Loading...
HomeMy WebLinkAboutC-1525 - Big Canyon Reservoir service road improvementsGtr' � . 4, G -C JAN 14 1974 January 14, 1974 By the CITY COUNCIL CATY <aa #0e%'0pPgi NAACH TO: CITY COUNCIL FROM: Public Works Department CITY COUNCIL AGENDA ITEM N0. H -13 SUBJECT: ACCEPTANCE OF BIG CANYON RESERVOIR SERVICE ROAD IMPROVEMENTS (C -1525) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk 3. Authorize the City Clerk Notice of Completion has DISCUSSION: to file a Notice of Completion. to release the bonds 35 days after been filed. The contract for the improvement of the Big Canyon Reservoir service road has been completed to the satisfaction of the Public Works Department. The bid price was $16,442.50 Amount of unit price items constructed 16,492.41 Amount of change orders None Total contract cost 16,492.41 Amount budgeted in the Water Fund 17,500.00 (Account No. 50- 9297 -082) The design engineering was performed by the Public Works staff. The contractor is Sully- Miller Contracting Co., Inc. of Orange, California. The contract date of completion was September 8, 1973. The work was substantially completed by August 27, 1973 with some minor corrections needed. The repairs were completed on November 9, 1973. Acceptance was delayed due to the need to verify the quantities constructed and a change of personnel in the contractor's office. Joseph T. vlin Public Wo in GPD:jfd June 25, 1973 JUN 251973 CITY COUNCIL AGENDA By the CITY COUNCIL ITEM NO. H -2 b CITY OF wow '"'AS 94ACH TO: CITY COUNCIL FROM: Public Works Department SUBJECT: BIG CANYON RESERVOIR SERVICE ROAD IMPROVEMENTS (C -1525) RECOMMENDATIONS: /4/ Adopt a resolution awarding Contract C -1525 to Sully- Miller Contract- ing Company for $16,442.50 and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Four bids were received and opened in the office of the City Clerk at 11:30 a.m. on June 12, 1973. BIDDER AMOUNT Sully- Miller Contracting Company; Orange $16,442.50 R. W. McClellan and Sons, Inc.; Costa Mesa $17,126.50 Patco; Corona Del Mar $17,826.00 Wilco Construction Co.; Whittier $24,111.50 The low bid is 26.5% higher than the engineer's estimate of $13,000. The amount of $13,000 is presently appropriated for the project in Water Fund Account Number 50- 9297 -083. A budget amendment has been prepared for council consideration, transferring $4500 to the project from the appropri- ation for the repair of Big Canyon Reservoir, Water Fund Account Number 50- 9297 -078. It was not possible to perform most of the work planned for funding from the latter appropriation because of the need to maintain Big Canyon Reservoir in service while repair work on San Joaquin Reservoir is proceeding. This project provides for (1) the resurfacing and partial reconstruc- tion of the westerly portion of the reservoir service road, extending from the entrance to the control building and operator's home; and (2) the construction of a small retaining wall around an electrical control structure. The work is the second phase of a three -phase program to maintain and upgrade the reser- voir service road. The low bidder has satisfactorily performed similar work for the City in the past. The estimated date of completion is August 24, 1973. eph(T. ) Devlin tic rks Department J JSW:jfd y -73 t�AY 29 1973 Iry t4,.a CETY COUNCIL TO: CITY COUNCIL FROM: Public Works Department May 29, 1973 CITY COUNCIL AGENDA ITEM NO. H -13 SUBJECT: BIG CANYON RESERVOIR SERVICE ROAD IMPROVEMENTS, (CONTRACT 1525) RECOMMENDATIONS: 1. Approve the plans and specifications for Big Canyon Reservoir Service Road improvements. 2. Authorize the City Clerk to advertise for bids to be opened on Tuesday, June 12, 1973, at 11:30 a.m. DISCUSSION: This project provides for (1) the resurfacing and partial reconstruction of the westerly portion of the Big Canyon Reservoir Service Road extending from the entrance to the reservoir control building, pump facilities and operator's home; and (2) the construction of a small retaining wall around an electrical con- trol structure. The work is the second phase of a three -phase program to maintain and upgrade the service roads servicing the reservoir. The proposal for receiving bids, awarding the contract, and the esti- mated cost of the work is based on the basic construction described above. Two additive items for construction of curb and resurfacing of the perimeter service road have been provided for in the contract with the stipulation that the City reserves the right to omit or do any portion of the additive items depending on bid prices received in relation to the funds available. The plans were prepared by the City. The estimated date of completion is August 24, 1973. The estimated cost of the work is $13,000. Funds have been provided for this work in Big Canyon Service Road, Water Budget Number 50- 9297 -083. / 3osephiT. Devlin I)ublic ks Director i —,ELM: jfd .6 0 Februwy 22, 1974 Scilly- Millar Contracting Company P. 0. BOX 432 Orange, CA 92667 Subject: Surety : Highlands Imurenoa Company Bands No. : 900400 (7760) Project r__.Big Canyon Reserwair Road Improvements Contrect No.: 1525 The City Council on January 14, 1974 accepted the work of subject project and wiftwized the City Clerk to file a Notion of Com- pleticn and to release the bonds 85 days after Notice of Completion has been filed. Notice of Ompleticn gars filed with the Orenge County Recorder an February S. 1974, in Book 11070 Page 470. Please notify your surety company that bands may be released 35 days after recording date. Laura Legios, C.H.C. City Clark r7l RECORDING REQUESTED BY AND MAIL T.O Laura Lagios, City Clerk City of Newport Beach 3300 Newport Blvd. Newport BeaCh, CA 92660 2901 FREE C8 NOTICE OF COMPLETION PUBLIC WORKS O K I 1070?6 470 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 9:05 A.M. FEB 5 1974 J. WYLIE CARLYLE, County hecorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on September 8, 1973 the Public Works project consisting of Big Canyon Reservoir Service Road Improvements (C -1525) on which was the contractor, and was the surety, was completed. I, the undersigned, say: ilands Insurance Company CITY OF NEWPORT BEACH ublic rks Director VERIFICA ON 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 February 4, 1974 at Newport Beach, California. VERIFICATION OF/ CITY r� LERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on January 14, 1974 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 February 4, 1974 at Newport Beach, California. �� r ,y�•`% c�c,l �� CFO v L ..= corc:.in; re r.uest =.'. b. and -moil to: City o= _:e• --ort ";e .ch Cit -, Clerk 330C i:. -'e` ort -Ivd' Ne',�_•ort ?eech, CA. 9266o FREE 13710 NOTICE OF COMPLETION PUBLIC WORKS ' ex 1 1060PO 820 7 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 9:05 A.M. JAN 21 1974 1. *YLRE CARLYLE, County Recorder R To All Laborers and aterial Men and to Every Other Person Interested: rf YOU WILL PLE SE TAKE NOTICE that on Se tember 8 x`197'3 the Public Works projec consisting of Big Canyon eservoir ervice poad IynpmveTmntS (C -1525) on which Sull - Miller Contracting an was the contractor, and y was the surety, was complet d. �.r'I ', w ry r � /`� t o CITY OF NEWPOR EACH A ,ublic orks Director V ERI I, the undersigned, say: i'` J I am the Public Works Direct r of the- City of Newport Beach; the foregoing Notice of Completion is true of my o knoxrledge. r` I declare under penalty of perju y;khat the foregoing is true and correct. Executed on January 17, 1971i at Newport Beach, California. VERIFICATIO O CITY QRK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on Janus T14, 1974 acce ed the above described work as completed and ordered that a Notice of Completion a filed. I declare under penalty of perjury that the fo egoing is true and correct. r � ExecutedE;n ,Tauia= 17, 7974 at Ne port Beach, California. n OF 251:16 ' r'� ° %�, 0 9 CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Area Code 714 673 -2110 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of B{g Canym gees in Saryiewt Pnad ntg Contract No. I r, on which %aly-Mi,ller oMtzxetina gqn= was the Contractor and Hiyblinds Insurmoe Cmwmy was the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach LL: Encl. Date July 231 1173 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1525 Project N �W-m Ale1Wi' SwVim had ilk Attached is sig Contractor: Address: Amount: $ Effective Date: Resolution No. ned copy of subject contract for transmittal to the contractor Sully -rinw amtrscting 40. P. ). Sm 4320 orange, CA 92657 160442a30 7 -23-73 8016 Laura Lagios LL-.dg Att. cc: Finance Department Q i Approved by the City Council this 29th day of May 1973 aura'Lagios, City CITY CLERK CONTRACT NO. 1525 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR BIG CANYON RESERVOIR SERVICE ROAD IMPROVEMENTS SUBMITTED BY: P. 0. Box 432 A ress orange, California 92667 ity Zip Code RIVAL ELI . , _ $1 42..50 To 'l rice 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 11:30 A.M. on the 12 day of June 19 73, at which time they wi� opened and read, for performing work as follows: BIG CANYON RESERVOIR SERVICE ROAD IMPROVEMENTS CONTRACT NO. 1525 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 to 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 signatures of the President or Vice President and Secretary or Assistant Secretary are required and _ Seal shall be affixed to all documents requiring signatures. In the case of a arl' tnership, 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. One set of 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. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) Page la The city has adopted the Standard Specifications for Public Works Construction (1970 edition and supplements ) as prepared by the Sou ern California Chapters of the 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 $3.00 per set. 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. 7718 adopted June 12, 1972. 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). The city reserves the right to reject any or all bids and to waive any informality in such bids. Revised 6 -12 -72 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 works 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 Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. #1538, Class "A" Classification A' Accompanying this proposal is , , Gasnier's GnecK or in an amount not les.5 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. (7]4) 639- 1400 SULLY- MIILLER CONTRACTING COMPANY hone um er ;Bidders Name June 12, 1973 S /Jack Wilson (SEAL) Date Tu-thorized Signature Authorized Signature Corporation 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: R. K. MacGregor -- President W. Duane Rash - -V. Pres., Treas., & Sec'y R. F. Molyneux- -Vice President P. A. Abbott -- Secretary frank E. Holland -- Assistant Secretary Jack Wilson -- Assistant Secretary y 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, Cnrhs and Gutters G• I_ Kellar Midway City 2. 3. a. 5. 6. 7. 8. 9. 10. ' 12. er s ame tary a tultth=orl_zAeY�ftrere Type of rgan zation (Individual, Co- partnership or Corp) R ORIGINAL SEE CITY CLERK'S FICOPY Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, SULLY - MILLER CONTRACTING COMPANY , as Principal, and HIGHLANM INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENTU14 (L4 %)OF THE AMOUNT OF THE BID IN 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 BIG CANYON RESERVOIR. SERVICE ROAD IMPROVEMENTS. CONTRACT NO. .1525 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, Sunday and Federal Holidays) 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 12th day of June 1973, . Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) Diane Gosling. Notary Public Commission expires Feb. 1, 1977''• Ti SULLY = MILLER CONTRACTING COMPANY Fri ncipa S S /Frank E. Holland, Assistant Secretary HIGHLANDS INSURANCE COMPANY Surety By S /J. H. Caithamer 0 6 Page 5 . 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. Subscribed and sworn to before me by this 12th day of June , 19 73 , My commission exp9res: May 3, 1975 SULLY = MILLER CONTRACTING COMPANY ,S/Jack Wilson, Assistant-Secretary S /James F. Winders Notary Fublic FOR ORIGINAL SEE CITY CLERK' LE COPY Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The..undersigned submits herewith a statement of his financial responsibility. On file with City Clerk Signed '1 Page 7 .. 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. S /Jack Wilson, Assistant Secretary Signed SULLY- MILLtIC CONTRACTING. COMPANY Project Experience Page e 4 Item 4 Value of Work Year Type of Work Performed 12/31/68 n " p a w 12/31/69 w w n a . a 12/31/70 b ' p w n 12/31/71 - a n p - u b n • P 12/31/72 - u w • w _ w ' n w w w " Flood Control 1,700,000 Highway 3,323,651 Site Dev Grade & Pave 685,359 Highway 639,277 Street & Storm Drain 1,667,596 Site Development 640,380 Street & Storm Drain 1,187,741 Excavate, Grade, Pave 1,120,667 Excavate, Grade, Pave 610,250 Excavate,.Grade, Pave 594,373 Site Develop & Pave 819,410 Highway Const. 718,931 Excavate, Grade, Pave 593,841 Site Develop & Pave 1,395,032 Excavate, Grade, Pave 983,449 Site Development 803,748 Site Development 697,379 Grade and Pave 667,398 'Grade and Pave 667,230 Excavate, Grade, Pave 626,404 Grade, Pave, Structures 851,671 Underground Sewer 2,450,728 Underground Pipe 3,255,312 Underground Pipe 1,793,469 Highway 1,051,103 Highway 1.141,252 Highway 1,392,542 - Street & Structures 623,282 Underground 793,819 Underground Storm Drain 792,993 Water - Fresh Water 10,415,234 Storm Drain Proj. -Major 3,330,355 Water - Fresh Water 2,187,461 Storm Drain Proj. -Major 1,534,312 Storm Drain Proj.- Major 1,296,904 Asp /Conc Resurf -Major 1,240,889 Water - Fresh Water 1,156,983 Freeways 885,966 Structures - Major 844,868 -Storm Drain Proj. -Major 827,471 Location of Work San Gabriel River San Diego Freeway Mission Viejo Pacific Coast Hwy. Buena Park Mission Viejo L. A. - Van Owen L.A. Intl. Airport Long Bch. Airport L. A. County' Mission Viejo Orange County Ventura County Long Beach Palmdale Mission Viejo Orange County Long Beach L. A. County L. A. County Long Bch -Queen Mary Fntn. Valley- Sunflwr. Santa Ana Valley Santa Ana Wash -LA Co. Beach Blvd. -Or. Co. Beach Blvd. -Or. Co. Highways 101, 154 Shoreline Dr. - L.B. City of Palos Verdes Magnolia Cnt. -Rvsd. S/A Valley -Org. Co. Pasadena:- L.A. Co. Upland -San Bernd. Co. Belmont Shore -L.A. Co. Ballona Creek -L.A. Co. Hwy 78 /Jeff- occanside Wheeler Ridge -Kern Co. Golden St. Fv.y -LA Co. Soledad Cyn - L.A. Co. San Anto. Wash -LA Co. r U. S. Army Engineers State of California Deane Brothers State of California City of Buena Park Deane. Brothers City of L. A. TWA City of Long Beach County of L..A. Mission Viejo Co. City of Huntington Bch. C. F. Braun Co._ City of Long Beach Lockheed Calif. Corp. Mission Viejo Corp. Occidental Petroleum City of Long Beach County of L. A. Santa Fe Springs Flood. City of Long Beach Orange Co. Sanitation State of California L. A. Co. Flood Control State of California State of California State of California City of Long Beach City of Palos Verdes Riverside Co. Fld. Cont_ State of California State of California Metropolitan Water Dist L. A. Co. Flood Control L. A. Co. Flood Control State of California Maricopa Watr Stor Dist State of California L.A. County Road Dept. L.A. Co. Flood Control Approximately 2,000 -3,000 individual construction projects are completed annually. The ezpe_ ience list above represents only some of the significant projects completed during the respective period. • Page 8 M LABOR AND MATERIAL BOND BOND ND. @ •7 PREMIUM: THE PREMIUM ON THS SOND IS INCLUDED IN KNOW ALL MEN BY THESE PRESENTS, That THAT OF THE PERFCR.'VjJ%CE BCND. WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted June.25. 1973 . .. ... ....... ..................... as awarded to SULLY = MILLER CONTRACTING COMPANY hereinafter designated as.the "Principal ", a contract for gIG CANYON RESERVOIR SERVICE in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a.bond.with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions,.provender, or other supplies or teams used in, upon, .for, or about the per- formance 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 CORTHITINS COMP111 as Principal, hereinafter designated as the Contractor and ...__....... N GHIANDS INSURANCE SOMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of LIQK1 46t)_ -,Aid Iwo hot-viQPd f wen�u 6t)Rjollars ($ $�a 1• a °s ) said sum being one -half of the estimaQPamounable 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 presehts; THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done,,or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code,with respect to such work or labor, that the Surety or SUeeties:will pay for the same, in an amount not exceeding the sum specified in the bond, and.alsoi in case suit is brought upon the bond, a reasonable attorney's fee.; to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. (Labor and Material Bond - Continued) 0 Page 9 This bond shall inure to the benefit of any and all persons, companies, and corporation entitled to file ,claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And the said Surety, for value extension of time, alterations, to be performed thereunder or affect its obligations on this extension of time, alterations work or to the specifications. received, hereby stipulates and agrees that no change, or additions to the terms of the contract or to the work . the specifications accompanying the same shalt in any wise bond, and it does hereby waive notice of any such change,, s or additions to the term of the contractor or to the In the event that any principal above named agreed that the death of any such..principal. obligations under this bond. executed this bond as an individual, it is shall not exonerate the surety from its IN WITNESS WHEREOF, this instrument has been duly executed .by the Principal and Surety above named, on the V3 k) Kl day of , 19]L SULLY - MILLER CONTRACTIH6 COMPI11- �..s.11 C' Sea FRANK E. HOLLAND - ASSISTANT SECRETARY '•..' ' CSeaT�'_,' ontractor MURANCE COMPANY (Seal) W 3 / I i 4 9 tI /L1_! /H. 0. 6 This bond was approved by the City Council of the City of Newport Beach by motion on ae Attest; City Clerk 0 0 0 R.. m d - II II •J i� ° n ♦n _ ♦ a � ♦ z ► •n • � r v a • x 9 • 1 • 2 v •S iQ,Zai' ►m q00 Qr•" T ' a r �" C m r � r ► - ► 2 �_ T • " o 0 � $ q n s II II n 3 3 0 n � w Z 0 o 0 v � n v o 3 0 J x Y ' 0 3 n � o o T o 3 n - 0 ^ _ M s < O o s > ? " z - n ^ z O Z — n — _ n v i u " n n - ' o z " " o o " s = _ o 3 � ' n e " ° s " � a n T a ° E D s j o o c i o 3 0 - �p i ! i O T O a 9 � 6 � n O 0 n 3 � e � z T o " 9 T z xo a O. nn a; H S � c na 77 < n ° °n i 0 0 v o C o � 111110 1� W n N C > � m O T T O � H Q m G �£5§\§ � } §!ag£){ )o7#/; \ \ /\\9/ } / � } zz !— - ƒ I �� /} _ CD 0 9 Page 10 BOND No. Q 1 % s-3 2 PERFORMANCE BOND PREMIUM E Z KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted .tune 25. 1971. as awarded to SIR LY- MILLFR CONTRACTING COMPANY hereinafter designated as the "Principal ", a contract for BIG CANYON RESERVOIR in the City of Newport Beach, in strict conformity with the drawings and specifications and other contract documents now on file in the office of the City Clerk of the City of Newport Beach. WHEREAS, said Principal has executed or is about to execute said contract.and the terms whereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, Well S0111- MILLER CONTRACTING COMPINI as Principal, hereinafter designated as the "Contractor ", and WoMiLANDS INSURANCE COMPANY As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of x � rkuntiped f6r II +u-10 Dollars ($ J6.4ya.st )t said sum being equal to 100% ot est�i�da�tePamount of the contract, to be paid to a the said City or its certain attorney, its successors, and.assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,.his or its heirs, executors, administrators, successors, or assigns, shall in all things. stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of 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 7 Page 11 (Performance Bond - Continued) And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same 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 contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety . above named, on the P KJ day of _, 19-23-. SULLY- MILLER CONTRACTING COMPAIY -- {s_es } M (Seal )_ FRANK E. HOLLAND - ASSISTANT SECRETARY (Sea9 ) Contractor Approved as to ..J Py•f ity Attorney RMMMDS MSURANCE:OMPANY (Seal) f _ (Seal) 1 . CA AMER ATTORNEY -IN-FACT (Seal.) urety c m � O ♦ 3s i o_ i 3 .,. ,, 8• b ♦ yC J ape N P ii e ro 4 m� ♦ � y 9 S � w D 3 o •� cziv't4i _^ � D mnF n • o Fir � 6 •Z w Ora • .. OnL �> i � • v • V ' • �jj • ♦ ♦ ♦eoS.Me+u Y � .i n w O` P ii N O D 3 o C D 3 m o n o 2 u O T = a � • a r n n m J r a s D z c 9 J D K ^ D D N a N J M D T " " a. o � > " = c D s d D � E D S D D O i s " D ' ^ 3 - o ' o o J n o a " < a z o " J O a i V n o on f ■. # ; ƒ;2)S \ - a >■z,= ;! /, ,!(2/ § {( / \o wo til \� \ \\�0 � J� CO � Is f _ «@ � .. .- §7 />�[ �% 10 i CONTRACT Page 12 THIS AGREEMENT, made and entered into this 21,/ day of �rt,,� ✓ , 1gzla_, by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and SULLY - MILLER C NTRACTING COMPANY hereinafter designated as the Contractor, party of the second part. WITNESSETH- That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of GIG CANYON RESERVOIR SERVICE ROAD IMPROVEMENTS CONTRACT NO. 1525 and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor, to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (Except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties 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 description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated to�be borne by the City,: and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive in.full compensation 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 ttay be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to, the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the 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 from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. CITY OF NEWPORT.BEACH, CALIFORNIA BY: �143f mayor SULLY -YILLH C01TRACTIR6 COYPIIY contractor (SEAL-) _ By. R. K. Ma^G14EGO ^ - title Bye J-Jc FRANK E. HOLLAND - ,ASSISTANT SECRETARY Title ♦4444441444♦ ♦ i 4 P ♦ ♦ g ♦ P �. 2 ♦ K P Z�C p0♦ a 3c $ fib♦ u ♦ a SnOn' Ernna Rl 4 D F' S ti w [3 Oi w q N tr a w a N S1 N b m N 4 O O v 6 k n c a 4 N 3 5 O N 1' m 0 fix' N t9 m_. xa 0 mx� ma: d N 4 N a � V m W a. pn C M T H 6 • PR of CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BIG CANYON RESERVOIR SERVICE ROAD IMPROVEMENTS CONTRACT NO. 1525 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 proposed 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. 1525 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for each item complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Excavation, removal and miscellan- eous grading required for the new improvements @..Three Thousand Three Hundred Dollars and No Cents ump um 2. 200 Construct 6" thick aggregate base Tons course complete in place @ Eive Dollars and Cents Per on 3. 220 Construct 2" and 3" thick asbestos Tons asphaltic concrete pavement and resurfacing complete in place $ L. S. $3,300.00 $ 5.50 $1,100.00 @ Dollars and Cents $ 16.50 . $0 00 - Per o PR2of3 ITEM QUANTITY ITEM DESCRIPTION L NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 740 Construct Type "A" 8" curb face Linear Feet Portland cement concrete curb and gutter per City of Newport Beach Std. -105 -L complete in place @ Three Dollars and Cents $ 3.00 . $2,220.00 Pe? Linear Foot 5. 1100 Construct Type "B" modified Portland Linear Feet cement concrete curb per City of Newport Beach Std. -105 -L complete in place @ IJf Dollars and Cents $ p sn $2,7sn nn Per near Foot 6. 150 Construct Type "C' Portland cement Linear Feet concrete curb per City of Newport Beach Std. -106 -L complete in place @ Tin. Dollars and Seventy -five Cents .$2.75 $412.50 Per Linear Foot 7. 1280 Construct 6" thick concrete gutter Square Feet over 4" minimum aggregate base per detail on the plans complete in place @ One Dollars and No Cents $1.00 $1,280.00 Per Square Foot 8. Lump Sum Construct concrete block retaining wall and footing including 4" thick Portland cement concrete slab complete in place @ Fifteen Hundred Dollars and d4Sum Sum $ L.S. $1,500.00 _ cs PR3of3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1 Lump Sum Abandonment of existing inlets and storm drain pipe at the pumping plant complete in place @ Two Hundred Fifty Dollars and Cents Lump um TOTAL PRICE WRITTEN IN WORDS: Sixteen Thousand Four Hundred Forty -Two Dollars and C Fifty Cents $ 16,442..50 FMMM ' IM-11i I we L I I I I A no(s) a I ,' �, lu':1 U' t orl 'e l gnature CONTRACTOR'S LICENSE NO. 1,rj -.rlass TELEPHONE NUMBER_(714) 639 14nn CONTRACTOR'S ADDRESS p_ n. gnx 432-.Qran,Na_ Califnrnia A9667 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PREVISIONS FOR BIG CANYON RESERVOIR SERVICE ROAD IMPROVEMENTS SECTION PAGE I. Scope of Work . . . . . . . . . . . . . . . . . . . . . . . . 1 II. Award of Contract . . . . . . . . . . . . . . . . . . . . . . 1 III. Completion of Work . . . . . . . . . . . . . . . . . . . . . 1 IV. Payment . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 V. Access to Reservoir Operations Facilities . . . . . . . . . . 1 VI. Adjusting the Utility Boxes, Valve Covers, Etc., to Grade . . 1 VII. Water . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VIII. Construction Survey Staking . . . . . . . . . . . . . . . . . 2 IX. Construction Details . . . . . . . . . . . . . . . . . . . . 2 A) General . . . . . . . . . . . . . . . . . . . . 2 B) Excavation, Removal, and Miscellaneous Grading . . . . . . 2 C) Aggregate Base Course . . . . . . . . . . . . . . . . 2 D) Asbestos Asphaltic Concrete Pavement and Resurfacing . . . 2, 3 & 4 E) Portland Cement Concrete Improvements . . . . . 4 F) Abandonment of Existing Inlets and Storm Drain Pipe at the Pumping Plant . . . . 4 G) Construction of the Concrete Block Retaining Wall and 4" Thick P.C.C. Slabs . . . . . . . . . . . . . . . 4 i. I II III IV u • • SP l of 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR BIG CANYON RESERVOIR SERVICE ROAD IMPROVEMENTS CONTRACT NO. 1525 SCOPE OF WORK The work to be done under this contract consists of reconstructing and resurfacing service road improvements and a concrete block retaining wall at the City's Big Canyon Reservoir located on Pacific View Drive at Marguerite Avenue in the Harbor View Hills area of Newport Beach. The contract requires completion of all this work as shown on the plans (Drawing No. W- 5093 -S) and in accordance with these Special Provisions, the City's Standard Specifications (Standard Specifications for Public Works Construction, 1970 Edition including 1971 and 1972 supplements), the City's Standard Special Provisions and the attached Standard Drawings. The City's Standard Specifications are available at Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, Telephone number (213) 870 -9871. The City's Standard Special Provisions may be obtained at the Public Works Department for a fee of $3. AWARD OF CONTRACT Award of contract will be made on the total price bid as indicated on the Proposal. COMPLETION OF WORK The contractor shall complete all work within 45 calendar days after receiving notice of award of the contract by the City and as specified in Sections 6 -8 and 6 -9 of the Standard Specifications. PAYMENT The payment for all incidental items of work not separately provided for in the Proposal shall be included in the unit price bid for the various items of work, and no additional compensation shall be made. ACCESS TO RESERVOIR OPERATIONS FACILITIES The contractor shall coordinate construction to provide for operations and emer- gency access to the reservoir facilities (pump plant, operations building, main- tenance building, and the reservoir's operator's residence) with the City's Utility Superintendent Mr. Tom Phillips and reservoir Plant Operator Mr. John MacDonald. VI. ADJUSTING THE UTILITY BOXES, VALVE COVERS, ETC. TO GRADE Prior to construction, the contractor and the engineer will determine what utility boxes and /or covers, etc. are broken and not salvagable. Cracked water meter and utility boxes shall be salvaged and reset by the contractor. Badly broken or shattered boxes will be replaced by the City and reset by the contractor. Utility boxes, water meter boxes, and /or covers, etc. broken as a result of the conrtactor's operations, shall be replaced at the contractor's expense. • • VI. ADJUSTING THE UTILITY BOXES, VALVE COVERS, ETC. TO GRADE - continued VII VIII IX SP 2of4 All utility boxes, manholes, valve covers, etc. shall be adjusted to finish grade prior to placement of P.C.C. improvements. In asphaltic concrete pavement areas, adjustments to finish grade shall be made after placement of the pavement. No separate compensation will be made. 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. CONSTRUCTION SURVEY STAKING Field surveys for the control of construction shall be made by the City. The City crew will require 24 hours notice prior to starting any survey operations. CONSTRUCTION DETAILS A) GENERAL Profile and cross- section work sheets are available for review at the Public Works Department's office. B) EXCAVATION, REMOVAL AND MISCELLANEOUS GRADING The lump sum bid for excavation, removal and miscellaneous grading shall include excavation and disposal of the existing improvements and materials required to perform the construction shown on the plans. C) AGGREGATE BASE COURSE Aggregate base shall be processed natural material conforming to Section 400 -2 of the Standard Specifications, D) ASBESTOS - ASPHALTIC CONCRETE PAVEMENT AND RESURFACING The 3" asbestos - asphaltic concrete pavement shall be placed in two lifts. Asbestos - asphaltic concrete resurfacing may be placed in one lift. Asbestos - asphaltic concrete shall be Type III -C2 -85 -100 using paving grade asphalt and conforming to Section 400 -4 of the Standard Specifications 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. 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: 0 • D) ASBESTOS- ASPHALTIC CONCRETE PAVEMENT AND RESURFACING - continued Ro -Tap Test (100 grams - 3 minutes) +65 mesh - 40% minimum Qama Wet Wash 200 mesh - 20% minimum Penetration Efficiency 70 -95% SP3of4 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 F to 3500 at the time of discharge from the mixer. The mixing operations shall be performed in a manner that will provide a homo- genous, 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 con- trol; uncovered loads arriving at the project location will be subject to rejection. The mixture shall not be less than 3000 F and not more than 3400 when delivered to the paving machine at the project site. Any material delivered to the project at less than 3000 F will be automatically rejected. A SS -lh liquid asphalt tack coat shall be applied at the rate of 0.04 to 0.08 gallons per square yard to the existing asphaltic concrete prior to placing the asbestos - asphaltic concrete. Tack coat shall also be placed on the first lift of asbestos - asphaltic concrete pavement if the first lift is placed more than three days prior to the final lift. The contractor is cautioned that asbestos - asphaltic paving mixtures "set up" (cure) at higher temperatures than normal asphaltic concrete mixtures and every effort shall be made to compact the mat as close as practical to paving machine while the material is 0 . SP4of 4 D) ASBESTOS- ASPHALTIC CONCRETE PAVEMENT AND RESURFACING - continued in a compactible condition. No mixture shall be placed on the grade unless the atmospheric temperature is at least 500 F 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 patch- ing" of the surface will not be permitted. E) PORTLAND CEMENT CONCRETE IMPROVEMENTS Portland cement concrete furnished for curb and gutters, block wall footing, and sidewalk slabs shall be Class 564 -C -3000 per subsection 403 -5 and as per 1972 amendment of the Standard Specifications. Grading equipment, trucks, rollers, etc. shall not be allowed to cross or work around the Portland ce- ment gutters until a compressive strength of 2500 P.S.I. has been obtained. The unit price bid for types "A ", "B ", and "C" curbs and gutters shall include the removal of existing curbs and the modification of the curb inlet depressions of the inlet basins in the reservoir pumping plant area. F) ABANDONMENT OF EXISTING INLETS AND STORM DRAIN PIPE AT THE PUMPING PLANT The lump sum price bid for the abandonment of the existing inlet basins and storm drain at the pumping plant shall include the removal of the bulb angle and top of the westerly basin; the saw cutting and removal of the bulb angle of the easterly basin; the brick- and - mortar plugging of the existing 12" storm drain at the basins and its outlet in the existing gunite channel; and the filling of the storm drain and inlet basins with a sand slurry mix- ture as shown on the plans. G) CONSTRUCTION OF THE CONCRETE BLOCK RETAINING WALL AND 4" THICK P.C.C. The lump sum price bid for the construction of the concrete block retaining wall, footing, and all 4" thick portland cement concrete slabs shall include all other portland cement concrete improvements not specifically indicated in the other bid items. The concrete block and cement mortar cap shall be constructed with an ORCO "San Juan" block with matching mortar as manufactured by ORCO Block Company, Stanton, California, or an approved equal. -i. Colficate of Workmen's Compensation Coverage CITY OF NEWPORT BEACH 3300 W. Neavport Boulevard NEwport Beach, Calif. Sully Miller Contracting Company 3000 East South Street, P.O. Box 5399 Long Beach, California 90805 Rdt CONTRACT FOR BIG CANYON RESERVOIR SERVICE ROAD IMPROVEMENTS CONTRACT NO. 1525 "I am aware of and will comply with Section 3700 of the Labor Code, requi every employer to be insured against liability for workmen's compensation or to undertake self- insurance before commencing any of the work." Date: July 3, 1973 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 ettooyyou. By FORM 6625M (REV 4/69) PRINT D IN V.S.A. Title FRANK E. HOLLAND ASSISTANT SECRETARY I 4�_A_ THISIrIFICATE CANCELS AND SUPERSEDWERTIFICATE DATED 7/3/73 MARSH & McLENNAN, INCORPORATED CERTIFICATE OF INSURANCE T0: CITY OF NEWPORT BEACH 3300 W. NEWPORT BOULEVARD NEWPORT BEACH, CALIFORNIA union THIS IS TO CERTIFY that the following insurance policy has been issued to UNION OIL COMPANY OF CALIFORNIA and its subsidiary SULLY- MILLER CONTRACTING COMPANY and that said contract of insurance, subject to the respective terns and conditions, affords Bodily Injury, Property Damage Liability and Blanket Contractual Liability for all operations, including Automobiles, owned, hired or used, also includes Products Liability and BI Protection Liability. THE CONTINENTAL INSURANCE COMPANY POLICY NO. L 1477580 Tern: November 1, 1972 Until Canceled COMBINED SINGLE LIMIT BODILY INJURY AND PROPERTY DAMAGE, EACH ACCIDENT OR OCCURRENCE - $1,000,000.00 MARSH & McLENNAN, INCORPORATED > g B y .o:. -��� «-��tic Agent In the event of cancellation of the above contract 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 /ase =T covered as Insured(s) under the terms of the contract of insurance described above. If so covered, the insurance with respect to such party or parties is subject to all of the terms and conditions of said contract of insurance, and to the special conditions, if any, stated below. SPECIAL CONDITIONS: APPLICABLE AS RESPECTS TO CONTRACT FOR BIG CANYON RESERVOIR SERVICE ROAD IMPROVEMENTS CONTRACT NO. 1525. "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: July 13,1973 LOS ANGELES, CALIFORNIA THIS WFICATS CANcmz An SUPERSEDWERTIFICATE DATED 7/3/73 MARSH & MCLENNAN, INCORPORATED CERTIFICATE OF INSURANCE union TO: CITY Of NEWPORT BEACH 3300 W. NEWPORT BOULEVARD NEWPORT BEACH, CALIFORNIA THIS IS TO CERTIFY that the following insurance policy has been issued to UNION OIL COMPANY OF CALIFORNIA and its subsidiary SULLY- MILLER CONTRACTING COMPANY and that said contract of insurance, subject to the respective terms and conditions, affords Bodily Injury, Property Damage Liability and Blanket Contractual Liability for all operations, including Automobiles, owned, hired or used also Includes Products Liability and BI Frotectlep LtAl lity. THE CONTINENTAL INSURANCE COMPANY POLICY NO. L 1477580 Term: November 1, 1972 Until Canceled COMBINED SINGLE LIMIT BODILY INJURY AND PROPERTY DAMAGE, EACH ACCIDENT OR OCCURRENCE - $1,000,000.00 MARSH & McLENNAN, INCORPORATED By- Agent In the event of cancellation of the above contract 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 &hall be sufficient proof of notice. ADDITIONAL INSURED: The party or parties to whom this Certificate of Insurance is issued is/ covered as Insured(s) under the terms of the contract of insurance described above. If so covered, the insurance with respect to such party or parties is subject to all of the terms and conditions of said contract of insurance, and to the special conditions, if any, stated below, SPECIAL CONDITIONS: APPLICABLE AS RESPECTS TO CONTRACT FOR 320 CANYON RESERVOIR SERVICE ROAD IMPROVEMENTS CONTRACT NO. 1325. "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 AIM RECEIPT BY THE CITY CLERK OF THE CITY OF NEWPORT BEACH, CITY HALL, NEWPORT BEACH, CALIFORNIA, OF A REGISTERED WRITTEN NOTICE Of SUCH CIDCELLATION OR ABDUCTION IN COVERAGE." Dated: July 13,1973 LOS ANGELES, CALIFORNIA 1 oco. y{y5�g}I��y %f�r • I f' I, t 7.: -. -4.4 -. :i9 eY^ - 'i.0!• .. � .. .. `ci 97(1':!_. -. _ .!'"�s'� IOU 1; qe 'If PV-01 RPM ,M s 0 0 CITY OF NEWPORT BEACH - LICENSE DIVISION 3300 NEWPORT BLVD. BLDG. PERMIT �k JOB ADDRESS: EMU U ADDRESS OF POOL OR GENERAL CONTRACTOR: To Owner /Builder or CONTRACTOR: GENERAL CONTRACTOR OR SWIMMING POOL CONTRACTOR: Please return to the Newport Beach License Division a complete list of all sub - contractors, services, or individuals working on this job site, other than lawful employees. This list should be received by License Division prior to your requesting any final inspections. SUB - CONTRACTOR TRADE OR SERVICE. ETC. ADDRESS OFFICE USE ONLY Acoustics treatment Air Conditioning Asphalt paving Building supply Deliv. Co. Cabinets Carpentry finish Carpentry rough Carpeting Chimney Construction clean u Concrete gutter and curbs Concrete mixing Co. Concrete walks Concrete foundation Doors fire Doors (garage) Doors (sliding) Doors (plaster Board Electrical contractor Excavating Fen -in Floors hardwood Floors linoleum or the Glazing Gradiny bldg. site Heating Insulation LandscapLiLng Lathing Marble Market fixtures Masonry 0 0 SUB - CONTRACTOR TRADF. OR SERVICE. ETC_ ADDRESS OFFICE IMF ONT.y Millwork Painting Paperhanging Parking lot sealcoatin Parking lot stripping Plastering Plumbing Refrigeration Roofing cover Sewer contractor Sheet metal Shower pans Si gns Sink and table tops SDrinklers fire Sprinklers lawn Steel mist. ornamental iron Steel reinforcing Steel. structure Streets and drives Streetlights Terrazzo Tile ceramics etc, Toilet 2artitions Weatherstrip Welding Window cleaning Cther Other Other Other Thank you for your cooperation. We realize not all of the above catagories apply to every job. The list has been compiled to assist you in completing this JM form, It will be kept on file for the convenience of the MER, BUILDER AND CITY STAFF. ( 2 ) July 18, 1973 TO: CITY CLERK FROM: Public Works Department SUBJECT: BIG CANYON RESERVOIR SERVICE ROAD IMPROVEMENTS, C -1525 Attached are the subject contract documents, Please have executed on behalf of the City, retain your copy and the insurance certificates, and return the remaining copies to our department. OrL * John Wolter Project Engineer JW /em y RESOLUTION NO. 8 0 1 (i A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR BIG CANYON RESERVOIR SERVICE ROAD IMPROVEMENTS TO SULLY - MILLER CONTRACTING COMPANY, Contract No. 1525 WHEREAS, pursuant to the notice inviting bids for work in connection with certain improvements to Big Canyon reservoir service road, in accordance with the plans and specifications heretofore adopted, bids were received on the 12th day of June, 1973, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is Sully- Miller Contracting Company; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Sully - Miller Contrac- ting Company for the work in the amount of $16,442.50 be accepted, and that the contract for the descibed work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beacy, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 25th day of June, 1973. Mayor ATTEST: City Clerk DON:sh 6/20/73 rn CD -i C) ch C: x M Is" zi 71 rn CD -i C) ch C: x M M. x M rn is 4N N ci 3a 'k�)4 — — — — - — — — — — -A o ZC' M. x M rn is 4N r c ., .... ..�.,...._ .....�i......��a _..:�_.._ y �.: - .. ..:. .. ... __. 1. -it �.�:�:�:.:. - �. ..,� �..__.. ._ _•._ _- _..,.. _ 1 Approved by the City Council this 29th day of May 1973 L ura'La910S, (Aty C10-K CONTRACT NO. 1525 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR BIG CANYON RESERVOIR SERVICE ROAD IMPROVEMENTS SUBMITTED BY: crT,T,Y- MILLER CONTRACTING COMPANY Contractor P. O. BOX 432 Address ORANGE, CALIF. 92667 1ty Zip Code (714) 639 -IT(Hf T—ot—aT Bta Price • 0 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 11:30 A.M. on the 12 day of June , 1973 , at which time they wil— opened and read, for performing work as follows: BIG CANYON RESERVOIR SERVICE ROAD IMPROVEMENTS CONTRACT NO. 1525 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 to 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 signatures of the President or Vice President and Secretary or Assistant Secretary are required an t3 he Corporate Seal shall be affixed to all documents requiring signatures. In the case of a arp tnership, 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. One set of 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. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) 0 • Page la The city has adopted the Standard Specifications for Public Works Construction (1970 edition and supplements ) as prepared by the Southern California C apters of the 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 $3.00 per set. 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. 7718 adopted June 12, 1972. 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). The city reserves the right to reject any or all bids and to waive any informality in such bids. Revised 6 -12 -72 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 bet�veen words and figures, the works 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 Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying 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, #15A CLASS "A" Classification A Accompanying this proposal is , Gasnler -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) 639.1404 Phone Number /a- Tvti� Date CONTRACTING Authorized gignature C© e A 0 &:±JT 0 ►y 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 CO. A CALIFORNIA CORPORATION R. K. MAC GREGOR -PRESI DENT ES., TREAS., & SEC-%, R. F. MOLYNEUXd ^CE FRESMENT JAMFS F eti ve.`• ° ^lfi5i5�oryf�� P. A. AEMO L TARY FRANK E. HOLLA14O -AS_IS'i - ASSISTANT SECRETARY' R. 1. OUM.M.As,;:LA -ANi S. -Cii_, .;[Y I Page 3 DES IGNAT t1F SUfl=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 6. 7. 8. 9. 10. 11. cin T v.*.4TT.TYR CONTRACPING COMPANY Bidder's Name ISTANTSEtUhorYze Signature 0 Type o rgan zat on (Individual, Co- partnership or Corp) P.O. BOX 432 ORANGE, XALIV. 92667 Address c BOND NO: 900400 (7760) • PREMIUM: INCLUDED IN BBSU HIGHLANDS INSURANCE COMPANY Houston, Texas BID BOND Know all men by these presents, That we, SULLY - MILLER CONTRACTING COMPANY as principal, and the HIGHLANDS INSURANCE COMPANY, a corporation under the laws of the State of Texas, having its principal place of business at Houston. Texas, as surety, are held and firmly bound unto CITY OF NEWPORT BEACH as obligee, in the penal sum of TEN PERCENTUM (10 %) OF THE AMOUNT OF THE BID IN DIDLLARS, 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 12th day of JUNE lq 73 WHEREAS, the said principal, is herewith submitting its proposal for BIG CANYON RESERVOIR SERVICE ROAD IMPROVEMENTS 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. B110412/69 SULLY- MILLER CONTRACTING COMPANY HIGHLANDS INSURANCE COMPANY, By , ` J.H. THA9ER Attorney -in -Fact. q m a - � ♦ 3 ♦ N ♦ p m2 ♦� no • r rD ♦ � a ♦ z DO z2�ZT_3 . ♦ c ^!c ITlAm r D r l ♦ m W, O T Lh F7 4 ♦ C m g ♦ Z _ r ♦'p �2 p Li � � ♦J z a ♦ sL:_L; n D 3 n 3 3 n a i IS m z n i 3 a n u n 3 n � a _ N z - Z F n Z J - ° E � - o o z v A n ' m - - n u O ° 3 0 a n n -' n ° Z � O O i O n n O � Q S O ° c - a ] E 6 � O O y T • n n a S � " n 6 � £ D T ] i O S p ] 6 C ] O 3 p i ' O J O u ] � o n n a o O T 0 o " a E 0 4o H s6 �, nn D °c HJ J �N zo n _ a 0 J 4 a O o m O ,p Iv W 1 n O c z { O T r O m r m w 1 s m O T n 't7 O D s m c 0 N ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦♦♦ ♦ A ♦ 1 ♦ 3 6 C 0 OEM Q O ♦_ D2a Z0♦ ♦ in ZnC n_O ♦ 3 mrn ��♦ ♦ fi yO ♦ T> W♦ ♦N cm� Tro r � T 0 v � Z A m ♦ ♦ Z ♦ O 6 O K A -Oi 3 � m cCam �y o >•a90 C c _m t o m m �m 6 O �d� S a c 0 3 � m ~ x �T � 3 � o 6 � N G S m 'D x9 0 m f h 6 6 O 'o K 3 m 0 n N o a C ,y y T f O 0 T n r A z a O Z m • d O C7z N Q a 0 4 � z o � m ~ � N [Y gNo N v °O �1 V m W d O y� z G] tC1 fril Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, as Principal, and 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, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of 19` Corporate Seal (If Corporation) Principal (Attach acknowledgement of Attorney -in -Fact) Surety By Title Page 5 . 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. Subscribed and sworn to before me by thi s / 1- day of 1913. My commission expgres: California County expires 1\ May 3, 1975 It Es F. WINDERS Notary public California Orange County My Commission Expires May 3, 1975 iTT T.rTt f;OVMAf7TIVG COMPATq% ASSISTANT-SECRETARY Page b STATEMENT OF FINANCIAL RESPONSIBILITY The.undersigned submits herewith a statement of his.financial responsibility. • gned 8S413TANT- SECRETARY CONTRACTOICS FEKANCIAL STATEhIENT ED:AC riw omtion J p A Co- partnership • `) ❑ An Individual Nevar - SULLY- AIZLLEP. CONTRACTING COMPANY `_ - - -- _ ;� - -_ - 0 Combination 72_ Condition at close of business._----- _- - ._- _.- December 31 .____. t ASSETS nL•TAIL TOTAL Current Assets 1. Cash-----------.- - - - - -- 2. Notes receivable_--- __.- ____..____ 3. Accounts receivable from completed n 4. Sums earned on incompleterontracts_ 5. Other accounts receivable_- -_ G. Advances to construction joint venture: 7. Materials in stock not included in Item S. Negotiable securities ..___- ____ 9. Other current assets -_ -_ Fixed and Other Assets 10. Real 11. Construction plant and equips 12- Furniture and fixtures._, -._ 13. Investments of a non- current I 14. Other non - current assets_—. _151993 660 _1 _276 960 -6 _912_71 -- (3) _ 98 608 - 8 963 070 516 81.6 _ 171 768.[165 TOTAL Assn is LIABILITIES AND CAPITAL . Current Liabilities 15. Current portion of notes payable, exclusive of equipment obligations and real estate encumbrances_ - I.G. Accounts payable ..._- ____� -- 5 13081 801 _329 1. Other current liabilities— — — s 860 - - TarAr- _ Other Liabilities and Reserves 18. Real estate encumbrances__- ___ - -_.._ 19. Equipment obligations secured by equipment_— — 20. Other non - current liabilities and non - current notes uayable_:_ - - -. -_ _ 10- 930 603 21. Reserves -- - ---.- - --_._ -- _ -- -- — —_ TOTAL. _ �- Capital and Surplus 22. Capital Stock Paid Up ---------- ___r__— - 23. Surplus (or Net Worth) -------- __ - - -_ 14 _841{ 433, ToTAL. . TOTAL LIABILITIeS AND C APITAL-- _.— __— _._______�_- __ -_____ (1) _— 10930 _ 1 721 331 761 CONTINGENT LIABILITIES 24. Liability on notes receivable, discounted or -- 25. Liability on- accounts receivable, pledged, assigned or sold__ -- 2. Liability as bondsman .--- -----_- -- -- - --- -- -- ------ - --- - - - - - -- - — - - -- -- - -- -- - 27. Liability as guarantor on contracts or on ac Hunts of others ------ �_--- ______ -_ -___ - _ —_---- ---- -- 28. Other contingent liabi]ifies -- -- - -- - -- - - - - -- ---- ----- - ----- - ----- ----- -• ---- -- - - -- TOTAL CoNn,;mwr LIAnn .mrs-- ------ -- ------ - ---- -- -- •- -- ----_--- (2 ) -- - --- - -• Sons. —$Low detail, under m•in headings iv tint mlumn, criending lota4 of main headings to second w1umm ��•�•�'^" -T \tRM9iI4 w, YATOJ.!I TLiT '�f.T.- S�^S.- •�l,ifs..'I��:+I. Pill^! 'AS�T�f^l^T"�'T'��w�W.T.A ^7I'.. ..: - �fT�1� + -�•• Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits ' herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No., Jr A xw/ Year Type of Work SULLY- MILL$R'CONTRACTING COMPANY Project Experience Page 4 Item 4 Value of Work Performed Location of R. Performed 12/31/68 Flood Control 1,700,000 San Gabriel River U. S. Army Engineers " Highway 3,323,651 San Diego Freeway State of California " Site Dev Grade & Pave 685,359 Mission Viejo Deane Brothers " Highway 639,277 Pacific Coast Hwy. State of California " Street & Storm Drain 1,687,596 .Buena Park City of Buena Park " Site Development 640,380 Mission Viejo Deane. Brothers 12/31/69 Street & Storm Drain 1,187,741 L. A. - Van Owen City of L. A. " Excavate, Grade, Pave 1,120,667 L.A. Intl. Airport TWA . " Excavate, Grade, Pave 610,250 Long Bch. Airport City of Long Beach " Excavate,.Grade, Pave 594,373 L. A. County' County of L. A. " Site Develop & Pave 819,410 Mission Viejo Mission Viejo Co. " Highway Const. 718,931 Orange County City of Huntington Bch. ^ Excavate, Grade, Pave 593,841. Ventura County C. F. Braun Co.• 12/31/70 Site Develop & Pave 1,395,032 Long Beach City of Long Beach " Excavate, Grade, Pave 983,449 Palmdale Lockheed Calif. Corp. " Site Development 803,748 Mission Viejo Mission Viejo Corp. " Site Development 697,379 Orange County Occidental Petroleum " Grade and Pave 667,398 Long Beach City of Long Beach " Grade and Pave 667,230 L. A. County County of L. A. ^. Excavate, Grade, Pave - 626,404 L. A. County Santa Fe Springs Flood 12/31/71 Grade, Pave, Structures 851,071 Long Bch -Queen Mary City of Long Beach " Underground Sewer 2,450,728 Fntn. Valley - Sunflwr. Orange Co. Sanitation Underground Pipe 3,255,312 Santa Ana Valley State of California " Underground Pipe 1,793,469 Santa Ana Wash -LA Co. L. A. Co. Flood Control " Highway 1,051,103 Beach Blvd. -Or. Co. State of California ^ Highway 1,141,252 Beach Blvd. -Or. Co. State of California " Highway 1,392,542 Highways 101, 154 - State of California " - -Street & Structures 623,282 Shoreline Dr. - L.B. City of Long Beach " Underground 793,819 City of Palos Verdes City of Palos Verdes Underground Storm Drain 792,993 Magnolia Cnt. -Rvsd. Riverside Co. Fld. Contr 12/31/72 Water - Fresh Seater 10,415,234 S/A Valley -Org. Co. State of California " Storm Drain Proj. -Major 3,330,355 Pasadena - L.A. Co. State of California ^ Water - Fresh Water 2,187,461 Upland -San Bernd..CO. Metropolitan Water Dist. ^• Storm Drain Proj. -Major 1,534,312 Belmont Shore -L.A. Co. L. A. Co. Flood Control " Storm Drain Proj. -Major 1,296,904 Ballona Creek -L.A. Co. L. A. Co. Flood Control ^ Asp /Cone Resurf -Major 1,240,889 Hwy 78 /Jeff- Oceanside State of California ^ Water - Fresh Water 1,156,983 Wheeler Ridge -Kern Co. Maricopa Watr Star Dist. " Freeways 885,966 Golden St. Fwy -LA Co. State of California ^. Structures - Major 844,868 Soledad Cyn - L.A. Co. L.A. County Road Dept. ^ *Storm Drain Proj. -Major 827,471 San Anto. Wash -LA Co. L.A. Co. Flood Control Approximately 2,000 -3,000 individual construction projects are completed annually. The ekporience -list above represents only some of the significant projects completed during the respective period. V' CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BIG CANYON RESERVOIR SERVICE ROAD IMPROVEMENTS CONTRACT NO. 1525 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR 1 of 3 The undersigned declares that he has carefully examined the location of the proposed 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. 1525 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for each item complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Excavation, removal and miscellan- eous grading required for the new improvements and !moo Cents $ .1.5 Lump SUM od 2. 200 Construct 6" thick aggregate base Tons course complete in place i @ l' /,fir Dollars ✓/ and i� Cents $ SSA $i % �O der' -Ton 3. 220 Construct 2" and 3" thick asbestos Tons asphaltic concrete pavement and resurfacing complete in place @ ,�y�/"�o,/1.rJ Dollars and CifJ�i Cents $ Perron r PR 2 of 3 IMM QUANTITY ITEM DESCRIPTION UNIT NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 740 Construct Type "A" 8" curb face Linear Feet portland cement concrete curb and gutter per City of Newport Beach Std. -105..A complete in place @ //J /ice Dollars // J 1110' and Cents $ Per Linear Foot 5. 1100 Construct Type "B" modified Portland Linear Feet cement concrete curb per City of Newport Beach Std. -105 -L complete in plaacce -' @ Dollars Vol, and Cents $ 04,1— CIO $ i�e`r Cinear� t 6. 150 Construct Type "C" Portland cement Linear Feet concrete curb per City of Newport Beach Std. -106 -L complete in place @_ Dollars V/ / and Cents $ 2 7S $ �j2S0 Per Linear f of 7. 1280 Construct 6" thick concrete gutter Square Feet over 4" minimum aggregate base per detail on the plans complete in place @ Dollars Cents $ Per Square Foot 8. Lump Sum Construct concrete block retaining wall and footing including 4" thick Portland cement concrete slab complete in place Dollars and �d Cents $ $ 1 lump Sum f► • . PR3of3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1 Lump Sum Abandonment of existing inlets and storm drain pipe at the pumping plant complete in place / Dollars and Cents $ ,C. S $ ZSO Lump Sum TOTAL PRICE WRITTEN IN WORDS: //ice ro Dollars ti iv� O ` Ory 7� 4*'-.e s Ltents y 7 SMLY.➢?iLLER G COWANX (Bidder's Name — atb` e sECRIARy orized CONTRACTOR'S LICENSE NO. #1538 CLASS *An TELEPHONE NUMBER '(714) 639 -14!N1 CONTRACTOR'S ADDRESS P. 0. BOA 432 ORANGE, CALIF. 92667