of CNB Draw-
ing STD - 102 -L, Including Sawcutting
1 and Removal of Existing Curb and
Gutter
1 @_�
Dollars
and
Cents
1 Per Lineal Foot
[_l
1
ol
$ $570. CW
11
$ 3, 610 $ /020, °—°
1
Dollars
✓
• 40 •
PR6of10
'
ITEM'
NO.
Per Each
24. 1 each
QUANTITY
AND UNIT
ITEM DESCRIPTION
UNIT PRICE WRITTEN IN WORDS
UNIT TOTAL
PRICE PRICE
Driveway Approach, Type II, Per
CNB Drawing No. STD - 107 -L,
Including Removal of Existing
t
22.
2,500 L. F.
Construct Type "D" P. C. C. Curb
(6" Curb Face) Per CNB Drawing
/ //
@ %!fn �/ �n.a�j) o Dollars
No. STD- 102A -:.L
'
Cents
o0 00
$ 200. $ 2CY%
@ �j�tp Dollars
✓
'
and
0� iC Cents
—Per Li a oot
S
Y
Construct 411 Thick P. C. C. Side-
23.
2 each
Construct P. C. C. Commercial
'
'
Driveway Approach, Type I, Per
CNB Drawing No. STD - 106 -L,
Including Removal of Existing
Approach
@ Dollars ti
and
'c Cents
Per qu a Foot
i
Dollars
✓
and
Cents
$ �O � $Soo•
'
Per Each
24. 1 each
Construct P. C. C. Residential
Driveway Approach, Type II, Per
CNB Drawing No. STD - 107 -L,
Including Removal of Existing
Approach
/ //
@ %!fn �/ �n.a�j) o Dollars
and
'
Cents
o0 00
$ 200. $ 2CY%
Per Each
'
25. 1, 650 S. F.
Construct 411 Thick P. C. C. Side-
walk Per CNB Drawing No. STD-
'
103 -L, Including Removal of
Existing Sidewalk
@ Dollars ti
and
'c Cents
Per qu a Foot
i
I I * • 00 PR7of10
ITEM' QUANTITY ITEM DESCRIPTION UNIT TOTAL
' NO, AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
' 26
27
28
' 29.
30
1, 650 S. F. Construct 8" Thick P. C. C. Over
4" Thick A. B. Cross- Gutters and
Cross- Gutter Extensions, Including
Removing of Existing Cross - Gutters
and Pavement
@ Dollars
and
Cents
Per Square Foot
4, 500 S. F. Construct 3" Thick P. C. C. Median
Filler Pavement
@ /?ep Dollars
,� and
Cents
Per" are Foot
4 each Construct 1" Standard Water
Service Per CNB Drawing No.
STD -503 -L
@ Dollars
/�'` and
Cents
Per Each
3 each Construct 2" Standard Water Ser-
vice Per CNB Drawing No,
STD -513 -L
$ &7,
$ ZOO. — $
°[lm� /.�,�sv /�.t,,Z /GC�v�ollars
- - and
Cents $ $
Per Each
300 C. Y. Furnish and Place Topsoil In
Planter Areas
@ /,C7-OZf/LJ Dollars
and
`t C/ Cents
Per Cubic Yard
oe
$oo $/200—
ITEM QUANTITY ITEM DESCRIPTION
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS
31. 8 each Adjust Sewer Manhole to Finished
Grade
Dollars
I and
Cents
' Per Each
32. 1 each Adjust Storm Drain Manhole to
' Finished Grade
Dollars
' and
Cents
Per Each
' 33. 10 each Adjust Water Valve Box to
Finished Grade
' @� Dollars
and
Cents
Per Each
' 34. 2 each Reconstruct Street Monument Per
CNB Drawing No. STD -110 -L
@� %may ^� Dollars
and
Cents
' Per Each
35. Lump Sum Relocate Existing Street Light
Standard, Approximately 175 L. F.
of Conduit and Wiring, and Associ-
ated Appurtenances at the Northeast
Corner of Irvine Avenue and Sher -
ington Place
I @ Z! I Dollars
and
%2p Cents
Lump Sum
t
PR8of10
UNIT TOTAL
PRICE PRICE
I
$ 7,57 oo $ lOD- a�
ICI
®I
e-10 eno
$ 7�r- ov $
$
I
5
1
1
1
11
• PR9of10
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
36. Lump Sum Sawcut and Remove Existing A. C.
Parking Lot Pavement, Excavate
2' Deep for new Planter Area,
Relocate 4 Existing P. C. C. Wheel
Stops, and Install 3 new 6' -Long
P. C. C. Wheel Stops at the North-
east Corner of Irvine Avenue and
Sherington Place
@ %` „��L�_/ ��_ Dollars
—0 and
Cents
Lump Sum
37. Lump Sum Relocate Existing Water Service,
Hose Bib and Three Sprinkler
Valves with Vacuum Breakers,
Underground Sprinkler System,
and Decorative Light Fixture with
Associated Electrical Conduit and
Wiring at the Northeast Corner of
Irvine Avenue and Sherington Place
@ Dollars
and
Cents
Lump Sum
38. Lump Sum Construct 2" Diameter Galvanized
Steel Underground Electrical Con-
duits, 2" Diameter Galvanized
Steel Electrical Conduit Stubouts,
No. 66 Pullboxes, and other
Appurtenant Items for Traffic
Signalization at Westcliff Drive and
Dover Drive Intersection
@ � / Looc _� Dollars
and
Cents
Lump Sum
ii /
®I
3oc� $ 3ooa, oo
PR 10 of 10
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO, AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1 39. 12,000 Tons. Construct Asphalt Concrete
@ Dollars
and Zo 00
Cents $ $
Per T
TOTAL PRICE WRITTEN IN WORDS o TOTAL
s
and
�Q Cents
ADDITIVE PROPOSAL ITEM:
40. Cost for each additional ton of
bedding material with a minimum
sand equivalent value of 20, in-
cluding excavation, required be-
cause of unsuitable native
material encountered at the pro-
posed trench bottom.
@ ��� Dollars
and
Cents
Per Ton
$ 2� /Op9_00 ✓
o�
�h
NOTICE TO BIDDERS:
! •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT NO. 1185
CONTRACT DOUCMENTS
FOR
s•
WESTCLIFF DRIVE IMPROVEMENTS
IRVINE AVENUE TO DOVER DRIVE
ADDENDUM NO. 1
May 13, 1969
Please be advised of the following revisions to the Contract Doucments.
1. Page 1 -A - Notice inviting bids: Revise 6th paragraph to read:
"No. bid will be accepted from a Contractor who has not been
licensed as a Class A General Engineering Contractor, in accordance
with the provisions of Chapter 9, Division III of Business and
Professions Code. The Contractor shall state his license number in
the proposal."
2. Page PR 1 of 10 of Proposal: Change the CNB Drawing No. STD
to read 305 -L in items Number la, lb, and lc.
3. Page PR 9 of 10 of proposal: Item 38: Change No. 66 Pull boxes
to No. 6 Pull boxes.
4. Page SP 11 of 15 of Special Provisions, paragraph XXI, (2)
revise to read: Pull boxes are to be Brooks or Fraser No. 6
Pull boxes or approved equal boxes with minimum inside
dimensions of 17" X 29" X 12 ".
Please show date of receipt of this Addendum on the Proposal
or insert a copy with your Proposal.
Date Donal Webby
Project Engineer
1p
2/7/67
'ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE G,AVEN ESTIMATED QUANTITIES OF WORK,
AS INDICATED IN THIS PROPOSAL, TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER. IN CASE
OF A DISCREPANCY BETWEEN WORDS AND FIGURES, THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR
IN THE EXTENSION OF A UNIT PRICE, THE CORRECTED EXTENSION SHALL BE CALCULATED AND THE BIDS
tWILL 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 WITHIN TEN (10) DAYS, NOT INCLUDING SUNDAY, AFTER HAVING RECEIVED
NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE, THE PROCEEDS OF CHECK OR BOND ACCOMPANY-
ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH.
' LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STATE OF CALIFORNIA PROVIDING FOR
THE REGISTRATION OF CONTRACTORS, LICENSE NO. 1538 Class "A!' CLASSIFICATION A
' ACCOMPANYING THIS PROPOSAL IS ROOM- _
CASH, CERTIFIED CHECK, CASHIERS CHECK OR BOND
IN AN AMOUNT NOT LESS THAN 10 PERCENT 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.
'1(714) 639 -1469
' PHONE NUMBER
' lilt �f- zo, / L76 9
DATE
1
P. 0. BOX 492
1 ORANGE, CALIF. 92667
11
1
u
SULLY - MILLER CONTRACTING COMPANY
SULLY - MILLER CONTRI ChYANY(SEAL)
AUTHORIZED SIGNATURE
AUTHORIZED SIGNATURE
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:
SULLY - MILLER CONTRACTING COMPANY
11 1..L1L 11'VLLL \LL1 liV l \L VLif111V1\
MARSHALL MCDON'ALD - PRESIDENT
DONN O. MICHAELS - VICE PRES. & MGR.
BENJAMIN L. DADY - ASST. SECRETARY
PAGE 3
1
DESIGNATION OF SUB - CONTRACTORS
' THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING
LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB - CONTRACTORS LISTED
' WILL BE USED FOR THE WORK FOR WHICH THEY 8102 SUBJECT TO THE APPROVAL OF
THE CITY ENGINEER, AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE
SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB - CONTRACTORS EXCEPT UPON
' THE PRIOR APPROVAL OF THE ENGINEER.
ITEM OF WORK SUB - CONTRACTOR ADDRESS
2. ��c.�ETE L %7��9di✓ O.eq.� -c��.�
3•
4.
5•
' 6.
7•
' 8.
'
10.
II.
12.
SULLY-MILLER C��OpDNNRTRgACNNTINeING COMPANY
CON COMPANY
SULLY-MILLER 11aAcTItN6
AUTHORIZED SIGNATURE
1
Co/;z ene /+-r-i on/
TYPE OF ORGANIZATION
(INDIVIDUAL, CO- PARTNERSHIP OR CORP)
P. O- BOX 432 ORANGE, CALIF. 92667
' (714) 639 -1400
ADDRESS
I - ,:- A
1
40
PAGE 14
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
THAT WE
AS PRINCIPAL,
AND , AS SURETY, ARE HELD
AND FIRML,YBOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF
DOLLARS ($ ), LAWFUL MONEY OF THE UNITED
STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADE, WE BIND OURSELVES,
JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN PRINCIPAL FOR THE CONSTRUCTION OF
IN THE CITY OF NEWPORT BEACH, IS ACCEPTED BY THE CITY COUNCIL OF SAID CITY, AND IF THE
ABOVE BOUNDEN PRINCIPAL.SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUC-
TION AND SHALL EXECUTE AND DELIVER THE TWO (Z) BONDS DESCRIBED IN THE "NOTICE INVITING
BIDS" WITHIN TEN (1)) DAYS (NOT INCLUDING SATURDAY AND SUNDAY) FROM THE DATE OF THE
MAILING' OF A NOTICE TO THE ABOVE BOUNDEN PRINCIPAL BY AND FROM SAID CITY OF NEWPORT
BEACH THAT SAID CONTRACT IS READY FOR EXECUTION, THEN THIS OBLIGATION SHALL BECOME NULL
AND VOID; OTHERWISE IT BE AND REMAIN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED
HEREIN SHALL OE .FORFEITED TO THE SAID CITY.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL,
IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM
ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS DAY OF
19
CORPORATE SEAL (IF CORPORATION)
ATTACH ACKNOWLEDGEMENT OF
ATTORNEY IN FACT)
BY
TIT
PRINCIPAL
SURETY
BOND NO: 900400 (4$8)
PREMIUM: INCLUDED IN BBSU
HIGHLANDS INSURANCE COMPANY
Houston, Texas
Know all men by these presents, That we,
SULLY- MILLER CONTRACTING COMPANY
as principal, and the HIGHLANDS INSURANCE COMPANY, a corporation under the laws of the State
of Texas, having its principal place of business at Houston, Texas, as surety, are held and firmly bound unto
CITY OF NEWPORT BEACH
as obligee, in the penal sum of TEN PERCENTUM (10 %) OF THE AMOUNT OF THE BID IN
DbLLARS, lawful money of the United States of America; for the payment of which, well and truly to be made,
we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly
by these presents.
SIGNED, sealed and dated this 20th day of May 1969
WHEREAS, the said principal, is herewith submitting its proposal for
WESTCLIFF DRIVE IRVINE AVENUE TO DOVER DRIVE
THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that if the aforesaid principal shall be awarded
the contract, the said principal will, within the time required, enter into a contract and give bond for the faithful
performance of the contract, then this obligation shall be null and void, otherwise the principal and surety will
pay unto the obligee the difference in money between the amount of the bid of the said principal and the amount
for which the obligee may legally contract with another party to perform the work if the latter amount be in excess
of the former; in no event shall the surety's liability exceed the penal sum hereof.
SULLY- MILLER CONTRACTING COMPANY
By
JAMES I'1'[7dAN = Affdrney -in -Fact.
B 1104 7 -68
NY,
STATE OF CALIFORNIA
s a.
COUNTY OF LOS ANGELES
on this 20th doy of May '19 69
before me, a Notary Public, within and for said County and State, personally appeared
JAMES 0. PITTMAN
to me personally known, who being duly sworn, upon oath, did soy that he is the Agent and /or Attorney -in -fact
of and far the HIGHLANDS INSURANCE COMPANY, a corporation created, organized and existing under and by
virtue of the laws of the State of Texas that the Corporate seal affixed to the foregoing within instrument is the seal
of said Company; that the seal was affixed, and the said instrument was executed by authority of its Board of Direc.
tors; and the said JAMES 0. PITTMAN
did ackno�,le' 8ge5Y6614p }ewebtad.Jlozs.sgid'tnstrLLment as the free act and deed of said Company,
r MURIEL V SMITH
Notary PublT� L
kx.(�$• ) ` .... i7 .t, , :..�i,2 uln ic
LOS ANGELES COUN?: i
MY_C_o_mmi_ssion Expires Sept 26, 1912 ,E
Btota - My Commission expires
STATE OF CALIFORNIA,
COUNTY OF
LOS ANGELES ` ss.
pry May 20 19-6_q,
before me, the undersigned, a Notary Public in and for said State, personally appeared
RFNTAMTN i n °nv
known to me to be the
ASSISTANT SECRETARY
of the STIT i Y —MT T I FR CIONTRAr.TTNG COMP
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.
_...}._..__._.`r•...(,I,I whn .�I WITNESS my hand
r::y Co:nmiss:on Fxpires Sepl. 25, 1972
NAME (TYPED OR PRINTED)
Notary Public in and for said State.
y PAGE 5
LABOR AND MATERIAL BOND
' KNOW ALL MEN BY THESE PRESENTS, THAT
' WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA,
BY MOTION ADOPTED
' HAS AWARDED TO ,
' HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR
' IN THE CITY OF NEWPORT BEACH -:, IN STRICT CONFORMITY WITH THE DRAWINGS.AND SPECIFI-
CATIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY CLERK.
NOW, THEREFORE, WE
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND
AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
DOLLARS ( ),
SAID SUM BEING ONE -HALF OF THE ESTIMATED AMOUNT PAYABLE BY THE CITY OF NEWPORT
BEACH 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 SUBCON-
TRACTORS, FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES,
OR TEAMS,.USEO 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 SPECI-
FIED IN THE BOND, AND ALSO, IN CASE SUIT IS BROUGHT UPON THE BOND, A REASONABLE
ATTORNEYS FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION
4204 OF THE GOVERNMENT CODE OF THE STATE-4F CALIFORNIA.
WHEREAS, SAID PRINCIPAL HAS EXECUTED OR
IS ABOUT TO EXECUTE SAID
CONTRACT AND
THE TERMS THEREOF REQUIRE THE FURNISHING OF
A BOND WITH SAID CONTRACT,;PROVIDING
THAT IF SAID PRINCIPAL OR ANY OF HIS OR ITS
SUBCONTRACTORS, SMALL FAIL
TO PAY FOR
ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER
SUPPLIES OR TEAMS USED
IN, UPON., FOR,
'
OR ABOUT THE PERFORMANCE OF THE WORK AGREED
TO BE DONE, OR FOR ANY 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
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND
AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
DOLLARS ( ),
SAID SUM BEING ONE -HALF OF THE ESTIMATED AMOUNT PAYABLE BY THE CITY OF NEWPORT
BEACH 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 SUBCON-
TRACTORS, FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES,
OR TEAMS,.USEO 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 SPECI-
FIED IN THE BOND, AND ALSO, IN CASE SUIT IS BROUGHT UPON THE BOND, A REASONABLE
ATTORNEYS FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION
4204 OF THE GOVERNMENT CODE OF THE STATE-4F CALIFORNIA.
46
LABOR AND MATERIAL BOND - CONTINUED)
PAGE 6>
THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS, COMPANIES, AND CORPOR-
ATION ENTITLED TO FILE CLAIMS UNDER SECTION 1192.1 OF THE CODE OF CIVIL PROCEDURE
SO AS TO GIVE A RIGHT OF ACTION TO THEM OR THEIR ASSIGNS IN ANY SUIT BROUGHT UPON
THIS BOND, AS REQUIRED BY THE PROVISIONS OF SECTION 4205 OF THE GOVERNMENT CODE OF
THE STATE OF CALIFORNIA.
AND THE SAID SURETY, FOR VALUE RECEIVED, HEREBY STIPULATES AND AGREES THAT NO CHANGE,
EXTENSION OF TIME, ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACT OR TO THE
WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME SHALL
IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND, AND IT DOES HEREBY WAIVE NOTICE OF
ANY SUCH CHANGE, EXTENSION OF TIME, ALTERATIONS OR ADDITIONS TO THE TERMS OF THE
CONTRACTOR 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 SMALL NOT EXONERATE THE SURETY FROM
ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND
SURETY ABOVE NAMED, ON THE DAY OF, . 196) .
APPROVED AS TO FORM:
CITY ATTORNEY
THIS BOND WAS APPROVED BY THE CITY COUNCIL
OF THE CITY OF NEWPORT BEACH BY MOTION ON
DATE
ATTEST=
CITY CLERK
(SEAL)
(SEAL)
-(SEAL)
CONTRACTOR
(SEAL)
(SEAL)
(SEAL)
SURETY
IN
No
h.
PAGE 7
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, THAT
WHEREASp THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA,
be BY MOTION ADOPTED
HAS AWARDED TO
Il" HEREINAFTER DESIGNATED AS THE "PRINCIPAL" A CONTRACT FOR
r
IN THE CITY OF NEWPORT BEACH IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI-
CATIONS AND OTHER CONTRACT DOCUMENTS NOW ON FILE IN THE OFFICE OF THE CITY CLERK
4 OF THE CITY OF NEWPORT BEACH.
WHEREAS3 SAID PRINCIPAL HAS EXECUTED OR IS A80UT TO EXECUTE SAID CONTRACT AND
THE TERMS THEREOF REQUIRE THE FURNISHING A BOND FOR THE FAITHFUL PERFORMANCE OF
bib SAID CONTRACT;
NOW, THEREFORE, WEB
a
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR", AND
I<. AS SURETY' ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
DOLLARS
SAID SUM BEING EQUAL TO 50% OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID TO
THE SAID CITY OR ITS CERTAIN ATTORNEYS ITS SUCCESSORS, AND ASSIGNS; FOR WHICH PAY -
MENTP WELL AND TRULY TO BE MADE WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND AD-
�' MINISTRATORS� SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BE THESE PRE-
SENTS.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT IF THE ABOVE BOUNDEN PRINCIPALS HIS
OR ITS HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS, OR ASSIGNS, SHALL IN ALL THINGS
STAND TO AND ABIDE BYE AND WELL AND TRULY KEEP AND PERFORM THE COVENANTS CONDITIONS
AND AGREEMENTS IN THE SAID CONTRACT AND ANY ALTERATION THEREOF MADE AS THEREIN PRO-
VIDED ON HIS OR THEIR PARTS TO BE KEPT AND PERFORMED AT THE TIME AND IN THE MANNER
THEREIN SPECIFIEDp AND IN ALL RESPECTS ACCORDING TO THEIR TRUE INTENT AND MEANING,
AND SHALL INDEMNIFY AND SAVE HARMLESS THE CITY OF NEWPORT BEACH ITS OFFICERS AND
AGENTS, AS THEREIN STIPULATED1 THEN THIS OBLIGATION SHALL BECOME NULL AND VOID;
OTHERWISE IT SHALL REMAIN IN FULL FORCE AND VIRTUE.
STATE (M
00.
I DEPARTMENT Of PUBLIC WORKS
DIVISION .OF HIGHWAYS
P. O. BOX 1499+ SACRAMENTO 95867
Sully- bliller Contracting Company
P. ar. Box 5399
Long-Beach, California 90805
Gentlemen:
RONALD REAGAN. Gave, w
March 29, 1968
Reference is made to your Statement of Experience
and Financial Condition received on March 26, 1968.
This statement has been reviewed and, on the basis
of the information contained therein, you have been qualified
to bid;on the following classes of work under the juris-
diction of the Divis'.on of Highways in the maximum amount of
$46,0.05,000. Bids on any one type of work shall not
exceed'Ue maxim-an for that type as shown:
Grading and Paving $46,005,000
Paving, PCC 15,340,000
Paving, AC 46,005,000'
Bridges 15,340,000
When proposal forms fo'r bidding are requested, your
prequalification statement will be reviewed with consideration
given to progress on going contracts and the value of incom
plete work on such contracts.
Attached for your convenience are five copies of the
..form -to be used in requesting plans and specifications for
projects which are advertised for bids. Additional copies of
thet�form are available on request.
Very truly yours,
J. A. LEGARRA
State Highway Engineer
BY
F. B. next &r
Assistant State �Highway Engineer
AtUtchment By
Office Engineer
.o<
�• \In�i
' 1 e
�, ; „�� The California State Colleges
01pre. of The Chancellor I March 27, 1968
Sully - Miller Contracting Co.
3000 E. South Street
Long Beach, California 90805
Subject: Prequalification
Gentlemen:
In reference to your latest submittal for prequalification
to bid on projects for the .Trustees of the California State
Colleges, your firm has been rated to $ 46,775,600
which rating will expire March 31, 1969 This rating,
minus receivable on any current contracts you may have with
the Trustees, is the limit which you may bid on projects for
the Trustees. This presupposes your firm has the proper
type of Contractor's License for the contemplated project.
To maintain an open and continuous qualification, please sub-
mit a statement at least five days before expiration of
this qualification.
Sincerely yours,
HARRY HARMON, A.I.A.
Assistant Vice Chancellor
Physical Planning and Development
By
R. us
Co s ruction Engineer
HH :RDY:gta
J. O. P.
APR ;?- 1968
N
STATE OF CALIFORNIA— REVENUE MA
DEWIMENT OF GENERAL SERVICES
OFFICE OF ARCHITECTURE AND CONSTRUCTION
'_�SACRAMENSO 95M
March 28, 1968
W.O. No.
Sully - Miller Contracting Company
3000 E. South Street
Long Beach, Ca. 90805
Subject: Prequalification Rating.
Gentlemen:
RONALD REAGAN, Gor.,.o/
0
The following information marked by an "XII is furnished in answer to
your recent communication concerning the above subject.
1. X Your "Contractor's Statement of Experience and Financial Condi-
tion" as of December 31, 1967 has been reviewed and approved,
and you have been rated at Unlimited. This rating,
less the amount of incomplete work on any current contracts
with this Office, represents the limit to which you may bid on
Office of Architecture and Construction projects in the category
established by the Contractor's State License Board.
Plans and specifications for any project in which you may be
interested, the estimated cost of which does not exceed this
rating, will be sent you upon receipt of your request and
deposit check made out in favor of the Office of Architecture
and Construction in the amount specified in the advertisement.
You must arrange to file a new statement with us once each year
if you wish to be recognized continuously as a prequalified
bidder. Statements are kept on file for fifteen months and then
become obsolete.
2.—Your rating is limited to $50,000.00 because your statement was
not certified by a Registered or Certified Public - Accountant.
If you wish to apply for a higher rating, a new statement will(
be sent to you upon request.
3•_A proposal form for subject project is enclosed.
Very truly yours,
STATE ARCHITECT
By J..O. P.
owar ,
Contracts & (chase fficer.
APR
ER:ca:263 11968
ir3o_csi ra ,n�r,��
q
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
TECHNICAL ABILITY AND EXPERIENCE
PAGE 10
(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, EXPERIENCED SKILL2 AND
BUSINESS STANDING.)
THE UNDERSIGNED SUBMITS HEREWITH A STATEMENT OF HIS FINANCIAL RESPONSIBILITY.
THE UNDERSIGNED SUBMITS BELOW A STATEMENT OF THE WORK OF SIMILAR CHARACTER TO THAT
INCLUDED IN THE PROPOSED CONTRACT WHICH HE HAS SUCCESSFULLY PERFORMED.
SULLY-MUER CONTRACTING COMPANY
T SIGNED
I
,I
ll.
2;I
3 II
4'
5�
6
71
8
9
10
11
12
13
14
15
16
17
0
RFSOi= 0. 69" 1
A RUOLUTION OF TH9 C!!Y COUNCIL OF THE CITY
OF NEWORT BEACH AWARDING A COACT FOR THE
WESTCLIFF DRIVE IMPROVEMENTS, IRVINE AVE=1
IV
TO DOVER DRE, COMXACT NO* 1185
WHEREAS, purseaut to the notice inviting bids for work
in connection with the Westeliff Drive improvements, Irvine Avenue
to Dover Drive, in accordance with the plans and specifications
heretofore adopted, bids were received on the 20th day of May,
19699 sad publicly opened and declared; and
WHEREAS, it appears that the lowest responsible bidder
therefor is Sully - Miller Contracting Company;
NOW, SPORE, BE IT RESOLVED by the City Council of
the City of Newport Beach that the bid of Sully - stiller Contracting
Company for the work in the amount of $209,189.00 be accepted and
that the contract for the construction work be awarded to said
bidder;
BE IT FURTHER RESOLVED that the stayor and City Cleric
181 are hereby authorized and directed to execute a contract in
191 accordance with the specifications, bid and this ,sward on behalf
2011 of the City of Newport Beach, and that the City Clerk be directed
2111 1 to furnish an executed copy to the successful bidder.
22 ADOPTED this 26th day of May, 1969.
23
24!
yor
251 ATTEST:
261
City Clerk
271
28
29.
30.
31j
32j
i
5126 69
KS
TO: CITY COUNCIL
FROM: Public Works Department
• May 26, 1969
C- 3(1)
SUBJECT: WESTCLIFF DRIVE IMPROVEMENTS - IRVINE AVENUE TO DOVER DRIVE (C -1185)
RECOMMENDATION:
Adopt a resolution awarding the contract to Sully- Miller Contracting Company
for $290,189.00, and authorizing the Mayor and the City Clerk to execute
the contract.
DISCUSSION:
This project provides for the following work:
1. Construction of a large diameter storm drain in Westcliff Drive from
the flood control channel in Dover Drive to Irvine Avenue, and
construction of a storm drain lateral in Irvine Avenue from Westcliff
Drive to Cabrillo Street.
2. Reconstruction of the pavement in Westcliff Drive from Dover Drive
to Irvine Avenue.
3. Elimination of the dips in Irvine Avenue at Westcliff Drive and
at Cabrillo Street.
4. Construction of raised, curbed median islands in Westcliff Drive
between Dover Drive and Irvine Avenue.
5. Realignment of the existing sharp transition curve on the easterly
side of Irvine Avenue northerly of Sherington Place.
Special construction techniques and specification requirements have been
incorporated in the project in order to minimize insofar as is possible, inconvenience
to adjacent property owners and to the general public.
Three bids for the construction contract were received and opened in the office
of the City Clerk at 10:00 A.M. on May 20, 1969.
Bidder
Total Bid
Sully- Miller Contracting Co., Orange $290,189.00
Coxco, Inc., Stanton 330,679.00
Griffith Co., Costa Mesa 402,453.00
*Note: The Griffith Co. bid contained an apparent error of
$50,985; the corrected total bid would be $351,468.00.
The low bid is 11% less than the Engineer's estimate of $327,000.00.
This project is a cooperative project jointly funded by the City of Newport
Beach, the City of Costa Mesa, the Orange County Flood Control District (OCFCD) and the
Orange County Road Department's Arterial Highway Financing Program (AHFP). Cooperative
financing agreements have been executed with the other participating agencies.
May 26,
Page 2
Subject
WWI
Westcliff Drive Improvements - Irvine Avenue to Dover Drive (C -1185)
Realignment of the transition curve on the easterly side of Irvine Avenue
northerly of Sherington Place has been made possible through the cooperation of the
Irvine Company and their lessees, Richard V. Jordan and Guy C. Earl, III, and Oakview
Investments Inc. These parties are dedicating the right -of -way needed for the work;
the documents are currently being processed and are expected to be ready in the near
future.
An easement for a portion of the storm drain adjacent to the existing flood
control channel has been provided to the Flood Control District by The Irvine Company.
The Irvine Company is also providing 7,000 cubic yards of select backfill material for
use in the project.
The total
project costs and financing,
including a 5% allowance under the
construction cost
item for testing and contingencies, are outlined
below:
Newport Beach
Construction
Engineering
Total
Newport Beach
$ 95,000
General Fund
110,400*
as Tax and
$ 55,000
(by City)
$ 55,000
General Fund
83,000
(by City)
83,000
Costa Mesa
32,000
$ 3,000
35,000
CFS—�
95,500
9,500
105,000
ATFT—
41,500
4,000
45,500
Total
$307,000
$16,500*
$323,500
*This amount represents a reimbursement to the City for
engineering costs.
The original proposed project financing and funds presently appropriated are
outlined below:
*$22,000 transferred to Newport Island Bridge project.
A budget amendment has been prepared for Council consideration revising the
Costa Mesa and OCFCD contributions.
The estimated date of completion is October 8, 1969.
oseph(T Devlin
ubbic O rks Director
ldg
Original
Present
Budget
Appropriation
Newport Beach
Gas Tax Fund
$ 95,000
$ 95,000
General Fund
110,400*
88,400*
Costa Mesa
14,600
14,600
FCD
75,000
75,000
KRFP7-
none
58,000
Total
$295,000
$331,000
*$22,000 transferred to Newport Island Bridge project.
A budget amendment has been prepared for Council consideration revising the
Costa Mesa and OCFCD contributions.
The estimated date of completion is October 8, 1969.
oseph(T Devlin
ubbic O rks Director
ldg
LF�,L NOTICE- - NOTIC,Ee
TY OF N!E'liiT BEACH, CALIFORNIA
NOTICE TVIT1NG BIDS
$EALM -BIDS will be received at the office of the City
rk, City Hall, Newport•Beach, California, until 10:00 a.m.,
me the 20th.,:flayofMayj,1 %9,. at which time they will be
opened and road, for performiag work aa`follow .. -
WESTCLIFF DRIVE IMPROVEMENTS
IRVINE AVENUE 70 DOVER DRIVE
CONTRACT NO. 1185
No bid will be received unless it is made on a proposal forth
furnished by the Public Works Department. Each bid must be
accompanied by cash, certified check or Bidder's Bond made
pa able to the City of Newport Beach, for an amount equal to
at least 10 percent of the amount bid.
The documents included within the sealed bids which require
completion and execution are the following:
I. — Proposal
2. Page 3 — Designation of Sub - contractors
3. page. 4 — Bidder's Bond
4. ,Page 9 - Non - collusion Affidavit
5. Page 10 — Contractor's Financial Status
The documents shall be affixed with the appropriate signatures
and titles of the persons signing on behalf oI the bidder. For
carp orations, the signatures of the President or Vice President
and Secretory or Assistant Secretary are required and the Cor-
porate Seal shall be affixed to all documents requiring signa-
tures. In the case of a partnership, the signature of at leant
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 III of Business and Professions' Code. The Contractor
shall state his license number and classification in the propo-
sal.
Plans, Special Provis -ons, and Contract Documents may be
obtained at the Public. Works Department, City Hall, Newport
Beach, California, at no Cost to licensed contractors. A non-
refundable charge of =2.00 will be required for each set of plane,
special Provisions, and contract documents for others than
licensed contractors. It is requested that the plans and special
provisions be returned within 2 weeks after the bid opening.
The City of Newport Beach reserves the right to reject any or
all bids and to waive any informality in such bids.
In accordance with the provisions of Section 1770 of the LaJor
Code, the City .Council of the City of Newport Beach has as-
certained the general prevailing rate of per them wages in the
locality in which the work is to be performed for each craft or
type of workman. or mechanic needed to execute the contract and
has set forth these items in Resolution No. 6519.
A copy of said Resolution is available in the office of the City
Clerk in the City of Newport Beach.
The following is the schedule of prevailing wage rates,
1968.69, for a selective list of classifications. Together with
the infomtation included in the Resolution No. 6519, this
schedule is to be considered a part of these contract speci-
fications.
Prevailing Wage Rates — 196"9
Classification (Selective Listing) (511168)
Carpenters 5.33
Cement Mason Journeyman 5.13
Lahore is
General or Construction 3.97
Asphalt Raker & Ironer 4.18
Flagman 3.97
Guinea Chaser 4.05
Laying of all nonyaietallic pipe 4.28
Tunnel Classifications
Vibratorman, Jack Hemmer, Pneumatic Tools
(except driller) 4.695
Operating Engineers (7/1/68)
Oiler and signalman (Group 1) 4.68
Skiploader (Less 4/5 yd.) (Group 2) 4.92
Rodman and Cheiuman (Group 3) 5.16
Instrumeatman (Group 4) 5,27
Grade Checker (Group 5) 5.46
Pavement- breaker operator (Group 5) 5.46
Grade -all operator (Group 6) S.56
Teamsters (5/19/68)
Dump Track Driver (Less than 4 yds.) 4.65
Water track driver (2500 gal. to 4000 gal.) 4.83
Building and Construction trades (S /1/68)
Bricklayer & Stone Mason 5.30
Electrician (1/1/68)
Journeymen Wireman 6.75
(S/I7/68)
Lather . 5.08
Painters (7/1/68)
Joumeyman — spray 5.79
Pipe trades
Plumber S.79
Any classification omitted herein shall be the prevailing
craft rate.
Overtime, Sunday and Holiday rates are at prevailing craft
rates.
QTY OF NEWPORT BEACH, CALIFORNIA
Laura Laglos, City Clerk
PUBLISH: May 8, 1969, is the Newport Ensign
I Ve,
f�7
m
r°
N
O
D °z4
z�m
m�
N
< �l
Q
Z
m
!;
'i
o
j
N
C
3 `
a
A
IN
11I,"
�"I\
l�
—
,"I-
.
�1u\i0
\l
s�
�Z
�•,�
,a
_�,',J
-'
rlo
,
000w�'
le
1
(°
1"
(°
(t�
to
I,th
1�`�
°�g$!o
lull
°oo
N
°p
N
N
I'O'
1
(°
I
'°
S°
(e
1�
(e
�
�
1�+�
(p°
(
�°
1
C
1
�°
O
(°
•�-i
O�`�l��O�V�Io
ICU
N
Its
\
N
i°1
I'�o
°o00pO�izY��
\
(
n
Ic
I°
1,11
1
At
1%
1e
1%
fie.
oo�\,•Ny
o�WIUV\
N
°,ol!��w
\�p(�°��pa�lq'v\�W4�
oo
°°
"goo
°\,
\WSW
�oW��
of
0000iw.•,
le
t%
i !
(e
1
C�1G`o�1,�l0�
O
�
le�o4�°
O
I
I °1•
to
{.
)
;
I°
i
n
1
I °��
� �\
�'
1
cq1
a
I`
D °z4
z�m
m�
N
< �l
Q
Z
m
!;
'i
o
j
N
C
3 `
a
A
io.
D.
-p�
Z
0
I
z x F;
>
(n z
M
E-17
O
♦ • 1
I
(A
N,
3>
C-
f\
z
u.
�kl
6%
IS
R
fl
I
z x F;
>
(n z
M
E-17
O
♦ • 1
I
(A