HomeMy WebLinkAboutC-1246 - Street reconstruction 1970-71, Harbor View Drive between GoldenrodL-/2 L /n G [w
"0 :6,0 r ✓._ 9 -3..70
August 10, 1970
AuU 101970
By the &rsr �JY4MUNCIL ���
CITY O cwaOFT BEACH
FROM: Public Works Director
SUBJECT: STREET IMPROVEMENTS ON HARBOR VIEW DRIVE, GOLDENROD, SECOND AND MARIGOLD
AVENUES, C -1246
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be opened
at 10:00 A.M., September 3, 1970.
DISCUSSION:
This project provides for the reconstruction of portions of the deteriorated
curbs and street pavement areas and the resurfacing of the streets with asbestos
.asphaltic concrete. Portions of Second Avenue and Marigold Avenue will be heater remixed
prior to the resurfacing of the following streets:
1. Harbor View Drive between MacArthur Boulevard and Goldenrod Avenue
2. Goldenrod Avenue between Sea Lane and Harbor View Drive
3. Second Avenue between Larkspur Avenue and Hazel Drive
4. Marigold Avenue between Coast Highway and Third Avenue
This project is a continuance of the Contract Maintenance Program established
in the Street and Alley Maintenance Report.
The estimated cost of the work is $88,500.00. The funds are available in
Account 02- 3370 -232.
seph Devlin
blic o ks Director
LM/ Idg
CITY OF NEWPORT BEACH
CALIFORNIA
/2AQ
city Hall
3300 Newport Blvd.
(714) 673 -3110
October 22, 1971
TO: CITY A T TCR dEY
FROM: JIM SIN,ASEK, LICENSE INSPECTOR - SMALL CLAIMS AGENT
SUBJECT: SYi.LL CLAIM CASE Y29131 - TRUSTY ELECTRIC GO.) INC. v 1.) SULLY
MILLER CGN1F CTING CO., INC.; 2.) GUIDO VanTPILLC, d.b.a. THE
ASSCCI,T_ES LAP.DSCAPIIdG; 3.) THE CITY OF 11EWPORT BEACH
At the request of the Plaintiff, on October 21, 1971) this casein which
the City of Newport Beach is a co- defandant, was dismissed.
The dismissal was apparently the result of a settlement between Sully
Miller Contracting Co,., Inc. and Trusty Electric Co., Inc.
cc: Pat Dunigan
City Clerk
License Division
Respectifully submitted,
_._.
.a _.. «... —r.
'A
taautrYr.;3'.' -zPa .J:Y1 %ti's+'":= Yi ARM
:7++�:}llC:�::."'.ws .yt• ?;.3..m e. *rWa
ORAW COUNTY HARBOR JUDICIAL�TRICT
COU OF ORANGE, STATE OF CA RNIA CASE NUMBER
DECLARATION S.C. 29131
TRUSTY ELECTRIC CO., XNC. (COPY)
124 Tustin Ave.
Newport Beach, California, 92663
Plaintiff (s)
VS.
1.SULLY MILLER C01TRACTING CO., INC. — 6145 Santiago Canyon Rd., Orange,
California, 92669
2.GUIDO VanTHILLO individually and formerly doing business as THE
ASSOCIATES LAhl)SCAPING. 26943 Camino de Estrella. Capistrano Beach, Cali!
92624
3.THE CITY OF NEWPORT BEACH Defendant (s)
_3300 Newport Blvd., Newport Beach. California, 92660
1, the undersigned, declare that the above -named defendant (s) is indebted to the above - named
Plaintiff in the sum of $ 300.00
on median, streE� and p,
repair and replacement of lighting
.f
and that Plaintiff has demanded payment of said sum, that the defendant (s) refused to pay the some and
no part thereof has been paid.
A. PC ) that the obligation sued on was contracted to be performed in the above -named judicial district;
B. ( ) that the injury to persons or to personal property occurred in the above -named judicial district;
C. ( ) that at the commencement of action defendant resides in the above -named judicial district.
Executed on
Sept. 27, 1971
at Costa Mesa, California
1 declare under penalty of perjury that the foregoing is true and correct.
Marie W. Trusty,
. (Signature of Plaintiff or
ORDER
The People of the State of California, to the within -named defendant (s): YOU are hereby directed
to APPEAR and answer the foregoing claim in the above - entitled Court at 567 West 18th Street, City
of Costa Mesa, County of Orange, State of California: 0195 Ober 22, 1971 A*R Li 30 P.M.
IN DIVISION NUMBER III
TRIAL
DATE
AND HAVE WITH YOU THEN AND THERE ALL BOOKS, PAPERS and WITNESSES--- -
needed by you to establish your defense to said claim; and you are further notified that in case you
do not appear, judgment may be given against you for the full amount stated in the plaintiff's claim
or such part of same found by the Court to be due upon said claim plus the amount of costs expended
by the plaintiff on this claim including costs of service of the order,
1971
Date SEP 2 7 1971 M. HAMLIN
.................. . . ..
COY IES SUIT TO: DATE
F1 3,.,.r
0 N2..,,er
614.t,11. Burk+ Dire or
Vl -n.,ai uirecmr y
Other/,K.lu..r%YG Cc.s.Gw/
-
ueaeirs,tp
F2o,) -2903
Clerk of the Municipal Court
Orange County Harbor Judicial District
County of Orange, State of California
JOAN CLEMAS
(SEE INFORMATION FOR DEFENDANTS -- OVER)
J
Sully - Miller Contracti:
3000 E. South Street
Long Beach, CA 90805
Subject: Surety
Bonds No.
Project
Contract No.
13
0
June 7, 1971
kg Co.
Highlands Insurance Company
904244
Improvements on Harbor View Drive, Goldenrod,
Second and Marigold Avenues
1246
The City Council on May 17, 1971 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
May 20, 1971, in Book 9646, Page 870. Please notify your surety
company that bonds may be released 35 days after recording date.
Laura Lagios
City Clerk
dg
cc: Public Works Department
i
Yb4b f,-18(0
14442
RECORDED AT REQUEST OF
MASER-TURN TO` NOTICE OF COMPLETION I IN OFFICIAL RECORDS OI
LAIMA LAG:'-C, C!rf CLERK ORANGE COUNTY, CALIF.
ery cr';:':` "`;;r s- ^,cH PUBLIC WORKS FREE 9;05 AM MAY 20 1971
h'_ rr:::a._.'•Ci;, L;F .92660 C2 J. IYYLIE CARIYLE County RecolW
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on January 8, 1971
the Public Works project consisting of Improvements on Harbor View Drive, Goldenrod,
Second and Marigold Avenues (C -1246)
on which Suily[Miller Contracting Company
was the contractor, and Highlands Insurance Company
was the surety, was completed.
I, the undersigned, say:
CITY OF NEWPORT BEACH
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 May 18, 1971 at Newport Beach, California.
T
VERIFICATION OF CITY
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on May 17, 1971 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 May 18, 1971 at Newport Beach, California.
J
CITY OF NEWPORT BEACH
CALIFORNIA
City Hall
3300 W. Newport Blvd.
Area Code 714
673 -2110
Date: May 17, 1971
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 Improvements on Harbor View Drive,
Goldenrod, Second and Marigold Avenues Contract No. 1246
on which Sully. Miller Contracting Company was the Contractor
and Highlands Insurance Company was the surety.
Please record and return to us.
Very truly yours,
Laura Lagios
City Clerk
City of Newport Beach
LL dg
Encl.
�uvrcz7ti; � t �%x a,
11 1971
May 17, 1971
By the '_.T' COUNCIL
" T0: °^@IiFVAC UNCIL -s—
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF IMPROVEMENTS ON HARBOR VIEW DRIVE, GOLDENROD, SECOND, AND
MARIGOLD AVENUES (C -1246)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days after
Notice of Completion has been filed.
DISCUSSION:
The contract for the improvements on Harbor View Drive, Goldenrod, Second,
and Marigold Avenues has been completed to the satisfaction of the Public Works
Department.
The bid price was: $83,986.10
Amount of unit price items constructed: 81,482.66
Amount of change orders: 2,037.70
Total Contract Cost: 83,520.36
Four change orders were issued for work including revision of curb grades,
reconstruction of a water valve vault and a storm drain junction structure, and replace-
ment of median sprinkler lines and lighting conduits.
The contractor is Sully Miller Contracting Co., Inc., of Orange, California.
The contract date of completion was January 10, 1971. All work was completed
by January 8, 1971. Acceptance has been delayed pending receipt of the billings for
the extra work.
i
1•
J seph T evlin
P blic r s Director
PD /ep
PURCHASE ORIIER
INVOICE IN DUPLICATE i
CA OF NEWPORT_ BEP
ORDER NUMBER SHIP -
BXIP -'-
'
APPEAR ON ALL FNVOIaEfl.
APP
OP LAa
PING NOPR
- 3300 NEWPORT BOULEVARD'S °...
REC
tea, EK�ePSa RECEIPTt AMO
PACKASEB
!..
3 NEWPORT BEACH, CALIFORNIA 92668 -
j PHOREY'(714) 673 -2110
a TICKETS SHALL :tN -
uwlT PRICE.
. r
LIFOSL
r -
-qp.
! _ VENDOR ..
i C "Sully- Miller Contracting ca.
,,.
DATE VA.t. Lit .'
3000 E:"So_ th St.
DEPARTMENTS City COVInCf
L»u� pp-, Calif. 9VV5 -
.
-
.- SHIP TO
RIPTIQN,.OF AR71CLE5 OR SE Rb1EE5 REQUIRED
UNJT.PRICE
TOTAL
- -
.,- QUANTITY
DESC
-
'!
Street.,talproveamts on Harbor View Dri*it ®oldenrod, Second
aid Marigold R e$,- as peer tract
_.
83,98b.00
Contract C1246
Resolution 7272
FO R. CITY'USE ONLY
-
'^ .-- ,CODE
AMOUNT.
IMP' 0 R T A T
CITY OF NEWPORT BEACH .
09-3370-2U
83.986.00
Show ae'a.separate item any retail sales tax, use tax
- -
or. Fed! ;al'�tax, applicable to this purchase.
This order subject to California sales tax.
-
- -
All allowable transportation ble traportation charges must be prepaid
D. W. MEANS
-
and as; aSe Par ate item on the invoice. Do not
-
- PURCHASING AGENT
i -
-
lnelade Etederal transportation tax:
q.
... -.
DEPARTMENTCOPY
ex
SEP 141970 September 14, 1970
TO: CITY COUNCh the CITY COUNCIL
CITY OF NrWPOPT BEACH
FROM: Public Works Department
SLXJECT: STREET IMPROVEMENTS ON HARBOR VIEW DRIVE, GOLDENROD. SECOND, AND
MARIGOLD AVENUES, C -1246
RECOMMENDATIONS:
Adopt a resolution awarding the contract to Sully- Miller Contracting
Company, Orange, California, for $83,986.10 and authorizing the Mayor
and the City Clerk to execute.the contract.
DISCUSSION:
Five bids were received and opened in the office of the City.Clerk at
10:00 A,M. on September 3, 1970:
Bidder
Total
Sully- Miller Contracting Company, Orange $ 83,986.10
Mark Construction Co., Inc.,. Garden Grove 869134.00
E. L. White Company, Inc., Garden Grove 880148.70
Coxco,.Inc., Stanton 94,009.00
Griffith Company, Santa Ana 95,730.00
The low bid is approximately 5.1% less than the engineer's estimate of
$88,500.00. Funds are available in Account No. 02- 3370 -232.
Sully - Miller Contracting Company has previously performed street work for the
city.in a very satisfactory manner.
This project provides for the reconstruction of portions of the deteriorated
curbs and street pavement areas and the resurfacing of the streets with asbestos asphaltic
concrete. Portions of Second Avenue and Marigold Avenue will be heater remixed. Portions
of Harbor View Drive will be reconstructed. The following streets will be resurfaced:
1, Harbor View Drive between MacArthur Blvd, and Goldenrod Avenue,
2. Goldenrod Avenue between Sea Lane and Harbor View Drive.
3. Second Avenue between Larkspur Avenue and Hazel Drive.
4. Marigold Avenue between Coast Highway and Third Avenue.
This project is a continuance of the Contract Maintenance Program established
in the Street and Alley Maintenance Report.
The plans were prepared by the city. The estimated date of completion is
December 21, 1971.
�l
seph frks vlin
bl i c Director
B /bg
I
O
QM
w�mniannmamn�
��unniuiin�iniiiiiu�iiin�
Nl-
IYlflllfllllllllllllllllllllll
ISO
ism-
�mnnamnmiiwmnm
fl
�xmm
rn In
R A
Lo pZ
�
aaatl�
�deaoo-amemma
N
x
J�nl
lo
lim
I
d�NMIN�I
l
I
mm�un�������s�����ao�
INIAIIaNlfll�l�llllllll
�nuumnuiumm�u�mi
�nm�nmanmm�min�
rn In
R A
Lo pZ
m
N
x
J�nl
•
CITY OF NEWPORT BEACH
Date 00tobor 16, 1970
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. G'I8
Attached are 3 1. executed copies of subject contract for your files and for
transmittal to the contractor.
Contractor:
Address: 3000 East Sotft StMts P. 0. Boot 5399
mm s CA "on
Amount: $ $830988.0
Effective Date: 10 -12 -70
Resolution No, 7271 adopted on 9 -14-70
PAP
LL:dg
Att.
cc: Finance Department ❑
Measa & McLEFNAN,INC. CERTIFICATE OF INSURANCE
• or CALIFORNIA WO
TO: CITY OF NEWPORT BEACH
City Hall
3300 West Newport .Blvd,
Newport Beach, California
! unien
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 Cont ;actual Liability for
all operations, including Automobiles, owned, hired or used.
AETNA CASUALTY & SURETY COMPANY
POLICY NO. 33AL 84740 SR(Y)
Term: November 1, 1969 to
November 1, 1972
EMPLOYERS' SURPLUS LINES INSURANCE COMPANY
POLICY NO. E -60028
Term: November 1, 1969 to
November 1, 1972
COMBINED SINGLE LIMIT BODILY INJURY
AND PROPERTY DAMAGE, EACH ACCIDENT
OR OCCURRENCE - $1001000.00
AGGREGATE PRODUCTS - $350,000.00
MARSH & MCLENNAN, INC. OF CALIFORNIA
By &]$L4, F 4�& Agent
COMBINED SINGLE LIMIT BODILY INJURY
AND PROPERTY DAMAGE, EACH ACCIDENT
OR OCCURRENCE $900,000.00
AGGREGATE PRODUCTS - $650,000.00
EXCESS OF DOVE PRIMARY- $100,000.00
SAYRE & y050
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 /XXIEXNlXXcovered as Insured(s) 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 to Contract No. C -1246, street improvements on
Harbor View Drive, Goldenrod, Second and Marigold Avenues.
ENDORSED AS FOLLOWS: "It is hereby understood and agreed that the policy to which this
certificate refers may not be cancelled, materially changed, 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: September 23, 1970
LOS ANGELES, CALIFORNIA
Cerf iicate of Workmen's Compensation Cov rage
Sully Miller Contracting Company
3000 East South Street, P.O. Box 5399
Long Beach, California 90805
"I am aware of and will comply with Section
CITY OF NEWPORT BEACH 3700 of the Labor Code, requiring every
City Hall employer to be insured against liability for
3300 West Newport Blvd. workmen's compensation or to undertake self -
Newport Beach, California insurance before commencing any of the work ".
Re: Contract No. C -1246, Street Improvements on Harbor View Drive, Goldenrod,
Second and Marigold Avenues.
Date: September 23, 1970
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.
This coverage will not be canceled except on 30 days advance written notice to you. _
By
FORM 682 5M (REV 4/69) PNINT D IN U.S.A.
Title H. D. COOTS -VICE PRESIDENT
i _ a
4'
G LE►� �
CONTRACT NO. 1246
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
FOR
STREET IMPROVEMENTS ON HARBOR VIEW DRIVE,
GOLDENROD, SECOND AND MARIGOLD AVENUES
Approved by the City Council
on this 10th Day of August, 1970
LAURA LAGIOS, City Clerk
Bv:/IUhZ�.�xi
oris Geq &, DIPUty
SUBMITTED BY:
PSULLY- MILLER CONTRACTING COMPANY
o rac or
P. 0 Box 432
ress
Oran a Calif
Y z i'F
Q.
"
0
0
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
Page 1
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport. Beach,
California, until 10 :00 A.M. on the 3rd day of September, 1970, at which time they will
be opened and read, for performing work as follows:
STREET IMPROVEMENTS ON HARBOR VIEW DRIVE,
GOLDENROD, SECOND AND MARIGOLD AVENUES
CONTRACT NO. 1246
Bids must be submitted on the proposal form attached with the contract documents furnished
by the Public Works Department. The additional copy of the proposal form is to be
retained by the bidder for his records.
Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to
the City of Newport Beach, for an amount equal or at least 10 percent of the amount bid.
The title of the project and the words "SEALED BID" shall be clearly marked on the outside
of the envelope containing the bid.
The contract documents that must be completed, executed, and returned in the sealed bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signature and titles of the persons signing on
behalf of the bidder. For Corporations, the signature the the President or Vice President
and Secretary or Assistant Secretary are required and the Corporate e 1 shall be affixed
to aTl documents requiring signature. In the case of a partnership, the signature of.at
least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code, The
contractor shall state his license number and classification in the Proposal.
Plans and contract documents, including special provisions, 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 plans and contract
documents issued to others. It is requested that the plans and contract documents be
returned within 2 weeks after the bid opening.
The City has adopted the Standard S ecifications for Public Works Construction (1970
Edition and Supplements) as prepare y the out ern California apte s o t o American
Public Works Association and the Associated General Contractors of America. Copies may
be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034,
(213) 870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of these
are available at the Public Works Department at a cost of $2.00 per set.
0
0
r
City of Newport Beach, California
Notice Inviting Bids Page la
The City reserves the right.to reject any or all bids and to waive any informality in
such bids.
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), 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, classification,.or type of workman or mechanic
needed to execute the contract and has set forth these items in Resolution No. 6982,
adopted May 12, 1969. A copy of said resolution is available in the office of the
City Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive).
0
0
Page 2
All bids are to be computed on the basis of the given 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
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed 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 bind 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
Accompanying this proposal is Bidder Bond
ash, Certi ie ec , Cashier's Check or Bon
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.
(714) 639 -1400
one umm ear
September 3 1970
ate
SULLY - MILLER CONTRACTING COMPANY
Bidder's ame
(SEAL)
/s/ Howard Rash, Asst. Sec. WC)
Authorized Signature
Authorized igna ure
Corporation
Type of rganization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
Sullv- Miller Contracting Compan
a California Corporation
Marshall McDonald - President
W. Duane Rash, V.Pres., Treas. & Sec.
H. D. Coots - Vice President
R. K. MacGregor - Vice Pres. and Mgr.
R. F. Molyneux - Vice President
Howard Rash - Asst. Secretary
0 0
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 bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these sub - contractors except upon
the prior approval of the Engineer.
Item
of Work
Sub - contractor
Address
1.
Concrete
Jezowski and Markel
Santa Ana
2.
Heater Remix
G. J. Payne
Los Angeles
3.
Engineering
Vic Case
Long Beach
4.
Electrical
E. D. Johnson
Anaheim
5. Sprinkler The Associates Capistrano Beach
6. Pipe Casada Orange
7
8.
9.
10.
11.
12
Sully-Miller Contracting Company
Bidder's Name
/s/ Howard Rash, Asst. Sec. (JC)
Authorized Signature
Corporation
Type of Organization
(Individual, Co- partnership or Corp)
P. 0. Box 432 Oran a California 92667
ress
FOR ORIGINAW EE CITY CLERK'S COPY •
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, SULLY - MILLER CONTRACTING COMPANY , as Principal,
and Hiahlands Insurance Company , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Ten Percentum of amount bid Dollars ($ (10 %) ), 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
STREET IMPROVEMENTS ON HARBOR VIEW DRIVE, GOLDENROD, SECOND AND MARIGOLD AVENUES
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 (10) 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 3rd day of
September , 1970 .
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney in Fact)
Muriel V. Smith, Notary Public
Commission Expries Sept_ 26, 1977
SULLY - MILLER CONTRACTONG COMPANY
rincipa
/s/ Benjamin L. Dady, Assistant Secretary
HIGHLANDS INSURANCE COMPANY
Surety
By /s/ James 0. Pittman
Title Attorney -in -Fact
BOND NO. 904244
. •THE PREMIUM ON THIS BOND IS
INCLUDED IN THAT OF THE
PAGE 5 PERFORMANCE BOND.
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 SeDtember 14. 1970
HAS AWARDED TO - SULLY - MILLER CONTRACTING COMPANY ,
HEREINAFTER DESIGNATED AS THE "PRINCIPAL"" A CONTRACT FOR
STREET IMPROVEMENTS ON HARBOR VIEW DRIVE. GOLDENROD. SECOND AND MARIGOLD AVENUES
IN THE CITY OF NEWPORT BEACH -:j IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI-
CATIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY .CLERK.
WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND
THE TERMS THEREOF REQUIRE THE FURNISHING OF A BOND WITH SAID CONTRACT, 'PROVIDING
THAT IF SAID PRINCIPAL OR ANY OF HIS OR ITS SUBCONTRACTORS, 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 SULLY- MILLER CONTRACTING COMPANY
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND
COMPANY
AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
05 /100
FORTY ONE THOUSAND NINE HUNDRED NINETY THREE AND / DOLLARS 0 41 993.05 ,
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 THJS OBLIGATION IS SUCH, THAT IF THE PERSOM OR HIS SUBCON-
TRACTORS, FAIL TO PAY FOR ANY MATERIALS,' PROVISIONS, PROVENDE -R, OR OTHER SUPPLIES,
OR TEAMS,-USED IN, UPON', FOR, OR ABOUT THE PERFORMANCE OF THE WORK CONTRACTED TO
BE DONE, OR FOR ANY OTHER WORK OR LABOR THEREON OF ANY KIND, OR FOR AMOUNTS DUE
UNDER THE UNEMPLOYMENT INSURANCE CODE WITH RESPECT TO SUCH WORK OR LABOR, THAT THE
SURETY 0R 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.'OF CALIFORNIA.
i •
PAGE 6
LABOR AND MATERIAL BOND - CONTINUED)
THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PER5ONSj CGMPANIESy 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
TH13 BONDS 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 TIMES 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 TIMED 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 WHEREOFO THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND
SURETY ABOVE NAMEDy ON THE 23RD DAY OF .PTEMBFR
SULLY - MILLER CONTRACrTNC COMPAn (SEAL)
MARSHALL McDONALD- PRESIDENT
(SEAL)
CONTRACTOR
W. DUANE RASH- SECRETARY
HIGHLANDS INSURANCE_LMPANY (SEAL)
APPROVED A 0 FORM: 1
CITY ATTORNEY '
THIS BOND WAS APPROVED BY THE CITY COUNCIL
OF THE CITY OF NEWPORT BEACH BY MOTION ON
DATE
ATTESTS
CITY 'CLERK
(SEAL)
STATE OF CALIFORNIA 1
so-
COUNTY OF LOS ANGELES 11
On this 23RD day of SEPTEMBER '19 70
s 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 say that he is the Agent and /or Attorney -in -fact
.1 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 soul
of said Company; that the seal was affixed, and the said Instrument was executed by authority of its Board of Direc-
tors; and the :aid .TAMES 0- PITTMAN
did acknowledge that he executed the said instrument as the free act and deed of said Company.
UFFICIV SEAL �
MURic'L V, 5MA Notary Public
NOigRy Pi;o�IC LILIFOR:YIA
alma
Aht Comfnt EzPV aGSs COUNTY My Commission expires ,
isow
STATE OF CALIFORNIA,
COUNTY OF LOS ANGELES SS.
ON SEPTEMBER 23
before me, the undersigned, a Notary Public in and for said State, personally appeared
MARSHALL McDONALD AND W DUANE RASH
known to me to be the
PRESIDENT AND SECRETARY
of the •Y —Mi ...R CONTRACTING MMRANY
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
c'7 L SEAL
75
MU? !EL V. SMITH
�
NOTP, • rMLIC-CALIFORNIA
LOS ANGELES COHITI
PRESIDENT AND SECRETARY
of the •Y —Mi ...R CONTRACTING MMRANY
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
BOND NO. 904244
• SMIUM $ 504,00
PAGE 7
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, THAT
WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA
BY MOTION ADOPTED _ September 14, 1970
HAS AWARDED TO SULLY - MILLER CONTRACTING COMPANY
HEREINAFTER DESIGNATED AS THE "PRINCIPAL% A CONTRACT FOR
STREET IMPROVEMENTS ON HARBOR VIEW DRIVE, GOLDENROD. SECOND AND MARIGOLD AVENUES
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 TERMS THEREOF REQUIRE THE FURNISHING A BOND FOR THE FAITHFUL PERFORMANCE OF
SAID CONTRACT)
NOW, THEREFORE' WE, (;IIT.T.Y_MTT.T.FR rnNTRArTTNG rnM13AMV .
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR", AND HTt;HT.ANnq TNRIiRAALF
rnMPANY
AS SURETY ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACHO. IN THE SUM OF
10/100
FTr.HTY THRFF THn11CANn NTNF 111INDRED FTrlJTV cTX AND/ DOLLARS ($ 83,986.10 _ ),
SAID SUM BEING EQUAL TO OF THE ESTIMATED AMOUNT OF THE CONTRACTp 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 SIND OURSELVES] OUR HEIRS, .EXECUTORS 'AND AD-
MINISTRATORS, SUCCESSORS OR ASSIGNSp 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, 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 SPECIFIED 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 STIPULATED THEN THIS OBLIGATION SHALL BECOME NULL AND VOID
OTHERWISE IT SHALL REMAIN IN FULL FORCE AND VIRTUE.
r
u
(PERFORMANCE BOND - CONTINUED)
0
PAGE 8
AND SAID SURETYO FOR VALUE RECEIVED�,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 SANE SHALL
IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND, AND IT DOES HEREBY WAIVE NOTICE
OF ANY CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE COMO
TRACT OR TO THE WORK OR TO THE SPECIFICATIONS.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUALY
IT 13 AGREED THAT THE DEATH ON ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY
FROM ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOFjp TH13 INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND
SURETY ABOVE NAMED, ON THE 23RD DAY OF - RFDTFMRFR • ICA 70
APPROVVAS FORM: Q,
ITY ATTORNEY ,
SULLY - MILLER CONTRACTING COMPANY (SC4)
& .4 d� r(SEAL)
MARSHALL McDONALD- PRESIDENT
EAL)
CONTRACTOR
W. DUANE RASH- SECRETARY
HIGHLANDS
SURETY '
0. PITTMAN- ATTORNEY -IN- FACT - -,
STATE OF CALIFORNIA
as.
COUNTY OF LOS ANGELES
On this 23RD day of SEPTEMBER 19 70
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 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
xirtue of the laws of the State of Texas that the Corporate seal affixed to the foregoing within instrument is the soul
of said Company; that the seal was affixed, and the said instrument was executed by authority of its Board of Direc.
tars; and the said .TAMES 0 PInMAX
did acknowledge that he executed the said instrument as the free act and deed of said Company.
+
Oi'Fit9A" BSA" r1A
MURIEL V. SMIT Notary Public
NOTAM pU3' (C CALIFOR
Y,. LOS ANaELES COUN
BIOta m/ Cammp ion � Sq .� � ommission expires
STATE OF CALIFORNIA,
(� ss.
COUNTY OF LOS ANGELES
ON SEPTEMBER 23 Ig 7p -
before me,, the unde[signed, a Notary Public in and for said State, personally appeared
OPPICTAT. SEAL
MURIEL V. SMITH
NOTARY PUBLIC- CALIFORNIA
I LOS ANGELES COUNTY
j My Commission Expires Sept. 26, 1912
known to me to be the
SECRETARY
of the S . ,v_Mit i RR1lON1RACTLNG— COMRANX
the Corporation that executed the within Instrument, known to me to be the person who
executed the within Instriiment an behalf tif,the Corporation, therein named, and acknowledged
to me that such Corporation executed the'same.
WITNESS my hand and official seal
0 0
Page 9
NON- COLLUSION AFFIDAVIT
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any
of them, have in any way, directly or indirectly, 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 of them, has paid or is to pay to
such bidder or public officer any sum of money, or has given or is to give to such
other bidder or public officer anything of value whatever, or such affiant or
affiants or either of them has not directly or indirectly, 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
attached bids; that no bid has been accepted from any subcontractor or materialman
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
subcontractor or materialman 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, offered, paid, or delivered to any person whomsoever to
influence the acceptance of the said bid or awarding of the contract, nor has this
bidder any agreement or understanding of any kind whatsoever, with any person
whomesoever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
SULLY - MILLER CONTRACTING COMPANY
/s/ Howard Rash, Asst. Sec.
Subscribed and sworn to before me by
this 3rd day of September .
19 70.
My commission expires:
May 3,x1971 _/s/ James F. Winders
Notary Public
FOR ORIGINA, SEE CITY CLERK'S FILE COPY .
Page 10
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility.
ON FILE WITH CITY CLERK
Signed
Page l0a
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
Completed
For Whom Performed (Detail)
Person to Contact
Telephone No.
1970
County of Orange
Keith Hart
834 -3456
_1969
County of Orange
Keith Hart
834 -3456
1969
City of Seal Beach
Bill Murphy
431 -2527
1969
City of Huntington Beach
Don Kieser
536 -6661
SULLY - MILLER CONTRACTING COMPANY
/s/ Howard Rash, Asst. Sec. "C' ignea
PAGE II
C O N T R A C T
THIS AGREEMENT, MADE AND ENTERED INTO THIS jLxfH DAY OF f/y %OSE/P , 19$70,
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
STREET IMPROVEMENTS ON HARBOR VIEW DRIVE, GOLDENROD, SECOND AND MARIGOLD AVENUES (C -1246)
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.
2. FOR FURNISHING ALL SAID MATERIALS AND LABOR, TOOLS AND EQUIPMENT, AND DOING
ALL THE WORK CONTEMPLATED AND EMBRACED IN THIS AGREEMENT, ALSO FOR ALL L0SB 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 EMPLOYS AND
OOES;HEREBY EMPLOY THE SAID CONTRACTOR TO PROVIDE THE MATERIALS AND TO DO THE WORK
ACCORDING TO THE TERMS AND CONDITIONS HEREIN. CONTAINED AND REFERRED TO FOR THE PRICE
AFORESAID, AND HEREBY 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, 00 HEREBY AGREE TO
THE FULL PERFORMANCE OF THE COVENANTS HEREIN CONTAINED.
4. THE NOTICE TO BIDDERS, INSTRUCTIONS TO BIDDERS, CONTRACTORS PROPOSAL, AND
THE PLANS AND 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.
k
2/7/67
ipPAGE 12
5e PURSUANT TO THE LABOR CODE OF THE STATE OF CALIFORNIA, THE CITY COUNCIL HAS
ASCERTAINED THE GENERAL PREVAILING RATES OF PER DIEM WAGES FOR EACH CRAFT OR TYPE OF
WORKMAN NEEDED TO EXECUTE THE CONTRACT AND A SCHEDULE CONTAINING SUCH INFORMATION IS
INCLUDED IN THE NOTICE INVITING BIDS AND IS INCORPORATED BY REFERENCE HEREIN.
6. THE CONTRACTOR SHALL ASSUME THE DEFENSE OF AND INDEMNIFY AND SAVE HARMLESS THE
CITY, THE DIRECTOR OF PUBLIC WORKS, AND THEIR OFFICERS AND EMPLOYEES, FROM ALL CLAIMS,
LOSS, DAMAGE, INJURY, AND LIABILITY OF EVERY KIND, NATURE, AND DESCRIPTION, DIRECTLY OR
INDIRECTLY ARISING FROMTHE PERFORMANCE OF THE CONTRACT OR WORK, REGARDLESS OF RESPONSI-
BILITY FOR NEGLIGENCE; AND FROM ANY AND ALL CLAIMS, LOSS, DAMAGE, INJURY, AND LIABILITY,
HOWSOEVER THE SAME MAY BE CAUSED, RESULTING DIRECTLY OR INDIRECTLY FROM THE NATURE OF THE
WORK COVERED BY THE CONTRACT, REGARDLESS OF RESPONSIBILITY FOR NEGLIGENCE.
IN WITNESS WHEREOF, THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE EXECUTED THE
DAY AND YEAR FIRST ABOVE WRITTEN.
ATTEST:
t
ITY CLERK
4
• APPROVED AS 0 FORM:
r
n
CITY ATTO'frNEY
CITY OF BEACH, LIF NIA
MAYOR
Fall flive u 111 A fla wwwoRviff2wi • ul` a �1
,• 9
0'• I-OIL, ! Ipm u -Awl I llaklm
0
STATE OF CALIFORNIA,
COUNTY OF LOS ANGELES r as.
ON SEPTEMBER 23 19 70,
before me, the undersigned, a Notary Public in and for said State, personaily appeared
MARSHAT.T. McOONAT.D AND W_ DUANE RASH
known to me to be the
-PRnSTD SECRETARY
Of the VIM _MTT.T.FR CONTRACTTNG COMPANY
the Corporation that executed the within Instrument, known to me to be the person who
OFFICL& , ecu, executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged
Mt1RtEl V. SMITH to me that such Corporation executed the same.
NOTARY PUSUC•GILIFORNI0.
LOS ANGLES COUNTY WITNESS my hand and official seal.
[MY Commissim Exolm Sept. 99, 1972
. Notary Public in and for said State.
• CITY OF NEWPORT BEACH • PR 1 of 4
PUBLIC WORKS DEPARTMENT
STREET IMPROVEMENTS ON HARBOR VIEW DRIVE,
GOLDENROD, SECOND AND MARIGOLD AVENUES
CONTRACT NO. 1246
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West 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. 1246 in accordance with the Plans and Specifications, and will take in full payment
therefor the following unit prices for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. 60 Construct 6 -inch and variable
Lineal Feet curb face Type "A" curb and
gutter
Three Dollars
and
event -five Cents $ 3:75 $ 225.00
er inea o0
2. 560 Construct 6 -inch and variable
Lineal Feet curb face Type "A" curb and
gutter over 6 -inch thick
aggregate base
Four Dollars
and
Fift -five Cents $ 4.55 $ 2548.00
er inea oot
3. 1650 Construct 8 -inch and variable
Lineal Feet curb face Type "A" curb and
gutter
Three Dollars
and
event i -five Cents $ 3.75 $ 6187.50
er nea Foot
•
ITEM QUANTITY ITEM DESCRIPTION
4. 230 Construct Type "E" asphaltic
Lineal Feet concrete curb
PR2of4
UNIT' TOTAL
@ One Dollars
and
Twent -five Cents $ 1.25 $ 287.50
er Inea Foot
5. 5040 Construct 8 -inch thick portland
Square Feet cement concrete cross gutter and
spandrels over 4 -inch thick
aggregate base
@ One Dollars
and
Fift -five Cents $ 1.55 $ 7812.00
er square Foot
6. 1070 Construct 6 -inch thick portland
Square Feet cement concrete drive approaches
@—N o Dollars
and
Eight -eight Cents $ 0.88 $ 941.60
Per Square Foot
7. 1570 Construct 4 -inch thick Portland
Square Feet cement concrete sidewalk
@ No Dollars
and
Sixty -five Cents $ 0.65 $ 1020.50
Per Square Foot
8. 7 Construct 6 -1/2 inch thick portland
Each cement concrete alley approach over
4 -inch thick aggregate base
M Fnijr Wiinrirari D 0 Mars
No
Per Each
and
Cents $ 400.00 $ 2800.00
9. 580 Construct 8 -inch perforated
Lineal Feet asbestos cement subdrain
complete in place
@ Six Dollars
and
Twenty -five Cents
Per Lineal Foot
$ 6.25 $ 3625.00
@—n o Dollars
and
Twelve Cents $ 0.12 $ 270.00
Per Square Foot
.
PR3of4
ITEM
QUANTITY
ITEM DESCRIPTION
UNIT
TOTAL
NO.
AND UNIT
UNIT PRICE WRITTEN IN WORDS
PRICE
PRICE
10.
200
Class 2 permeable trench backfill
Tons
@ Nine
Dollars
and
no
Cents
$
9.00
$
1800.00
Per Ton
11.
460500
Heating, scarifying, remixing
Square Feet
and applying liquid asphalt.
@ no
Dollars
and
Three
Cents
$'0.03
$
1395.00
Per Square Foot
12.
1,010
Heater plane existing asphaltic
Lineal Feet
concrete pavement to 3/4 -inch
below gutter lip
@ One
Dollars
and
Ninet
Cents
$
1.90
$
1919.00
er inea Foot
13.
1,600
Construct asbestos asphaltic
Tons
concrete surfacing
@ Twelve
Dollars
and
no
Cents
$
12.00
$
19200.00
Per lon
14.
3,500
Construct asphaltic concrete
Tons
base course (7 inches thick)
@ Eight
Dollars
and
Fort
Cents
$
8.40
$
29,400.00
Very on
15.
2,250
Construct variable thickness
Square Feet
asphaltic concrete joins
@—n o Dollars
and
Twelve Cents $ 0.12 $ 270.00
Per Square Foot
Eighty -Three Thousand Nine Hundred Eighty Six Dollars
and
Ten Cents $ 83,986.10
•
.
PR4of4
,ITEM
QUANTITY
ITEM DESCRIPTION
UNIT
TOTAL
NO.
AND UNIT
UNIT PRICE WRITTEN IN
WORDS
PRICE
PRICE
16.
12
Adjust water valves and sewer
Each
cleanouts to grade
@ Forty
Dollars
and
No
Cents
$
40.00
$
480.00
Per Each
17.
17
Adjust manholes to grade
Each
@ Seventy -five
Dollars
and
no
Cents
$
75.00
$
1275.00
Per Each
18.
160
Adjustment or replacement
of
Square Feet
walks and landings
@ Three
Dollars
and
Sevent -five
Cents
$
3.75
$
600.00
er square Foot
19.
1
Relocate street light and
Lump Sum
construct new foundation
@ Nine Hundred Fifty
Dollars
and
no
Cents
$
950.00
$
950.00
Lump*. Sum
20.
1
Relocate sprinkler system
Lump Sum
@ Six Hundred Fifty
Dollars
and
no
Cents
$
650.00
$
650.00
Lump Sum
21.
12
Install survey monuments
Each
@ Fifty
Dollars
and
no
Cents
$
50.00
$
600.00
Per Each
TOTAL
PRICE WRITTEN
IN WORDS:
Eighty -Three Thousand Nine Hundred Eighty Six Dollars
and
Ten Cents $ 83,986.10
• i
INDEX TO SPECIAL PROVISIONS
C -1246
I
SCOPE OF WORK .......................... ..............................1
2.
II
COMPLETION OF WORK .................... ..............................1
3.
IIIPAYMENT
.......... ...................... ..............................1
4.
IV
CONSTRUCTION SURVEY STAKING ••..•:•..:• •.......•••••.••••.•••s•••••••1
V
TRAFFIC CONTROL ........:............... :............................1.
VI
NOTICE TO RESIDENCES ................................................ •2
VII
RESTORATION OF EXISTING IMPROVEMENTS ••• ••.•••••••••••••••••••••••••••2
VIII
EXISTING UTILITIES ......••.•.•.•....••. ......•.••••••••••••••.•••••••2
IXWATER
.......... ........................ .............................:2
X
CONSTRUCTION DETAILS ••••••••••••••••••• .•••.•••••••••••.•••.•••••••••2
1.
Earthwork ..................... ..............................2
2.
Landscaping
Protection and Restoration •.•.•••w•••.•••••••••••3
3.
Eight -inch
Perforated Asbestos - Cement Subdrain .............. 3
4.
Adjustment
or Replacement of Walks and Landings ............. 3
5. Portland Cement Concrete Improvements ••••••••••••••••••••••••3
6. Heating, Scarifying. Remixing and Applying Liquid Asphalt ... 4
7. Heater Planing ................ ..........................:...4
8. Asphaltic Concrete Construction ............................. 5
A.
Asphaltic Concrete
Base Course ..................... 5
B.
Asbestos - asphaltic
Concrete Surfacing ................ 6
C. Asbestos Concrete Patching. Etc ..................... 8
D. Asphaltic Concrete Curb •••••••.•••••••••••.•••.•••••8
9. Relocate Street Light ••••••.••• ••••••••.•••••••••••••••••••••8
10. Relocate Sprinkler System ••.••••• •••8
........................
11. Survey Monuments ............ ..............................9
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
• SP1of9
STREET IMPROVEMENTS ON HARBOR VIEW DRIVE,
GOLDENROD, SECOND AND MARIGOLD AVENUES
CONTRACT NO. 1246
I. SCOPE OF WORK
The work to be done under this contract consists of the reconstruction of Harbor
View Drive, and portions of Goldenrod and Second Avenues; and the resurfacing of
portions of Goldenrod, Second Avenue and Marigold Avenues.
The contract requires completion of all work in accordance with these Special
Provisions, the City's Standard Specifications, the Plans (Drawing No. R- 5136 -5),
the City's Standard Drawings and Special Provisions, and applicable portions of
the State of California Standard Specifications, January 1969, The City's Standard
Specifications are the Standard Specifications for Public Works Construction, 1970
Edition. The City's Standard Special Provisions and Standard Drawings may be
obtained at the Public Works Department for a fee of $2.00.
II. COMPLETION OF WORK
The Contractor shall complete all work on the contract within 90 consecutive
calendar days after the date the City executes the contract.
III. PAYMENT
Payment for incidental items of work, not separately provided for in the proposal,
shall be included in the price bid for various items of'work and no additional
compensation will be allowed.
IV. CONSTRUCTION SURVEY STAKING
Field surveys for control of construction and setting of monuments shall be the
responsibility of the Contractor. All such surveys including construction staking
shall be under the supervision of a California Licensed Surveyor or Civil:Engineer.
Staking shall be performed on all items ordinarily staked at interva1s.66rmally
accepted by the City and trades involved. Payment for construction survey staking
shall be considered as included in the various items of work and n6 additional
allowance will be made therefor.
V. TRAFFIC CONTROL
The Contractor shall provide traffic control in compliance with Section 7 -10 of
the Standard Specifications.
• SP2of9
The Contractor shall submit a written proposed plan of traffic control to the
Engineer for his approval concurrently with the written construction schedule
as specified in Section 6 -1 of the Standard Specifications.
Ingress and egress shall be maintained to the fire station on Marigold Avenue
except for a minimum period during the paving operation. It will be the Contractor's
responsibility to notify the Fire Chief at least 12 hours in advance of the
paving operations on Marigold Avenue. The paving operation of this area shall
not begin until emergency vehicles are located to the satisfaction of the Fire Chief.
The Contractor shall maintain one lane vehicular access to Harbor View Elementary
School at all times.
The Contractor shall maintain one 10 -foot lane in each direction on Harbor View
Drive between Sea Lane and MacArthur Boulevard.
VI. NOTICE TO RESIDENCES
A written notice prepared by the City shall be distributed by the Contractor to
each affected residence, stating the time when he will begin and complete
construction operations that will restrict vehicular access totheir drive approaches.
Errors in distribution, false starts, acts of God, strikes, or other alterations of
the schedule will require renotification using an explanatory letter. This letter
will also be prepared by the City and distributed by the Contractor.
VII. RESTORATION OF EXISTING IMPROVEMENTS
Restoration of existing improvements shall conform to Section 7 -9 of the Standard
Specifications.
VIII. EXISTING UTILITIES
The Contractor shall investigate and protect all existing utilities in conformance
with Section 5 of the Standard Specifications. Known utilities are indicated on
the Plans. Prior to performing construction work, the Contractor shall be responsible
for requesting each utility company to locate its facilities.
IX. WATER
The Contractor shall make his own provisions for obtaining and applying water
necessary to perform his work. If the Contractor desires to use available City
water, it shall be his responsibility to make arrangements for water purchases by
contacting the City's Utility Superintendent, Mr. Tom Phillips, at (714) 673 -2110,
Extension 267.
X. CONSTRUCTION DETAILS
1. Earthwork
The cost of roadway excavations, subgrade preparation, cut and fill slope
grading, and all miscellaneous earthwork shall be considered as included
in the unit prices bid for other items of work and no additional compensation
will be allowed therefor.
0 0
SP3of9
The Contractor shall prepare the subgrade by scarifying, cultivating,
watering, or drying and compacting the road bed to a depth of 6 inches in
conformance with Subsection 301 -1.2 of the City's Standard Specifications.
The minimum relative compaction of the top 6 inches of-the subgrade
material shall be 90 %. These requirements will be valid regardless of
the moisture content of the subgrade soils.
2. Landscaping Protection and Restoration
The Contractor shall be responsible for replacing all landscaping and
sprinklers damaged or removed during construction in conformance with
Section 7 -9 of the Standard Specifications. The materials and plant
species used for replacement shall be the same or equal to those damaged
or removed.
The cost of protecting and restoring landscaping and fences, including
relocation of underground sprinkler lines, shall be included in the
unit price bid for other items of work and no separate or additional
compensation will be allowed. The sprinkler system relocation at Harbor
View Drive and MacArthur Boulevard shall be a separate bid item.
3. Eight Inch Perforated Asbestos - Cement Subdrain
Subdrain work shall consist of furnishing and installing 8 -inch diameter
perforated asbestos - cement pipe and the placing of permeable material as
shown on the plans and as specified in Section 68 of the State of
California Standard Specifications. Permeable backfill materials shall
be Class 2. The subdrain shall be connected to the existing curb inlet
in Harbor View Drive as shown on the plans.
4. Adjustment or Replacement of Walks and Landings
Brick, flagstone, concrete, etc. walks and landings adjacent to the
existing curb and gutters and driveways shall be adjusted or replaced in
kind to meet the grade of the new construction.
Portland Cement Concrete Improvements
Portland cement concrete curb and gutters, cross gutters, spandrels, sidewalks,
and drive approaches shall be constructed with Class 6 -B -3000 concrete.
The unit price bid for Portland cement concrete cross gutters and spandrels
shall include the curb returns adjacent to the spandrels and the 4 -inch
aggregate bedding.
The unit price bid for 6 -inch and 8 -inch and variable curb face "Type A"
curb and gutter shall include all curb and gutter regardless of the curb
face height excluding curb returns adjacent to spandrels. The 6 -inch
curb face Type "A" curb and,gutter over 6 -inch aggregate base bedding
shall include the cost of aggregate base.
All sidewalk that extends beyond the street right of way shall be scored
at the right of way line.
0
6. Heating, Scarifying, Remixing and Applying Liquid Asphalt
SP4of9
The asphalt scarifier - remixer shall be a self- contained machine specifically
designed to reprocess upper layers of bituminous pavements. The machine
shall be capable of operating at speeds of up to 70 feet per minute and
consist of an insulated combustion chamber adjustable in width from 8 feet
to 12 feet and operate without excessive smoke. The heater shall have a
minimum output of heat of 10,000,000 BTU per hour. The scarifier attach-
ment shall be divided into sufficient sections individually controlled to
conform with the existing pavement cross section, and shall provide
satisfactory protective devices to insure that no damage will be done to
manholes, water valves or other existing structures. The scarifier shall
be hydraulically controlled and consisting of two rows of spring loaded
rakes. As a safety precaution, no device utilizing gasoline or volatile
pressurized gas storage within 50 feet of the combustion chamber shall be
permitted. Equipment not specifically meeting these specifications and
rejected by the Engineer shall be removed from the job site and replaced
with suitable types.
As an incidental obligation of pretreatment, the pavement shall be cleaned
of all loose material. Power brooms shall be supplemented, when necessary,
by hand brooming and such other tools as are required to bring the surface
to a clean, suitable condition, free of deleterious material. Any required
patching work shall be completed prior to beginning the remix process.
The Contractor shall sufficiently shield all trees and plants adjacent to
the curb, gutter and sidewalks and overhanging the street to avoid burn
damage. Any damage to vegetation adjacent to roadway resulting from the
heating - scarifying operations shall be replaced at the Contractor's expense.
The existing pavement shall be evenly heated, scarified and remixed to a
depth of from 0.05 to 0.07 feet by a single pass of the continuously moving
surface remixer. The surface shall be left in an evenly spread condition
and aggregate shall not be pulverized, spalled or broken. The minimum
temperature of the remixed material shall be not less than 2250 when measured
three minutes following reprocessing. During scarification at least 90%
of the aggregate shall be remixed by spinning or tumbling.
Immediately following the remixing operation, an application of M.C. -70
liquid asphalt shall be applied at the approximate rate of 0.10 to 0.20
gallons per square yard, and in conformance with Section 203 -3 of the
Standard Specifications, the exact application rate shall be determined by
the Engineer.
Within 15 minutes following the application of liquid asphalt, the remixed
existing pavement shall be resurfaced with asbestos asphaltic concrete.
Remix operations shall be limited to the asphalt batch plant and /or paving
crew's working capacity.
7. Heater Planing
The work shall consist of the planing or shaving of existing surface
irregularities until a smooth surface is obtained on the existing asphalt
pavement adjacent to the gutter. In all cases, the planed surface shall
• & SP 5 of 9
be free froum gouges, grooves, ridges, or any other imperfections of
workmanship. The planed surface shall not vary more than one - fourth inch
(1/4 ") when tested with a ten- foot.(10') straight edge.
The planing work shall be performed with a pavement planing machine
of a type that has operated successfully on considerable mileage of this
type of work. The heater - planer machine to be used on the work in this
contract shall be designed and built for this type of work. It shall be
self - propelled and have in combination the means for heating, planing and
cutting the old surface, and blading the cuttings into one windrow.
The heating and cutting width of the machine shall be the same and shall
not be less than five feet. The machine shall be capable of exerting a
minimum of 600 pounds per square inch pressure uniformly over the surface
to be cut.
The wheelbase shall not be less than twenty -five feet (25'), and the driving
wheels shall be so designed as to protect the softened surface of the
pavement. The machine shall be capable of working speeds as low as five
feet (51) per minute and be able to cut flush to all curbs, manholes, or
other similar obstructions within the paved area.
The temperature at which the work is performed, the nature and condition of
the equipment, and the manner of performing the work shall be such that
the pavement is not torn, gouged, shoved, broken, or otherwise injured by
the planing operation. Sufficient passes, or cuts, shall be made so that
all irregularities or high spots are eliminated and that one hundred percent
(100 %) of the surface area has been planed, to the satisfaction of the
Engineer. A minimum 3/4 -inch header shall be cut below the gutter line as
shown on the plans. The Contractor shall provide all necessary labor,
materials, and equipment to immediately load the asphalt and aggregate
cuttings into dump trucks for hauling to a disposal site. No cuttings
shall remain on the street at the end of each work day.
Asphalt heater planing performed shall be paid for by the lineal foot and
at five foot minimum width.
8. Asphaltic Concrete Contruction
A. Asphaltic Concrete Base Course
The asphalt concrete to be furnished and placed for the lower
7 -inch (base course) of the new street pavement section shall
be III -B2 -85 -100 in conformance with Section 400 -4 of the City's
Standard Special Provisions. The 7 -inch base course shall be
placed in two layers having a compacted thickness of four (4)
inches and three (3) inches.
Prime coat will not be required on the prepared subgrade. The
tack coat in conformance with Subsection 302 -5.3 of the City's
Standard Specifications shall be applied to the existing concrete
surfaces, and between the base course and the surface course.
0
• SP 6 of 9
The Contractor shall provide the types and numbers of rolling equipment
as required in Sections 39 -5.02 and-39-5.03 of the State Standard
Specifications. Spreading and compacting shall be in conformance with
Section 39 -6 of the State Standard Specifications or as directed by the
Engineer, except that motor graders will not be allowed for spreading.
Special attention is directed to the construction of longitudinal joints
as specified in the eighth paragraph of Section 39 -6.01.
The following compaction procedures will be required for the base course,
unless the Engineer directs otherwise:
(1) Initial rolling shall proceed directly behind the spreader and
shall consist of two complete coverages of the asphalt mixture,
and shall be performed with a 2 -axle or 3 -axle steel -tired tandem
roller. Such rollers shall weigh not less than 10 tons or more
than 12 tons.
A motor grader shall trim and shape the layer immediately after
completion of initial rolling. Additional material may be.end
dumped as required to fill low areas.
(2) Additional rolling shall proceed directly behind the motor
grader and shall consist of four complete coverages with a
pneumatic roller as specified in the Standard Specifications
or allowed by the Engineer. Such rollers shall weigh not less
than 12 tons.
A complete coverage will be 2 passes of the roller in the same
roller width.
(3) Rolling shall commence at the center of the pass and work
toward the edges.
The intent of these specifications is to have all breakdown and additional
rolling performed while the mixture is sufficiently hot to facilitate
satisfactory compaction. The Engineer will, therefore, vary paving rates
as necessary or require additional compaction equipment, in order to,
insure adequate compaction of a hot mixture.
B. Asbestos - Asphaltic Concrete Surfacing
The asbestos - asphaltic concrete surfacing shall not be placed until all
of the asphaltic concrete base course is constructed.
Asbestos - asphaltic concrete surfacing shall be Type III -C2 -85 -100 using
paving grade asphalt and conforming to Section 400 -4 of the Standard
Special Provisions and as hereinafter modified.
The asphalt binder mixed with mineral aggregate shall be between 8.5% and
9.5% by weight of the dry aggregate. The amount and grade of asphalt
binder to be mixed with the aggregate will be determined by the Engineer.
SP7of9
Chrysotile Coalinga asphaltic asbestos fiber, as manufactured by Johns -
Manville Corporation, or approved equal fiber shall be added to the
mixture of asphaltic concrete at the rate of 2% by weight of the dry
aggregate. The asbestos fiber shall conform to the following standards:
Ro -Tap Test (100 grams - 3 minutes)
+65 mesh - 40% minimum
Qama Wet Wash
200 mesh - 20% minimum
Penetration Efficiency
70 -95%
While stored at the batch plant site, the asbestos shall be given
suitable protection from moisture. Any asbestos which is wet or damp
shall be rejected.
Proportioning and mixing shall conform to Section 203 -6.4 through 203 -6.7
of the Standard Specifications. The mixture shall consist of the
following:
Materials Percent by Weight
Aggregate (including filler materials) 88.5 to 89.5
Asphaltic Binder 8.5 to 9.5
Asbestos 2.0
Asbestos fiber shall be added to the mixer from the weight bin through
an inspection plate in the pug mill mixing chamber. After the asbestos
fiber is added to the dry aggregate they shall be dry mixed for a
minimum of 10 seconds at which time the asphalt may be added. The
combined aggregate, asbestos, and asphalt shall then be wet mixed for
an additional 30 seconds minimum. The asbestos asphaltic concrete
mixture shall have a temperature of 3100 to.3500F at the time of.
discharge from the mixer.
The mixing operations, shall be performed in a manner that will provide
a homogenous,.uniform mixture of asphalt, aggregate and asbestos fibers
throughout all material delivered to the job site. Streaks and /or
pockets of asbestos shall be considered as evidence of inadequate
mixing or other malfunction and materials containing such streaks or
pockets will not be accepted by the Engineer. Unacceptable material
shall be removed from the project and disposed of by the Contractor at
no expense to the City.
The asbestos asphaltic concrete mixture shall be covered when transported
from the batch plant to the paving machine to assure uniform temperature
control; uncovered loads arriving at the project location will be subject
to rejection. The mixture shall not be less than 300OF and not more than
340OF when delivered to the paving machine at the groject site. Any
material delivered to the project at less than 30O BF will be automatically
rejected.
. SP8of9
A SS -lh liquid asphalt tack coat shall be applied at the rate of 0.04 to
0.80 gallons per square yard to the asphaltic concrete base course prior
to placing the asbestos asphaltic concrete.
The Contractor is cautioned that asbestos - asphaltic paving mixtures set up
at higher temperatures than normal asphaltic concrete mixtures and every
effort shall be made to compact the mat as close as practical to the
paving machine while the material is in a compactible condition. No
mixture shall be placed on the grade unless the atmospheric temperature
is at least 50OF and rising.
The minimum rolling equipment required shall consist of one pneumatic -tired
breakdown roller and two steel - wheeled rollers all equipped with scrapers
to prevent the mixture from sticking to the rollers. The breakdown rollers
shall proceed immediately behind the paver. Standing of the rollers on the
newly - placed asbestos- asphaltic concrete mat will not be permitted.
Backcasting after a pass has been made by a roller or so- called "skin
patching" of the surface will not be permitted.
C. Asphaltic Concrete Joins, Etc.
Asphaltic concrete used for variable thickness asphaltic concrete pavement,
and miscellaneous joins shall be constructed with Type III -D -85 -100
asphaltic concrete.
D. Asphaltic Concrete Curb
Asphaltic concrete used for curbs shall be constructed with Type III -D -85 -100
asphaltic concrete.
The amount of asphaltic binder used in the asphaltic concrete placed in
curbs shall be increased not less than one (1) percent by weight of the
aggregate specified in the standard specifications for asphaltic concrete.
Asphaltic concrete curbs shall be shaped and compacted with an extrusion
machine or other equipment capable of shaping and compacting the material
to the required cross section.
9. Relocate Street Lights
The existing street light located at the intersection of Harbor View Drive and
MacArthur Boulevard shall be relocated as shown on the plans.
The lump sum price bid for relocation of the street light shall include a new
foundation,.pull boxes, wire and conduit as required.
10. Relocate Sprinkler System
A portion of the existing sprinkler system at the intersection of Harbor View
Drive and MacArthur Boulevard will require relocation to accommodate the con-
struction. It is anticipated that the work will only involve the relocation of
the existing feeder line and heads adjacent to the existing curb and gutter.
0 to
SP9of9
The Contractor shall perform the sprinkler system relocation as rapidly as
possible to avoid damage to the existing landscaping. Any damage resulting
from lack of water shall be the responsibility of the Contractor.
The lump sum price bid for the relocation of the sprinkler system shall include
all materials and labor required to establish a new operative sprinkler system.
11. Survey Monuments
Survey monuments shall be constructed in accordance with the City's Standard
Drawing STD - 113 -L. Field staking for the installation of survey monuments will
be performed by the Contractor.
h.
CONTRACT NO. 1246
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
FOR
STREET IMPROVEMENTS ON HARBOR VIEW DRIVE,
GOLDENROD, SECOND AND MARIGOLD AVENUES
Approved by the City Council
on this 10th Day of August, 1970
LAURA LAGIOS, City Clerk
B:
ors Ge7e, UlFuty
SUBMITTED BY:
MLLY•MILLER CONTRACTING COMPANY'
Contractor
P. 0. BOA 432
Address
ORANGE, CALIF. 92667
ty zip
• Page 1
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 the 3rd day of September, 1970, at which time they will
be opened and read, for performing work as follows:
STREET IMPROVEMENTS ON HARBOR VIEW DRIVE,
GOLDENROD, SECOND AND MARIGOLD AVENUES
CONTRACT NO. 1246
Bids must be submitted on the proposal form attached with the contract documents furnished
by the Public Works Department. The additional copy of the proposal form is to be
retained by the bidder for his records.
Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to
the City of Newport Beach, for an amount equal or at least 10 percent of the amount bid.
The title of the project and the words "SEALED BID" shall be clearly marked on the outside
of the envelope containing the bid.
The contract documents that must be completed, executed, and returned in the sealed bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signature and titles of the persons signing on
behalf of the bidder. For Corporations, the signature the the President or 'Vice'President
and Secretary or Assistant Secretary are required and the Corpora a ea shall be affixed
to aTT -onts requiring signs ure. In the case of a partnership, the signature of.at
least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code, The
contractor shall state his license number and classification in the Proposal.
Plans and contract documents, including special provisions, 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 plans and contract
documents issued to others. It is requested that the plans and contract documents be
returned within 2 weeks after the bid opening.
The City has adopted the Standard S ecifications for Public Works Construction (1970
Edition and Supplements) as prepare y the out ern California Chap ti s o t o American
Public Works Association and the Associated General Contractors of America. Copies may
be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles,.California 90034,
(213) 870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of these
are available at the Public Works Department at a cost of $2.00 per set.
7
0
City of Newport Beach, California
Notice Inviting Bids
Page la
The City reserves the right to reject any or all bids and to waive any informality in
such bids.
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), 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, classification, or type of workman or mechanic
needed to execute the contract and has set forth these items in Resolution No. 6982,
adopted May 12, 1969, A copy of said resolution is available in the office of the
City Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive).
r
Page 2
All bids are to be computed on the basis of the given 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
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed 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 bind 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. #IW8,CLASS "A" Classification
Accompanying this proposal is
(Lasn, GertlTlea GnecK, uasnler'S cnecK or
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.
((714) 639 -1400
Phone NUmber
SULLY-MILLER CONTRACTING CO
1 dder s ame
(SEAL)
Authorized ignature
Authorized igna ure
�O�Dcedt�,
Type of organization
(Individual, Corporation, or 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
A f-Ai.TEURN,. EQ,Rpelt� _
MARSHALL AIcDONALD - PRESIDENT
W. DII NV u s cu 4 PffE5, TITE2i$.$E'y
H. D. COOTS . VICE PRESIDENT
R. F. MOLYNEUX • VICE PRESIDEN,;
0 0
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 bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these sub - contractors except upon
the prior approval of the Engineer.
Item of Work Sub - contractor Address
2.
3.
4.
5.
10.
11.
12.
SULLY-MILLER CONTRACTING COMPANY
Bidder's Name
Aut orized Signature
yp� e of— Organization
(Individual, Co- partnership or Corp)
P. O. BOX 43? ORANGE, CALIF. 92667
Address
HIGHLANDS INSURANCE
Houston, Texas
BID BOND
COMPANY
Know all men by these presents, That we,
SULLY - MILLER CONTRACTING COMPANY
Bond a 900400(2629)
Premium included in
Bid Bond service undertaking
Long Beach, California
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
DOLLARS, 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 3rd day of September 19 70
WHEREAS, the said principal, is herewith submitting its proposal for
STREET IMPROVEMENTS ON HARBOR VIEW DRIVE, GOLDENROD, SECOND AND
MARIGOLD AVENUES
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.
B 1104 7 -68
SULLY - MILLER CONTRACTING COMPANY
STATE OF CALIFORNIA I
ss.
COUNTY OF LOS ANGELES
On this 3rd day of September 19 70
I
before me, a Notary Public, within and for said County and State, personally appeared
JAMES 0. PITTMAN
a
to me personally known, who being duly sworn, upon oath, did say 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 Dirac. `
tars; and the said JAMES 0. PITTMAN
It t e ere t d the said instrument as the free act and deed of said Company.
OFFICIAL REAL
MURIEL Y. SMITH
Notary Public
9NOTARYSPUBUC-GALIFORNIVLOS ANGELES CO!!`!T
My Commission Expires Sept. 26, 1972
'e rfifv'n
STATE OF CALIFORNIA,
SS.
COUNTY OF MS ANQT FS
ON 19��,
before me, the undersigned, a Notary Public in and f r said State, personally appeared
BENJAMIN 1. DADY
OFFICLIL SEAL
MURIEL V. SMITH
NOTARY PUBLIC-CAUFORNIA
LOS ANGELES COUNT`
f
known to me to be the
of the SULLY— MILLER CONTRACTING COMPANY
the Corporation that executed the within Instrument, known to me to be the
executed the within Instrument, on behalf of the Corporation, therein named, and 1
to me that such Corporation executed the same.
WITNESS my hand and official seal.
Notary Public in and for said State.
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we,
and
•
Page 4
as Principal,
as Surety, are held
and firmly bound 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 (2) bonds described in the "Notice Inviting
Bids" within ten (10) 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)
(Attach acknowledgement of
Attorney in Fact)
By
Title
rincipal
Surety
4
! •
Page 9
NON- COLLUSION AFFIDAVIT.
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any
of them, have in any way, directly or indirectly, 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 of them, has paid or is to pay to
such bidder or public officer any sum of money, or has given or is to give to such
other bidder or public officer anything of value whatever, or such affiant or
affiants or either of them has not directly or indirectly, 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
attached bids; that no bid has been accepted from any subcontractor or materialman
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
subcontractor or materialman 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, offered, paid, or delivered to any person whomsoever to
influence the acceptance of the said bid or awarding of the contract, nor has this
bidder any agreement or understanding of any kind whatsoever, with any person
whomesoever to pay, deliver to, or share with any other person.in any way or manner,
any of the proceeds of the contracts sought by this bid.
SULLY-MILLER CONTRACTING COMPANY
Subscribed and sworn to before me by
this S,c_ day of S cg T. ,
19Zp .
My commission expires:
My Commission Expires May ,% ,"
OFFICIAL SEAL
JAMES F. WINDERS
(& NOTARY P11¢LIC. CALIFORNIA
PRINCIPAL OFFICE IN
'�* ORANGE COUNTY
Page 10
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility.
SULY-NTPLER CONTRACTING COMPANY
igne
CURREIII ASSETS ASSCTS
Cash resources - Cash
T
- U
0
Receivables - Notes
- Accour
- Interc
Less:
Inventories - Ravi ma
Refinc
Mdse.
Materi
Prepaid expense - To
- In
- Ot
Total current assc
INVESTMENTS AND ADVP
Capital stock of-r
Equity in P. G L:
Other security i m
Other advances t r
Capital stock of f
Equity in P. b L.
Total investment
PROPERTIES
.Gross properties
Less: Accum. allc
Net properties (
DEFERRED CHARGES - P
- C
DEFERRED INCOME TAXE
TOTAL ASSETS
CURRE14T LIABILITIES
Accounts payable -
Accrued payrolls
Interest accrued c
Payments due in on
Gasoline and other
Property and other
Federal taxes on i
Other taxes on inc
Total current I
DUE TO (FROM) UNION!
LONG TERM DEBT
Notes, contracts a
DEFERRED INCOME TAXE
MINORITY INTEREST IN
SHAREOWNERS' EQUITY
-Stock - at Par or
Surplus
Capital surplus
Credits in exc
Other capital su
Not earnings ret
Balance Decemb
Net earnings f
Acquisition Su
Dividends deel
Total shareo
TOTAL LIABILITIES AN
74
imc deposits
.S. Government securities
ther marketable securities
isf�Y�y
ompany
Allowance for doubtful receivables
terials (whole dollars)
d products (whole dollars
b work in progress
als and supplies`
xes in advance
surance in advance
her prepaid expense
is_SiI
/-2
7
I
_
:;:_>
3 3 q•�
NCES
oncon. subs.
( "
of noncon. subs.
estments - stocks G bonds
oncurrent receivables
ffiliates
of Affiliates
1
s and advances
whole dollars)
wance for depl . , deprec, b amort. (whole dollars )
whole dollars)
egular Ri " /t`:i;F/ "•!-''` SPh
oodwiI1
S.- Federal
231y3��5y�
I
3 1
i��_�/?S
i
- Other
LIABILITIES
Outside
.5-
73(,
Union Oil Company of California
I! ^GIa�G
n long term debt
e years
-�
sales and excise taxes
taxes
�h7,hz7.
ncome
ome
abilities
_S_iO ti
OIL COMPANY OF CALIFORNIA LOANS
nd mortgages payable
S - Federal
,�f7�
IGGO
S
1210 ✓'j
- Other
SUBSIDIARIES
stated value
ess of par value of shares issued
rpl us
7 7 ' .02�2.
;z 0 .4 r'5-
ainrd in business
or /y months ended p'=C 3 1
rpl us
ared - cash
,mers' equity
D CAPITAL
-C.
i
G�� �7S
i;
Page 10a
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
4
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
\Qm l'. ;ty QX7 yiuNT Kies e- sv�- Uslz �
St1LLY- MILLER CONTR VG COMPANY
Jw �Gt�rr,.
igne
0 CITY OF NEWPORT BEACH 0 PR 1 of 4
PUBLIC WORKS DEPARTMENT
STREET IMPROVEMENTS ON HARBOR VIEW DRIVE,
GOLDENROD, SECOND AND MARIGOLD AVENUES
CONTRACT NO. 1246
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West 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. 1246 in accordance with the Plans and Specifications, and will take in full payment
therefor the following unit prices for the work, complete in place, to wit:
ITY
1. 60 Construct 6 -inch and variable
Lineal Feet curb face Type "A" curb and
gutter
Dollars
and
Cents $ 3.
Peer Lineal o0
2. 560 Construct 6 -inch and variable
Lineal Feet curb face Type "A" curb and
gutter over 6 -inch thick
aggregate base
$
@ R�U2„ Dollars
and ✓
Cents $ L1.'%' $ 25y1.
Per i Lineal Foot
3. 1650 Construct 8 -inch and variable
Lineal Feet curb face Type "A" curb and
gutter
@ T1aP�rc Do rs
and ✓
Sc- �ENC.i {-r.Je Cents $ 3'S $ �ISSI.'0
Per Lineal op
PR2of4
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 230 Construct Type "E" asphaltic
Lineal Feet concrete curb
@ nmC Dollars
and ro
TW Wit Cents $ 1 :0— $ .
Per Foo
5. 5040 Construct 8 -inch thick portland
Square Feet cement concrete cross gutter and
spandrels over 4 -inch thick
aggregate base
@ �u� Dollars
and
F�6cy F�VC Cents $ 1'% $
Per foot
6. 1070 Construct 6 -inch thick portland
Square Feet cement concrete drive approaches
@ N O Dollars
and
E�6*34 Cents $ p% $ U1. ,�*
Persqua a Foot
7. 1570 Construct 4 -inch thick portland
Square Feet cement concrete sidewalk
@ N Dollars
and
� Q 43- l O y�
e Cents $ $ Z.O.
Per square Foot
8. 7 Construct 6 -1/2 inch thick portland
Each cement concrete alley approach over
4 -inch thick aggregate base
@ 1 0 uc- 4�jrajo "-;Z) Dollars
and MCI Cents $ 410 $
Per ac
9. 580 Construct 8 -inch perforated
Lineal Feet asbestos cement subdrain
complete in place
@ S'. x Dol Lars
and 10 o
Cents $ $
Perri' al Foot
PR3of4
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
10. 200 Class 2 permeable trench backfill
Tons
@ t. Dollars
and
mr Cents $C�s $
Per Ton
11. 46,500 Heating, scarifying, remixing
Square Feet and applying liquid asphalt
@ _ Na Dollars
and
Per Square oot Cents $
12. 1,010 Heater plane existing asphaltic
Lineal Feet concrete pavement to 3/4 -inch
below gutter lip
@ Dollars
and qo a
' Cents $ �. $ 14u4.
Per Lineal Foot
13. 1,600 Construct asbestos asphaltic
Tons concrete surfacing
@ "Twci V IL Dollars
and !/
Cents $ M.`L $ I0200.""
Per Ton
14. 3,500 Construct asphaltic concrete
Tons base course (7 inches thick)
Dollars
and 4o
Per Ton v —�
>ro�ty Cents $_ $ e29 L106. °—
—
15. 2,250 Construct variable thickness
Square Feet asphaltic concrete joins
@ N p Dollars
and
wctvc Cents $ a, $ 270.E ='
Per Square Foot
0 0 PR4of4
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
16. 12 Adjust water valves and sewer
Each cleanouts to grade
@ �o�� Dollars
and
vo Cents $ 'AQ, ' . $ 0.°p'
er Each
17.
17
Adjust manholes to grade
Each
@ e
Dollars
No
and
Cents
o
$ 1b. °�
$ ant ; -*-
er Each
18.
160
Adjustment or replacement of
Square Feet
walks and landings
@ T114 C E
Dollars
SC�Wo F,�E
—Peer Square
and
Cents
$
19.
1
Relocate street light and
Lump Sum
construct new foundation
@ NJ%#zrc Aunlmgb
Dollars
a
and
Cents
$ SD *-
$ gS0.41'
Lump. Sum
20.
1
Relocate sprinkler system
Lump Sum
1, r
@
Dollars
��-
o
and
Cents
$ (0&0
$ 3
Lump um
21.
12
Install survey monuments
Each
rr
@
Dollars
and
Cents
$ S8
Per Each
TOTAL PRICE WRITTEN IN WORDS:
C%\ M'N -f%Aak il\otjSphZ t51oarp 1AWJ .fca E1�4,,XSik Dollars
and
0
T6J Cents $ 4398b., I/
3 -70
Id
0 0
INDEX TO SPECIAL PROVISIONS
C -1246
I
SCOPE OF WORK ........................ ............................... 1
II
COMPLETION OF WORK .................... ..............................1
IIIPAYMENT
.............................. ............................... 1
IV
CONSTRUCTION SURVEY STAKING .........:. ..............................1
VTRAFFIC
CONTROL ....................... ..............................1
VI
NOTICE TO RESIDENCES ................................................... 2
VII
RESTORATION OF EXISTING IMPROVEMENTS ................................. 2
VIII
EXISTING UTILITIES ..................... ..............................2
IXWATER
............................... ............................... 2
X
CONSTRUCTION DETAILS ..................• :••••••.•.•••.•...•...........2
1. Earthwork ..................... ..............................2
2. Landscaping Protection and Restoration ........................ 3
3. Eight -inch Perforated Asbestos - Cement Subdrain .............. 3
4. Adjustment or Replacement of Walks and Landings ............. 3
5. Portland Cement Concrete Improvements ........................ 3
6. Heating, Scarifying, Remixing and Applying Liquid Asphalt ... 4
7. Heater Planing ................. ..............................4
8. Asphaltic Concrete Construction ............................. 5
A.
Asphaltic Concrete
Base Course .....................
5
B.
Asbestos - asphaltic
Concrete Surfacing ...............
6
C.
Asbestos Concrete
Patching, Etc .....................
8
D.
Asphaltic Concrete
Curb ..............................
8
9. Relocate Street Light ........................................ 8
10. Relocate Sprinkler System ................................... 8
11. Survey Monuments .............. ..............................9
a
L_J
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
0 SP 1 of 9
STREET IMPROVEMENTS ON HARBOR VIEW DRIVE,
GOLDENROD, SECOND AND MARIGOLD AVENUES
CONTRACT NO. 1246
I. SCOPE OF WORK
The work to be done under this contract consists of the reconstruction of Harbor
View Drive, and portions of Goldenrod and Second Avenues; and the resurfacing of
portions of Goldenrod, Second Avenue and Marigold Avenues.
The contract requires completion of all work in accordance with these Special
Provisions, the City's Standard Specifications, the Plans (Drawing No. R- 5136 -S),
the City's Standard Drawings and Special Provisions, and applicable portions of
the State of California Standard Soecificationg, January 1969, The City's Standard
Specifications are the Standard Specificatinns for Public Work Construction, 1970
Edition. The City's Standard Special Provisions and Standard Drawings may be
obtained at the Public Works Department for a fee of $2.00.
II. COMPLETION OF WORK
The Contractor shall complete all work on the contract within 90 consecutive
calendar days after the date the City executes the contract.
III. PAYMENT
Payment for incidental items of work, not separately provided for in the proposal,
shall be included in the price bid for various items of work and no additional
compensation will be allowed.
IV. CONSTRUCTION SURVEY STAKING
Field surveys for control of construction and setting of monuments shall be the
responsibility of the Contractor. All such surveys including construction staking
shall be under the supervision of a California Licensed Surveyor or Civil Engineer.
Staking shall be performed on all items ordinarily staked at intervals n6mally
accepted by the City and trades involved. Payment for construction s&vey staking
shall be considered as included in the various items of work and n6 additional
allowance will be made therefor.
V. TRAFFIC CONTROL
The Contractor shall provide traffic control in compliance with Section 7 -10 of
the Standard Specifications.
SP2of9
% The Contractor shall submit a written proposed plan of traffic control to the
Engineer for his approval concurrently with the written construction schedule
as specified in Section 6 -1 of the Standard Specifications.
Ingress and egress shall be maintained to the fire station on Marigold Avenue
except for a minimum period during the paving operation. It will be the Contractor's
responsibility to notify the Fire Chief at least 12 hours in advance of the
paving operations on Marigold Avenue. The paving operation of this area shall
not begin until emergency vehicles are located to the satisfaction of the Fire Chief.
The Contractor shall maintain one lane vehicular access to Harbor View.Elementary
School at all times.
The Contractor shall maintain one 10 -foot lane in each direction on Harbor View
Drive between Sea Lane and MacArthur Boulevard.
VI. NOTICE TO RESIDENCES
A written notice prepared by the City shall be distributed by the Contractor to
each affected residence, stating the time when he will begin and complete
construction operations that will restrict vehicular access totheir drive approaches,
Errors in distribution, false starts, acts of God, strikes, or other alterations of
the schedule will require renotification using an explanatory letter. This letter
will also be prepared by the City and distributed by the Contractor.
VII. RESTORATION OF EXISTING IMPROVEMENTS
Restoration of existing improvements shall conform to Section 7 -9 of the Standard
Specifications.
VIII. EXISTING UTILITIES
The Contractor shall investigate and protect all existing utilities in conformance
with Section 5 of the Standard Specifications. Known utilities are indicated on
the Plans. Prior to performing construction work, the Contractor shall be responsible
for requesting each utility company to locate its facilities.
IX. WATER
The Contractor shall make his own provisions for obtaining and applying water
necessary to perform his work. If the Contractor desires to use available City
water, it shall be his responsibility to make arrangements for water purchases by
contacting the City's Utility Superintendent, Mr. Tom Phillips, at (714) 673 -2110,
Extension 267.
X. CONSTRUCTION DETAILS
1. Earthwork
The cost of roadway excavations, subgrade preparation, cut and fill slope
grading, and all miscellaneous earthwork shall be considered as included
in the unit prices bid for other items of work and no additional compensation
will be allowed therefor.
• • SP3of 9
M
The Contractor shall prepare the subgrade by scarifying, cultivating,
watering, or drying and compacting the road bed to a depth of 6 inches in
conformance with Subsection 301 -1.2 of the City's Standard Specifications.
The minimum relative compaction of the top 6 inches of the subgrade
material shall be 90 %. These requirements will be valid regardless of
the moisture content of the subgrade soils.
2. Landscaping Protection and Restoration
The Contractor shall be responsible for replacing all landscaping and
sprinklers damaged or removed during construction in conformance with
Section 7 -9 of the Standard Specifications. The materials.and plant
species used for replacement shall be the same or equal to those damaged
or removed.
The cost of protecting and restoring landscaping and fences, including
relocation of underground sprinkler lines, shall be included in the
unit price bid for other items of work and no separate or additional
compensation will be allowed. The sprinkler system relocation at Harbor
View Drive and MacArthur Boulevard shall be a separate bid item.
3. Eight Inch Perforated Asbestos - Cement Subdrain
Subdrain work shall consist of furnishing and installing 8 -inch diameter
perforated asbestos - cement pipe and the placing of permeable material as
shown on the plans and as specified in Section 68 of the State of
California Standard Specifications. Permeable backfill materials shall
be Class 2. The subdrain shall be connected to the existing curb inlet
in Harbor View Drive as shown on the plans.
4. Adjustment or Replacement of Walks and Landings
Brick, flagstone, concrete, etc. walks and landings adjacent to the
existing curb and gutters and driveways shall be adjusted or replaced in
kind to meet the grade of the new construction.
5. Portland Cement Concrete Improvements
Portland cement concrete curb and gutters, cross gutters, spandrels, sidewalks,
and drive approaches shall be constructed with Class 6 -B -3000 concrete.
The unit price bid for Portland cement concrete cross gutters and spandrels
shall include the curb returns adjacent to the spandrels and the 4 -inch
aggregate bedding.
The unit price bid for 6 -inch and 8 -inch and variable curb face "Type A"
curb and gutter shall include all curb and gutter regardless of the curb
face height excluding curb returns adjacent to spandrels. The 6 -inch
curb face Type "A" curb and gutter over 6 -inch aggregate base bedding
shall include the cost of aggregate base.
All sidewalk that extends beyond the street right of way shall be scored
at the right of way line.
SP 4 of 9
6. Heating, Scarifying, Remixing and Applying Liquid Asphalt
The asphalt scarifier - remixer shall be a self- contained machine specifically
designed to reprocess upper layers of bituminous pavements. The machine
shall be capable of operating at speeds of up to 70 feet per minute and
consist of an insulated combustion chamber adjustable in width from 8 feet
to 12 feet and operate without excessive smoke. The heater shall have a
minimum output of heat of 10,000,000 BTU per hour. The scarifier attach-
ment shall be divided into sufficient sections individually controlled to
conform with the existing pavement cross section, and shall provide
satisfactory protective devices to insure that no damage will be done to
manholes, water valves or other existing structures. The scarifier shall
be hydraulically controlled and consisting of two rows of spring loaded
rakes. As a safety precaution, no device utilizing gasoline or volatile
pressurized gas storage within 50 feet of the combustion chamber shall be
permitted. Equipment not specifically meeting these specifications and
rejected by the Engineer shall be removed from the job site and replaced
with suitable types.
As an incidental obligation of pretreatment, the pavement shall be cleaned
of all loose material. Power brooms shall be supplemented, when necessary,
by hand brooming and such other tools as are required to bring the surface
to a clean, suitable condition, free of deleterious material. Any required
patching work shall be completed prior to beginning the remix process.
The Contractor shall sufficiently shield all trees and plants adjacent to
the curb, gutter and sidewalks and overhanging the street to avoid burn
damage. Any damage to vegetation adjacent to roadway resulting from the
heating- scarifying operations shall be replaced at the Contractor's expense.
The existing pavement shall be evenly heated, scarified and remixed to a
depth of from 0.05 to 0.07 feet by a single pass of the continuously moving
surface remixer. The surface shall be left in an evenly spread condition
and aggregate shall not be pulverized, spalled or broken. The minimum
temperature of the remixed material shall be not less than 225 °F when measured
three minutes following reprocessing. During scarification at least 90%
of the aggregate shall be remixed by spinning or tumbling.
Immediately following the remixing operation, an application of M.C. -70
liquid asphalt shall be applied at the approximate rate of 0.10 to 0.20
gallons per square yard, and in conformance with Section 203 -3 of the
Standard Specifications, the exact application rate shall be determined by
the Engineer.
Within 15 minutes following the application of liquid asphalt, the remixed
existing pavement shall be resurfaced with asbestos asphaltic concrete.
Remix operations shall be limited to the asphalt.batch plant and /or paving
crew's working capacity.
7. Heater Planing
The work shall consist of the planing or shaving of existing surface
irregularities until a smooth surface is obtained on the existing asphalt
pavement adjacent to the gutter. In all cases, the planed surface shall
• SP5of9
M be free froum gouges, grooves, ridges, or any other imperfections of
workmanship. The planed surface shall not vary more than one - fourth inch
(1/4 ") when tested with a ten -foot (10') straight edge.
The planing work shall be performed with a pavement planing machine
of a type that has operated successfully on considerable mileage of this
type of work. The heater - planer machine to be used on the work in this
contract shall be designed and built for this type of work. It shall be
self - propelled and have in combination the means for heating, planing and
cutting the old surface, and blading the cuttings into one windrow.
The heating and cutting width of the machine shall be the same and shall
not be less than five feet. The machine shall be capable of exerting a
minimum of 600 pounds per square inch pressure uniformly over the surface
to be cut.
The wheelbase shall not be less than twenty -five feet (25'), and the driving
wheels shall be so designed as to protect the softened surface of the
pavement. The machine shall be capable of working speeds as low as five
feet (5') per minute and be able to cut flush to all curbs, manholes, or
other similar obstructions within the paved area.
The temperature at which the work is performed, the nature and condition of
the equipment, and the manner of performing the work shall be such that
the pavement is not torn, gouged, shoved, broken, or otherwise injured by
the planing operation. Sufficient passes, or cuts, shall be made so that
all irregularities or high spots are eliminated and that one hundred percent
(100 %) of the surface area has been planed, to the satisfaction of the
Engineer. A minimum 3/4 -inch header shall be cut below the gutter line as
shown on the plans. The Contractor shall provide all necessary labor,
materials, and equipment to immediately load the asphalt and aggregate
cuttings into dump trucks for hauling to a disposal site. No cuttings
shall remain on the street at the end of each work day.
Asphalt heater planing performed shall be paid for by the lineal foot and
at five foot minimum width.
8. Asphaltic Concrete Contruction
A. Asphaltic Concrete Base Course
The asphalt concrete to be furnished and placed for the lower
7 -inch (base course) of the new street pavement section shall
be III -B2 -85 -100 in conformance with Section 400 -4 of the City's
Standard Special Provisions. The 7 -inch base course shall be
placed in two layers having a compacted thickness of four (4)
inches and three (3) inches.
Prime coat will not be required on the prepared subgrade. The
tack coat in conformance with Subsection 302 -5.3 of the City's
Standard Specifications shall be applied to the existing concrete
surfaces, and between the base course and the surface course.
a SP6of9
x
The Contractor shall provide the types and numbers of rolling equipment
as required in Sections 39 -5.02 and 39 -5.03 of the State Standard
Specifications. Spreading and compacting shall be in conformance with
Section 39 -6 of the State Standard Specifications or as directed by the
Engineer, except that motor graders will not be allowed for spreading.
Special attention is directed to the construction of longitudinal joints
as specified in the eighth paragraph of Section 39 -6.01.
The following compaction procedures will be required for the base course,
unless the Engineer directs otherwise:
(1) Initial rolling shall proceed directly behind the spreader and
shall consist of two complete coverages of the asphalt mixture,
and shall be performed with a 2 -axle or 3 -axle steel -tired tandem
roller. Such rollers shall weigh not less than 10 tons or more
than 12 tons.
A motor grader shall trim and shape the layer immediately after
completion of initial rolling. Additional material may be..end
dumped as required to fill low areas.
(2) Additional rolling shall proceed directly behind the motor
grader and shall consist of four complete coverages with a
pneumatic roller as specified in the Standard Specifications
or allowed by the Engineer. Such rollers shall weigh not less
than 12 tons.
A complete coverage will be 2 passes of the roller in the same
roller width.
(3) Rolling shall commence at the center of the pass and work
toward the edges.
The intent of these specifications is to have all breakdown and additional
rolling performed while the mixture is sufficiently hot to facilitate
satisfactory compaction. The Engineer will, therefore, vary paving rates
as necessary or require additional compaction equipment, in order to.
insure adequate compaction of a hot mixture.
Asbestos - Asphaltic Concrete Surfacing
The asbestos - asphaltic concrete surfacing shall not be placed until all
of the asphaltic concrete base course is constructed.
Asbestos - asphaltic concrete surfacing shall be Type III -C2 -85 -100 using
paving grade asphalt and conforming to Section 400 -4 of the Standard
Special Provisions and as hereinafter modified.
The asphalt binder mixed with mineral aggregate shall be between 8.5% and
9.5% by weight of the dry aggregate. The amount and grade of asphalt
binder to be mixed with the aggregate will be determined by the Engineer.
• SP7of9
• Chrysotile Coalinga asphaltic asbestos fiber, as manufactured by Johns -
Manville Corporation,.or approved equal fiber shall be added to the
mixture of asphaltic concrete at the rate of 2% by weight of the dry
aggregate. The asbestos fiber shall conform to the following standards:
Ro -Tap Test.(100 grams - 3 minutes)
+65 mesh - 40% minimum
Qama Wet Wash
200 mesh - 20% minimum
Penetration Efficiency
70 -95%
While stored at the batch plant site, the asbestos shall be given
suitable protection from moisture. Any asbestos which is wet or damp
shall be rejected.
Proportioning and mixing shall conform to Section 203 -6.4 through 203 -6.7
of the Standard Specifications. The mixture shall consist of the
following:
Materials Percent by Weight
Aggregate (including filler materials) 88.5 to 89.5
Asphaltic Binder 8.5 to 9.5
Asbestos 2.0
Asbestos fiber shall be added to the mixer from the weight bin through
an inspection plate in the pug mill mixing chamber. After the asbestos
fiber is added to the dry aggregate they shall be dry mixed for a
minimum of 10 seconds at which time the asphalt may be added. The
combined aggregate, asbestos, and asphalt shall then be wet mixed for
an additional 30 seconds minimum. The asbestos asphaltic concrete
mixture shall have a temperature of 3100 to 350OF at the time of
discharge from the mixer.
The mixing operations shall be performed in a manner that will provide
a homogenous,_ uniform mixture of asphalt, aggregate and asbestos fibers
throughout all material delivered to the job site. Streaks and /or
pockets of asbestos shall be considered as evidence of inadequate
mixing or other malfunction and materials containing such streaks or
pockets will not be accepted by the Engineer. Unacceptable material
shall be removed from the project and disposed of by the Contractor at
no expense to the City.
The asbestos asphaltic concrete mixture shall be covered when transported
from the batch plant to the paving machine to assure uniform temperature
control; uncovered loads arriving at the project location will be subject
to rejection. The mixture shall not be less than 300OF and not more than
340OF when delivered to the paving machine at the groject site. Any
material delivered to the project at less than 300 F will be automatically
rejected.
f • •
SPBof 9
" `• A SS -lh liquid asphalt tack coat shall be applied at the rate of 0.04 to
0.80 gallons per square yard to the asphaltic concrete base course prior
to placing the asbestos asphaltic concrete.
The Contractor is cautioned that asbestos - asphaltic paving mixtures set up
at higher temperatures than normal asphaltic concrete mixtures and every
effort shall be made to compact the mat as close as practical to the
paving machine while the material is in a compactible condition. No
mixture shall be placed on the grade unless the atmospheric temperature
is at least 50OF and rising.
The minimum rolling equipment required shall consist of one pneumatic -tired
breakdown roller and two steel- wheeled rollers all equipped with scrapers
to prevent the mixture from sticking to the rollers. The breakdown rollers
shall proceed immediately behind the paver. Standing of the rollers on the
newly - placed asbestos - asphaltic concrete mat will not be permitted.
Backcasting after a pass has been made by a roller or so- called "skin
patching" of the surface will not be permitted.
C. Asphaltic Concrete Joins, Etc.
Asphaltic concrete used for variable thickness asphaltic concrete pavement,
and miscellaneous joins shall be constructed with Type III -D -85 -100
asphaltic concrete.
D. Asphaltic Concrete Curb
Asphaltic concrete used for curbs shall be constructed with Type III -D -85 -100
asphaltic concrete.
The amount of asphaltic binder used in the asphaltic concrete placed in
curbs shall be increased not less than one (1) percent by weight of the
aggregate specified in the standard specifications for asphaltic concrete.
Asphaltic concrete curbs shall be shaped and compacted with an extrusion
machine or other equipment capable of shaping and compacting the material
to the required cross section.
9. Relocate Street Lights
The existing street light located at the intersection of Harbor View Drive and
MacArthur Boulevard shall be relocated as shown on the plans.
The lump sum price bid for relocation of the streetlight shall include a new
foundation,.pull boxes, wire and conduit as required.
10. Relocate Sprinkler System
A portion of the existing sprinkler system at the intersection of Harbor View
Drive and MacArthur Boulevard will require relocation to accommodate the con-
struction. It is anticipated that the work will only involve the relocation of
the existing feeder line and heads adjacent to the existing curb and gutter.
• '� SP9of9
The Contractor shall perform the Sprinkler system relocation as rapidly as
possible to avoid damage to the existing landscaping. Any damage resulting
from lack of water shall be the responsibility of the Contractor.
The lump sum price bid for the relocation of the sprinkler system shall include
all materials and labor required to establish a new operative sprinkler system.
11. Survey Monuments
Survey monuments shall be constructed in accordance with the City's Standard
Drawing STD - 113 -L, field staking for the installation of survey monuments will
be performed by the Contractor.
A USOLUTI48 (W TIM CITY CLUSUL OF THS CZTf
i1Y M&VPQRT BEAC34 ,AWAgpUG A Cl STPACT FOR
MEET JXPR0W4VJU" 0 HARBOR VIEW DIM
GOLDENROD, SZCOM jja AtARItsOLD AVRMMS
tWNTRACT NO. 1241
4'
&4ti,LRF: Ate, pursuant to the notice inviting bi26* for work
in connection with atroet Improvements on garb= View Drivo,
Goldenrmi, second :and Marigold Avenue.,, in accords nc* with the
plans and zpeoification searetofore - dopted, bids were wMeived
on th* 3rd dAy of ssptembur, 1979* and publicly opened and de-
claredi And
WSSRSAS, it appe:ara that the lowext responsibly bidder
therefor iv Bully- hiller Contracting Company of Ovinge.
NOW, 7UNREFOUS, SR IT Ri£dob= by the City Council of
the City of Neswport Beach that the bid of sully- biller Ctmltract-
ing Cerny for the work in tht'Am unt of $ 83.966.10 be acccepted*
and th&t tha contract for the described work be awarded to a:id
bidder;
BE IT tt7RTUR RESOLVED that th* ebeyor and City Clerk
are hereby authorized and directed to execute a contract in ac-
cordance with the specifications,, bid And this award on half
of the City of Newport Beach, and that the City Clerk be directed
to furnish Sri executed copy to the auccessfal bidder.
ADOPTrD this 1, 4tb clay of 800tMI& 1970»
x:+yor
ATTUST t
City Clark