Loading...
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