Loading...
HomeMy WebLinkAboutC-1614 - Street resurfacing, Ford Road & Bayside drive 1973-74By the CITY COUNCIL CITY OF tOW0041 _ BRACH TO: CITY COUNCIL FROM: Public Works Department July 8, 1974 CITY COUNCIL AGENDA ITEM NO. H -10 SUBJECT: ACCEPTANCE OF STREET RESURFACING- -FORD ROAD AND BAYSIDE DRIVE 1973 -74 (C -1614) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the resurfacing of Ford Road and Bayside Drive has been completed to the satisfaction of the Public Works Department. The bid price was $52,832.00 Amount of unit price items constructed 43,629.00 Amount of change orders - - - -- Total contract cost 43,629.00 Amount budgeted in the General Fund 60,000.00 (Account No. 02- 3373 -014) The total constructed was less than bid due to deletion of the re- surfacing on Bayside Drive just westerly of Carnation Avenue. This work will be done in conjunction with the storm drain construction in the area. The design engineering was performed by the Public Works Department staff. The contractor is Sully- Miller Contracting Company of Orange, California. The contract date of completion was June 29, 1974. All work was completed by June 25, 1974. in iirector i 1974 TO: CITY COUNCIL FROM- Public Works Department May 13, 1974 CITY COUNCIL AGENDA ITEM NO. H -2 (a) SUBJECT: STREET RESURFACING - FORD ROAD AND BAYSIDE DRIVE 1973 -74 (C -1614) RECOMMENDATIONS: Adopt a resolution awarding Contract 1614 to Sully- Miller Contracting Co. for $52,832.00 and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Three bids were received and opened in the office of the City Clerk at 10:00 A.M. on April 23, 1974. Bidder Bid Sully - Miller Contracting Co., Orange $52,832.00 Griffith Company, Irvine 54,785.00 Blair Paving, Newport Beach 55,139.50 The low bid is 11.9% less than the engineer's estimate of $60,000.00 Funds have been provided for this project in the annual Street and Alley Program, budget number 02- 3373 -014. This project provides for the asphaltic concrete overlay and patching of Bayside Drive from Marine Avenue to 2600' east of E1 Paseo; and of Ford Road from Old MacArthur to New MacArthur Boulevard. The work is part of the continuing street maintenance program, and will provide adequate structure sections for present and future traffic demands. The estimated date of completion is June 14, 1974. The plans were prepared by the City. 1. J seph Devlin P blic k Director Att. h r uwlir& of i r _- ! RDWN 4 I ray' I CIXINT.OY CG UB in, I i, � �� 6, ci i n \ I` // \\ = °, ,s d-q. P �J;a i 4?« �9T•PEET .BED CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT S'T,pEET Alf'6ts p�c oC wV67 FZ7.pO .�,q0 .4iY0 BAJ'�9 /QE L?p /li�c- Ca, 1: -��'^ ems... *: //.+ • I �+o P , ._c a4, •G "u'L9LI � DRAWN. DATE APPROVED PU3LIC ',,;0 KS DIRECTOR R.E. ,NO. DRAWING NO. Orange Coast I N' V 0)-'C E., i Invoice Plumber 1292 -74 .> LINER INCHES CHAROKS • • Newport Beach • Cosro Mesa • Laguna Beach Saddleback DAILY PILOT � • Huntington Beach • San Clemente. • Irvine Capistrano P.O, SOX 1560 COSTA MESA, CALIFORNIA 92626 642 -4321 ��' lu,l City of Yesrport Beach 3300 Newport Boulevard Newport Beach, Calif. 9M3 Mill: City Clark please detach and return with remittance •-------------------- - - - - -- -- ------- - - - --- - - - -- - - - - -- - DESCRIPTION I DATE TIMES RATE LINER INCHES CHAROKS MISUC tin ICE lavitiaN bids 4-12 -7 1 3.45 10 10 7 I POBLISM: April 12, 1474 ' ALL LEGAL ADVERTISING INVOICES orange coast DAILY PILOT ARE DUE AND PAYABLE UPON PUBLIBHEO BY ORANGE COAST PUBLISHING COMPANY RECEIPT OF INVOICE P. 0. SOX 1560 • COSTA MESA. CALIFORNIA 92626 1914) 642.4321 e. ,-"- -- -- � •:� / � �, ",, i 1 �- �Y �, .,r� ��� � AL#horized to Publish Advertisements of all kinds, including j public notices by Decree of the Superior Court of Orange County, California, Number A -6214, dated 29 September, 1961, and A- 24831, dated I I June, 1963. STATE OF CALIFORNIA Public Notice Ativeriising covered by this affidavit is Se} in b Point County of Orange with 11 pica column width. I am a citizen of the United States and a resident of the County aforesaidi I am over the age of eighteen years, and not a party to or interested in the below entitled matter. I am a principal clerk of the Orange Coast DAILY PILOT, with which is combined the NEWS- PRESS, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange, Stste of California, and fliat a Notice of Inv.`i.if u ide, CITY OF :;7W °O7;T of which copy attached hereto is a true and complete copy, was printed and published in the regular Costa Mesa, fountain Valley, Huntington Beach, Laguna Beach, Newport Beach, Saddleback, San Clemente/ Capistrano and Irvine issue (s) of said newspaper for One &"%F Xvmjilsx to wit the issue (s) of April 12 197-4— 197 — 197 197 - 197— I declare, under penalty of perjury, that the is true and correct. Executed on April 12 197 4 _� at Costa Mesa, California. f - ($IBnoturo) This space is for the Court Clerk's Filing Stamp PUBLIC NOTICE CITY OF NEWPORT BEACH, CALIFORNIA - NOTICE INVITING BIDS SEALED BIDS Will ee received at the office of the City Chrk, City Nall, Newporf Beach, - California, will 10.00 A.M. on the 23 day M April, 1974, at which time they will be opened and read, for Performing work as follows: STREET RESURFACING' - FORD ROAD AND BAYSIDE.:GRIVF. IM7e CONTRACT NO. lift. Bids must W submInW all tKekm6eal proof of Publication on the outside of the envelope eentaiMng the bid. The contract documents that must be completed, executed, and relutned in the B. Designation of Subcontractor C. aldder's Bond D. Nod - collusion Affidavit E. Statement of Financial Responsi. bility P. Technical Ability and Experience References These documents . shall be affixed ;ilh the sl9natere and ihtes of the parsons ngnln8_an,behaff of the bidder. For cv. Paraffins, the signatures at the President or Vim President and SftMtary or Assis- tam 11"MAry are required and the Corporate teal shall be affixed to all documents' mqulring signatbres. In t!w case of /.Partnersip, in, signsture of at least one general partner is required. No bid, will be accepted from a con. tractor who has not been licensed in a,. Is and special the Pul City American Public Worts Assecleflon and the Associated General Contractors a. America. Copies may be obtained fron Building News, Inc., 3055 Overlen, . Avenues Los Angeles, California 50031. (213) 870.9871. The City has adopted Standard Special Provisions and Standard Drawings. Capie, of these am available at the Public Work, Department at a cost of s5.p0 par m,. A standard "Certificate of Insurance to Contract Work for City" form has beer adopted by the City. This term is the anlp certificate of Insurance scceplable to th City. The successful low bidder will b. required to complete fits form upo, award of fee contract. For any required bonds, the compan, issttmd Bid Bonds, Labor and Mah"'. Bonds, and Faithful Performance Bane must be an Insurance company "Buret.- company 11pnsed by the State c California The companles must also hav a curmot Oerwrei Policy Holders Redm of A or better; and a Financial Rating c M least AAA as per the Infest adiflon c ccordanee wfill the provisions o 5. Chapter 1, Part 7 al th- ,is Labor Cade (Sections 1770 1 the City Council of tae City r '1 Beach bas ascertained th I prevailing rate of per diem wait locallty in which the work Is to b red for each craft, clamificalia t of workman er mechanic neede :ele the contract and has set loft lams in Remlugen H. hate edoeu The City reserves the rigM to rate, PROOF OF PUBLICATION {a "° or '" awe and h walve'anY it RornlaN I fN4a.., i.- t Pub1h .'Ce�a! oa1N� Pill' I29A; _ °APPS'® id) L' APR 81974 O.� i�•4 ,. �.� dri1�..�s �:'u'iL TO: CITY COUNCIL April 8, 1974 CITY COUNCIL AGENDA ITEM NO. H -10 FROM: Public Works Department SUBJECT: STREET RESURFACING `FORD ROAD AND BAYSIDE DRIV�7973 -74 (C -1614) ".J RECOMMENDATIONS: 1. Approve the Plans and Specifications. 2. Authorize the City Clerk to advertise for bids for Contract No. 1614 to be opened on Tuesday, April 23, 1974 at 10:00 a.m. DISCUSSION: This project provides for asphaltic concrete overlay and patch- ing on Bayside Drive from Marine Avenue to Bayside Place and Ford Road from Old MacArthur to New MacArthur Boulevard. The work is part of the continuing street maintenance program and will provide adequate structural sections for present and future traffic demands. The plans were prepared by the City. The estimated date of com- pletion is June 7, 1974. The estimated cost of the work is $60,000.00. Funds have been provided for this work in the annual Street and Alley Program, Account No. 02- 3373 -014. c _ oseph . evlin ublic W s Director BD:hh Att. .. ...... i�� All r% A, � b 77Z X-clm llv- k :q N, C CITY OF NEWPORT E3?---ACH PUBLIC WORKS DEPARTMENT v` DRAWN� DATE APPROVED &71-eM4W-7- AK6VA'3,c,-WV.-V67 . . DIRECTOR AM A� 14MO &4W&1Aae- P. 40 DRAWING jo. A, A y I j;; X-clm llv- k :q N, C CITY OF NEWPORT E3?---ACH PUBLIC WORKS DEPARTMENT v` DRAWN� DATE APPROVED &71-eM4W-7- AK6VA'3,c,-WV.-V67 . . DIRECTOR AM A� 14MO &4W&1Aae- P. 40 DRAWING jo. A, X-clm llv- k :q N, C CITY OF NEWPORT E3?---ACH PUBLIC WORKS DEPARTMENT v` DRAWN� DATE APPROVED &71-eM4W-7- AK6VA'3,c,-WV.-V67 . . DIRECTOR AM A� 14MO &4W&1Aae- P. 40 DRAWING jo. } tY AL NOTICE LEGAL 140TICE CITY OF NEWPORT BEACR,CALIFORNIA rq/ NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport - Beach; California, until 10:00 a.m. on the 23rd day of April, 1974, at which time they will be opened and read, for performing work as follows: STREET RESURFACING -- FORD ROAD AND BAYSIDE DRIVE 1973 -74 CONTRACT NO. 1614 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 con - taining4he 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 Presi- dent and Secretary or Assistant Secretary are required and the Corporate Seal shall be affixed to all documents requir- ing signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. 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. The City has adopted the Standard Specifications for Public Works Construction (1973 Edition) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Stand- ard 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 - LiabilityZ 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, classifi- cation, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution 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. LAURA LAGIOS, CITY CLERK CITY OF NEWPORT BEACH, CALIFORNIA Publish: April 18, 1974, in the Newport Harbor Ensign, July 26, 1974 Sully- ;^iller Contracting Company P. 0. =sox 432 (Orange, CA 92667 Subject: Surety: : Seaboard Surety (many Bond No. : 784523 Project : Street resurfacing -Ford iaoad and Bayside Drive, 1978 -74 Contract No.: 1614 The City G=rad on July 8, 1974 ac:oepted the work of subject project and authorized the City Cleric to file a Notice of Cawpleticn and to release the bands 35 daps after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Faoorder on July 10, 1974, in Book 111920 Page 798. Please notify your surety aanpany that bond may be released 35 days after recording date. Laura Lagios, M City Clerk LL:m* oc: Public Works Department RECORDING REQUESTED BY AND MAIL TO Iaura Iagios, City Clerk City of Newport Beach 3300 Newport Blvd. Newport Bch., CA 92660 . 951 1 EXEMPT C8 NOTICE OF COMPLETION PUBLIC WORKS BK 11 192PG 798 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 9:05 A.M. JUL 101974 J. WYLIE CARLYLE, County Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on the Public Works project consisting of Street Res Drive, 1973 -74 on which Sully-Miller Omtr+act;ng ( ay was the contractor, and Seaboard Surety Company was the surety, was completed. V ERI FI CA I, the undersigned, say: CITY OF NEWPORT BEACH /► c [ Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on July 9, 1974 at Newport Beach, California. VERIFICATION OF I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on July 8, 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 9, 1974 at Newport Beach, California. vz—cz� 0 2 °r PtEAEH .�;o CALIF. CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Area Code 714 673 -2110 Date: July 9, 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 Stxaet Reaurfiging - Ford XW4 and BMI.e" nriy - 1918. -74 Contract No. 1614 on which Sully-MilLer Owtrwting Oo. was the Contractor and Seaboard Surety OoMMW was the surety. Please record and return to us. LL: Encl. Very. truly yours, Laura Lagios City Clerk City of Newport Beach Date J+" 3+ 1474 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 0-1614 Project ��s Fora land sA up 147$ -74 Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Sn11v -WIII" OmtnCdna CaMWIV Address: T. 0. Boot 432+ omps CA 92667 Amount: $ 62 +632.00 Effective Date: YAW 30 + 1974 Resolution No. 6246 LL-dg Att. cc: Finance Department C] Laura Lagios May 28, 1974 TO:. CITY CLERK FROM: Public Works Department SUBJECT: STREET RESURFACING - FORD ROAD AND BAYSID€ DRIVE 1973 -74 C -1614 Attached are four copies of the subject contract documents, Please have executed on behalf of the City, retain your copy and the insurance certificates, and return the remaining copies to our department. 's i i John Wolter Project Engineer JW:e Att: �� .4, ti. 1SIK NNl 3303 WILSHIRE BOULEVARD • LOS ANGELES, CALIFORNIA 90610.: TELEPHONE 350 -1600 , W& 7 City of Newport Beach T 3300 West Newport Boulevard O Newport Beach, California Various ACTION REQUESTED C I— --I O Miss Michele Drakulich P Sully- Miller Contracting Company 3000 East South Street Long Beach, California 90805 OI J Contract No. 1614 ENCLOSURES ❑ Complete /Sign & Return ❑x Certificci Obf Insurance ❑ Lost Policy Release ❑ For Your Use, or Information ❑ Payroll Report Form ❑ Forms to Report Loss /Accident ❑ For Your File ❑ Application for Bond ❑x STREET RESURFACING ❑ ❑ Safe Driver Report Form ❑ Remarks: In accordance with your request, enclosed the original and one copy of Certificate of Insurance issued on behalf of Sully- Miller Contracting company on the above contract. Enclosure Sincerely yours, Sharon Shaw e. R r- � J 2 y _ _ �� �'.��i,•��� �!4 .. S 1�ai',Ye 'y.6����$�udi CBi'Ya } J .. . S x .._: : ...:' A . CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK FOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1614 Project Description: STREET RESURFACING, FORD ROAD AND BAYSIDE DRIVE CONTINENTAL INSURANCE FOR THE 1ST. $1,000,000.00 This is to certify that the FOR EXCESS SEE ATTACHED PAGE NO.2 (Name of nsurance Company) has Issued to SULLY- MILLER CONTRACTING COMPANY (Name of nsure 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. Pol icy ' ef... Limits o ..ia i it .. ... Each ccurance (Minimum: ggregate (Minimum: $500,000) $ 500,000 Protectivi 1,000,000 Products 500,000 Contractui COMPREHENSIVE LIAB. Combined Single Limit Bodily Injury or Property Damage L 1477580 (see att'd for excess) From: 11/1/72 To until Canceled $ 500,000.00 500,000 Protectiv( 1,000,00froducts 500,00lontractui 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 Agency Countersigned by: A) it Effective date of this endorsement: 5/214 , 19 74, Endorsement No. 56 -SEE SECOND PAGE FOR EXCESS CARRIERS- Page 1 of 2 SIGNAL INSURANCE COMPANY POLICY NO. XCL 306180 507, of ) TERM: NOVEMBER 1, 1972 to NOVEMBER 1, 1975 )) ) SIGNAL 'SURANCE COMPANY �7 ) COMBINED SINGLE Li:aT lNIGARD INSURANCE GROUP ) -1 BODILY INJURY AND PROPERTY DAMAGE, EACH ACCIDENT OR POLICY NO. 1 -0287 31.25% of OCCURRENCE TERM: NOVEMBER 1, 1972 to NOVEMBER 1, 1975 ) UNIGARD .t;U.TUAL Il!SURANECF COMPANY ) $ 500,000.00 EXCESS OF $1,000,000.00 BY ' ) INTERNATIOiNAL SURPLUS LINES INSURANCE COMPANY ) POLICY NO. XSI -1416 12.5% of ) TERM: NOVEMBER 1, 1972 to NOVEMBER 1, 1975 ) ) INTE NAL SURPLUS S INSURANCE COMPANY ) B /L ) AETNA INSURANCE COMPANY ) ) POLICY NO. UL 783166 ) TERM: APRIL 1,1974 to NOVEMBER 1,1975 6.257 AETNA INSURANCE COMPANY ) BY <� Page 2 of 2 J CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK FOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1614 Project Description: STREET RESURFACING, FORD ROAD AND BAYSIDE DRIVE CONTINENTAL INSURANCE FOR THE 1ST. $1,000,000.00 This is to certify that the FOR EXCESS SEE ATTACHED PAGE NO.2 (Name of nsurance Company) has Issued to SULLY - MILLER CONTRACTING COMPANY kname OT insurea) 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. .......Limits o . . .. -ability Each Occurance (Minimum: Aggregate (Minimum: $500,000) 500,000 Protectivi 1,000,000 Products 500,000 Contractui COMPREHENSIVE LIAB. Combined Single` Limit Bodily Injury or Property Damage L 1477580 (see att'd for excess) From: 11/1/72 TO -Until Canceled $ 500,000.00 5OO;000Protectiv( 1,000,OOYroducts �, Qontractui E 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 Liabii'tty 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: Harsh & McLennan, Inc. Address of Agency or Broker: Countersigned by: 1ee:California LTM Effective date of this endorsement: 5/21( , 19 74, Endorsement No. 56 -898 SECOND PAGE FOR EXCESS CARRIERS- Page 1 of 2 it ) 1 SIGNAL INSURANCE COMPANY POLICY NO, XCL 306180 TERUI: NOVEMBER 1, 1972 to NOVEMBER 1, 1975 SIGNAL—IIN-SURANCE COMPANY UNICARD INSURANCE GROLP POLICY NO. 1 -0287 TERM: NOVEMBER 11 1972 to NOVEMBER 1, 1975 UNIGARD 1.1JTUAL ITSUPAIrCE COidP1i.r1 y` !NTEFUNA IONAL SURPLUS LINES INSURANCE COMPANY POLICY NO. XSI -1416 TERM: NOVEMBER 1, 1972 to,NOVEMBER 1, 1975 INTE flNUALnSURPLUSr1x-c,)G S INSURANCE COMPANY FA B C AETNA INSURANCE C014PANY POLICY NO. UL 783166 TERM: APRIL 1,1974 to NOVEMBER 1,1975 AETNA INSURANCE COMPANY BY 507 of ) CU-4KNED SINGLE LIN11 BODILY INJURY AND PROPERTY DAMAGE, EACH ACCIDENT OR 31.25% of ) OCCURRENCE ) $ 500,000.00 EXCESS OF $1,000,000.00 ) 12.5% of ) ) ) 6.257 Page 2 of 2 Cert *ate of Workmen's Compensation Covae Sully Miller Contracting Company 3000 East South Street, P.O. Box 5399 Long Beach, California 90805 CITY OF NEWPORT BEACH 3300 W. Newport Blvd, Newport Beach, Calif. RE; CONTRACT FOR STREET RESURFACING FORD ROAD AND BAYSIDE DRIVE 1973 - 1974 (Contract No, 1614) Date: MAY 21, 1974 This is to certify that Sully Miller Contracting Company is seff- 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. o 0 By g��Wj Ce SEE REVERSE SIDE ro RvI 6825M (REV 6 -73) PRINT 0 IN U.S.A. Title FRANK E. HOLLAND ASST, SECRETARY s 0 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 ASST. SECRETARY J CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS 913 CITY CLERK STREET RESURFACING - FORD ROAD AND BAYSIDE DRIVE 1973 -74 Approved by the City Council this 8th day of April 1974. CONTRACT NO. 1614 SUBMITTED BY: SULLY - MILLER CONTRACTING COMPANY Contractor P. 0. BOX 432 TE-ress ORANGE, CALIF. 92667 City Zip (714) 639 -1400 Telephone $52,832.00 Total rice I Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:00 A.M. on the 23 day of April , 19 74, at which time they will be opened and read, for performing work as follows: STREET RESURFACING - FORD ROAD AND BAYSIDE DRIVE 1973 -74 CONTRACT NO. 1614 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 the CCoorpora�te Seal shall be affixed to 51 documents requ ng signatures. In the case of a ar>s tnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) • Page la The City has adopted the Standard S ecifications for Public Works Construction (1973 Edition) as prepare y t e out ern Ca i orm a Chapters of the NWerican 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 ! 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 uwi ssiur,; on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds..within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. #1538, Class "A" Classification "A" Accompanying this proposal is , 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 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 SULLY- MILLER CONTRACTING COMPANY hone Number Bidder s Name (SEAL) April 23, 1974 S/ Jack Wilson, Asst. Sec'v. Date Authorized Signature Authorized Signature Corporation Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a'co- partnership: R. K. MacGregor. President P. A. Abbott Assistant Secretar W. Duane Rash, V.Pres. Treas. & Sec'y. James Courtney, ssistant Secretary Richard F. Mol eaux, V.Pres:& Mgr. Plant Div. R. I. um s As istant Secretary John A. Berton, Vice - President Frank E. Ho11an ssistant Secretary Jahn T rnyarks, Vigo ereciae„+ Gene Miller. Assistant Secretary James 0. Pittman, Controller Jack Wilson, ssisttant Secrettaarg William R. Craig, Assistant Treasurer James F. Winders; Assistant.Sec4tary M 9 DESIGNATION OF SUB - CONTRACTORS Page 3 The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub- contractors listed will be used for the work for which they bid, subject to.the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub - contractors except upon the prior approval of the Engineer. Item of Work 1. 2.. 3. 4. 5. 6. 7. 8. 9. 10. ' 11. 12. Sub - contractor Address .WUJJ- -M MILLER CONTRACTING COMPANY l�Idder s Name S/ Jack Wilson, Asst. Secretary �� or ze Signature Corporation ype of rgan zat on (Individual, Co- partnership or Corp) P. 0. Orange, Calif, _92667 _ess • FOR ORIGI L SEE CITY CLERK'S FILE COPY Bond No. 900400(8388) . Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, SULLY - MILLER CONTRACTING CC14PANY as Principal,. and HIGHLANDS INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten.Percentum of the amount o. #,the bid in -- Dollars ($ Ift of bid ), lawful money of the United States for the payment of which sum well.and truly to be made, we bind ourselves, Jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of Street Resurfacing - Ford Road and Bayside Drive 1973 -74 - Contract No. 1614 in the City of Newport Beach, is accepted by the City Council of said City, and if. the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days.(not including Saturday, Sunday and-Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that. said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and.effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 23 day of April . 19 74 . Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) Aprii.23, 1974 William R.K. Britton, Notary Public omission exp s , SULLY - MILLER CONTRACTING COMPANY Principal S/ Frank E. Holland, Assistant Secretary HIGHLANDS INSURANCE.COMPANY urety By S/ J. H. Caithamer NON- COLLUSION AFFIDAVIT Page 5. The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or, either of them has 'not directly or indirectly, entered into any arrange- ment or agreement.with'any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any 'subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no induce- ment or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any: person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. SULLY- MILLER CONTRACTING COMPANY S/ Jack Wilson, Asst. Secretary. Subscribed and sworn to before me by this 23 day of April , 19�g_. Nay commission expires: July 25, 1974 S/ Shirley M. Pard Notary Public STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his.financial responsibility. SULLY-MILLER CONTRACTING COMPANY S/ Jack Wilson, Asst. Secretary Signed Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. t SULLY- MILLER CONTRACTING COMPANY S/ Jack Wilson, Asst. Secretary .. I I Signed SULLY -M LLER CO3:11,:1CTfNG COMPANY Project Experience Page Item Approxinately 2,000 -3,000 individual construction projects are completed annually. 7h e experience list above represents only some of the significant projects conpletcd during the respctctive period. Value of Work Type of Work Performed Location of Work For Whom Performed Street f, Storm Drain 1,1S7,741 L. A. - Van Owen City of L. A. Excavate, Grade, Pave 1,120,667 L. A. Intl. Airport TWA Excavate, Grade, Pave 610,250 Long Beach Airport City of Long Beach Excavate, Grade, Pave 594.,373 L. A. County County of L.A. Site Develop 6 Pare 819,410 Mission Viejo Mission Viejo Co. Highway Cons[. 718,931 Orange County City of Huntington Beach Excavate, Grade, Pave 593,841 Ventura County C. F. Braun Co. Site Develop $ Pare 1,395,032 Long Beach City of Long Beach Excavate, Grade, Pave 953,449 Palmdale Lockheed California Corp. Site Development 503,748 Mission Viejo Mission Viejo Corp. Site Development 697,379 Orange County Occidental Petroleum Grade and Pave 667,398 Long Bench City of Long Beach Grade and Pave 667,210 L. A. County County of L. A. Excavate, Grade, Pave 626,404 L. A. County Santa Fe Springs Flood Grade, Pave, Structures 951,071 Long Peach - Quecn Mary City of Long Bea& Underground Seer 2,450,72S Fountain ':alley - Sunflower Orange County Sanitation Unc!argroumd Pipe 3,255,512 Santa ;ma Valley State of California Undararou' : Pine t ^:, . -.r;• !., .. .,-. _. ... . ^.c:. :ay '!Ino:l C•..,c :a Highway 1,051,103 Beach Blvd. - Orange Co. State of Cali.farnia tti girwcy 1,141,252 Beach Blvd. - Orango Co. Statc of California , highway 1,392,542 High•wnys 101, 154 State of California: Street B Structures 623,252 Shoreline Dr. - L. B. City of Lon; Beach Underground 793,819 City of Palos Verdes City of Palos Verdes Underground Storm Drain 792,993 Nagnolia Cat. - Riverside- Riverside Co. Flood Control Water - Fresh Water 10,415,234 Santa Ana Vallcy - Org. Co. State of California Storm Drain Proj. -Major 3,330,355 Pasadena - L. A. County State of California Water - Fresh Plater 2,187,461 Upland -San Bernardino Co. Metropolitan Pater District Storm Drain Project -Major 1,534,312 Belmont Shore - L. A. Co. L. A. Co. Flood Control Storm Drain Project -Major 1,296,904 Ballona Creek - L. A. Co. L. A. Co. Flood Control Asphalt /Cone P.esurf- !Major 1,240,889 H,.y. 78 /Jeff - 06eanside State of California Water - Fresh 'Water 1,156,933 Y,'heelcr Ridge -Kern County Maricopa Water Storage District Free,.ays 885,966 Golden Street Any - L.A. Co. State of California Structures - Major. 844,868 Soledad Canyon - L. A. Co. L. A. County Road Department Storm Drain Proj. - Major 827,471 San Antonio Plash -L. A. Co. L. A. County Flood Control Large Diam. Sewer Line 6,696,2S7 Orange County Orange County Sanitation Con. Channel, Bridge F, St. 2,6S6,067 Aliso Creek -L. A. County Metropolitan Water District Large Diameter Water Pipe 1,811,629 Los Angeles County Metropolitan Water District Fuy Bridge qc Bus Lanes 1,791,217 San Bernardino Freeway State of California Lg. Din. ii tr.Distrib.Line 1,567,948 Los Angeles County Metropolitan Plater District Lg. Dia.t•ir.Distrib.Line 1,041,676 Los Angeles County San Gabriel Valley Municipal Street Lmprovements 951,792 Los Angeles County Los Angeles County Concrete Box /Flood Control 850,702 Los Angeles County Los Angeles County Flood Control Res''rvoir Repair 824,108 Orange Cotmty Irvine Ranch Water District Large Dian. Storm Drain 813,404 Pueblo, Colorado City of Pueblo, Colorado Approxinately 2,000 -3,000 individual construction projects are completed annually. 7h e experience list above represents only some of the significant projects conpletcd during the respctctive period. 0 Page 8(, LABOR AND MATERIAL BOND 800 M. � 0 `f 5 3 KNOW ALL MEN BY THESE PRESENTS, That PRE'A!UM: THE PREMIUM OR THIS BOND IS !NC.CDEO IN THAT OF THE PERFORMANCE Bi.ND. WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted May 13, 1.974 has awarded to Y- MILLER CONTRACTING COMPANY .. .. hereinafter designated as the "Principal ", a contract for -Street Resurfacing - Ford Road and Bayside Drive 1973 -74 - Contract No. 1614 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 SILLY- VILLEB CONTRACT119 IIMP111. as Principal, hereinafter designated as the Contractor and . ,,-., n,,?p ANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of cc yv O saTes m . eing one -fia�f of the est mate�a under the terms of the contract, for which ourselves, our heirs, executors and admini severally, firmly by these presents. Dollars ($.� (i( Hoo payable by the City of Newport Beach payment well and truly to be made we bind >trators, successors or assigns, jointly and 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. k: Page:9 (Labor and Material Bond - Continued) This bond shall inure to the benefit of any and all persons, companies, "and corporation entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give aright of action to them or their assigns . in any suit brought upon this bond, as required by the Provisions of. Section 4205 of the Government Code of the State of California. And the seid ,Surety, for value extension of time, alterations to be performed thereunder or affect its obligations on this extension of time, alterations work or to the specifications. received, hereby stipulates :and agrees that no change, or additions to the terms of the contract or to the work . the specifications accompanying the•same 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 *n�tSutnent has been duly executed by the Principal and Suret above named, on the tt�- day of , 19M 58111- �{LLE& COYT916IItlfi t0YPC1 %(seal). (Seal)- R. K. MeeG "Gull . Ya (Seal) Fes( ELOWM17AIrl SMOETARY Seal ) (Seal) tL iirU,taia2 `i 11V ACT (Seal) Approved as -too form: zap S`�n Ulty Attorney This bond was approved by the City Council of the City of Newport Beach by motion on Date Attest: City Clerk ~__ 3 STATE OF CALIFORNIA ss.: COUNTY OF LOS ANGELES On this 21st. .. day...._ ........ .... - I ........ .... 14-AY. ... ............. ....................19...74..., before me personally came J.H. CAITHMER ................. --- - .... ..... ....... -.. - - ....... ...... ........ ...... .............. to me known to be an Attorney-in-Fact of SEABOARD SURETY COMPANY, the corporation described in the within instrum.gpt that he executed the within instrument as the act of the said SE SUREjctgM&W A accordance with authority duly conferred upon him by omp said C ELLA NOTARY-P178LI'C CALIFORNIA PRINCIPAL OFFICE IN LOS ANGELES courm My commission Expires March-4,19 Form 242 1 Notary Public. STATE OF CALIFORNIA, COUNTY OF LOS ANGELES ♦ �r...v��r�neiieihYeeeeoiielv.� ♦ OFFICIAL SEAL ^ i DONNA M. TEPPER < ♦ «.. NOTARY PUBLIC CALIFORNIA ♦ a� PRINCIPAL OFFICE IN LOS ANGELL$ k;UU,,IY My Commission Expires March 5, 1977 ♦♦♦♦♦eoeeieeasoe♦♦♦♦♦♦e♦♦♦♦♦♦♦ F.n n2 —Rnv a-ea ss. MAY 21st 1974 before me, the undersigned, a Notary Public in and for said State, personally appeared - -. R..K..MacGREGOR_AND -- &RANK- E�H01IAND known to me to be the _. PRESIDENT RAND. ASSLSSANS SECRETARY _.__,._— of the_ _SULL_Y- MI_LT.F_R CONTRA CPTNG COMPANY the Corporation that executed the within Instrument, known to me to he 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. 7A �- Notary Public in and for said State. ,� Page 11/0� PERFORMANCE BOND BOND ""'—r`— ,_— /'�-'/� a � _ _ ° FE-'11 1P11 i �l. L L- C KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted May 13, 1974 . has awarded to SULLY - MILLER CONTRACTING COMPANY hereinafter designated as the "Principal ", a contract for Street Resurfacing - Ford Road and Bayside Drive 1973 -74 - Contract No. 1514 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, SILLY- NILLEB COYTBAG1I16 COM P111 .............. as Principal, hereinafter designated as the "Contractor ", and SMOA?D SURLTY W-4PANY S rety, are held. nd firmly bound unto �' J .-f-W 0 . ha.0 sc(a -A e i ty of Newport Beach, in the sum of llars ($$3a•Ob). said sum being equal to 100T'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 contractor 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 nstrument has been duly-executed by the Princi al and Surety above named, on the -ro S _ day of 19. SULLY - MILLER COURAN116 COMFiYy. (Seal). Approved as to form: Ci tyAttorney (Seal) fMKK E HOti Db° =TART SEeFuAr.Y STATE OF CALIFORNIA ss. COUNTY OF LOS ANGELES On this.. ...... ... 21st ............... day ........ ..... ............................... MAY.. ...... .............. ..................... 19....74.r before me personally came ............. ............. - ...... ......... .......... ......... ........ ........... _. .... $............._.. ....... ............................................... ................. ........... to me known to be an Attorney -in -Fact of SEABOARD SURETY COMPANY, the corporation described in the within instrument, and he acknowledged that he executed the within instrument as the act of the said SEA i ii ° "S"iiii c'� ii° in accordance with authority duly conferred upon him by said Compan „' ELILA M. CISNEROS NOTARY - PUBLIC ':ALIFORNIA 3 , PRINCIPAL OFFICE IN .,,..'_..• LOS ANGELES COUN7V My Commission Expires March 4, 1978 - - - -—� Form 242 11nmumuuprmxnxnninmummmmmrrxn1 Notary Public. STATE OF CALIFORNIA, COUNTY OF LOS ANGELES ss. ON- -_gg— __ —Vy_— MAY 21st , 1974, beforeR mfr: tMaeGeREEOP AND rFRANiK in HOLLAND State, personally appeared _PRESIDENT AND ASSISTANT SECRETARY known to me to be the aftheSULLY— 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. • OFFICIAL SEAL • .... .— .. -__. —. _. �.._.._..__.�. __. ... .. _._... ._ ._. .__ .. DONNA M. TE'PPER +® NOTARY PUBLIC - CALIFORNIA ` WITNESS my hand and official s&VXA2 al. PRINCIPAL OFFICE IN I •i.. v1i '�?'��v ;. LOS ANGELES COUNTY —/-- My Commission Expires March 5, 1977 Notary Public in and for said State. (NMLEOGMENT— Corporation— Woleotts Form 222— Rev. 3 66 Page 12 CONTRACT THIS AGREEMENT, made and entered into this 30 rH day of 197 99�, by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the.first part, and SULLY- MILLER:CONTRACTING COMPANY hereinafter designated as the Contractor, party of the second part. WITNESSETH- That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and.performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of Street Resurfacing - Ford Road and Bayside Drive.1973 -74 - .Contract No. 1614 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 Specifffcations are expressly stipulated to. be borne by the City;"-and for well and faithfully. completing the work and the whole thereof, in the manner shown and described in_ the . said Plans and Specifications, the City will pay and the Contractor shall receive.ih. 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. Approved as to form: ,ty ttorney CITY OF NEWPORT.BEACH, CALIFORNIA By° Ma ' SILLY-MILLER 60STRUT116 COV111 on rac or °MI By: (SEAL) R. K, MaeGREG011 - Fr EINT Title FRANK E HOLLMD • AS lsTANI SECKrAP,Y Title STATE OF CALIFORNIA, COUNTY OF- LOS ANGELES ♦ OFFICIAL SEAL • DONNA M. TEPPER NOTARY PUBLIC - CALIFORNIA ♦ m� - PRINCIPAL OFFICE IN ' • "' LOS ANGELES COUNTY • My Commission Expires March 5, 1977 nGenumcUUMtMI AroerStR, —Wolcotta I-OM = —Rev. 164 SS 194, before me, the undersigned, a Notary Public in and for said State, personally appeared R.K. Ma_cGREGOR_AND FRANK _E._- HOLLAND known to me to be the PRESIDENT AND ASSISTANT SECRETARY of the SULLY -MI LLER CONTRACTI_NG 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. WITNESS my hand and official seal. Notary Public in and for said State. PR1of2 CITY OF NEWPORT BEACH, PUBLIC WORKS DEPARTMENT STREET RESURFACING FORD ROAD AND BAYSIDE DRIVE - 1973 -74 CONTRACT NO. 1614. PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and here- by proposes to furnish all materials and do all the work required to complete Contract No. 1614 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3400 Construct Type III- C2- AR4000 asphaltic Tons concrete overlay, including tack coat. @ Twelve Dollars and Three Cents $ 12.03 $ 40,902.00 er Ton 475 Remove existing and construct 8" Tons Type III -A or B- AR4000 asphaltic concrete base course @ Eighteen Dollars and Forty Cents $ 18.40. $ 8,740.00 Per Ton 21 Adjust sewer and storm drain Each manholes to finished grade. @ Ninety Dollars and No Cents $ 90,00 $ 11890.00 Per Each 0 . 1 PR2of 2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRI]'EN IN WORDS PRICE PRICE 4. 26 Adjust water valve, sewer cleanout, Each survey monument and water meter boxes to finished grade. @ Fifty Dollars and No Cents $ 50.00 $ 1,300.00 Per Each TOTAL PRICE WRITTEN IN WORDS: Fifty two Thousand Eight Hundred Thirty -Two Dollars and No Cents $ 52,832.00 April 23. 1974 Date CONTRACTOR'S LICENSE NO. #1538, Class "A" SULLY - MILLER CONTRACTING COMPANY (Bidder's NameT- S1 Jack Wilson Asst. Secretary Vulhorized Signature TELEPHONE NUMBER (714)..639 -1400 CONTRACTOR "S ADDRESS P. 0. Box 432, Orange, Calif. 92667 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STREET RESURFACING FORD ROAD AIVD BAYSIDE DRIVE CONTRACT NO. 1614 INDEX TO SPECIAL PROVISIONS D. Utility Adjustment to Grade . . . . . . . . . . . . . . . . . 4 Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 III. COMPLETION OF WORK . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 V. TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . 1 VI. NOTIFICATION OF RESIDENTS . . . . . . . . . . . . . . . . . . . . 2 VII. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VIII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . . . 3 A. Asphaltic Concrete Patching . . . . . . . . . . . . . . . . . 3 B. Street Reconstruction . . . . . . . . . . . . . . . . . . . . 3 1. Limits of Reconstruction . . . . . . . . . . . . . . . . . 3 2. Pavement Removal, Excavation, and Subgrade Preparation . . . . . . . . . . . . . . . . . . . 3 3. Asphaltic Concrete Base Course . . . . . . . . . . . . . . 3 a. Definition . . . . . . . . . . . . . . . . . . . . . . 3 b. Asphaltic Concrete . . . . . . . . . . . . . . . . . . 3 c. Placement . . . . . . . . . . . . . . . . . . . . 3 C. Asphaltic Concrete Overlay . . . . . . . . . . . . . . . . . . 3 1. Limits of A.C. Overlay . . . . . . . . . . . . . . . . . . 3 2. Pavement Markers . . . . . . . . . . . . . . . . . . . . . 3 3. Asphaltic Concrete . . . . . . . . . . . . . . . . . . . . 4 4. Placement . . . . . . . . . . . . . . . . . . . . . . . . 4 D. Utility Adjustment to Grade . . . . . . . . . . . . . . . . . 4 II. III. IV. V. 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR STREET RESURFACING - FORD ROAD AND BA CONTRACT NO. 1614 K1111 =11I RIGA, The work to be done under this contract consists of furnishing all ment, transportation, and material necessary to complete asphaltic resurfacing and reconstruction as shown on the plans, complete in cluding necessary appurtenant work. SP 1 of 4 labor, equip - concrete place, in- The contract requires completion of all work in accordance with these Special Provisions, the Plans (Drawing No. R- 5238 -S), and the City's Standard Drawings and Specifications. The City's Standard Specifications are the Standard Specifi- cations for Public Works Construction, 1973 Edition. Copies may Be purchased rom building News, Inc., 305b Overland venue, os Angeles, California, 90034, telephone (213) 870 -9871. Copies of the City's Standard Special Provisions may be purchased from the Public Works Department. GUARANTEE The contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and all workmanship against any defects whatsoever. Any such defects shall be repaired at the contractor's expense. COMPLETION OF WORK The contractor shall complete all work on the contract within 30 consecutive calendar days after receiving notification of award of contract. 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. TRAFFIC CONTROL The contractor shall provide traffic control in compliance with Section 7 -10 of the Standard Specifications. Adequate barricades shall be used to insure public safety and to prevent tracking of the tack coat or rutting of the asphalt resurfacing prior to its curing adequately for traffic use. Ingress and egress to all driveways adjoining the work shall be reasonably maintained except during the resurfacing operations and application of tack coat. • • SP2of4 TRAFFIC CONTROL - (Continued) Work shall progress in such a manner that one half of each street shall remain open to vehicular traffic at all times. The contractor shall furnish temporary "NO PARKING" signs and post the streets to be resurfaced twenty -four (24) hours in advance of his resurfacing operations. The signs shall be made of white or buff card stock with a minimum weight of 120 pounds. Signs shall have minimum dimensions of 15 inches wide and 18 inches high. The signs shall be lettered in red except for the date of work and shall conform to the dimensions shown below: TEMPORARY 12" NO PARKING-13" TOW AWAY ZONE S 1'12" 6 A. M. TO 6 P.M.-7 1'/2" C.V.C. 22652 B = 3/41 NEWPORT BEACH POLICE DEPT.1--O4' 03- 2211 = 3 /4' The contractor shall insert in black the date of work for the street or alley to be posted. A copy of the required sign is on file for inspection at the Public Works Department. VI. NOTIFICATION OF RESIDENTS Written notices prepared by the City shall be distributed to the affected residents by the contractor 36 to. 48 hours in advance of the seal coating. The notices shall alert the abutting residents of the temporary inaccessibility to their property, stating when the work will start and approximately when the street will be restored to normal vehicular use. A renotification distributed by the contractor shall be required if there are errors in distribution, false starts, acts of God, or other alterations of the distributed schedule. The City will prepare the written renotification explaining the cause for delay and stating the new schedule. VII. WATER The contractor shall make his own provisions for obtaining and applying water necessary to perform his work. If the contractor desires to use available City water, it shall be his responsibility to make arrangements for water purchase by contacting the City Utilities Superintendent, Mr. Tom Phillips, at (714) 673 -2110, Extension 267. SP3of4 VIII. CONSTRUCTION DETAILS A) Asphaltic Concrete Patching City Forces will complete asphaltic concrete patching prior to the over- laying operations. B) Street Reconstruction 1) Limits of Reconstruction The contractor shall reconstruct a portion of Bayside Drive to the limits shown on the plans. 2) Pavement Removal, Excavation, and Subgrade Preparation All pavement to be removed and all material to be excavated from the street area down to the subgrade plane shall become the property of the contractor. It shall be his responsibility to dispose of the material away from the job site in a manner and at a location accept- able to all cognizant agencies. Subgrade preparation shall be in conformance with Section 301 of the Standard Specifications. 3) Asphalt Concrete Base Course a) Definition Base course is defined as that area between final compacted sub - grade and the existing street grade. The base course shall consist of two lifts, each with a compacted thickness of 4 inches. b) Asphaltic Concrete The asphaltic concrete to be furnished and placed for the base course shall be Type III -A or B - AR 4000 in conformance with Section 400 -4 of the City's Standard Specifications. c) Placement The asphaltic concrete shall be placed in conformance with Section 302 -5 of the Standard Specifications. C) Asphaltic Concrete Overlay 1) Limits of A.C. Overlay The asphaltic concrete overlay shall be placed to the limits and thickness as shown on the plans. 2) Pavement Markers Prior to placing the A.C. overlay the contractor shall remove all pavement markers from the centerline of Bayside Drive. 0 CONSTRUCTION DETAILS - (Continued) C) Asphaltic Concrete Overlay - Continued 3) Asphaltic Concrete 0 SP4of4 The asphaltic concrete to be furnished and placed for the overlay shall be Type III -C2 -AR 4000 in conformance with Section 400 -4 of the Standard Specifications. 4) Placement The asphalt concrete shall be placed in conformance with Section 302 -5 of the Standard Specifications. D) Utility Adjustment to Grade All sewer and storm drain manholes, water valve boxes, sewer cleanouts, water meter boxes and survey monument boxes shall be adjusted to finished asphaltic concrete surfacing grade in a manner similar to that described in Section 302 -5.7 of the Standard Specifications. The contractor shall pave over all existing gas, electric, telephone, and cable television facilities. Prior to starting work, the contractor shall notify the affected utilities in order that they can tie out their facilities. Although these facilities are to be adjusted to finished grade by the respec- tive utility, the contractor shall be required to mark their location on the finished pavement surface. 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR STREET RESURFACING - FORD ROAD AND BAYSIDE DRIVE 1973 -74 Approved by the City Council this 8th day of April 1974. ice! is Lirura'Lagios, City �. CONTRACT NO. 1614 SUBMITTED BY: SOLL.Y -3ML= CONMCTMC CO3MAIVY Contractor 17, 3 1305 432 Address "'Almr, CALIF 9w City Zip (.714`, i39moo Te ep one Total Bid Price 0 • Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:00 A.M. on the 23 day of April , 19 74, at which time they wZTl be opened and read, for performing work as follows: STREET RESURFACING - FORD ROAD AND BAYSIDE DRIVE 1973 -74 CONTRACT NO. 1614 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 t� he CCoorpo_raate Seal shall be affixed to all documents re— q— u ng signatures. In the case of a arls tnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (con t.) 14�. E Page la The City has adopted the Standard j,2 cifications 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 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 o;llisslui,a.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. #1sA CLtPi4 W Classification 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 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. TMT mum Phone Number �� Date /9 AuthoVed S 1 gnature= - - - i%utnorizea Jlgnature 1A4 "!t<YlR1.,1Ury,A�l`TJt47RIAtIT type of OryanTZ tTOn (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: SMY- MILLER CONTRACTING CO. A CALIFORNIA CORPORATION Vf!LL!i W. DUANE RASH . V. PRES. TREAS. 8 SEC'Y. JA;v ES k. r,o•a2 -a',: :.v'. ',...... Cmru ARn E M01 VNRJx - V. PILES, a MGR. PLANT DIY, JOHN A. BERTON - VICE - PRESIDENT FRANK E HOLLAND - ASSISTANTS SECRETARY JOHN T. KOVACKS VICE. PRESIDENT GENE MILLER - ASSISTANT SECRETARY JACK. WILSON -. ASSISTANT SECRETARY . WILLIAM R. CRAIG - ASSISTANT TREASURER 'JAMES F. WINDERS. ASSISTANT SECRETARY ec c.e re etr earn n'e ov _. a I t 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. 4. 5. 6. 7. 8. 9. 10. 11. 12. Sub - contractor Address Name:: — - Type of rgamzatlon (Individual, Co- partnership or Corp) P i7 gdX 39i . ;,, /I �_ ����� / /��i I.I rill �: \ \ \��\ Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MBN JY THESE PRESENTS, That Wei as Principal, and. , as Surety, are held and firmly Ogynd unto the City of Newport Beach, California, in the sum of Dollars ($ ), lawful money of the United States fop E4q payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITjQH 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 boungepp principal shall duly enter into and execute a contract for such construc- tion apd sh {Tj 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 egpch that said contract is ready for execution, then this obligation shall become null 404 Void; otherwise it be and remain in full force and effect, and the amount specified her shall be forfeited to the said City. In the qV ent th4t 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 Sell (If Corporation) (Attach acknowledgement of Attorney -in -Fact) Principal Surety By r 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 _ �3 day of 192 My commission expires: 6a,191026 19-1,el accICMIL SEAL SHIRLEY M..PARD : NOTARY POSLI -. ALIFORNu % PRINCIPAL OFFICE IN _ ORANGE COUNTY My Commission Expires July 25, 1977 _- ary PUblIC C� E ' �J7 "rrmn� :�:0•. E I 0 Page 6 . STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his.financial responsibility. �..., �: _ 1 J w • -11p , `�ti,l.�'iili 1. u�t�;. J..��, \il.N"k, SULLY-- MTLLGR CONT2ICM;G C0.` P.,CgY ------------------------- --- --- ----- -- ---- ----- --- - -- - -- -- Condition at close of business _..___- ._._.__- Decrmber 3] ASSETS Current Assets 1. Cash ----------------------------------- - - -- - -- — 2. Notes receivable ----- ----------- ------------_..- 3. Accounts receivable from completed con 4. Sums earned on incomplete contracts____ 5. Other accounts receivable....___- ._..______ 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 e state.. ......... __. ........ 11. Construction plant and equipment........... 12. Furniture and fiixtures.... ...... ........._.. ... 13. Investments of a non- current nature.-.--- 14. Other non- current C.tilYCnt Lia i:Il1:72i 15. Current portion of notes and real estate encun 16. Accounts payable ... .----- .. 17. Other current liabilities.. 3 TOTAL LIABIUTTES Ar-M CAPITAL DETAIL ([� A Corporation ❑ A Co partncrship I ❑ An Individual Combination 3 _.. TOTAL ble, exclusive of equipment obligations PPC II Other Liabilities and Reserves 18. Real estate encumbrances .............. ... --- .-------- ___........ 19. Equipment obligations secured by equipment-.. ...... 20. Other non - current liabilities and non - current notes 21, reserves - ..... .._ ........ - - — -- - — — -- ----- —.- Capital and Surplus 22. Capital Stock Paid Up.. 23. Surplus (or Net North)... TOTAL LIABILITILS AND CAPITAL------------ M .[_399 -- 17- _094 -._420 38 1 292 1 879 CONTI \GENT LIABILITIES 24. Liability on notes receivable, discounted or sold ------------ ______.___ —.___. 25. Liability on accounts receivable, pledged, assigned or sold._ .___..____..— _— __._.— __.__..__. ,.__.____.._- _...._.__ 26. Liability as bondsman .- ---- --- ---- ----- - ------ — - - -- ° -- - - - - -- -- — -- - - -- - - — — -- -- - - - ----- 27. Liability as ntarantor on contracts or on accounts of others ------ ------ -- -- -- .------- _.--- --- _-- - °_- -- -- ---- ----- --- _ ................._- 28. Other contingent lialiilitics.........- -_-- -- ----------- _ ------------- - -. -- - ..- -- -- --- -- ------ -`-- - - - -- TOTAI. CONTINCLIN -r N0.t: .c-..- ?-------- ----111- ------ --- ----1- ..._.... N.. —.sh.- detail+ mdu mam Loadings in f"t coWmo, essrnding total, of ro,.m 6eaSvs+to.e d rnimnn. The accompanying Motes to Financial Statement are an integral part of this Statement. (8) 39 136 216 9Sa 5fi4 Oo2 -�17 10 3- --- 992 274 1 212 713 635 _521_ 96 3;;�..� —T 9 -$8- - -- T- 2'- -7 � 482 — -257 - 19 _523 _309 38 1 292 R79 ble, exclusive of equipment obligations PPC II Other Liabilities and Reserves 18. Real estate encumbrances .............. ... --- .-------- ___........ 19. Equipment obligations secured by equipment-.. ...... 20. Other non - current liabilities and non - current notes 21, reserves - ..... .._ ........ - - — -- - — — -- ----- —.- Capital and Surplus 22. Capital Stock Paid Up.. 23. Surplus (or Net North)... TOTAL LIABILITILS AND CAPITAL------------ M .[_399 -- 17- _094 -._420 38 1 292 1 879 CONTI \GENT LIABILITIES 24. Liability on notes receivable, discounted or sold ------------ ______.___ —.___. 25. Liability on accounts receivable, pledged, assigned or sold._ .___..____..— _— __._.— __.__..__. ,.__.____.._- _...._.__ 26. Liability as bondsman .- ---- --- ---- ----- - ------ — - - -- ° -- - - - - -- -- — -- - - -- - - — — -- -- - - - ----- 27. Liability as ntarantor on contracts or on accounts of others ------ ------ -- -- -- .------- _.--- --- _-- - °_- -- -- ---- ----- --- _ ................._- 28. Other contingent lialiilitics.........- -_-- -- ----------- _ ------------- - -. -- - ..- -- -- --- -- ------ -`-- - - - -- TOTAI. CONTINCLIN -r N0.t: .c-..- ?-------- ----111- ------ --- ----1- ..._.... N.. —.sh.- detail+ mdu mam Loadings in f"t coWmo, essrnding total, of ro,.m 6eaSvs+to.e d rnimnn. The accompanying Motes to Financial Statement are an integral part of this Statement. (8) Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No 77,rA,',,,-,, OI�iTRACT� G'- i7(�7AP'� = _, - - - - - t SULLY - MILLER CONTItACTING COMPANY Project Experience Page_ Item Approximately 2,000 -3,000 individual construction projects are completed annually. The experience I ist above represents only some of the significant projects completed during the respective period. Value of Work Year Type of Work Performed Location of Work For Whom Performed 131/69 Street & Storm Drain 1,187,741 L. A. - Van Owen City of L. A. " Excavate, Grade, Pave 1,120,667 L. A. Intl. Airport TWA " Excavate, Grade, Pave 610,250 Long Beach Airport City of Long Beach " Excavate, Grade, Pave 594,373 L. A. County County of L.A. Site Develop & Pave 819,410 Mission Viejo Mission Viejo Co. " Highway Const. 718,931 Orange County City of Huntington Beach " Excavate, Grade, Pave 593,841 Ventura County C. F. Braun Co. 31,170 Site Develop & Pave 1,395,031 Long Beach City of Long Beach " Excavate, Grade, Pave 983,449 Palmdale Lockheed California Corp. Site Development 803,748 Mission Viejo Mission Viejo Corp. Site Development 697,379 Orange County Occidental Petroleum " Grade and Pave 667,398 Long Beach City of Long Beach " Grade and Pave 667,210 L. A. County County of L. A. Excavate, Grade, Pave 626,404 L. A. County Santa Fe Springs Flood 31/71 Grade, Pave, Structures 851,071 Long Beach - Queen Mary City of Long Beach " Underground Sewer 2,A50,728 Fountain Valley - Sunflower Orange County Sanitation " Underground Pipe 3,255,312 Santa Ana Valley State of California " Underground. Pipe, 1,793.;469 Sans -F.na W ef. - L. A. Cr'. L. A. Cou;;ty l'1',. ' Highway '1,051,103 Beach Blvd. - Ora.r.gc Co. State of Ca19.farnia Highway 1,141,252 Beach Blvd. - Orange Co. State of California " Highway 1,392,542 Highways 101, 154 State of California " Street & Structures 623,282 Shoreline Dr. - L. B. City of Long Beach Underground 793,819 City of Palos Verdes City of Palos Verdes Underground Storm Drain 792,993 Magnolia Cnt. - Riverside Riverside Co. Flood Control 31;72 Water - Fresh Water 10,415,234 Santa Ana Valley - Org. Co. State of California Storm Drain Proj. -Major 3,330,355 Pasadena - L. A. County State of California Water - Fresh Water 2,187,461 Upland -San Bernardino Co. Metropolitan Eater District " Storm Drain Project -Major 1,534,312 Belmont Shore - L. A. Co. L. A. Co. Flood Control " Storm Drain Project -Major 1,296,904 Ballona Creek - L. A. Co. L. A. Co. Flood Control Asphalt /Cone Resurf- .Major 1,240,889 Hwy. 78 /Jeff- Oceanside State of California " Water - Fresh Water 1,156,983 Wheeler Ridge -Kern County Maricopa Water Storage District " Freeways 885,966 Golden Street Fwy - L.A. Co. State of California " Structures - Major. 844,868 Soledad Canyon - L. A. Co. L. A. County Road Department " Storm Drain Proj. - Major 827,471 San Antonio Wash -L. A. Co. L. A. County Flood Control 1/73 Large Diam. Sewer Line 6,696,287 Orange County Orange County Sanitation Con. Channel, Bridge & St. 2,656,067 Aliso Creek -L. A. County Metropolitan Water District Large Diameter Water Pipe 1,811,629 Los Angeles County Metropolitan Water District " Fwy Bridge & Bus Lanes 1,791,217 San Bernardino Freeway State of California " Lg. Dia. Wtr.Distrib.Line 1,567,948 Los Angeles County Metropolitan Water District " Lg. Dia.l'itr.Distrib.Line 1,041,676 Los Angeles County San Gabriel Valley Municipal " Street Improvements 951,792 Los Angeles County Los Angeles County Concrete Box /Flood Control 850,702 Los Angeles County Los Angeles County Flood Control' Reservoir Repair 824,108 Orange County Irvine Ranch Water District Large Diam. Storm Drain 813,404 Pueblo, Colorado City of Pueblo, Colorado Approximately 2,000 -3,000 individual construction projects are completed annually. The experience I ist above represents only some of the significant projects completed during the respective period. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STREET RESURFACING FORD ROAD AND BAYSIDE DRIVE 1973 -74 CONTRACT NO. 1614 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR1of2 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 here- by proposes to furnish all materials and do all the work required to complete Contract No. 1614 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY EM DESCRIPTION UNIT 76TKI NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 3400 Construct Type III- C2- AR4000 asphaltic Tons concrete overlay, including tack coat. / @ T•�/�%v� Dollars and os� Per Ton Cents 2. 475 Remove existing and construct 8" Tons Type III -A or B- AR4000 asphaltic concrete base course @ Dollars Fcr! and Cents $� _ $ Per Ton 3. 21 Adjust sewer and storm drain Each manholes to finished grade. Dollars and ALQ Cents $�_ $ /$�0 er Eac , 0 0 PR2of2. ITEM QUANTITY ITEM DESCRIPTION UNIT TOT L NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 26 Adjust water valve, sewer cleanout, Each survey monument and water meter boxes to finished grade. @ Dollars and = °= Cents $ 5a $� Per Each TOTAL PRICE WRITTEN IN WORDS: r;�Ty ,es0 /.3.ro r�t/,e7y—�,rio Dollars and Cents INS f / CONTRACTOR'S LICENSE NO. 1I5A CLASS "A" TELEPHONE NUMBER CONTRACTOR "S ADDRESS F. V. SOX 432 4It G4 CALIF. 98667 0 s 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STREET RESURFACING FORD ROAD AND BAYSIDE DRIVE CONTRACT NO. 1614 INDEX TO SPECIAL PROVISIONS D. Utility Adjustment to Grade . . . . . . . . . . . . . . . . . 4 Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 III. COMPLETION OF WORK . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 V. TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . I VI. NOTIFICATION OF RESIDENTS . . . . . . . . . . . . . . . . . . . . 2 VII. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VIII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . . . 3 A. Asphaltic Concrete Patching . . . . . . . . . . . . . . . . . 3 B. Street Reconstruction . . . . . . . . . . . . . . . . . . . . 3 1. Limits of Reconstruction . . . . . . . . . . . . . . . . . 3 2. Pavement Removal, Excavation, and Subgrade Preparation . . . . . . . . . . . . . . . . . . . 3 3. Asphaltic Concrete Base Course . . . . . . . . . . . . . . 3 a. Definition . . . . . . . . . . . . . . . . . . . . . . 3 b. Asphaltic Concrete . . . . . . . . . . . . . . . . . . 3 c. Placement . . . . . . . . . . . . . . . . . . . . . . 3 C. Asphaltic Concrete Overlay . . . . . . . . . . . . . . . . . . 3 1. Limits of A.C. Overlay . . . . . . . . . . . . . . . . . . 3 2. Pavement Markers . . . . . . . . . . . . . . . . . . . . . 3 3. Asphaltic Concrete . . . . . . . . . . . . . . . . . . . . 4 4. Placement . . . . . . . . . . . . . . . . . . . . . . . . 4 D. Utility Adjustment to Grade . . . . . . . . . . . . . . . . . 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR 0 SP 1 of 4 ii[H07�1.17;�9:17:1`�11J:{'�9 ill CONTRACT NO. 1614 I. SCOPE OF WORK The work to be done under this contract consists of furnishing all labor, equip- ment, transportation, and material necessary to complete asphaltic concrete resurfacing and reconstruction as shown on the plans, complete in place, in- cluding necessary appurtenant work. The contract requires completion of all work in accordance with these Special Provisions, the Plans (Drawing No. R- 5238 -S), and the City's Standard Drawings and Specifications. The City s Standard Specifications are the Standard Specifi- cations for Public Works Construction, 1973 Edition. Copies may be purchased rom BUIlding News, Inc., JUbb UTerland venue, os ngeles, California, 90034, telephone (213) 870 -9871. Copies of the City's Standard Special Provisions may be purchased from the Public Works Department. II. GUARANTEE The contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and all workmanship against any defects whatsoever. Any such defects shall be repaired at the contractor's expense. III. COMPLETION OF WORK The contractor shall complete all work on the contract within 30 consecutive calendar days after receiving notification of award of contract. IV. PAYMENT All incidental items of work not separately described in the proposal shall be included in the unit price bid for the various items of work, and no additional compensation shall be made. V. TRAFFIC CONTROL The contractor shall provide traffic control in compliance with Section 7 -10 of the Standard Specifications. Adequate barricades shall be used to insure public safety and to prevent tracking of the tack coat or rutting of the asphalt resurfacing prior to its curing adequately for traffic use. Ingress and egress to all driveways adjoining the work shall be reasonably maintained except during the resurfacing operations and application of tack coat. r a . SP2of4 TRAFFIC CONTROL - (Continued) Work shall progress in such a manner that one half of each street shall remain open to vehicular traffic at all times. The contractor shall furnish temporary "NO PARKING" signs and post the streets to be resurfaced twenty -four (24) hours in advance of his resurfacing operations. The signs shall be made of white or buff card stock with a minimum weight of 120 pounds. Signs shall have minimum dimensions of 15 inches wide and 18 inches high. The signs shall be lettered in red except for the date of work and shall conform to the dimensions shown below: TEMPORARY 32" NO PARKING-13" TOW AWAY ZONE 3 1112 6 A.M. TO 6 P.M .31'/2" C.V.C. 22652 B = 3/41 NEWPORT BEACH POLICE DEPT =0 673-2211 = 3/4' The contractor shall insert in black the date of work for the street or alley to be posted. A copy of the required sign is on file for inspection at the Public Works Department. VI. NOTIFICATION OF RESIDENTS Written notices prepared by the City shall be distributed to the affected residents by the contractor 36 to.48 hours in advance of the seal coating. The notices shall alert the abutting residents of the temporary inaccessibility to their property, stating when the work will start and approximately when the street will be restored to normal vehicular use. A renotification distributed by the contractor shall be required if there are errors in distribution, false starts, acts of God, or other alterations of the distributed schedule. The City will prepare the written renotification explaining the cause for delay and stating the new schedule. VII. WATER The contractor shall make his own provisions for obtaining and applying water necessary to perform his work. If the contractor desires to use available City water, it shall be his responsibility to make arrangements for water purchase by contacting the City Utilities Superintendent, Mr. Tom Phillips, at (714) 673 -2110, Extension 267. 0 VIII. CONSTRUCTION DETAILS A) Asphaltic Concrete Patching • SP3of4 City Forces will complete asphaltic concrete patching prior to the over- laying operations. B) Street Reconstruction 1) Limits of Reconstruction The contractor shall reconstruct a portion of Bayside Drive to the limits shown on the plans. 2) Pavement Removal, Excavation, and Subgrade Preparation All pavement to be removed and all material to be excavated from the street area down to the subgrade plane shall become the property of the contractor. It shall be his responsibility to dispose of the material away from the job site in a manner and at a location accept- able to all cognizant agencies. Subgrade preparation shall be in conformance with Section 301 of the Standard Specifications. 3) Asphalt Concrete Base Course a) Definition Base course is defined as that area between final compacted Sub- grade and the existing street grade. The base course shall consist of two lifts, each with a compacted thickness of 4 inches. b) Asphaltic Concrete The asphaltic concrete to be furnished and placed for the base course shall be Type III -A or B - AR 4000 in conformance with Section 400-4 of the City's Standard Specifications. c) Placement The asphaltic concrete shall be placed in conformance with Section 302 -5 of the Standard Specifications. C) Asphaltic Concrete Overlay 1) Limits of A.C. Overlay The asphaltic concrete overlay shall be placed to the limits and thickness as shown on the plans. 2) Pavement Markers Prior to placing the A.C. overlay the contractor shall remove all pavement markers from the centerline of Bayside Drive. 0 • SP4of4 CONSTRUCTION DETAILS - (Continued) C) Asphaltic Concrete Overlay - Continued 3) Asphaltic Concrete The asphaltic concrete to be furnished and placed for the overlay shall be Type III -C2 -AR 4000 in conformance with Section 400 -4 of the Standard Specifications. 4) Placement The asphalt concrete shall be placed in conformance with Section 302 -5 of the Standard Specifications: D) Utility Adjustment to Grade All sewer and storm drain manholes, water valve boxes, sewer cleanouts, water meter boxes and survey monument boxes shall be adjusted to finished asphaltic concrete surfacing grade in a manner similar to that described in Section 302 -5.7 of the Standard Specifications. The contractor shall pave over all existing gas, electric, telephone, and cable television facilities. Prior to starting work, the contractor shall notify the affected utilities in order that they can tie out their facilities. Although these facilities are to be adjusted to finished grade by the respec- tive utility, the contractor shall be required to mark their location on the finished pavement surface. BOND NO: 900400(8388) �A.LA. Document No. A -310 (February 1970 Ed. ) PREMIUM: INCLUDED IN BBSu HIGHLANDS INSURANCE COMPANY HIGHLANDS UNDERWRITERS INSURANCE COMPANY 600 JEFFERSON STREETTON, TEXAS 77002 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we as Principal, hereinafter called the Principal, and SULLY - MILLER CONTRACTING COMPANY HIGHLAN SURANCE 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(S 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 FORD ROAD AND BAYSIDE 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 23rd day of April A.D. 19 74 SULLY - MILLER CONTRACTING COMPANY -YV) 1 1 C , n _ / (Principal) _ (sew) (Witness) E. HOLLAND (Tide) ASSISTANT SECRETARY HIGHLANDS INSURANCE COMPANY (surety) - _ (Witness) - -= • T- _ CAITHAMER Attorney in fact STATE OF CALIFORNIA as. COUNTY OF LOS ANGELES r On this 23rd day of Agri 1 19 —Z4— before me, a Notary Public, within and far said County and State, personally appeared J.H. CAITHANER 10 me personally known, -he being duly sworn, upon oath, did say that he is the Agent and /or AUarMydn -fact 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 that the Corporate seal affixed to the foregoing within iristrumant is the goal of sold Company that the seal was affixed, and the said instrument was executed by authority of its Board of Dirac- ton; and the said T _H CATTHAMPR 4'd acknowledge that he executed the said instrument as the free act and dead of said Company. nnminuu�gyigxnmui OFFICIAL SEgmiiisrses�ee, n� // OFFICIAL spat 1 A -�-�1L K _FS WILLIAM R. K. BRITTON - ' �r "'�- _- �� NO 1UInL PUBLIC 4ALIFORNIA Notary Public PRINCIPAL OMCE IN LOS ANOF1fi ODUIdTY u. 4 .s_. t c ' . -: :.� " HI 'Ula �: ..� YYNIRC� a'. °: � � ' t�Qi. . >� _ .. �... .. .. ... .. Irnmpn:...� ..:. .......:...... � ... �.: �: c STATE OF CALIFORNIA, COUNTY OF LOS ANGELES DN tart' April 23 lg 74 before me, the �Krsigned�OL o Nblic in and for said State, personally appeared , known to me to be the ASSISTANT SECRETARY. 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. • 0 DIANNE �M WITNESS my hand and official seal_,_ •` ♦ "`.�... NOTARY Puet.rc CALIFORNIA* I` 41 '4 PMNCIM OFF= fM i Los A"GLUM COIIMY • MY O M ON" FSmku FOWMM 1, 1977 ----------------- ••••M•••.• Mraw. it ie uul kw'lnLl 4t�n G O .z Z m rn M a k1% E4 I aw �II�I���lfl�l� �� e�iaan r�nnieuiu�iaNm� III nl��l��l�l �i IIN�Rfl� .z Z m rn M a k1% E4 I MAY 13 1974 �y C;;'f CO =IVCIL RESOLUTION NO. Ac4 5 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR STREET RESURFACING, FORD ROAD AND BAYSIDE DRIVE 1973 -74, CONTRACT NO. 1614 WHEREAS, pursuant to the notice inviting bids for work in connection with street resurfacing, Ford Road and Bayside Drive, 1973 -74, in accordance with the plans and specifications heretofore adopted, bids were received on the 23rd day of April, 1974, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible 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 $52,832.00 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. ADOPTED this 13th day of May, 1974. ATTEST: City Clerk Mayor mh 5/10/74