HomeMy WebLinkAboutC-1528 - Westcliff area street resurfacing 1972-73TO: CITY COUNCIL
FROM: Public Works Department
September 10, 1973
CITY COUNCIL AGENDA
ITEM NO. H -13
SUBJECT: ACCEPTANCE OF STREET RESURFACING PROGRAM, WESTCLIFF AREA,
1972 -73 (C -1528)
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 Street Resurfacing Program in the Westcliff
area has been completed to the satisfaction of the Public Works Department.
The bid price was: $34,554.00
Amount of unit price items constructed 33,926.04
Amount of Change Orders None
Total Contract Cost 33,926.04
Amount budgeted in the General Fund 35,000.00
(Account No. 02- 3372 -732)
The design engineering was performed by the Public Works
Department.
The contractor is Sully Miller Contracting Company of Orange,
California.
The contract date of completion was September 6, 1973. All work
was completed by September 5, 1973.
oseph T1,Devlin
ublic Wo W Director
D:hh
21 1973
By the CITY COUNCIL
CITY apt K RbACH
TO: CITY COUNCIL
FROM: Public Works Department
June 25, 1973
CITY COUNCIL AGENDA
ITEM NO. H -2 (a)
SUBJECT: STREET RESURFACING PROGRAM, WESTCLIFF AREA, 1972 -73
(C -1528)
RECOMMENDATIONS:
Adopt a resolution awarding Contract No. 1528 to Sully- Miller
Contracting Company for $34,554.00 and authorizing the Mayor
and the City Clerk to execute the contract.
DISCUSSION:
Three bids were received and opened in the office of the City
Clerk at 11:00 A.M. on June 13, 1973.
Bidder
Amount
Sully- Miller Contracting Co., Orange $34,554.00
Donn 0. Michaels, Newport Beach 36,400.00
R. W. McClellan & Sons, Inc., Costa Mesa 41,080.00
$35,000.00. The low bid is 1.3% less than the engineers estimate of
$35,000.00 has been provided for this project in the annual
street and alley program, budget number 02- 3372 -232.
This project provides for the resurfacing of streets in the
Westcliff area. The work is part of the continuing street maintenance
program and will provide adequate street structural sections for present
and future traffic demands.
The low bidder has satisfactorily performed similar work for
the City in the past.
The estimated date of completion is August 24, 1973.
7blic h §.evlin
Director
J h
E�
e� 24 1173
TO: CITY COUNCIL
FROM: Public Works Department
May 29, 1973
CITY COUNCIL AGENDA
ITEM NO. H -14
SUBJECT: STREET RESURFACING PROGRAM, WESTCLIFF AREA- -
1972-73, (CONTRACT 1528)
RECOMMENDATIONS:
.
�If-
4- �Y
1. Approve the plans and specifications for the Street Resurfacing
Program, Westcliff Area -- 1972 -73.
2. Authorize the City Clerk to advertise for bids for Contract 1528
to be opened on Wednesday, June 13, 1973, at 11:00 a.m.
DISCUSSION:
This project provides for the resurfacing of streets in the
Westcliff area. The work is part of the continuing Street Maintenance
Program and will provide adequate street structural sections for present
and future traffic demands.
The plans were prepared by the City. The estimated date of comple-
tion is August 24, 1973.
The estimated cost of the work is $35,000. Funds have been provided
for this work in the annual Street and Alley Program, General Fund Budget
Number 02- 3372 -232.
Joseph T. Devlin
Public Wo ks Director
JLM:jfd
September 28. 1973
Sully -Miller Contrasting Co.
P. O. Box 432
Orange, CA 92667
Subject: Surety Highlands Insurance Congmw
Bonds No. i 911540
Project : et Resurfacing Program•Westciiff Area
Contract No.: 1-
The City Council on September 10, 1973 accepted the work of
subject project and authorised 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
an September 12, 1973. in Book No. 10895, Page 676. Please
notify your surety company that bonds may be released 35 days after
recording date.
Dorts George
Deputy City Clerk
dg
cc: Public Works Department
RECORDING REQUESTED
BY AND MAIL
-City of Newport Beach
3300 Newport Blvd.
Newport Beach, CA 92660 8355 FREE
Laura Iagios, City Clerk C8
NOTICE OF COMPLETION
PUBLIC WORKS
# 10895?c 678
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CALIFORNIA
9:05 A.M. SEP 12 1973
J. WYLIE CARLYLE, County Recorder
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on September 5, 1973
the Public Works project consisting of Street Resurfacing Program - Westcliff Area
on which Sully- Miller Contracting Co.
was the contractor, and HiahlandsInsurance Company
was the surety, was completed.
VERIFICIAT
I, the undersigned, say:
CITY OF NEWPORT BFACH
Works Director
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 September 11, 1973 at Newport Beach, California.
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on September 10, 1973 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 September 11. 1973 at Newport Beach, California.
0 0
CITY OF NEWPORT BEACH
CALIFORNIA
City Hall
3300 W. Newport Blvd.
Area Code 714
673 -2110
Date: September 11, 1973
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 Street Aeeurfacing program -
Weetcliff Area Contract No. 15y8
on which Sully- Miller Contracting Co. 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.
L-1
TO: Public Works Department
FROM: City Clerk
0
Date July 23, 1973
SUBJECT: Contract No. 1528
Project — Street Resurfacing Progr= - Westcliff Area
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: Sully-Miller Contracting Co.
Address: P. 0. 9ca 432, Orange, CA 92667
Amount: $ 34.sslt_On
Effective Date: 7 -23-73
Resolution No. 8015
LL: dg
Att.
cc: Finance Department d
Laura Lagios
C•ficate of Workmen's Compensation C•rage
Sully Miller Contracting Company
3000 East South Street, P.O. Box 5399
Long Beach, California 90805
CITY OF NEWPORT BEACH
3300 W. NEwport Boulevard
Newport Beach, Calif.
Re: Contract for street resurfacing program Westcliff Area 1972 -73
Contract No. 1528
"I am aware of and will comply with Section 3700 of the Labor Code, requiring
DatXery employer to be insured against liability for workmen's compensation
7)r to undertake self- insurance before commencing any of the work,"
ThA'isv4CerlRR hat 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 / ^� &
Title
FORM 6625M (REV 4169) NRINt D IN N.S.A.
FRANK E. HOLLAND ASSISTANT SECRETARY
MARSH & McLENNAN,
INCORPORATED
S CERTIFICATE CANCELS AND SUPE ES CERTIFICATE
D 7/3/73
CERTIFICATE OF INSURANCE
TO: CITY OF NEWPORT BEACH
3300 W. NEWPORT BOULEVARD
NEWPORT BEACH, CALIF.
union
ATTN: PUBLIC WORKS DEPT.
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 PROTECTION LIABILITY.
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
y /--
s
By a:ll - -r✓ttic, 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 isXdW4 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 STREET
WESTCLIFF AREA 1972 -73 CONTRACT NO. 1528
" 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:7 /13/73
LOS ANGELES, CALIFORNIA
v J
r
MARSH & McLENNAN,
INCORPORATED
CERTIFICATE CANCELS AND SUPS ES CERTIFICATE
ED 7/3/73 �� pe
CERTIFICATE OF INSURANCE
TO: CITY OF NEWPORT BEACH
3300 W. NEWPORT BOULEVARD
NEWPORT BEACH, CALIF,
union
ATTN: PUBLIC WORKS DEPT.
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#slso includes,
PRODUCTS LIABILITY AND BI PROTEMOr LIABILITY.
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 shall be
sufficient proof of notice.
ADDITIONAL INSURED: The party or parties to whom this Certificate of Insurance is
issued isR 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 STREET
WESTCLIFF AREA 1972 -73 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 CLTY CLERK OF THE CITY OP NEWPORT BEACH, CITY HALL,
NEWPORT BEACH, CALIFORNIA, OF A REGISTERED WRITTEN NOTICE OF SUCH CANCELLATION OR
REDUCTION IN COVERAGE."
Dated:7/13/73
LOS ANGELES, CALIFORNIA
_ � r
I
i
,rs 6,.
i
nsw
CITY OF NEWPORT BEACH - LICENSE DIVISION
3300 NEWPORT BLVD. BLDG. PERMIT #
JOB ADDRESS:
GENERAL CONTRACTOR OR
OWNER: SWIMMING POOL CONTRACTOR:
ADDRESS OF POOL OR GENERAL CONTRACTOR:
To Owner /Builder or 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.
SUBCONTRACTOR
TRADE OR SERVICE. ETC. ADDRESS OFFICE USE ONLY
Acoustics treatment
Air Conditioning
Asphalt Paving
Building supply
Deliv. Co.
Cabinets
Carpentry finish
Carpentry rough
Car etin
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
Fencing
Floors hardwood
Floors
linoleum or the
Glazing
Grading bldg. site
Heating
Insulation
Landscaping
Lathing
Marble
Market fixtures
Masonry
' r i
SUB - CONTRACTOR
TRADE OR SERVICE. ETC. ADDRESS OFFICE USE ONLY
Millwork
Painting
Paperhanging
Parking lot
sealcoatin
Parking lot stripping
Plastering
Plumbing
Refrigeration
Roofing cover
Sewer contractor
Sheet metal
Shower 2ans
Signs
Sink and table tops
Sprinklers fire
S rinklere lawn
Steel mist,
ornamental iron
Steel reinforcing
Steel structure
Streets and drives
Stieetli hts
Terrazzo
Tile ceremics etc.
Toilet Rartitions
Weatherstrip
Welding
Window cleaning
Other
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
form. It will be kept on file for the convenience of the OWNER, BUILDER AND CITY
STAFF.
( 2 )
1
• CITY CLERK
Approved by the City Council this
29th day of May 1973.
Za
Laura Lagios, City erc
CONTRACT NO. 1528
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
FOR
STREET RESURFACING PROGRAM
WESTCLIFF AREA
1972 -73
SUBMITTED BY:
CONTRACTING COMPANY
Con rac tor
432
ress
92667
P zip Co e
(714) 639 -1400
P one
$34 554.00
Tota BI"�i3Tri c e
• • Page I
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 11:00 A.M. on the 13 day of June , 1973 ,
at which time they will be opened and read, for performing work as fo lows:
STREET RESURFACING PROGRAM WESTCLIFF AREA
1972 -73
CONTRACT NO. 1528
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.
1
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 Se�cree2z or Assistant Secretary are required an the—Corporate � Seal
shall be affixed to all documents requiring signatures. In the case of a arhip
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 Southern 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 tiie 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 a
Accompanying this proposal is Cert ie RS g D
(Cash, ec , Cashier's Check or on
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 commenci6g the performance of the work of this contract.
(714) 39Ph
one N um e`b
June 13, 1973
ate
SULLY-M T
i eFps fa me MPANY
(SEAL)
it r r
ut orize gna ure
Authorized gna ure
PORATION
ype of rgan za on
(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
games F. Winders -- Assistant Sgc°etary
0. Pi
0
1
-. 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
6.
7.
8.
9.
10.
11.
12..
.,SULLY -M LLER CONTRACTING COMPANY
ceder s ame
Sliack Wilson Assistant-Secretary
ut or zed Signature
CORPORATION
Type of rgan zat on
(Individual, Co- partnership or Corp)
P." 0. BOX 432
..
F�ORIGINAL SEE CITY CLERK'S FILE0PY
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, SULLY - MILLER CONTRACTING COMPANY as Principal,
and HIGHLANDS INSURANCE COMPANY as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of ETEN PERCENTUM
(lo%) OF THE &QUmT OF THE BIb 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
RESURFACING PROGRAM WESTCLIFF AREA CONTRACT NO. 1528
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 1
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 13th day of
June 19 73
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact)
I•
Title Attorney -in -Fact
0 0
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 on 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 13th day of June ,
1973
My commission expl.res:
May 3, 1975
SULLY - MILLER CONTRACTING COMPANY
S /Jack Wilson
Assistant - Secretary
S /James.F. Winders
Notary Public
�R ORIGINAL SEE CITY. CLERK'S FICOPY
Page '6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his.finaricial responsibility.'
On file with City Clerk.
S /Jack Wilson, Assistant Secretary 01.
—'
Signed
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
gne
r
c
S /Jack Wilson, Assistant Secretary
gne
I
R
SULLY- AIILLLR'COiiTRACTIic6 COi:PAIdY
Project Experience
Page 4 Item 4
Value
of Work
Year Type of Work Performed
12/31/68
n
n
12/31/69
n
n
n
n
n
• n
12/31/70
n
n
n
n
12/31/71
r n
u
v
u
n
. n
12/31/72
n
v
n
n
n .
v
Flood Control
1,700,000
Highway
3,323,651
Site Dev Grade & Pave
685,359
Highway
639,277
Street & Storm Drain
1,687,596
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
851,071
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 /Cone Resurf -Major
2,240,889
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 Nary
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 - Oceanside
Wheeler Ridge -kern Co.
Golden St. Fwy -LA Co.
Soledad Fyn - L.A. Co.
San Anto. Wash -LN Co.
For Whom Per.f4
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 Corn.
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 Controll
State of California
State of California
State of California
City of Long Beach
City of Palos Verdes
Riverside Co. Fld. Contj
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 ei:prience list above represents only some of the significant
projects completed during the respective period.'
BOND No. g,
Page 8
LABOR AND MATERIAL BOND PREMIUM: THE PREMIUM ON THIS BOND IS INCLUDED M
THAT OF THE PERFORMANCE BOND.
Bond No. 900400 (7747)
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California by
motion adopted __ June 25, 1973
has awarded to Sully- Miller Contracting Company
hereinafter designated as the "Principal ", a contract for Street Resurfacing Program
*stcliff Area 1972 -73 Contract No. .1.528
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 CORTRACTIRO COMPAIT - .
as Principal, hereinafter designated as the Contractor and
WMIL ANDS INSURANCE COMPANY.
as Surety, are held firmly bound Unto the City of Newport Beach, in the sum of
4ove>rr,d +Wb SCOC - SeuUTollars ($
ancL no X00
said sum being one -half of the estimate amou t payable by the City of N6;4port Beach
under the terms of the contract, for which payment well and truly to be made we bind
ourselves, our heirs, executors and administrators, successors or assigns, jointly and
severally, firmly by these presents;
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his 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 Sureties will pay for the same,
in an amount not exceeding the sum specified in the bond, and.al §o, 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.
• Page 9
(Labor and Material Bond — Continued)
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 received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the work
to be performed thereunder or the specifications accompanying the same shall in any wise
affect its obligations on this bond, and it does hereby waive notice of any such change,.
extension of time, alterations or additions to the terms of the contractor or to the
work or to the specifications,
In the event that any principal above named
agreed that the death of any such principal
obligations under this bond,
executed this bond as an individual, it is
shalt not exonerate the surety from its
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety.
above named, on the day of ■ :1S]_,
JL
SOLLY- MILLEN CDNTNACTINS =1
FRANK E HOLLAND - ASSISTANT SECRETARY (Seal )
ontractor
ld LANDS INSURANCE COMPANY (Seal)
(Seal)
J. tCA AMER dTT0+2iEY +N FACT
(Seal)
r
This bond was approved by the City Council
of the City of Newport Beach by motion on
ae
Attests
City Clerk,
r1
u
�
m a-
O
L
.! o V996♦ ♦ ♦ ♦� ♦n
o
£
i7' ♦
! "L. ♦ O
� -L ♦
3
T
O
N
'���
s �
! 3 ♦ �
� � m
a
O 7
3
D
rD � o o• _
,�, z =c Z,w,♦
m �,D-
Ron ♦ "
n -
Cm�
n
r
T T
O
` M
n
3
3
O d
J
O
w"
a i
O
O O
v � n
C O
3
°o
V ,
A
O
-
-
O
n
u
O 7
3
n
r
T T
O
U
a
°
w �
A
T
_
D
°
a -
n
�
O
n
a n
D
H C
2
O
J
_
0
v
3
9
�
-
-
�
O
J
O O
d
T
O
O
_
m
6
T
O
F
D
o s
o
a
s
=
K ?
J
O
"
X
3
J
�
C
m "
a
o
o
-
u.
O
o-
i
IJ
w
s s
u
O
C D
z
� O
O
cn
T
n
r
C/1 N
7O7��
� 2
r 9
m
x
� » &.f
f\ 2�
| #§m24 \{
\ /0 -u
\ \I
k\
� \ \\
. } \ \;
\ (/�
\ \ \�
1E
�m s
! i�
� ��
w! }i
} \\
0
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
Page: 10
BOND No. g,-1 �q_,.0
IQ-Q_0_0
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion.adopted ,71inp 95- lg73,
has awarded to Sully - Miller Contracting Company
hereinafter designated as the "Principal ", a contract for Street Resurfacing Program
Westcliff Area 1972 -75 Contract No..1528
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, We,
SULLY - MILLER CONTRAC11NC CUMPAII
as Principal, hereinafter designated as the "Contractor ", and
HIGHLANDS INSURANCE SOMPANY
As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
mlP` f .. tK
CL n ►10
said s m being equal to 100% of the es imatej
the said City or its certain attorney, its su
well and truly to be made, we bind ourselves,
successors or assigns, jointly and severally,
Ij nn�i-Dollars (S 3 4i S 4 60 ),
WAnt of the contract, to be paid to
ccessors, and.assigns; for which payment
our heirs, executors and administrators,
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.
•
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, thi� iNns�-trument has been duly executed by the Principal and Surety
above named, on the JCL— day of 19.
SULLY- MILLER CONTRACTING COMP �1 (sea .)
FRANK E. HOLLAND - ASSISTANT SECRETARY (Spy}-}
on t rac or
HIGHLANDS INSURANCE COMPANY
.(Seal )
(Seal)
1. H. CAITHAMER ATFORNEY -IN-FACT (Seal)
Surety—
Approved
as
to
form:
Jos-&rf City
Attbrney
m a o
00'0 ♦00000 ♦ ♦�� °
♦ V J
♦ S ♦qE— r
n r
♦ � Q O+
♦
I � � rmD ♦:
♦ P m D O /i �♦ S
i m 190o jO� ♦"
r7 7
cn
N cn ♦o
C m r r ♦
� z z �7 \ \�y♦♦a_l+
{IL 3
a
.♦ •OOSwfs emu'
a
n
° � o
3 r
E x
n ,r
E
O s
� P
A "
n .o
n �
-
i _ n
° O 0
n ;
n n
O z
� v
+ = V
C ° 6
J
"
F u �
o _ e
O T
n
P
n _
P o J
� J O
o ° i
° £ D
O S y O
J_
J "
� O-
Y � \
C J O
. d m
s J t
O u
0 0
n
n'
o JO
Z T
0
O
D�
f Z
J r
m
cn
o H
n n
n
H�
J
n
M
a
0
J
°
o'
°o
e'
I
(� N
C s
z 1
� C I
O T
T
C1
a
r
^17
�[Oy�
G
a
w
♦ ♦ ♦♦♦♦ ♦ ♦ ♦ ♦ ♦♦
e 3 �
A 3
4 -
e T_ ♦
e — zt o0
♦� z�c Dom♦
03 m9m ne
m � «o r•♦
r ♦
e
rn
�r •�so♦
R
y
a
d
d'
a
0
9
G
� nm
� o
y'a9 Vljyy
= m
x
In
vg'j�� -71
��nzl
a
� 3
0
0 3 i
I
S: I
T
� O
O
v _
° I
m I
a� Jd�
°
ao
s
0
a
°
s
o z
�m
Ix�
i
Imp
I H
d
1
I s I
c C"
1 C
iv w
a�
N
d
m
c°o
N
o
w
a _
0
C
z
0
T
r
0
D�
Z
L7
ro
r
m
A
m
0
n
D
0
z
D
9
CONTRACT
0
Page 12
THIS AGREEMENT, made and entered into this .23,W day of Jul-y , 1973 ,
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.
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
Street Resurfacing Program Westcliff Area 197243 Contract No. 1528
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 May 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.
9 0
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.
ATTEST:
Approved as to form:
OF NEWPORT BEACH, CALIFORNIA
mayor
SOLLY- MILLER CONTRUT11; COMPUT
Contractor
(SEAL
By:
R. B. MacGREGOR - PR 1T41+
Title
�0
FRANK E. HOLLAND . ASSISTANT SECRETARY
Title
/
fE
2
z
o§
(
\
-
!$ }a
!!
!
sNfrl,!
°
ilEe §• !:
-
/
{
\
\ \ \2
\
17 /j
/7
�
`
>
}
§
/
—}
>
/
�
TI
�
\�
\/
,
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
STREET RESURFACING PROGRAM
WESTCLIFF AREA
1972 -73
CONTRACT NO. 1528
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92660
Gentlemen:
PR 1 of 1
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 pro-
poses to furnish all materials and do all the work required to complete Contract No. 1528
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
2,600 Construct asbestos - asphaltic concrete
Tons resurfacing to the limits and thick-
ness as shown on the plans, including
adjusting City owned utility manholes,
boxes and vaults to finished grade.
@ Thirteen Dollars
and
Twenty -nine Cents
Per Ton
TOTAL PRICE WRITTEN IN WORDS:
Thirty -four thousand five hundred fifty -four Dollars
and
No Cents
June 13_'J1
Date
CONTRACTOR'S LICENSE NO. 1538. CLASS „A'
c�
$_13.29 $34,554.00
SULLY -MI LER CONTRACTING COMPANY
(BJ er s Name
S s Assis an Se retar
(AuthorJZe SJgnature
TELEPHONE NUMBER.(, 714)
CONTRACTOR'S ADDRESS P.O. Box 432, Orange, California 92667
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
TO
SPECIAL PROVISIONS
F
STREET RESURFACING PROGRAM
CONTRACT NO. 1528
SECTION
PAGE
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . .
. . . . . . 1
II.
PERMITS . . . . . . . . . . . . . . . . . . . . . .
. . . . . . 1
III.
COMPLETION AND SCHEDULE OF WORK . . . . . . . . . .
. . . . . . 1
IV.
PAYMENT . . . . . . . . . . . . . . . . . . . . . .
. . . . . . 1
V.
TRAFFIC CONTROL . . . . . . . . . . . . . . . . . .
. . . . . . 1
VI.
NOTIFICATION OF RESIDENTS . . . . . . . . . . . . .
. . . . . . 2
VII.
WATER . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . 2
VIII.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . . .
. . . . . . 3
A) Asphaltic Concrete Patching . . . . . . . . . . .
. . . . . . 3
B) Asbestos - Asphaltic Concrete Surfacing . . . . .
. . . . . . 3
C) Utility Adjustment to Grade . . . . . . . . . . .
. . . . . . 4
i.
• . SP 1 of 4
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
STREET RESURFACING PROGRAM
WESTCLIFF AREA
1972 -73
CONTRACT N0: 1528
I. SCOPE OF WORK
The work to be done under this contract consists of furnishing all labor, equip-
ment, transportation, and material necessary to complete asbestos asphaltic concrete
resurfacing as shown on the plans, complete in place, including necessary appur-
tenant work.
The contract requires completion of all work in accordance with these Special Pro-
visions, the Plans (Drawing No. R- 5225 -S), and the City's Standard Drawings and
Specifications. The City's Standard Specifications are the Standard Specifica-
tions for Public Works Construction, 1970 Edition with 1971 and 1972 Supplements.
Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles,
California, 90034, telephone (213) 870 -9871. Copies of the City's Standard Special
Provisions may be purchased from the Public Works Department.
II. PERMITS
The City has obtained the necessary permits to perform the work as required by the
State in conjunction with the recent Coastline Initiative passed by the voters on
November 7, 1972. All fees will be waived by the City except that the contractor
must have a valid City business license prior to starting work.
III. COMPLETION AND SCHEDULE OF WORK
The contractor shall submit a written schedule of work and traffic control to the
City within five (5) calendar days after notification of the contract award.
Work shall commence within five (5) calendar days after receiving the City's
written approval of the schedule, and all work must be completed within forty -five
(45) calendar days thereafter.
IV. PAYMENT
All incidental items of work not separately described in the proposal shall be
included in the unit price bid for the various items of work, and no additional
compensation shall be made.
V. TRAFFIC CONTROL
The contractor shall provide traffic control in compliance with Section 7 -10 of
the Standard Specifications.
Adequate barricades shall be used to insure public safety and to prevent tracking
of the tack coat or rutting of the asphalt resurfacing prior to its curing
• • SP2of4
adequately for traffic use. Ingress and egress to all driveways adjoining the
work shall be reasonably maintained except during the resurfacing operations and
application of tack coat.
Work shall progress in such a manner that one half of each street shall remain open
to vehicular traffic at all times. The contractor shall furnish temporary "NO
PARKING" signs and post the streets to be resurfaced twenty -four (24) hours in
advance of his resurfacing operations. The signs shall be made of white or buff
card stock with a minimum weight of 120 pounds. Signs shall have minimum dimen-
sions of 15 inches wide and 18 inches high.
The signs shall be lettered in red except for the date of work and shall conform
to the dimensions shown below:
TEMPORARY 2"
NO PARKINGI
TOW AWAY ZONE � I!Z
6AM. TO GPM. T I i2'r
C.V.C. 22652 B r �4
NEWPORT DEACM POLIO DEPT
673-2211 T
The contractor shall insert in black the date of work for the street or alley to
be posted. A copy of the required sign is on file for inspection at the Public
Works Department.
VI. NOTIFICATION OF RESIDENTS
Written notices prepared by the City shall be distributed to the affected residents
by the contractor 36 to 48 hours in advance of the seal coating. The notices shall
alert the abutting residents of the temporary inaccessibility to their property,
stating when the work will start and approximately when the street will be restored
to normal vehicular use.
A renotification distributed by the contractor shall be required if there are errors
in distribution, false starts, acts of God, or other alterations of the distributed
schedule. The City will prepare the written renotification explaining the cause
for delay and stating the new schedule.
VII. 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 purchase by
VIII
0 0
SP3of4
contacting the City Utilities Superintendent, Mr. Tom Phillips, at (714) 673 -2110,
Extension 267.
CONSTRUCTION DETAILS
A) ASPHALTIC CONCRETE PATCHING
City forces will complete asphaltic concrete patching prior to the overlaying
operations.
B) ASBESTOS ASPHALTIC CONCRETE SURFACING
Asbestos - asphaltic concrete surfacing shall be Type III -B2 -85 -100 using paving
grade asphalt and conforming to Section 400 -4 of the Standard Specifications
and as hereinafter modified, placed to the limits and thickness as shown on
the plans.
The asphalt binder mixed with mineral aggregate shall be between 8z% and %%
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:
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 F to 3500 F at the time of discharge from the mixer.
SP4of4
The mixing operations shall be performed in a manner that will provide a
homogenous, uniform mixture of asphalt, aggregate and asbestos fibers through-
out all material delivered to the job site. Streaks and /or pockets of asbes-
tos 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 dis-
posed 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 project site. Any material
delivered to the project at less than 300OF will be automatically rejected.
A tack coat consisting of SS -lh liquid asphalt shall be applied at a rate of
0.04 to 0.08 gallons per square yard to all existing pavement and asphaltic
concrete base course prior to placing the asbestos asphaltic concrete. In
areas where heating and remixing operations are scheduled, the rejuvenating
agent shall be substituted for SS -lh liquid asphalt tack coat.
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 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 patch-
ing" of the surface will not be permitted.
C) UTILITY ADJUSTMENT TO GRADE
All sewer manholes, water valve boxes, sewer cleanouts, water meter boxes and
survey monument boxes shall be adjusted to finished asbestos - asphaltic con-
crete surfacing grade in a manner similar to that described in Section 302 -5.7
of the City's Standard Specifications.
The contractor shall pave over all existing gas, electric, telephone, and
cable television facilities. Prior to starting work, the contractor shall
be required to notify the affected utilities in order that they can tie out
their facilities. Although these facilities are to be adjusted to finish
grade by the respective utility, the contractor shall be required to mark
their location on the finished pavement surface.
The cost of adjusting City owned water, sewer, stormdrain, and survey monu-
ment manholes, boxes, and vaults to the newly constructed finish grade shall
include removal and replacement of all materials, adjustment rings, if
required, and shall be included in the unit price bid for the asbestos as-
phaltic concrete resurfacing.
July 18, 1973
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: STREET RESURFACING PROGRAM -- WESTCLIFF AREA C -1528
Attached are the subject contract documants. Please have executed on
behalf of the city, retain you copy and the insurance certificates, and
return the remaining copies to our department.
Qhn Wolter
Project Engineer
JW /em
. I
0
RESOLUTION NO. S 0 IS
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF El PORT BEACH AWARDING A CONTRACT FOR
RESi:?_ACING STREETS IN THE WESTCLIFF AREA
TO S ZLY- MILLER CONTRACTING CO_- IPANY, Contract
No. 1528
WHEREAS, pursuant to the notice inviting bids for work
in connection with resurfacing streets in the Westcliff area,
in accordance •,,rith the plans and specifications heretofore
adopted, bids -,..ere received on the 13th day of June, 1973,
and publicly o_ened 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
Contracting Company for the work in the amount of $34,554.00
be accepted, and that the contract for the described work be
awarded to said bidder;
BE I^ 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 Beach, and that the City Clerk
be directed to furnish an executed copy to the successful bidder.
ADOPTED THIS 25th day of June, 1973.
ATTEST;
City Clerk
DON:sh
6/20/73
Approved by the City Council this
29th day of May 1973.
Laura Lagios, City Clerk(/
CONTRACT NO. 1528
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
FOR
STREET RESURFACING PROGRAM
WESTCLIFF AREA
1972 -73
SUBMITTED BY:
SULLY- 111MI,rR C0NTT%&CTLNG COMPANY
Contractor
P. 0. BOX in,
ress
ORANGE, CALIF. 9266Z
1ty Z ip Co e
(714) 639.1400
Phone
Tota Bi r ce
• 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 11:00 A.M. on the 13 day of June , 1973 ,
at which time they will be opened and read, for performing work as follows:
STREET RESURFACING PROGRAM WESTCLIFF AREA
1972 -73
CONTRACT NO. 1528
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 Nin 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 t e Corporate Seal
shall be affixed to all documents requiring signatures. In the case of a arhip,
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.)
Ll
• Page la
The city has adopted the Standard Specifications for Public Works Construction
(1970 edition and supplements as-prepared by the Southern 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
u
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 {�
Accompanying this proposal is
,
, Cashier's Check or
in an amount not lesp 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.
K714Y 639.140
hone Number
I3
5 —at e
SALLY- AIiLLER COA'TRACTTNG
ddors Na a /i
(SEAL)
ASSISTANT- SECRETARY
Authorized gignature
. rLnQ-P0LAT-,okJ
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 ORE GOR- PRESID_EUT
W. DUANE RASH -V. PRES., TREAS., & SEC'Y
R. F. MO1_yNEU'<.V;CE PRESIDENT
F. VJ
P. A. ABDOI T- SEORLTARY
ronuu F urn i t r m.A59JSTANT SECRETARY
JACK WILSON-ASSISTANT SECRETARY
R- I. DUMASSASSISTANT SECRETARY
DESIGNATION OF SUB - CONTRACTORS
-. Page 3
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.
q,
5,
6.
7.
8.
9.
10.
11.
12..
SULLY- MILLER CONTRACTING COMPANY
Bidder's Name
6*7uthori zed nature AMSTANLSECRETAR4
C P 3YT o
Type o rgan zat on
(Individual, Co- partnership or Corp)
P- O. BOX 632
Dl;A M-CJ". 93609
Address
T
BOND NO
• • PREMIUM
HIGHLANDS INSURANCE COMPANY
Houston, Texas
BID BOND
Know all men by these presents, That we, SULLY - MILLER CONTRACTING COMPANY
900400 (7747)
INCLUDED IN BBSU
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
13th day of
WHEREAS, the said principal, is herewith submitting its proposal for
STREET RESURFACING PROGRAM WESTCLIFF AREA 1972 - 73
JUNE 19 73
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 12/69
SULLY - MILLER CONTRACTING COMPANY
•• \I now
0Z
A I
r °L ♦ ♦Y1♦ ♦♦ ♦' n
,...,.,..4,.,
n
3 � e
e
o
a�•
' ii ♦
n'
3
_
m Om ♦
r ➢D ♦
p A A� ♦
°
n
Y
s a O
b,'
-
z �
22, Z n
' A b y m fTt l a
c
d
Ur'3
n
obnn
... nn� —' >�
C
6
is 2
v
,...,.,..4,.,
4
'7
a
y
'T
LT1
n
0
n'
3
0
3
b,'
-
o
d
0
6
O
"
0
0
0
i
N
�
o _
�
�
U
E
z
_
V
'
4
'7
a
y
'T
LT1
l
(� N
c s
_ K O
_ O T
T
r
n
T]
r
.T,
M
n
D
r
`y
O
z
v
�
3
0
N
�
o _
�
�
U
E
z
_
Z
o
"
A
n
�
O
�
m
T
�
°
o
�
o
a
"
�
M
s
a
Z
£
a
o
°
a
c
i
o
3
m
`
a
n
<
"
°
t
J
0
6
a
W
l
(� N
c s
_ K O
_ O T
T
r
n
T]
r
.T,
M
n
D
r
`y
O
z
v
♦ e
♦ � e
a B °F ♦
O vNi
♦ O q
♦ ODD Q O
O v a z < •
♦� z��Dr•
9 @
03 m- r•
♦ nrn --40*
♦F, cm -"pre
♦ V -I 2 .ZOI � ♦
♦ „ t z T
i ♦ ♦!•eeoo♦•e
�e
r
n
rn�
^!
C
H
ZS
r
;n
oA
„ ��mn
ro
i
�
z�
^J
4
oa
O
O
d
y
O N
O
d
i0
6 O
N
p
0 •
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
and
Page 4
That we, 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, 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) .
(Attach acknowledgement of
Attorney -in -Fact)
LB
Title
Principal
Surety
0
NON- COLLUSION AFFIDAVIT
Page 5 .
The biddersi 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 materiaiman
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 materiaiman 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 1 a w day of --&—j
19 '1 �r
My commission expires:
JAMES F. WINDERS
Notary Public caliloreia
Orange
611' CommiyW EA*m
may 3. 1975
SULLY- ER CONTRACTING COMPANY
ASSISTANT- SECRETARY
Page 6 ;
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of bis.financial responsibility.
signed ASSISTANT- SECRETARY
M
CONTRACTOR'S FINANCIAL STAMIUNT U A Corporation
❑ A Co- partnership
❑ An Individual
SULLY- MILLER CONTRACT ING COMPANY NAJ4E----------------------'----"'-------------------------- ------------------ - -- ---------------''---------- ---------- ------ --- - - - - -- ❑Combination
Condition at close of business --------------------------- December 31 --------------------- ------ _ ___ -----------------
ASSETS
i
Current Assets
DETAIL,
------------ -------- - ------
- ---- - - - - -- 71110 '189.
----
10
-- ---
- - ----
930
- ---- --
1. Cash--------------------------------------------------------------------- -- ---- ------- --- ----- --- - -----
--------------
- - - -15
784--
2. Notes receivable- --- - -- -- -- ------ ------------- ___ --------------------- ---------------- ---- ------
-------- - - - - - --
- -- -45-
.732
3. Accounts receivable from completed contracts ----------------------------- - ---- - . --------
--------- - 13_
._485
791
4. Sums earned on incomplete contracts----------------------- --- --'----------- ------ --- - --
- ------- --- - - - - --
- - -- - --
-- - - ----
5. Other accounts receivable ---------------------------------- - ---
10
399
6. Advances to construction joint ventures ------------------------------------ .. ------------- ------
------ ---- .------
----- .__.
- _____-
7. Materials in stock not included in Item 4 ------------------------------------------- - ------ __
.__.____ -1
- --
--- 184
766
- ---- --
8. Negotiable securities -------------- ...--------------------------------------------------- - --- ----- - - ---- -'
-- -- -- - - --
ii
221
-- -- - -
467
-- - -
9. Other current assets-- --- ---------- -- ---- ----- --- --- ---------- --------------------- -- -- - - ----
1.0-29
721_
Tnn•sr
Fixed and Other Assets
10. Real est ate -- ---- ----- --- ----- --- ----- --- - -- - - --
11. Construction plant and equipment,.. -. -_.
12. Furniture and fixtures. ----------------------------
13. Investments of a non - current nature.......
14. Other non - current assets ------------ .--------------
Current Liabilities
15. Current portion of notes
and real estate encun
16. Accounts payable -----------
17. Other current liabilities..
LIABILITIES AND CAPITAL
exclusive of equipment obligations
Other Liabilities and Reserves
18. Real estate encumbrances-... ------------- -------------
19. Equipment obligations secured by equipment -----------------------
._
20. Other non - current liabilities and non - current notes payable
21. Reserves ----- -- - -- -- -- - ------- - ------- ------- -- - ----------- ----- ---- -----------
Capital and Surplus
22. Capital Stock Paid Up..........
23. Surplus (or Net Worth). - - --
TOTAL LI.AIULITIFIS AND CAPITAL ------------
: -_.
CONTINCENT LIABILITIES
24. Liability on notes receivable, discounted or sold --- .____..__.__- .-------
.
25. Liability on 'accounts receivable, pledged, assigned or sold- -------
26. Liability as bondsman ............ ... -- - - --- ------------------- -' --- _
27. Liability as guarantor on contracts or on accounts of others -------
28. Other contingent liabilities. ----------------- .---------------------------------------
.----.
TOTAL CONTINGENT
Sots. -Show &Wis ender main headings in first column, extending totals of mein headings to second column.
181
TOTAL
0=1
L 276 960
-- -- -
-- - - --- -- -- - - - -
6 -- _912.711- -
- (3)
2-8- 6-0-8_
8 _070
z
516 816
-------------------
-- - 174 -768. - 4165- - --
33� 761 ;825
1_t30811
860
------------ -------- - ------
- ---- - - - - -- 71110 '189.
----
10
-- ---
- - ----
930
- ---- --
-- - -- --
603
----------
(1)
----- --- ----- ---------
--------------- - - -- ---
-- ......... 10[_ 930.603 ---
879 600_
1
721
033
- ----- ----------- -- - - - ---
33 761 825
---- ---- --- - -- --- --- --- -----------
-- --------- - - - - ---- - -- ---- ---
------------ ----- -- - - - - --
-- -------- -----------------
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.
i
Year
12/31/68
u
n
n
n
x
12/31/69
u
a
n
w
n
- a
12/31/70
n
Y
Y
w
M
12/31/71
: w
Y
Y
,.l Y
Y
Y
. A
12/31/72
n
Y_
a
u
n
r
n
r
SULLY- MILLER'CONTRACTING COMPANY
Project Experience
Page' 4 Item 4
Value
of Work
Type of Work Performed Location of Work For Whom
..
i
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
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..
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
667,210
L. A. County
County of L. A.
Excavate, Grade, Pave -
626,404
L. A. County
Santa Fe Springs Flood
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
Water - Fresh Water
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
Balloni Creek -L.A. Co.
L. A. Co. Flood Control
Asp /Conc Resurf -Major
2,240,889
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 Ante. Wash -LA Co.
L.A. Co. Flood Control
Approximately 2,000 -3,000 individual construction projects are completed
annually. The e'kpczience list above represents only some of the significant
projects completed during the respective period.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
STREET RESURFACING PROGRAM
WESTCLIFF AREA
1972 -73
CONTRACT NO. 1528
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92660
Gentlemen:
n
U
PR 1 of 1
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 pro-
poses to furnish all materials and do all the work required to complete Contract No. 1528
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:
1. 2,600
Tons
Construct asbestos - asphaltic concrete
resurfacing to the limits and thick-
ness as shown on the plans, including
adjusting City owned utility manholes,
boxes and vaults to finished grade.
@ //l /rl�,�r� nollars
Per Ton
TOTAL PRICE WRITTEN IN WORDS:
i37�
Date
CONTRACTOR'S LICENSE N0. #1538, CLASS "A"
ICE PRICE
F .11 .
TELEPHONE NUMBER '(714) 639 -1400
CONTRACTOR'S ADDRESS P. a. Tinr 910 ORANGE, CALIF. 92667
it
CO
V,
\�
d @l|
/j
!2: Q)
/ \��
�
d @l|