Loading...
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|