Loading...
HomeMy WebLinkAboutC-1610 - Corona del Mar Beach Parking lot improvements (West side)A WMt 14, 1974 Sully - 3.11er Contracting Company P. 0. �Iox 432 Or nge, CA 92667 Subject: �urety : Higtilands Insurance C:pny Bands No. : 960485 ?roject : Parking Lot Impmmments, Comma del Mar Beach Contract No.: 1610 M-A City Council on Julv 22, 1974 accepted the work of subject project and authorized the City Clerk to file a Notion of Completion and to release the bonds 35 days after Notice of Completion has been filed. Aotice of Caapletim was filed with the Orange County Recorder on July 24, 1974, in Book 11206, Page 1171. 'lease notify your surety company that bonds may be released 35 days alter recording date. lau ra L2008, w city Clerk LL:st�c I 6 RECORDING REQUESTRO BY AND MAIL TO City of Newport Beach Laura Iagios, City Clerk 3300 Newport Blvd, Newport Beach, CA 92660 23659 i C8 EXEMPT NOTICE OF COMPLETION PUBLIC WORKS BR 11203PG 1 171 RECORDED IN OFFICIAL R- E8 OF ORANGE COUNTY, CALIFORNIA 9:05 A.M. JUL 24 1974 1, WYLIE CARLYLE, County Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on May 17, 1974 the Public Works project consisting of Parking Lot Improvements for the Corona del Mar State and City Beach on which was the contractor, and was the surety, was complete VERIFICA I, the undersigned, say: CITY OF NEWPORT BEACH orks 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 July 23, 1974 at Newport Beach, California. VERIFICATION OF WTY C I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on July 22, 1974 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on July 23, 1974 at Newport Beach, California. L L't t I T t y{ CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Area Code 714 673 -2110 Date: July 21, 1974 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 Parking Lot impmyenents at C rtala del Mar. State Anti Ctity apata, Contract N0•1610 on which Sully - Miller Contracting Conmany was the Contractor and Hinhlands Insin -enm Coapany was the surety. Please record and return to us. LL: Encl. Very truly yours, Laura Lagios City Clerk City of Newport Beach 9 TO: Public Works Department FROM: City Clerk D Date April 25, 1974 SUBJECT: Contract No. 1610 Project —� del Ma pig Izt 2ggwmMmtz Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Sully- Miller+Cartz+acting Cawatty Address: POs Box 432, is CA 92667 Amount: $ $9,406.00 Effective Date: 4 -24 -74 Resolution No. 6232 LL: dg Att. cc: Finance Department Laura Lagios • 0 CITY CLERK Approved by the City Council this 11 _day of March. 1974. O CONTRACT NO. 1610 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR CORONA DEL MAR BEACH PARKING LOT IMPROVEMENTS (WEST SIDE) SUBMITTED BY: Sully- Miller Contracting Company Contractor P. 0. Box 432 Address Orange, CA 92667 City Zip (714) 639 -1400 Telephone $9,406.00 Total Bid Price 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 26 day of March , 19 74, at which time they will be opened and read, for performing work as follows: CORONA DEL MAR BEACH PARKING LOT IMPROVEMENTS (WEST SIDE) CONTRACT NO. 1610 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required ann ter orate Seal shall be affixed to all documents requiring signatures. In the case of a artnership, 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.) y 0 Page la The City has adopted the Standard S ecifications for Public Works Construction (1973 Edition) as prepare y t e out ern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid'Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Rating of at least AAA as per the latest edition of Best's Key Rating Guide (Property - Liability). 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 Resolu- tion No. 8090 adopted September 10, 1973. 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 12 -10 -73 0 C7 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including 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 Classification A Accompanying this proposal is Bidder's Bond Cash, Certified Check, Cashiers Check or Bond in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the.Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. (714) 639 -1400 hone Number March 26, 1974 Date Sully - Miller Contracting Company : Bidder7s Name (SEAL) S/ John T. Kovacks. Vice-President n X Jack Wilson Assistant Secretary th uorized signature Corporation Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: R. K. Ma2Gre or President W. Duane Rash, ..Pres.Treas. & Sec y. Richard F. Molyneux, V.Pres.& Mgr.Plant Div. John A. Berton, Vice President 0. P. A. Abbott, Asst. Sec'y. James R. Courtney, Asst. Sec'y. R. 'T Dua�as,,Asst. Sec'v. Frank E. Holland, Asst: Sec'y. ronc Millar beet Sar�v Jack Wilson,�Asst. Sec Y. Page 3 DESIGNATION OF SUB - CONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub- contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub- contractors except upon the prior approval of the Engineer. Item of Work Sub- contractor Address 1. #2, 3, 4 Jezowski & Markel, Inc. Santa Ana, CA 2.._ #7 Asphalt Coating Co. Fullerton, CA 3. 4. 5. 6. 7. 8. 9. 10. 11. 12.. Sull - Miller Contracting Co n Mr s ame S/ Jack Wilson, Asst. Secretary -fit or zed Signature Corporation Type o rgan nation (Individual, Co- partnership or Corp) P. 0. Box 432 _. - ur4nqe, Tess;:_ BIDDER'S BOND TO KNOW ALL MEN BY THESE PRESENTS, That we, Sull and COPY 0 PROPOSAL Page 4 as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percentum of the amount of the bid in Dollars ($ 10% of bid ), lawful money of the United States for the payment of which sum well.and truly1to 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 pri Corona del Mar Beach Parking Lot Improvements'(We in the City of Newport Beach, is accepted by the C above bounden principal shall duly enter into and tion and shall execute and deliver the two (2) bon Bids" within ten (10) days (not including Saturday the date of the mailing of a notice to the above b of Newport Beach that said contract is ready for e become null apd void; otherwise it be and remain i specified herein shall be forfeited to the said Ci In the event that any principal above named it is agreed that the death of any such principal its obligations under this bond. pal for the construction of Side) - Contract No. 1610 ty Council, of said City, and if the, xecute a contract for such construe- s described in the "Notice Inviting Sunday and Federal Holidays) from unden principal by and from said City ecution, then this obligation shall full force and effect, and the amount uted this bond as an individual, 11 not exonerate the surety from IN WITNESS WHEREOF, we hereunto set our hands and seals this 9 tf h day of March 19 74 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) . March 26, 1974 Diane Gosling Commission expires February 1, 1977 Su11N- Miller Contracting Company Principal S/ Frank E. Holland, Asst. Secretary Highlands Insurance Company By J Tim; : to 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 or either of them has not directly or indirectly, entered into any arrange- ment or agreement with'any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any 'subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no induce- ment or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any: person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me by this 2¢ day of March , 19 74 My commission expires: July 25, 1977 Sully- Miller Contracting Company S/ Jack Wilson, Asst.. Secretary W Shirley M. Pard Notary Public FOR ORIGINAL SEE CITY.'CLERK'S FILE COPY Page 6. 'STATEMENT OF FINANCIAL RESPONSIBILITY The.undersigned submits herewith a statement of his.financial responsibility. Sully- Miller Contracting Company S/ Jack.Wilson, Asst. Secretary. gne . Yea-- 1211 '1/68 n T 12/31/69 n ' T n n ^ 12/31/70 „ ° T n 12/31/71 „ 6 n n _r n ^ _ r n ' ^ n a • n Type of {Fork Flood Control Highway Site Dev Grade & Pave Highway _Street & Storm Drain Site Development Street & Storm Drain Excavate, Grade, Pere Excavate, Grade, Pave Excavate,.Grade, Pa-,e Site-Develop Pave Highway Const. Excavate, Grade, Pave. Site Develop & Pave Excavate, Grade, Pave Site Development Site Development Grade and Pave Grade and Pave Excavate, Grade, Pave Grade, Pave, Structures Underground Sewer Underground Pipe ..Underground Pipe' Highway Highway Highway - Street & Structures Underground Underground Storm Drain 1ata — F.C&FIL -Hater Storm Drain Proj. -Major Water - Fresh [:later Storm Drain Proj. -Major Storm Drain Proj_ -Major Asp /Cone Resurf -Major Water - Fresh water Freeways Structures - Major -Storm Drain Proj. -Major Project Experience Page 4 Item 4 Value of o7orlc Performed Location of Work 1,700,000 3,323,651 685,359 639,277 1,687,596 640,380 1,187,741 1,120,667 610,250 594,373 819,410 718,931 593,£41. 1,395,032 983,449 803,748 697,379 667,393^ 667,210 626,404 851,071 2,450,728 3,255,312 1,793,469 1,051,103 1,141,252 1,392,542 623,282 793,819 792,993 10,415,234 3,330,355 2,187,461 1,534,312 1,296,904 1,240,859 1,156,983 885,966 844,668 827,471 San Gabriel River San DiegoFreeway 1•iission Viejo Pacific Coast H4..ry. Buena Park Mission Viejo L. A. - Van Owen L.A. Intl. Airport Long Bch. Airport L_ A. County Mission Viejo Orange County Ventura COUn'ty Long Beach Pahadale Mission Viejo Orange County Long Beach L. A. County L. A. County Long Bch -Queen Mary Fntn. Valley- Sunflwr. Santa Ana valley Santa Ana -lash -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. Foxy -LA Co. Soledad Cyn - L.A. Co. San Anto. Slash -LA Co. Page 7 U. S. Army Engineers State of California Deane Brothers State of California City of Buena Park Deane.Brothers City of L. A. �•]A City of'Long Beach County of L. A. Mission Viejo Co. City of Huntington Bch. C. F. Braun Co. City of Long Beach Lockheed Calif. Corp. Mission. Viejo Corp. Occidental Petroleum City of Long Beach County of L. A_ ,Santa Fe Springs Flood. City of Long Beach Orange Co. Sanitation State of California L. A. Co. Flood Control State of California State of California State of California City of Long Beach City of Palos Verdes Riverside Co. Pld. Cont: State of California State of California Metro ->olitan `Rater Dirt. 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 ccmpleted annually. The eyp•,rience list above represents only some of the significant projects completed during the respective period. 0 0 Page 8, +(, LABOR AND MATERIAL BOND BOND Na.�� `f (1 S. KNOW ALL MEN BY THESE PRESENTS, That PR`'M!UM: THE PREMIUM ON THIS BOND IS INCLUDED IN THAT OF THE PERFORMANCE BOND. WHEREAS, the City Council of the City of Newport Beach, State of California by. motion adopted April 8, 1974 has awarded to Sully - Miller Contracting Company ........ .. .. . hereinafter designated as the "Principal ", a contract for Corona del Mar Beach Parking Lot Improvements (West Side) - Contract No. 1610 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 ULLI- MILLIE ooullli' GOlNg COM A' as Principal, hereinafter designated as the Contractor and HORMDS INSURAMCE t `!s•nn as Surety, are held firmly bound Unto the City of Newport Beaoh((,��in the sum of FQUf � '' ML)SCI nd Se�iPn �C�/1PJ 0�6,,�llars ($47103. said sum being one -half of the estimated amob4t payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators,.successors or assigns, jointly and severally, firmly by these presents; THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his 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 also, 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. 2w - --•.�. ..,� . Page 9 (Labor and Material Bond - Continued) This bond shall inure to the benefit of any and all persons., companies, -sand corporation entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give aright of action to them or their assigns in any suft brought upon this bond, as. required by the Provisions of Section 4205 of the Government Code of the State of California. And the said Surety, for value extension`gf time, alterations . to be performed thereunder or affect its obligations on this extension of time, alterations work or to the specifications. received, hereby stipulates and agrees that no change, or additions to the terms of the contract or to the work, the specifications accompanying the same shall in.any wise bond, and it does hereby waive notice of any such change, or additions to the terms of the contractor or to the In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such.principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this i st nt has been duly exe uted by he Principal and S tv above named, on the day of _r 19. ned as t Ass 5-t City Attorney This bond was approved by the City Council of the City of Newport Beach by motion on Attest: ae City Clerk SULLY- MILLER C01IRACTII6 EONPAMy(seat) (Seal) FRANK E HOLLAND • ASSISTANT SECAFTARY (Seal ) ontrac or HWLANDSINSURANCE COMPANY (Seal) . f Seal ) JAMES 0. rITTMAN ATTORNEY-IN-FACE" " %M1(5ea1) STATE OF CALIFORNIA fi. COUNTY OF LOS ANGELES On thi, 16th do, of before ma, a Notary Public, within and for said County and State, parsenally appeared JAMES 0. PITTMAN APRIL fy 74 to me per, enc lly known, who being duly sweet, upon coil, did say that he is the Agent andlor Attorney -in -fact of and ro, the HIGHLANDS INSURANCE COMPANY, o cerpoiotio. crated, organfsad and *sifting undo and by viaue of the laws of the State of Tesos that the Corporate atol affixad to the foregoing within instrument is the seal of said Company, shot the seal was effi,ed, end the said instrument wee es*cuted by authecity of Its Hoard of Oirea- ton; Ond the ,aid JAMES 0. PIT' MAN did oc know lady* shot he esecoted the said imbumem as the Lee Oct and deed of said Compony. ylMlxlnn�lnnin :,,n.n.ninyn....�.. _.,...s��mninwimm.nnonmmrunnnnm ig OFFICIAL SEAL R. K. BRITTON { PUBLIC CALIFORNIA _ Nmpry Public PRINCIPAL - PRINCIPAL OFFICE IN LOS ANQFLES COUNTY t '69 ftristmi8sl ©h Expires March 12, 1978 _ MY Commis aien afNraa (( NNIINlN11111NNNN11111N111NlNNNNN1NItlMW�INrue� STATE OF CALIFORNIA, COUNTY LOS ANGELES S ss. ON �n _ APRIL 16th 19 74 before me, the undersiped LAN Lary Public in and for said State, personally appeared known to me to be the ASSISTANT SECRETARY of the._ SULLY – MILLER C_ONTR_ACTIN_G COMPANY the Corporation that executed the within Instrument, known to me to be the person who executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged to me that such Corporation executed the same. OFFICIAL SEAL t DIANE GMING ♦ ;; NOTARY PUBLIC - CALIFORNIA• PRINCIPAL OFFICE IN ♦ LOS ANGELES COUNTY MY CDITHIR elan DORIS Febnwy I, 1977 Form = —Rev. 36/ — _-----------------......------------- WITNESS my hand and fficial seal. Notary Public in and for said State. • i Page 10 PERFORMANCE BOND BOND No 6 S KNOW ALL MEN BY THESE PRESENTS, That PRIUM E WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted April 8, 1974 has awarded to Sully- Miller Contracting Company hereinafter designated as the "Principal ", a contract for Corona del Mar Beach Parking Lot Improvements (West Side) - Contract No. 1610 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, MLY -MILL B CONTUCT1N6 COMPANY as Principal, hereinafter designated as the "Contractor ", and WC,HLANDS INSURANCE OWANY As Surety, �are � held and firmly bound unto the City �of Newport Beach, in the sum of QIrk-0 ` - r16uCQVl� �U Flit 12444ollars ($ V ), said sum being equal to 100% of`the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things . stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to,be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. 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 ns�t>:ument has been du execute by the Princtp 1•and Surety above named, on the `�-+� day of 19 Approved as to form: ASS,kGity Attorney $011r- MMILLL18 COYTRACTI16 &OMPAU _($eat); T•�.�C �i�iW(JC••. (Seal ) FRANK L HOLLAND - ASSISTANT SECRETARY (Seal ) Contractor MMRAMM INSURANCE COMPANY (Seal ) .4 04- (Seal) JAMES 0. PITTMAN ATTORNEY- IN-FAC.T (Seal) Surety STATE OF CALIFORNIA I S sa. COUNTY OF LOS ANGELES 1) On this 16th day of APRIL before me, a Notary Public, within and for said County and State, personally appeared JAMES 0. PITTMAN fg 74 %, •v to me personally known, who being duly sworn, upon oath, did soy that he is the Agent endlor Attorneyin•foct of and for the HIGHLANDS INSURANCE COMPANY, a corporation created, organized and existing under and by virtue of the laws of the Stare of Texas the, the Corporate seal affixed to the foregoing within instrument is the seal of said Company, that the seal was affixed, and the said instrument was executed by authority of its Board of Dirac• . JAMES Os PITTMAN I.,,; and the said did acknowledge the, he e.."vird the said inzt,.m.y, as the free act and dead o/ said Company. OFFICIAL SEAL T WILLIAM R. K. BRITTON 'a W*" PUBLIC CALIFORNIA PRINCIPAL OFFICE IN LOS ANGELES COUNTY Notary Public , v f/}y, &ornmission Expires March 12, 1978 M Y Commissiea ... is., .. ��� ........ ...........................__.. e STATE Of CALIFORNIA, COUNTY Of LOS ANGELES APRIL 16th 19_24 before me, the undersigned, a Notary Public in and for said State, personally appeared .. ..... FRANK- E._ HOLLAND- ._..-- --- -..---- ---_ - -- ASSISTANT SECRETARY ��' known to me to be the - -- ------ - - ---- -- -----• --- - - ---- -- ofthe— SULLY — MILLER CONTRACTING COMPANY the Corporation that executed the within Instrument, known to me to be the person who executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged to me that such Corporation executed the same. ...............----------- ..._.- ------ ._- ..___ ------ —_.�- o OFFICIAL 5EAL f ' DONNA M. TEPt ER WITNESS my hand and official seal. NOTARY PUBLIC - CALIFORNIA a V PRINCIPAL OFFICE IPI e z" LOS ANGELES COUI.'fi My ? y Commission Expires res March 5, 1977 k + Aq oeseeo + ^�r o +oeo♦ _ ♦seeeoae =� ��"` °'> Notary Public in and for said State. Page 12 CONTRACT THIS AGREEMENT, made and entered into this ;tytK day of 4 P Ri A 19 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 Corona del Mar Beach Parking Lot Improvements (West Side) - Contract No. 1610 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 tube 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. 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. ITY OF NEWPORT BEACH, CALIFORNIA By� , oil( . ayor_T ATTEST: SILLY-MILLER COYTRACTIw& COMPAKI contractor (SEAL) By: , ti. ti. I1IaoGRi,GOii - PIa,Si -,. r _ i t e By: FRANK E HOLLAND - ASSISTANT SECRUAff Tit e Approved as to form: A ss'E It STATE OF CALIFORNIA, COUNTY OF LOS ANGELES 6 OFFICIAL SEAL o e DOMA M. TEPPE'R e '> a NOTARY PUBLIC- CALIFORNIA p PRINCIPAL OFFICE IN O w my Cnnmi y ^;iaa^ '.ai:es &4 ^rch 5, li71 APRIL 16th iy74 before me, the undersiggned, a Notary Public in and for said State, personally appeared R.K. MacGREGOR AND FRANK I- HOLLAND —�_ known to me to be the PRESIDENT AND ASSISTANT_ SECRETARY_" ofthe- the Corporation that executed the within Instrument, known to me to be the person who executed the within Instrument, on behalf of the Corporation, therein named—,and acknowledged to me that such Corporation executed the same. WITNESS my hand and official seal. v Notary Public in and for said State, 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CORONA DEL MAR BEACH PARKING LOT IMPROVEMENTS (WEST SIDE) CONTRACT NO. 1610 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR 1 of 2 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined-the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1610 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: UNIT PRICE WRITTEN 1. Lump Sum Clear and grub per Special Provisions @ Eighteen Hundred Ninety -One Dollars and No Cents $ 1,$91.00 $ 1.891.00 Per Lump Sum 2. 65 Construct 6" C.F. Type "C" portland Linear Feet cement concrete curb and gutter per CNB Std. - 106 -L. @ Three Dollars and Eighty -five Cents $ 3.85 $ 250.25 Per Linear Foot 3. 590 Construct 7" C.F. Type "D" portland Linear Feet cement concrete curb, per CNB Std. - 106-L, modified per detail on Sheet No. 2 of the plans. @ Four Dollars 'and Forty Cents $ 4.40. $ 2,596.00 Per Linear Foot 0 0 PR 2 of 2 NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 450 Construct 4" thick portland cement Square Feet concrete sidewalk per CNB Std. -110 -L @ Dollars and Ninety -three & one -half Cents $ 0.935 $ 420.75 Per Square Foot 5. 60 Construct 3" thick asphaltic con - Tons crete pavement (Type III- C3 -AR- 4000), and prime coat, complete in place. @ Twenty Dollars and Forty -four Cents $ 20.44 $ 1,226.40 Per Ton 6. 120 Construct 6" thick aggregate base Tons course, complete in place, includ- ing grading and compaction. @ Eight Dollars Sixty -eight and Cents $ 8.68 $ 1,041.60 Per Ton 7. 45 Slurry seal coat (CQS -1h) applied Extra Long Tons in place. @ Forty -four Dollars and No Cents $ 44.00. $ 1,980.00 Per Extra Long Ton TOTAL PRICE WRITTEN IN WORDS: Nine Thousand Four Hundred Six No Dollars and Cents $ 9,406.00 Sully- Miller Contracting Company (Bidder's Name 3- 26- 1974 S/ Jack Wilson, Asst. Secretary ate (Authorized Signature) CONTRACTOR'S LICENSE NO. 1538, Class "A" TELEPHONE NUMBER (714) 639 -1400 CONTRACTOR'S ADDRESS P. 0. Box 432 Orange, CA 92667 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR CORONA DEL MAR BEACH PARKING LOT IMPROVEMUTS kWEST SIDE) CONTRACT NO. 1610 SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. START AND COMPLETION OF WORK . . . . . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . . . . . 1 V. CONSTRUCTION SURVEYS . . . . . . . . . . . . . . . . . . . . . 1 VI. PROTECTION OF EXISTING UTILITIES . . . . . . . . . . . . . . . 2 VII. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VIII. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 IX. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . 2 A. Clearing and Grubbing . . . . . . . . . . . . . . . . . . . 2 B. Portland Cement Concrete Construction . . . . . . . . . . . 3 C. Asphaltic Concrete Construction . . . . . . . . . . . . . . 3 1. Aggregate Base . . . . . . . . . . . . . . . . . . . . 3 2. Asphaltic Concrete . . . . . . . . . . . . . . . . . . 3 3. Redwood Headers . . . . . . . . . . . . . . . . . . . . 3 D. Slurry Seal Coating . . . . . . . . . . . . . . . . . . . . 3 1. Final Cleaning and Surface Preparation . . . . . . . . 3 i. • 0 CONTRACT NO. 1610 INDEX - CONTINUED ii. PAGE D. Slurry Seal Coating, Cont. 2. Slurry Seal Materials and Application . . . . . . . . . 3 a. General . . . . . . . . . . . . . . . . . . . . . . 3 b. Slurry Seal Mix Design . . . . . . . . . . . . . . 4 c. Materials . . . . . . . . . . . . . . . . . . . . . 4 (1) Asphalt Emulsion . . . . . . . . . . . . . . . 4 (2) Aggregates . . . . . . . . . . . . . . . . . . 5 d. Equipment . . . . . . . . . . . . . . . . . . . . . 5 e. Application of the Slurry . . . . . . . . . . . . . . 5 (1) Joints . . . . . . . . . . . . . . . . . . . . . 5 (2) Protection of Vaults, Water valve boxes, etc.. 5 E. Adjustment of Utility Boxes, etc. to Grade . . . . . . . . . 5 F. Items to be Constructed or Altered by Others . . . . . . . . 6 ii. • SPIof6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR CORONA DEL MAR BEACH PARKING LOT IMPROVEMENTS (WEST SIDE) CONTRACT NO. 1610 I. SCOPE OF WORK The work to be done under this contract consists of furnishing all labor, equip- ment, transportation, and material necessary to modify the west side parking lot, including removals, construction of new curb, gutter, sidewalk, and asphalt pave- ment sections, approximately 75,000 square feet of slurry seal coating, and other incidental items of work. The contract requires completion of all work in accordance with these Special Provisions, the City's Standard Special Provisions, the Plans (Drawing No. P- 5037 -S) and the City's Standard Drawings and Specifications. The City's Standard Specifi- cations are the "Standard Specifications for Public Works Construction, 1973 Edition ". 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 and Standard Drawings may be purchased from the Public Works Department at a cost of $5.00. II. START AND COMPLETION OF WORK Work shall commence on or after Thursday, April 25, 1974 and all work must be com- pleted on or before Wednesday, May 15, 1974. III. 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. IV. TRAFFIC CONTROL AND ACCESS The contractor shall provide the following traffic control and access measures: 1. At no time shall the contractor's operations cause traffic or pedestrian movement through the main entrance to the Beach Parking Lot (off Ocean Boule- vard) to be hindered or restricted. 2. The west side parking lot may be closed on week days while construction is in progress, but must be restored for safe traffic and parking use on weekends and holidays. V. CONSTRUCTION SURVEYS All survey control necessary for construction of this project will be provided by the City. Any additional or replacement of contractor - damaged control points shall be the responsibility of the contractor, and no additional compensation will be made. . • SP 2 of 6 VI. PROTECTION OF EXISTING UTILITIES Known utilities are indicated on the plans. Prior to performing construction work, the contractor shall request each utility company to locate its facilities. The contractor shall protect in place and be responsible for, at his own expense, any damage to any utilities encountered during construction. Particular atten- tion is called to the P.V.C. irrigation lines located within the 12" -wide trenches shown on the plans. 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 purchases by contacting the City's Utility Superintendent, Mr. Tom Phillips, at (714)673 -2110, extension 267. VIII. GUARANTEE The contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and workmanship against any defects what- soever. Any such defects shall be repaired at the contractor's expense. IX. CONSTRUCTION DETAI A. Clearing and Grubbing Included under this item of work are the following: 1. Removal of existing P.C.C. curb, gutter and sidewalk at the entrance median nose as shown; 2. Removal of the four existing landscaped islands, including the P.C.C. curb and gutter, interfering portions of the sprinkler system, and all plantings and native material, except for trees to be removed by others, within the islands down to the subgrade of the new aggregate base; 3. Removal of the existing A.C. pavement and base material around the median nose, down to the subgrade of the new aggregate base within the join lines; 4. Removal of the existing A.C. pavement, base, and native material within the new islands, down to the subgrade of the topsoil (which will be supplied and placed by others); 5. Excavation and /or compacted fill required to establish subgrade in the new irrigation line trenches and at the northeast corner of the lot; and 6. Preparation of the subgrade for all P.C.C. and A.C. improvements, in accordance with Subsection 301 -1 of the Standard Specifications. All material removed under this item not suitable for use on this project shall become the property of the contractor, and shall be disposed of away from the job site in a manner and at a location acceptable to all cognizant agencies. • • SP3of6 CONSTRUCTION DETAILS - Cont'd. B. Portland Cement Concrete Construction All portland cement concrete shall be Class 564 -C -3000 and shall be con- structed in conformance with Subsection 303 -5 of the Standard Specifications. C. Asphaltic Concrete Construction I. Aggregate Base Aggregate base shall conform to the requirements for Processed Miscellaneous Base in Subsection 400 -2 of the Standard Specifica- tions. 2. Asphaltic Concrete Asphaltic concrete shall conform to the requirements of Subsection 400 -4 of the Standard Specifications, and shall be Type III -C3 asphalt of viscosity grade AR -4000. Redwood Headers The contractor may use the existing redwood headers for the new paving edge as shown if they are carefully removed and reinstalled to the new location. Any additional headers required shall be fur- nished by the contractor. Payment for furnishing and installing redwood headers shall be considered as included in the various items of work, and no additional compensation shall be made. Slurry Seal Coating 1. Final Cleaning and Surface Preparation Prior to applying the seal coating material, all dirt, oil and grease spots, and all other objectionable matter shall be removed from the pavement by power sweeping, supplemented with hand brooming, scraping, grinding, etc., to assure adherence and penetration of the slurry coat to the pavement surface. 2. Slurry Seal Materials and Application a. General Cationic Quick -set Slurry Seal shall be proportioned, mixed, and spread in accordance with Section 302 -4 of the Standard Specifica- tions and these Special Provisions. The rate of application of the slurry mixture shall be approxi- mately one (1) pound per square foot of surface. The thickness of the application of the slurry mixture shall be adjusted to provide a layer approximately 1/8 inch thick and shall not be less than 1/16 inch or greater than 3/16 inch in thickness. CONSTRUCTION DETAILS Ant'd. . SP4of6 b. Slurry Seal Mix Design The Contractor shall submit a slurry seal mix design and the results of a wet track abrasion test, performed on the design mix, to the City for approval within ten (10) calendar days after contract award by the City Council. The design mix shall be such that the maximum allowable wear value is 30 grams per square foot of emulsified asphalt when subjected to the wet track abrasion test. The Contractor will be responsible for tests needed for verification of the mix design and materials. (This does not include field test needed for control of construction, except as otherwise noted herein.) The results of the test shall be reported as follows: (1) The average wear value (WTAT loss) in grams per square foot for each quantity of emulsified asphalt. (2) Total water added (percent based on aggregate weight) to arrive at pouring consistency. Mixing water shall be held to a minimum. (3) Any tendencies observed towards mix segregation during Part I. (4) Observations as to texture, signs of surface skinning, or tackiness in the specimen at the start of Part II. (5) Percent of Portland cement or hydrated lime added - if they are required to overcome mix segregation at free - flowing consistency. A copy of the wet track abrasion test procedure, as presented at the Sixth Annual Convention of the International Slurry Seal Asso- ciation January 1968, is available for review at the Public Works Department. c. Materials (1) Asphalt Emulsion The asphalt emulsion shall be of the cationic quick -set type, similar to CQS -1h, using penetration grade 60 -70 paving asphalt as a base. It shall meet the following specifications when tested according to appropriate ASTM methods. Emulsion Test Furol viscosity at 770 F, Sec. 20 -100 D244 Residue from distillation; % by weight 57 min. D244 Mixing test (job) Secs. @ 700 F. (2) 30 min. Sieve test (% retained on No. 20) .10 max. D244 Particle charge test Positive Storage stability; one day settlement 1% max. 0244 E CONSTRUCTION DETAILS - Cont'd. Residue Penetration Solubility Ductility The Contractor supplied by the in the emulsion (2) Aggregates in Trichloroethylene % 770 f, CMS shall supply a certifies manufacturer verifying is in conformance with • SP5of6 40 -110 97.5 min. 40 min. ite of complia that the base these Special Test D5 D113 ice analysis asphalt used Provisions. The mineral aggregate shall consist of 100 percent ( %) rockdust and shall conform to Section 203 -5 of the Standard Specifications. Equipment All equipment, tools, and machinery work shall conform to Section 302 -4, continuous flow mixing machine. All thoroughly scrubbed prior to coming emulsion. Application of the Slurry (1) Joints used in the performance of the with mixing performed by a tanks and machinery shall be in contact with the cationic No excessive buildup causing unsightly appearance shall be permitted on longitudinal or transverse joints. Unless otherwise approved, the overlap at joints will not exceed 2" and shall be feathered; excessive unapproved overlaps will not be paid for. Joints between asphalt pavement and concrete gutters shall be completely and neatly sealed without excessive slopover onto the concrete; any unsightly and objectionable excess shall be immediately removed. (2) Protection of Vaults, Water Valve Boxes, etc. Slurry seal shall be removed from all vaults, water valve boxes, etc. to the satisfaction of the engineer. Adjustment of Utility Boxes, Etc. to Grade All sewer manholes, water valve boxes, sewer cleanouts, water meter boxes, and any other miscellaneous utility box or vault shall be adjusted to finished grade prior to placement of Portland cement concrete sidewalk or pavement. In asphaltic concrete pavement areas, adjustments to finished grade shall be made after placement of the pavement. No separate compensation will be made for this work. • • SP6of 6 CONSTRUCTION DETAILS - Cont'd. F. Items to be Constructed or Altered by Others Items shown on the plans to be constructed, relocated, abandoned, or removed by others will be completed either immediately prior to the start of work under this contract or after its completion. No interference with City crews is expected. The contractor's attention is called to the trenches for the P.V.C. irrigation and control lines to the new islands, as shown on the plans. They will be backfilled with native material by those installing the new con- duits, prior to the start of work under this contract. CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT • MEMO PP--t 4 ! To: C',zr C�C2rc- FROM: rrC /�� /A/C�e SAIcY� /'c✓ c c T SUBJECT: �LnJSUeL�l�G�! X0/1 eVP-0AJR 299- UIR� 2 / D/�¢einrG� LET lC' /6 /v) � V ! f. ✓ a.ct tk' �ptC c+ Ca Ccc'. ' ��E ��� dg✓6 / Copies to: / /T T Yl f' Signed— PUT J PUT IT IN WRITING . . . . . . WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS SM MCLENNA 3303 WILSHIRE BOULEVARD - LOS ANGELES, CALIFORNIA 90010 TELEPHONE 380 -1600 I —I C r Mr. Al Beingessner O Miss Michele DrakuliC4,:;' T Project Engineer Y Sully- Miller Contracting Company O City of Newport Beach 3000 East South Street 3300 W. Newport Boulevard T Long Beach, California 90805 L Newport Beach, California J O L _J Policy Number and Company Sublod Date VARIOUS CERTIFICATE OF INSURANCE 4/19/74 ACTION REQUESTED ENCLOSURES ❑ Complete /Sign & Return [erBfi- - -- -ar ❑ Lost Policy Release ! ❑ For Your Use, or Information ❑ Payroll Report Form ❑ Forms to Report Loss /Accident ❑ For Your File ❑ Application for Bond ® CONTRACT NO. 1610 ❑ ❑ Safe Driver Report Form ❑ Remarks; In accordance with your request, we are enclosing the original and copy of Certificate of Insurance issued on behalf of Sully - Miller Contracting Company, Attached to the certificate of Liability is the Workmen's Compensation coverage certificate. Encl. Sincerely yours, Sharon Shaw -1 :�, f.c I -. e Cereate of Workmen's Compensation Coskge 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: Corona del Mar Beach Parking Lot Improvements (West Side) Contract No. 1610 Date: APRIL 16, 191-4 This is to certify that Sully Miller Contracting Company is self - insured under provisions of the California Workmen's Compensation Law and has in its files Certificate of Consent to Self - insure issued 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 SEE REVERSE SIDE By KJ28 � - Title FRANK E. HOLLAND Fop 682 5M IREV 6.73) GF�rvTEO Iry V.S.n. ASST. SECRETARY I AM AWARE OF AND WILL COMPLY WITH SECTION 3700 OF THE LABOR CODE, REQUIRING EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORK- MEN'S COMPENSATION OR TO UNDERTAKE SELF- INSURANCE BEFORE COMMENCING ANY OF THE WORK, FRANK E. HOLLAND ASSISTANT SECRETARY - - - - CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT W K FOR CITY IMPORTANT: THIS FORM IS *E ONLY CERTIFICATE OF INSURANC�CCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1610 Project Description: CORONA DEL MAR BEACH PARKING LOT CONTINENTAL INSURANCE FOR THE 1ST $1,000,000.00 This is to certify that the FOR EXCESS SEE ATTACHED PAGE NO.2 ame of Insurance Company has issued to SULLY - MILLER CONTRACTING COMPANY (,Name of­I_n_s_ur__eJT 3000 EAST SOUTH STREET, LONG BEACH, CALIFORNIA (Address of Insure the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, Ca. 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and employees shall not be contrib- uting or primary with the insurance provided by this policy. Coverage Policy No. Polity Term { jl I Limits of is i ity Each Occurance (Minimum: $500,000) Aggregate (Minimum: $ 500,000 Protectiv $1,000,000 Products 500,000 Contractor COMPREHENSIVE LIAR. L1477680 From: 1111172 500,000Protectiv( Combined Single Limit Bodily Injury or Property Damage (See Att'd for excess) To: Until I Canceled $ 500,000. TTIIDO,uuu Products =UT07 Contractui Each occurence This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h, Marine or Aviation (when applicable). Name of Agency or Broker: MARSH & McLENNAN,INC. Address of Agenc; Countersigned by Effective date of this endorsement: 4/8/74 19 , Endorsement No. 53 -SEE SECOND PAGE FOR EXCESS CARRIERS- it ) 1 SIGNAL INSURANCE COMPANY POLICY NO. XCL 306180 50% of TERM: NDVEfBER 1, 1972 to NOVEPMER 1, 1975 SIGNAI;._INSURANCE COPSPA`lY (Y,-- G� LNIGARD INSURANCE GROUP POLICY NO. 1 -0287 31.25% of TE01: NOVE1BER 1, 1972 to NOVEMBER 1, 1975 UNIGARD 11 -TrOAL iNS1 Ma CE COI.IP;INY BY!�Dt.�m INTERNATIONAL SURPLUS LINES INSURANCE COMPANY POLICY NO. XSI -1416 12.5% of TERM: NOVEMBER 1, 1972 to. NOVEMBER 1, 1975 1 INTE Ni ONAL SURPLUS\'Ll,, S INSURANCE COMPANY /L•C AETNA INSURANCE COMPANY POLICY NO. UL 783166 TERM: APRIL 1,1974 to NOVEMBER 1,1975 6.25% AETNA INSURANCE f Sic �� .._L. �COMPANY BY Ci CONBli n:i SINGLE Li:•,iT BODILY IN AND PROPERTY DAMAGE, EACH ACCIDENT OR OCCURRENCE $ 1 *0006000,00 EXCESS OF $1,000,000.00 PAGE @2 QW77�E:-- rn n Fn rn k. O QW77�E:-- N `.- Ch -- � rn n Fn rn r. N `.- Ch -- � ! 6 Approved by the City Council this 11 day of March 1974. ura agios, y CONTRACT NO. 1610 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR CORONA DEL MAR BEACH PARKING LOT IMPROVEMENTS (WEST SIDE) SUBMITTED BY: SETLT.Y tffJXR CONMCTiNG COMEtM Contractor P. 0. ROg 434 ORA -NGE, " . 9207 A Tess ORMCF., CAIN. 9W City Zip '(?MQ 639-UM e ep one s� 906 x M Total Bid Price 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 26 day of March , 19 74, at which time they will be opened and read, for performing work as follows: CORONA DEL MAR BEACH PARKING LOT IMPROVEMENTS (WEST SIDE) CONTRACT NO. 1610 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be. accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an tic +he Corporate Seal shall be affixed to all documents requiring signatures. In the case of a artnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) 0 6 Page la The City has adopted the Standard S ecifiions for Public Works Construction (1973 Edition) as prepare y the out ern cata i ornia 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 $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid'Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Rating of at least AAA as per the latest edition of Best's Key Rating Guide (Property - Liability). 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 Resolu- tion No. 8090 adopted September 10, 1973. 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 12 -10 -73 3 .. .: Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in.this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail.. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids . will'be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing.the required contract with necessary bonds within ten (10) days, not including 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 providingpfor the registration of Contractors, License ftalif. Contractor Lic, :#153Slassification �, Accompanying this proposal is , Certified Check, Cashier's Check or in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3100 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 ol,, -., s act. '(714Y f714Y hone Number ai amp CONTRACr/LR� WILSON - ASSISTANT ,SECRETARY ,SULLY- MILLER CONTRACTING CO. A CALIFORNIA CORPORATION R. K. MacGREGOR • PRESIDENT W. DUANE RASH - V. PRES. TREAS. & SEC'Y. Type of rgan Zation .RICHARD F. MOLYNEUX - V. PRES. & MGR. PLANT DIV. (Individual, Corporation, or Co- Partnership) JOHN A. BERTON - VICE - PRESIDENT toff T K VACKS - VICE P E ne�� (DENT� S Qlgs*j l `R,(rL@pident, Secretary, Treasurer and Manager andvnamuRofRall;1_ %on T:,tT*., JfRa co- partnership: P. A. ABBOTT - ASSISTANT 4�CRE,ARY JAMES R. COURTNEY - AS7iSTAIJT FRANK E HOLLAND - ASSISTANT S.kCR .',..Y "CSLSidMt SFCR'7nR4 JACK WILSON - ASSISTANTS SECR:YARY .TAMES F WINDERS ASSISTANT SECRE- iARY if a corporation, i 1 f s 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 1� 2, 3..i i Sub - contractor Address 2 'i /�co,✓ /�! C�eyri.�t, lg.uRar�,.I. G►ciF. 3. 4. 5. 6. 7. 8. 9, 10. 12. JACK WILSON, _ ut or ze igutute - _ v Type of rganization (Individual, Co- partnership or Corp) P. Q B% 433 r i r I.A. Document No. A -310 (February 1970 Ed.) ND NO: 900400 (8320) i ND INCLUDED IN BBSU HIGHLANDS INSURANCE COMPANY HIGHLANDS UNDERWRITERS INSURANCE COMPANY 600 JEFFERSON STREET, HOUSTON, TEXAS 77002 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, SULLY - MILLER CONTRACTING COMPANY as Principal, hereinafter called the Principal, and HIGHLANDS INSURANCE COMPANY a corporation duly organized under the laws of the State of TEXAS as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF NEWPORT BEACH as Obligee, hereinafter called the Obligee, in the sum of TEN PERCENTUM (10 %) OF THE AMOUNT OF THE BID IN --------------- Dollars ($ 10% of bid ) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for CORONA DEL MAR BEACH PARKING LOT IMPROVEMENTS (WESTSIDE) NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 26th day of MARCH A.D. 1974 81304 1/73 SULLY - MILLER CONTRACTING COMPANY (Principal) (Seal) (Witness) FRANK E. HOLLAWWO)ASST. SECRETARY HIGHLANDS INSURANCE COMPANY (Surety) (Seat) - (Witness) a ' / Attorney in fact J: AITHAMER 81304 1/73 STATE OF CALIFORNIA - COUNTY OF LOS ANGELES r 26th MARCH t On this - day of before me, a Notary Public, within and for said Ceunty and State, personally appeared J.H. CAITHAMER 7 19 4 to me personally known, who being duly sworn, upon oath, did say that he is the Agent and /or AUOntey °in-fact of and for the HIGHLANDS INSURANCE COMPANY, a corporation created, organized and teisting under and by vmtue of the laws of the State of Texas that the Corporate seal offised to the foregoing within instrument is the seal of said Company. shot the seal was affixed, and the sold instrument was executed by authority of its Beard of Direc. lass; and the said J.H. CAITHAMER did acknowledge that he executed the said in • ns -as -the free . act and dead of said Company. ♦ OFFICIAL SEAL DIAN£ CI IN ♦ r (WdYAhY PUBLIC . CALIFORNIA* Notary Public A PRINCIPAL OFFICE IN ♦- lA8 ANGELES COUNTY is ♦ ` 1, 1977 e /oto My Commisraon F�� FebNary My Commission ee ►fires STATE OF CALIFORNIA, > ss. COUNTY OF LOS ANGELES ON MARCH 26th 19 74 �__ __ _, before MAO pdq f&,Ootary Public in and for said State, personally appeared —ASST of known to me to be the of - - -`-- _._ Y— t TTLLY 1cfILLEI� CONIT2ACTIAG COMPAN-- — he_ the Corporation that executed the within Instrument, known to me to be the person who executed the within Instrument, on behalf of the Corporation, therein named,'and acknowledged to me that such Corporation executed the same. eee�.,.�v.vaeaev.oc•wes +eee �.,. ♦ OFFICIAL SEAL • DONNA M. TEPPER o ♦ 6 gym' NOTARY PUBLIC- CALIFORNIA ♦ PRINCIPAL OFFICE IN r e LOS ANGELES COU,,I, My Commission Expires March 5, 1577 eeeeesse�.eo� .. .,44 WITNESS my hand and official seal. ` ` `- Notary Public in and for said State. • BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, 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 it ready for execution, then this obligation shalt become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of , 19_ Corporate Seal (If Corporation) Principal (Attach acknowledgement of Attorney -in -Fact) Surety By The bidders, by its officers and agents or" representativow Psent :at the time of filing this bid. being duly sworn on their oaths say, tit.0 ither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange- ment or agreement with'any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material- man which is not processed through said bid depository, or which prevent any 'subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no induce- ment or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any. person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person . whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me by thi is day of 19� My commission expires, y MAK VA&SOH . ASSfSTAt W _ `• _ 1 SHIRLEY M. PARR NOTARY PUBLIC - CALIFORNIA PRINCIPAL OFFICE IN ORANGE COUNTY Commission Expires July 25. 1977 c a . ,,,a -...,.. I Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The.undersigned submits herewith a statement of his.financial responsibility. t 50IZT �.i,ER eonTR�i� Cp_d�A,'ifY,.? 'AkM ri = i gnea " 1 i I :Z t i i l i' 1 i t i :t CONTRL ;;CFO_ 7S FINANCIAL S' ATE ""*,'ENT LI: A Corporation El Co- partners? ip • ❑ An Individual !- \r SULLY- MILLER CONTRACTING COMPANY Combination ANIE - --- - ------- -- -- --- --- - - - -- -- - - -- --- - - -- -- -- —_� ❑ Condition at close of. business. — December 31_, ASSIiTS DETAIL - TOTAL � Current Assets 1. Cash--- .- - -�- 2. Notes receivable.___ 3. Accounts receivable from completed contracts 4. Sums earned on incomplete contracts 5. Other accounts receivabl6_._ 6. Advances to construction joint ventures - 7. Materials in stock not included in Item 4 8. Negotiable securities.--�_ 9. Other current assets_ — Fixed and Other Assets 10. Real estate._ - IL Construction plant and equipment_ 12. Furniture and fixtures. 13. Investments.of a non- current nature 14. Other non - current assets . - - - TOTALAs�r•'rs - LIe+.BII.ITIl33 AND CAPITAL.. Current Liabilities 15. Current portion of notes payable, exclusive of equipment obligations and real estate encumbrances -_. _ 16. Accounts payable..__ —. - --. 17. Other current liabilities TOTAL Other Liabilities and Reserves is. Real estate encumbrances_ 19. Equipment obligations secured by equipment 20." Other non - current liabilities and non - current notes payable 21. Reserves.. TOTAT- Capital and Surplus 22. Capital Stock Paid Up.- ._-- 23. Surplus (or Net Worth)_— TOTAL LIABILITIES AND CO ,.T Iit,e - kr r rT �I,?r L7Tlr.:JC 2 -1. Liability on notes receivable, discounted or 25. Liability on accounts receivable, pledocd, assigned or sold.---- 26. Liability as bondsman ---- __. --------- — --------:-------_--- 27. Liability as guarantor on contracts or on accounts of others_._ -. 28. Other contingent liabilities- TOTAL CONTI \,Gr:N -T _ _45 _732 3 485 791 _10 399 1 • 184 766 993 _1 276 960 _6 912 711_ (3) _98 508 8 963070 516 816 10 930 603 (1) - 101 930 C? 1603 331 761 825 j 0 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Cj Page 7 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. CO �9�1l.rrua_i"` �� . s Year 12/31/68 U, n n 12/31/69 u n rt n n • n 12/31/10 u u n rt . P rt 12/31/71 N n n " n 12/31/72 n v n n n n . n n SULLY - MILLLR'CONTRACTINC. CO:.LPANY Type of work Flood Control Highway Site Dev Grade & Pave Highway Street & Storm Drain Site Development Street & Storm Drain Excavate, Grade, Pave Excavate, Grade, Pave Excavate,. Grade, Pave Site Develop & Pave Highway Const. Excavate, Grade, Pave. . Site Develop & Pave Excavate, Grade, Pave Site Development Site Development Grade and Pave :Grade and Pave Excavate, Grade, Pave Grade, Pave, Structures Underground Sewer Underground Pipe ,Underground Pipe Highway Highway -Highway - Street & Structures Underground Underground Storm Drain 4:ater -- FrtsL t,'ater ' Storm Drain Proj. -Major Water - Fresh Water Storm Drain Proj. -Major Storm Drain Proj. -Major Asp /Conc Resurf -Major Water - Fresh Water Freeways Structures - Major -Storm Drain Proj. -Major Project Experience Page' 4 Item 4 Value of Work Performed 1,700,000 3,323,651 685,359 639,277 1,687,596 640,380 1,187,741 1,120,667 610,250 594,373 819,410 718,931 593,841, 1,395,032 983,449 803,748 697,379 667,398 667,2]0 626,404 851,071 2,450,728 3,255,312 1,793,469 1,051,103 1,141,252 1,392,542 623,282 793,819 792,993 10,415,231 3,330,355 2,187,461 1,534,312 1,296,904 1,240,889 1,156,983 885,966 844,868 827,471 Location of San Gabriel River San Diego Freeway Mission Viejo Pacific Coast Hey. Buena Park Mission Viejo L. A. - Van Oven L.A. Intl. Airport Long Bch. Airport L. A. County Mission Viejo Orange County Ventura County Long Beach Palmdale Mission Viejo Orange County Long Beach L. A. County L. A. County Long Bch -Queen Mary Fntn. Valley - Sunflwr. Santa Ana Valley Santa Ana Wash -LA Co. Beach Blvd. -Or. Co. Beach Blvd. -Or. Co. Highways 101, 154 Shoreline Dr. - L.B. City of Palos Verdes Magnolia C.nt. -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. Fv:y -LA Co. Soledad Cyn - L.A. Co. San Anto. Wash -LA Co. For Whom Performed U. S. Army Engineers State of California Deane Brothers State of California City of Buena Park Deane.Brothers City of L. A. TWA City of Long Beach County of L. A. Mission Viejo Co. City of Huntington Bch.' C. F. Braun Co.. City of Long Beach Lockheed Calif. Corp. Mission. Viejo Corp._ Occidental Petroleum City of Long Beach County of L. A. Santa Fe Springs Flood. City of Long Beach Orange Co. Sanitation State of California L. A. Co. Flood Control State of California State of California State of California City of Long Beach City of Palos Verdes Riverside Co. Fld. Cont) State of California State of California Metropolitan Water Dist, L. A. Co. Flood Control L. A. Co. Flood Control State of California Maricopa Watr Stor Dist. State of California L.A. County Road Dept. L.A. Co. Flood Control Approximately 2,000 -3,000 individual construction project=_ are completed annually. The ekporience list above represents only some of the significant projects completed during the respective period. Ll To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CORONA DEL MAR BEACH PARKING LOT IMPROVEMENTS (WEST SIDE) CONTRACT NO. 1610 PROPOSAL 0 PR 1 of 2 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1610 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: EM 0. QITANTITY - AND UNIT _TTEM DESCRIPTIOF( _ UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 1. Lump Sum Clear and grub per Special Provisions @F�.N7sF✓/ eRi1 Aldsrl -4/6 Dollars // No and Cents ✓ $ /. Cv $ 9 .Ov Per Lump Sum 2. 65 Construct 6" C.F. Type "C" portland Linear Feet cement concrete curb and gutter per CNB Std. - 106 -L. @ j2a!r Dollars and EtiF.Nr P's re Cents $ Per Linear Foot 3. 590 Construct 7" C.F. Type "D" portland Linear Feet cement concrete curb, per CNB Std. - 106-L,.modified per detail on Sheet No. 2 of the plans. @ .4ce Dollars 'and ✓ /.'as At ry Cents $ 1.o9i• DO Per Linear Foot E- • - � � PR2of2 NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 450 Construct 4" thick portland cement Square Feet concrete sidewalk per CNB Std. -110 -L @ Dollars and AlWr)�-'rNRBe �40✓E•*4/hii Cents $ 0. 93S �$ WA0.1pr ✓ Per Square Foot 5. 60 Construct 3" thick asphaltic con - Tons crete pavement (Type III- C3 -AR- 4000), and prime coat, complete in place. @ T Dollars and ✓ Fr z r!/- X0, &I 1s Cents $ LL9 41e Per wron 6. 120 Construct 6" thick aggregate base Tons course, complete in place, includ- ing grading and compaction. @ Dollars and 43 yr A. C. T Cents $ $ o� ti/ /. 60 Per Ton 7. 45 Slurry seal coat (CQS -1h) applied Extra Long Tons in place. @ j.-o,t -ry- ';W.00 L Dollars // and No Cents $ WA100 $ / O.a00 ✓ Per Extra Long Ton TOTAL PRICE WRITTEN IN WORDS: Mae TOds*#A(h Ap-ga AGw ag:A JP Dollars and �e Cents 3-V& -74! ate CONTRACTOR'S LICENSE NO. #15ACLAM0,V EPHONE NUMBER CONTRACTOR'S ADDRESS F. C£ DDX OHAl=& CAM. 9= $ 9AI0 6.0 0 0 0 • 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR CORONA DEL MAR BEACH PARKING LOT IMPR ENTS (WEST SIDE CONTRACT NO. 1610 SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. START AND COMPLETION OF WORK . . . . . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . . . . . 1 V. CONSTRUCTION SURVEYS . . . . . . . . . . . . . . . . . . . . . 1 VI. PROTECTION OF EXISTING UTILITIES . . . . . . . . . . . . . . . 2 VII. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VIII. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 IX. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . 2 A. Clearing and Grubbing . . . . . . . . . . . . . . . . . . . 2 B. Portland Cement Concrete Construction . . . . . . . . . . . 3 C. Asphaltic Concrete Construction . . . . . . . . . . . . . . 3 1. Aggregate Base . . . . . . . . . . . . . . . . . . . . 3 2. Asphaltic Concrete . . . . . . . . . . . . . . . . . . 3 3. Redwood Headers . . . . . . . . . . . . . . . . . . . . 3 D. Slurry Seal Coating . . . . . . . . . . . . . . . . . . . . 3 1. Final Cleaning and Surface Preparation . . . . . . . . 3 i. • • CONTRACT NO. 1610 ii. INDEX - CONTINUED PAGE D. Slurry Seal Coating, Cont. 2. Slurry Seal Materials and Application . . . . . . . . . 3 a. General . . . . . . . . . . . . . . . . . . . . . . 3 b. Slurry Seal Mix Design . . . . . . . . . . . . . . 4 c.- Materials . . . . . . . . . . . . . . . . . . . . . 4 (1) Asphalt Emulsion . . . . . . . . . . . . . . . 4 (2) Aggregates . . . . . . . . . . . . . . . . . . 5 d. Equipment . . . . . . . . . . . . . . . . . . . . . 5 e. Application of the Slurry . . . . . . . . . . . . . . 5 (1) Joints . . . . . . . . . . . . . . . . . . . . . 5 (2) Protection of Vaults, Water valve boxes, etc.. . 5 E. Adjustment of Utility Boxes, etc. to Grade . . . . . . . . . 5 F. Items to be Constructed or Altered by Others . . . . . . . . 6 ii. I. SCOPE OF WORK II III • SP 1 of 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR CORONA DEL MAR BEACH PARKING LOT IMPROVEMENTS (WEST SIDE) CONTRACT NO. 1610 The work to be done under this contract consists of furnishing all labor, equip- ment, transportation, and material necessary to modify the west side parking lot, including removals, construction of new curb, gutter, sidewalk, and asphalt pave- ment sections, approximately 75,000 square feet of slurry seal coating, and other incidental items of work. The contract requires completion of all work in accordance with these Special Provisions, the City's Standard Special Provisions, the Plans (Drawing No. P- 5037 -S) and the City's Standard Drawings and Specifications. The City's Standard Specifi- cations are the "Standard Specifications for Public Works Construction, 1973 Edition" 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 and Standard Drawings may be purchased from the Public Works Department at a cost of $5.00. START AND COMPLETION OF WORK Work shall commence on or after Thursday, April 25, 1974 and all work must be com- pleted on or before Wednesday, May 15, 1974. 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. IV. TRAFFIC CONTROL AND ACCESS The contractor shall provide the following traffic control and access measures: At no time shall the contractor's operations cause traffic or pedestrian movement through the main entrance to the Beach Parking Lot (off Ocean Boule- vard) to be hindered or restricted. 2. The west side parking lot may be closed on week days while construction is in progress, but must be restored for safe traffic and parking use on weekends and holidays. V. CONSTRUCTION SURVEYS All survey control necessary for construction of this project will be provided by the City. Any additional or replacement of contractor - damaged control points shall be the responsibility of the contractor, and no additional compensation will be made. • 0 SP 2 of 6 VI. PROTECTION OF EXISTING UTILITIES Known utilities are indicated on the plans. Prior to performing construction work, the contractor shall request each utility company to locate its facilities. The contractor shall protect in place and be responsible for, at his own expense, any damage to any utilities encountered during construction. Particular atten- tion is called to the P.V.C. irrigation lines located within the 12" -wide trenches shown on the plans. VII. WATER The contractor shall make his awn provisions for obtaining and applying water necessary to perform his work. If the contractor desires to use available City water, it shall be his responsibility to make arrangements for water purchases by contacting the City's Utility Superintendent, Mr. Tom Phillips, at (714)673 -2110, extension 267. VIII. GUARANTEE The contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and workmanship against any defects what- soever. Any such defects shall be repaired at the contractor's expense. IX. CONSTRUCTION DETAILS A. Clearing and Grubbing Included under this item of work are the following: 1. Removal of existing P.C.C. curb, gutter and sidewalk at the entrance median nose as shown; 2. Removal of the four existing landscaped islands, including the P.C.C. curb and gutter, interfering portions of the sprinkler system, and all plantings and native material, except for trees to be removed by others, within the islands down to the subgrade of the new aggregate base; 3. Removal of the existing A.C. pavement and base material around the median nose, down to the subgrade of the new aggregate base within the join lines; 4. Removal of the existing A.C. pavement, base, and native material within the new islands, down to the subgrade of the topsoil (which will be supplied and placed by others); 5. Excavation and /or compacted fill required to establish subgrade in the new irrigation line trenches and at the northeast corner of the lot; and 6. Preparation of the subgrade for all P.C.C. and A.C. improvements, in accordance with Subsection 301 -1 of the Standard Specifications. All material removed under this item not suitable for use on this project shall become the property of the contractor, and shall be disposed of away from the job site in a manner and at a location acceptable to all cognizant agencies. • SP3of6 CONSTRUCTION DETAILS - Cont'd. B. Portland Cement Concrete Construction All portland cement concrete shall be Class 564 -C -3000 and shall be con- structed in conformance with Subsection 303 -5 of the Standard Specifications. C. Asphaltic Concrete Construction 1. Aggregate Base Aggregate base shall conform to the requirements for Processed Miscellaneous Base in Subsection 400 -2 of the Standard Specifica- tions. 2. Asphaltic Concrete Asphaltic concrete shall conform to the requirements of Subsection 400 -4 of the Standard Specifications, and shall be Type III -C3 asphalt of viscosity grade AR -4000. 3. Redwood Headers The contractor may use the existing redwood headers for the new paving edge as shown if they are carefully removed and reinstalled to the new location. Any additional headers required shall be fur- nished by the contractor. Payment for furnishing and installing redwood headers shall be considered as included in the various items of work, and no additional compensation shall be made. Slurry Seal Coating Final Cleaning and Surface Preparation Prior to applying the seal coating material, all dirt, oil and grease spots, and all other objectionable matter shall be removed from the pavement by power sweeping, supplemented with hand brooming, scraping, grinding, etc., to assure adherence and penetration of the slurry coat to the pavement surface. Slurry Seal Materials and Application a. General Cationic Quick -set Slurry Seal shall be proportioned, mixed, and spread in accordance with Section 302 -4 of the Standard Specifica- tions and these Special Provisions. The rate of a plication of the slurry mixture shall be approxi- mately one (1� pound per square foot of surface. The thickness of the application of the slurry mixture shall be adjusted to provide a layer approximately 1/8 inch thick and shall not be less than 1/16 inch or greater than 3/16 inch in thickness. - CONSTRUCTION DETAILS - CAS'd. SP4of 6 b. Slurry Seal Mix Design The Contractor shall submit a slurry seal mix design and the results of a wet track abrasion test, performed on the design mix, to the City for approval within ten (10) calendar days after contract award by the City Council. The design mix shall be such that the maximum allowable wear value is 30 grams per square foot of emulsified asphalt when subjected to the wet track abrasion test. The Contractor will be responsible for tests needed for verification of the mix design and materials. (This does not include field test needed for control of construction, except as otherwise noted herein.) The results of the test shall be reported as follows: (1) The average wear value (WTAT loss) in grams per square foot for each quantity of emulsified asphalt. (2) Total water added (percent based on aggregate weight) to arrive at pouring consistency. Mixing water shall be held to a minimum. (3) Any tendencies observed towards mix segregation during Part I. (4) Observations as to texture, signs of surface skinning, or tackiness in the specimen at the start of Part II. (5) Percent of Portland cement or hydrated lime added - if they are required to overcome mix segregation at free - flowing consistency. A copy of the wet track abrasion test procedure, as presented at the Sixth Annual Convention of the International Slurry Seal Asso- ciation January 1968, is available for review at the Public Works Department. c. Materials (1) Asphalt Emulsion The asphalt emulsion shall be of the cationic quick -set type, similar to CQS -1h, using penetration grade 60 -70 paving asphalt as a base. It shall meet the following specifications when tested according to appropriate ASTM methods. Emulsion Furol viscosity at 770 F, Sec. Residue from distillation; % by weight Mixing test (job) Secs. @ 700 F. (2) Sieve test (% retained on No. 20) Particle charge test Storage stability; one day settlement Test 20 =100 D244 57 min. D244 30 min. .10 max. D244 Positive 1% max. 0244 • 0 SP5of6 CONSTRUCTION DETAILS - Cont'd. Residue Test Penetration 40 -110 D5 Solubility in Trichloroethylene % 97.5 min. Ductility 770 F, CMS 40 min. D113 The Contractor shall supply a certificate of compliance analysis supplied by the manufacturer verifying that the base asphalt used in the emulsion is in conformance with these Special Provisions. (2) Aggregates The mineral aggregate shall consist of 100 percent ( %) rockdust and shall conform to Section 203 -5 of the Standard Specifications. d. Equipment All equipment, tools, and machinery used in the performance of the work shall conform to Section 302 -4, with mixing performed by a continuous flow mixing machine. All tanks and machinery shall be thoroughly scrubbed prior to coming in contact with the cationic emulsion. e. Application of the Slurry (1) Joints No excessive buildup causing unsightly appearance shall be permitted on longitudinal or transverse joints. Unless otherwise approved, the overlap at joints will not exceed 2" and shall be feathered; excessive unapproved overlaps will not be paid for. Joints between asphalt pavement and concrete gutters shall be completely and neatly sealed without excessive slopover onto the concrete; any unsightly and objectionable excess shall be immediately removed. (2) Protection of Vaults, Water Valve Boxes, etc. Slurry seal shall be removed from all vaults, water valve boxes, etc. to the satisfaction of the engineer. E. Adjustment of Utility Boxes, Etc. to Grade All sewer manholes, water valve boxes, sewer cleanouts, water meter boxes, and any other miscellaneous utility box or vault shall be adjusted to finished grade prior to placement of portland cement concrete sidewalk or pavement. In asphaltic concrete pavement areas, adjustments to finished grade shall be made after placement of the pavement. No separate compensation will be made for this work. . • SP6of6 CONSTRUCTION DETAILS - Cont'd. F. Items to be Constructed or Altered by Others Items shown on the plans to be constructed, relocated, abandoned, or removed by others will be completed either immediately prior to the start of work under this contract or after its completion. No interference with City crews is expected. The contractor's attention is called to the trenches for the P.V.C. irrigation and control lines to the new islands, as shown on the plans. They will be backfilled with native material by those installing the new con- duits, prior to the start of work under this contract. RESOLUTION NO. 8232 'A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR CORONA DEL MAR BEACH PARKING LOT IMPROVEMENTS (WEST SIDE), CONTRACT NO. 1610 WHEREAS, pursuant to the notice inviting bids for work in connection with modification of the west side of the Corona del Mar City and State Beach parking lot, in accordance ;ai.th the plans and specifications heretofore adopted, bids were received on the 26th day of March, 1974, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is Sully- Miller Contracting Company; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Sully- Miller Contracting Company for the work in the amount of $9,406.00 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ATTEST: City Clerk ADOPTED this 8th day of APRIL , 1974. Mayor DON/bc 4/2/74