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