Loading...
HomeMy WebLinkAboutC-1643 - Street improvements on St. Andrews Roads A4 OCT z 9 1974 TO: CITY COUNCIL FROM: Public Works Department October 29, 1974 CITY COUNCIL AGENDA ITEM N0. H -11 SUBJECT: ACCEPTANCE OF IMPROVEMENT OF ST. ANDREWS ROAD FROM 15TH STREET TO CLIFF DRIVE (C -1643) 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 improvement of St. Andrews Road from 15th Street to Cliff Drive has been completed to the satisfaction of the Public Works Department. The bid price was $23,245.00 Amount of unit price items constructed 23,042.93 Amount of change orders 2,830.14 Total contract cost 25,873.07 Funds were budgeted in the General Fund, Street and Alley Account. Two change orders were issued. One, in the amount of $850, provided for the removal and replacement of a cross gutter spandrel at the Clay Street intersection. The second, in the amount of $1,980.14, provided for the removal of a quantity of unsuitable subgrade material and backfilling the area with crushed rock. The design engineering was performed by the Public Works Department staff. The contractor is Sully- Miller Contracting Co., Inc. of Orange, California.. The contract date of completion was September 13, was completed on that date. l seph evlin P blic o s Director id 1974. The work AUG 12 1974 By 4he CITY COUNCIL CITY 9W ON00947 WACH TO: CITY COUNCIL FROM: Public Works Department August 12, 1974 CITY COUNCIL AGENDA ITEM N0. H -2 (e) SUBJECT: IMPROVEMENT OF ST. ANDREWS ROAD FROM 15TH STREET TO CLIFF DRIVE (C -1643) RECOMMENDATIONS: Adopt a resolution awarding Contract No. 1643 to Sully - Miller Contracting Co. for $23,245 and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Five bids were received and opened in the office of the City Clerk at 10:00 A.M. on August 5, 1974. Bidder Amount Sully- Miller Contracting Co.; Orange $23,245.00 Mark Company; Garden Grove 24,926.00 E. L. White Co. Inc.; Orange 25,940.20 Griffith Company; Irvine 28,919.00 J. B. Crosby Co. Inc.; La Palma 30,335.00 The low bid is 22.5% less than the engineer's estimate of $30,000. Funds have been provided for this work in the Annual Street and Alley Program, budget number 02- 3374 -014. This project provides for reconstruction of the easterly side of St. Andrews Road and resurfacing of the westerly side. By performing the work at this time, complete reconstruction of the street can be avoided. The work is of the continuing street maintenance program. The plans were prepared by the Public Works Department mated date of completion is September 13, 1974. l oseph vlin ublic s Director W:jd The esti- _?47 41 4'�" '; JUL 2 2 197 By the CITY COUNCIL CITY OF NP- A44OBT BEACH TO: CITY COUNCIL FROM: Public Works Department July 22, 1974 CITY COUNCIL AGENDA ITEM N0. H-9 SUBJECT: IMPROVEMENT OF ST. ANDREWS ROAD FROM 15TH STREET TO CLIFF DRIVE (C -1643) RECOMMENDATIONS: Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids for Contract No. 1643 to be opened on August 5, 1974 at 10:00 A.M. DISCUSSION: This project provides for reconstruction of the easterly side of St. Andrews Road and resurfacing of the westerly side. By performing the work at this time, complete reconstruction of the street can be avoided. The work is part of the continuing street maintenance program. The plans were prepared by the Public Works Department. The esti- mated date of completion is September 13, 1974. The estimated cost of the work is $30,000. Funds have been pro- vided for this work in the annual street and alley program, Budget Number 02- 3374 -014. Joseph Devlin Public s Director �Y: jd Att. CITY OF NEWPORT BEA PUBLIC WORKS DEPARTMENT 11NIiPOVE/Y/EN7 OF 5T. .4NGlZEGf�S .?O. 9c /mac J � co' AL / O. P(OB' A.C. A.B. N.7 S. DRAWN A.L. DATE 7- /O -74 APPROVED PUBIC WORK! DMECTOR R.E. RW. !. q L14AL NOTICE LEGAL NOTICE CITY OF NEWPORT BEACH 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 5th day of August, 1974, at which time they will be opened' and read, for performing work as follows: IMPROVEMENT OF ST. ANDREWSROADFROM 15THSTREET TO CLIFF DRIVE CONTRACT NO. 1643 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- taining 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 Presi- aent 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 - 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 perform, ed 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 1770- Labor Code relating to prevailing wage rates (Sections 1781 inclusive). ' The city reserves the right to reject any or all bids and to waive any informality in such bids. ;y LAURA LAGIOS, CITY CLERK CITY OF NEWPORT BEACH, CALIFORNIA -`" 1`;• �, '� Publish: July 25, 1974, in the Newport Harbor Ensign, ' ` k November 15, 1974 sully - Miller Contracting Co. P. 0. Box 432 Orange, (.A 92667 subject: Surety . Seaboard Surety Oampany Heeds Nos. : 792873 Project : Saint Andrews Fead Street Improvements from 15th Street to Cliff Drive Contract No.: 1643 'fie City Omwil on October 29, 1974 accepted the work of subject Project and authorised the City Clerk to file a Notice of Oosple- ticn and to release the bonds 38 days after Notice of Oospleticn has been filed. Native of Completion was filed with the Orange Ooemty Recorder on November 1, 1974, in Book 11279, Page 244. Please notify your surety company that bonds may be released 35 days after recording date. Laura Logics, CHC City Clerk LL:,-vk cc: Public Works Department PLEASE RETURN TO, RE ECORDp 0 LAURA LQGIOS, CITY CLERK BY 653 CITY OF "NEWMIRT BEACH EXEMPT 3300 NEWPOJ BOULEVARD C8 NEWPDX BEACH, CALIF. 92660 NOTICE OF COMPLETION PUBLIC WORKS ON 1,1279FG 244 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 9:05 A.M. N,V 1 194 J. WYLflE CARLYLE, County Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on September 13, 1974 the Public Works project consisting of Saint Andrews Road Street Improvements from 15th Street to Cliff Drive, C -1643 on which Sully -Mil was the contractor, and was the surety, was completed. V ERI FI C AT I, the undersigned, say: CITY OF NEWPORT BEACH 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 October 30, 1974 at Newport Beach, California. VERIFICATION OF CfTY ICLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on October 29, 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 at Newport Beach, California. E)eteber 38, 3:974 _, fdJ� l' isr�+1W C;Ty nr X 9 a CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Area Code 714 673 -2110 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 Sit Aedr om HOW Street IeprOVem me from 15th Street to Cliff Drive. Contract No. 1643 on which &jjjV=Mjjnr etntylLatincr 00. was the Contractor and CkyaHnwra sln3ft QMPKW was the surety. Please record and return to us. LL: Encl. 1� Very truly yours, Laura Lagios City Clerk City of Newport Beach Date SDIr 8. 1974 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1943 Project Est of 3t. kW two ftad ft= 15th Show tv cuff VAV* Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Address: P. 0. B= 4320 ftmp9 CA !2497 Amount: $ $239246.00 Effective Date: 8 -28-74 Resolution No. 8382 Laura Lagios LL:dg Att. cc: Finance Department Q August 27, 1974 TO: CITY CLERK FROM: Public Works Department SUBJECT: IMPROVEMENT OF ST. ANDREWS ROAD FROM 15TH STREET TO CLIFF DRIVE - CONTRACT NO. 1643 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 pempining copies to this depart- ment. ohn S. Wolter Project Engineer JSW:h Att. a Cerbate of Workmen's Compensation Cover ge 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: Improvement of St. Andrews Rd. from 15th St. to Cliff Dr Contract 1643 ".I am aware of and will comply with Section 3700 of the Labor Code, requiring every employer to be insured against liability for Workmen's Compensation or to undertake self- insurance before commencing any of the work." Date: August 16, 1974 This is to certify that Sully Miller Contracting Company is self- insured under provisions of the California Workmen's Compensation Law and has in its files Certificate of Consent to Self- insure No.1130,issued October 1, 1967 by the Director of Industrial Relations of the State of California. This coverage will not be canceled except on 30 days advance written notice t(oo you. Title FRANK E. HOLLAND ASSISTANT SECRETARY FOW 6825M (R V a 1691 vmxho IN U.S.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. 1643 Project Description: IMPROVEMENT OF ST. ANDREWS ROAD FROM 15TH. STREET TO CLIFF DRIVE This is to certify that the (CONTINENTAL INS.COMPANY FOR THE 1ST INSURANCE COMPANY has issued to SULLY - MILLER CONTRACTING COMPANY (Name of nsure ATTACHED PAGE NO.2) 3000 EAST SOUTH STREET LONG BEACH CALIFORNIA 90805 M. o Insure Ty 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. 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 or Brokeri 3303 Countersigned by: Effective date of this endorsement: 8/12/74 , 19 , Endorsement No. 60 PAGE 1 of 2 it ) it B 2. Policy No. P6Ticy Term .......... Limits of a ac ccurance yCoverage ggr(Minimum: (Minum: $500,000) $ 500,000 Protective $1,000,000 Products 500,000 Contractor COMPREHENSIVE LIAB. L 1477580 (see att'd From: 11/1172 5_OO,000.Protectiv( Combined Single Limit Bodily Injury or Property Damage for excess) To: Until Canceled $ 500,000.00: 1,000,000. Products SOO,oOO.Contractui Each occurence CONTINENTAL INSURAN E COMPANY F THE 1ST. $1,0, ,000.00 FOR THE ESS LIMITS SEE PAG, 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 or Brokeri 3303 Countersigned by: Effective date of this endorsement: 8/12/74 , 19 , Endorsement No. 60 PAGE 1 of 2 it ) it B 2. i SIGNAL INSURANCE COMPANY POLICY T.O. XCL 306180 50.7 of ) TERM* ,:M—EMBER 1, 1972 to \OVDSER 1, 1975 )) SIGNAL `:SURANCE MMA\Y ) ) GKIl11 i�u✓ J1.VI+I: ..a.11 UNIGARD INSURANCE GROUP ) N BODILY INJURY AND PROPERTY D MME, EACH ACCIDENT OR POLICY NO. 1 -0287 31.25% ^f) OCCURRENCE MIM: NOVEMBER 1, 1972 to NOVEMBER 1, 1975. ) LJNIGARD . },:UTOAL Il ylTeS: "� COMPANY , $ :500,000.00 EXCESS OF $1,000,000.00 BY 11 •s,,, , iNTE=nVATIONAL SURPLUS LINES INSURANCE COMPANY ) POLICY NO. XSI -1416 12.5% of ) TERM: NDVE-�!BER 1, 1972 to, NOVDSER 1, 1975 ) INTERN' 'f.�:•iAL SURPLUS\L�LS INSURANCE COMPANY ) AETNA INSURANCE COMPANY POLICY NO. UL 783166 ) TERN: APRIL 1,1974 to NOVEBER 1,1975 6.25% AETNA INSURANCE COMPANY ) 4 ) . BY Page 2 6145 SANTIAGO CANYON ROAD /P.O. BOX 432 / ORANGE, CALIFORNIA 92669/714) 639-1400 X714) 547 -0975 TRANSMITTAL Date August 21, 1974 Project St. Andrews Rd from 15th St to Cliff Dr. To p„hl;c, Works Dej)artment City of Newport Beach We send you herewith: 4 copy(ies) of Contract No. 1643 For: x your signature(s). your initialling of change(s). Please return promptly: executed letter (Attachment A) stating those person(s) authorized to sign for extra work. _X our fully executed copy of contract. Thank you, SULLY - MILLER CONTRACTING COMPANY cb GENERAL ENGINEERING CONTRACTOR By ���227"iu�,CLJ Secretary SINCE 1923 ASPHALT 6 ROCK PRODUCTS MANUFACTURER P ' J S Approved by the City Council this 22nd day of July 1974. 25LI4 2 Laura agios, City erc Fm CITY CLERK CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR IMPROVEMENT OF ST. ANDREWS ROAD FROM 15TH STREET TO CLIFF DRIVE CONTRACT NO. 1643 SUBMITTED BY: SULLY = MILLER CONTRACTING COMPANY Contractor P. 0. Box 432 ddress Orange, California 92667 Ci ty (714).639 -1400. Telephone 23.245.00 Total Bid Price r s V. 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IMPROVEMENT OF ST. ANDREWS ROAD FROM 15TH STREET TO CLIFF DRIVE 1974 -75 CONTRACT NO. 1643 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR of 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. 1643 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION L NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 460 Construct Type III- C2- AR4000 asphaltic Tons concrete overlay, including tack cpat. @ Thirteen Dollars and Cents Per on 1200 Remove existing and construct 8" Tons Type III -A or B- AR4000 asphaltic concrete base course @ Thirteen Dollars and twent -five Cents Per on 6 Adjust sewer and storm drain Each manholes to finished grade. @ One hundred Dollars and no Cents Per Each .,.I- I $_13.25. $15.900.00 PR2of2 ITEM QUANTITY ITEM DESCRIPTION UNIT TMAI_ NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 13 Adjust water valve, sewer cleanout, Each survey monument and water meter boxes to finished grade. @ fifty Dollars and Cents $ sn_nn $ a.rn nn Per ac TOTAL PRICE WRITTEN IN WORDS: Twenty -three Thousand Two Hundred Forty -five Dollars and nn Cents ily 31, 1974 ate CONTRACTOR'S LICENSE NO. 15,3R Cldss "All- . $ 0n .$. 23;245:00. ut orize ignature Jack Wilson - Assistant Secretary TELEPHONE NUMBER (71:4 639 -1400 CONTRACTOR'S ADDRESS P. 0. Box 432 Orange, California 92667 k • CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS Page 1 SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:00 A.M. on the 5th day of August , 1974 , at which time they will be opened and read, for performing work as follows: .. IMPROVEMENT OF ST. ANDREWS ROAD FROM 15TH STREET TO CLIFF DRIVE CONTRACT NO. 1643 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 t3� he Cor orate Seal shall be affixed to all documents requiring signatures. In the case of a artnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the .provisions of Chapter 9, Division III.of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) OEM Page la The City has adopted the Standard S ecifications for Public Works Construction (1973 Edition) as prepare y t e out ern a i ornia Chapters o 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,.classifi.cation, 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 omissio.. 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 Bidder's Bond Cash, Certified Check, Cashier's Check or Bond in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. (714) 639 -1400 Phone Number July 30, 1974 W_ te SULLY - MILLER CONTRACTING COMPANY Bidder's Name (SEAL) S /Jack Wilson Authorized Signature Jack Wilson - Assistant Secretary 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 D. E. Branch, Assist. Sec. W_ Mane Rash, VP, Treas. A Se.. James E. winders, Assist Sec Richard F. Molyneux, VP & Mgr, Plant Div. Frank E. Holland, Assist. Sec. .lnhn A RPrtnn, Vira Presid nt P A ,pbhntt. Ascict Sec John T. Kovacks, Vice President James R. Courtney, Assist. Sec. William R_ rraig_ Ascigp_ Treae_ Jack Wilsnn. Assist_ SeL- James 0. Pittman, Controller Gene Miller, Assist. Sec. \ / � y� «\ 6� \[ m/ ) \ 7(\ )\ }/ \) E{ ;( �}§ \\ ) on ( CD -%� \(/ a \ r \\ \ ) j \ ) \ / a o k \ \ \ � \ &-z- ;:>:» tTl cn Ec -®[§5; \ \ \�\ i � G- _- \ ] \�- \ \ } � - ¥ \ - � : Page 3 DESIGNATION OF SUB- CONTUCTORS The undersigned certifies that he has used the su'u-bids of the following listed contractors in making up his bid and that the sub - contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub - contractors except upon the prior approval of the Engineer. Item of Work Sub - contractor Address 1. 2. 3. 4, 5. 6. 7. 8. 9. 10. ' 11. 12. u I�' .i S /Jack Wi 1 son r, Authorize Signature Jack Wilson, Assistant Secretary Type of rganization (Individual, Co- partnership or Corp) ress ( FOAIGINAL SEE CITY CLERK'S FILE L Bond No. 766046 0275) page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, Sully- Miller Contracting Company_ _ as Principal, and Seaboard SuretyCompany , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percentum (10 %) of the amount of the bid Dollars ($ Ten Percent ), lawful money of the United r 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 Improvement of St. Andrews Road from 15th Street to .Cliff Drive -- Contract No 1643. 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 .5 day of August , 19 74 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) Laurence J. Nantais, Notary Public Commission Expires May 14, 1976 T Sully- Miller Contracting Company Principal S/ Fred E. Holland, Asst. Secretary Seaboard Surety Company Surety By S/ J. H. Caithamer 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, SULLY- MILLER CONTRACTING COMPANY S /Jack Wilson - Assistant Secretary Subscribed and sworn to before me by this t30 h day of July , 19 74 - MY commission expires: May A- 1975 James F. Winders Notary Public ELLS 4 FOR ORIGINAL SEE CITY CLERK'S FILE COPY Page 6 ; STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. On file with City Clerk. S /Jack Wilson Signed Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. S /Jack Wilson Signed Jack Wilson - Assistant Secretary oofx- ?ka 7`1 t 73 • • _ Page 8 THE PPRAIMA ^R THIS r ' "SM,!Jf}Ep !Y LABOR AND MATERIAL BOND THAT OF THE PEHFDH;AA*,;E Az .it. KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted August 12, 1474 has awarded to SULLY - MILLER CONTRACTING COMPANY hereinafter designated as-the "Principal ", a contract for impmvement of st_ Andrews Road from 15th Street to Cliff Drive (Contract No. 1643.) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a.bond.with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender., or other supplies or teams used in, upon,.for,.or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We SULLY- MILLER MRICTIR 111pilf as Principal, hereinafter designated as the Contractor and SEADOAPkD STJPECY CC) Lm, as Surety, are held firmly bound unto the City of Newport Beach, in the sum of CLCCAF�N 044AW .5 lie Mi MbReD7AD6vrv47zvoAA/,VZAwDollars ($ AAR? SV -- - -_- --} said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presehtsa 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.unde'r the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sueeties: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. 0 1� Page 9 (Labor and Material Bond - Continued) This bond shall inure to the benefit of any and all persons, companies, and corporation entitled to file claims under Section 1192;1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California, And the said Surety, for value 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 - strument has been duly executed by the Principal and Sur et above named, on the day of Ai[ r-LrST , 19. (Sea;) FUM E 801t€u"40 - AS"a'�rar mmulinV.' (Seal),. ontrac or SEABOARD SURETY 0. PI TMAN ApproveA as to form: �ke City Attorney This bond was approved by the City Council of the City of Newport Beach by motion on ae Attest: City Clerk Y (Seal) (Seal) (Seal) � _ _ __ • � Y i � C_�. �' � m`:v. .:.:.:.. .. ._. BOND No % 1 ? 8 73 Page: 10 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted has awarded to SULLY - MILLER CONTRACTING COMPANY hereinafter designated as the "Principal ", a contract for IMPROVEMENT OF cT_ AMDRFWr ROAD FR%LI5TH STREET TO CLIFF DRIVE CdNTRACT NO. 1643 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, _ JLLY- MILLER CDYW01116 19011 as Principal, hereinafter designated as the "Contractor ", and SF. OARD SURETY CObiPAXy As Surety, are held and firmly bound unto the City of Newport Beach, in the sum ofTkeury -m% -WQ'1_%dl0 %t!ollmwrXEt] F-,perV -FiVE ANO moo -- Dollars said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or.its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,.his or its heirs, executors, administrators, successors, or assigns, shall in all things . stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. Page. 11 (Performance Bond - Continued) And said Surety, for value received, hereby stipulates and agrees . that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any change,.extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond.as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the _1&7-Al day of ALt b c s r , 19j—q. Approved as to form: City tty ttorney z SULLY- MILL118 C01TRICTIIR DAIone�w (seal) !�►..�.r( /VGIiIJ�... l (Seal ) Frogs E MLUM - l m' Sea i C (Seal.) :: on rac or SEABOARD SURETY .(Seal.) 4Es 0. PIT VM gTFORH .2 -FArr Seal) Seal). ■(y2 ! \E §{ . ƒ; f ■ok. �®aE, §Jim .! � � / � � y� \ ƒ }� ƒ): >o �u o — @ E ,/ k\ /; fro •® >; \ \/^ e r: ■: 2 ->� ®E (: \�\� 3 & }: ° apm \ \ \� E ( \ \ ) \ k ) \ \ \ \ \ � s i f � ; � o f � � i _ @ p cTi a 3 1 I J 4_ ffi 0 n J= C 9 D Q f yo; ea e.cc • F n tea; � A i 4' 9iw. � Z O N [n ma, x to d ern y6 \\ I I \ I O p N d - � = O ^ d O 9 THIS AGREEMENT, made and entered into this oZSXly day, of gy 61 s 7- 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 and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and'Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (Except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be.encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated t& be borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner 'shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive.in,full compensation therefore the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case niay 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 Biddersj 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. • 0 Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. ATTEST: Approved as to form: tea. ity ttorney CITY OFOF_ NEWPORT ..BEACH, CALIFORNIA 7N mayor'- 7 By: SULLY -MILER 0001 Cai P. 0. Bo: 431 - �aee. Califaroi� 9YBBt- %; � -- ontrac-tor . O M 1Y LV% ANT. sECRUART iitie By: - Title CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IMPROVEMENT OF ST. ANDREWS ROAD FROM 15TH STREET TO CLIFF DRIVE CONTRACT NO. 1643 INDEX TO SPECIAL PROVISIONS Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. GUARANTEE... . . . . . . . . . . . . . . . . . . . . . . . . 1 III. COMPLETION OF WORK . . . . . . . . . . . . . . . . . . . . . I IV. PAYMENT. ... . . . . . . . . . . . . . . . . . . . . . . 1 V. TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . . 1 VI. NOTIFICATION OF RESIDENTS . . . . . . . . . . . . . . . . . . .. 2. VII. WATER . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . 2 VIII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . . 3 A., 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 B. Asphaltic Concrete Overlay . . . . . . . . . . . . . . . . . 3 1. Limits of A.C. Overlay . . . . . . . . . . . . . . . . . 3 2. Asphaltic Concrete . . . . . . . . . . . . . . . . . . . 3 3. Placement . . . . . . . . . . . . . . . . . . . . . . . . 3 C. Utility Adjustment to Grade . . . . . . . . . . . . . . . . . 4 CITY OF NEWPORT.BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR IMPROVEMENT OF ST. ANDREWS ROAD FROM CLIFF DRIVE 1974 -75 CONTRACT NO. 1643 I. SCOPE OF WORK SP 1 of 4 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- 5247 -S), and the City's Standard Drawings and Specifications.. The.City's Standard Specifications are the Standard S ecifi- cations for Public Works Construction, 1973 Edition. Copies may a purc as e from Building News,. Inc., 3055 Overland Avenue, Los Angeles, California, 90034, telephone (213) 870 -9871. Copies of the City's Standard Special Provisions may be purchased from the Public Works Department. II. 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. • 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 =2" NO PARKING :13" TOW AWAY ZONE -TO/2" 6 A.M. TO 6 P.M.-T 1112' C.V.C. 2265.2 B 3�4' NEWPORT BEACH POLICE DEPT. :JV G73- 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 work. The notices shall alert the abutting residents offthe 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. n u 0 SP3of4 VIII. CONSTRUCTION DETAILS A) Street Reconstruction 1) Limits of Reconstruction The contractor shall reconstruct a portion of St. Andrews Road 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. B) Asphaltic Concrete Overlay 1) Limits of A.(. Overlay The asphaltic concrete overlay shall be placed to the limits and thickness as shown on the plans. 2) 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. 3) Placement The asphalt concrete shall be placed in conformance with Section 302 -5 of the Standard Specifications. SP4of4 CONSTRUCTION DETAILS - (Continued) C) Utility Adjustment to Grade All sewer and storm drain manholes, water valve boxes, sewer cleanout, 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 will 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 0 CITY OF'NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR IMPROVEMENT OF ST. ANDREWS ROAD FROM 15TH STREET TO CLIFF DRIVE Approved by the City Council this 22nd day of July 1974. Lau" ra Lag os , City Cloerk 0 CONTRACT NO. 1643 SUBMITTED BY: ftuy4 iid.LrR C'D21mCTtPiG Contractor ddress GRANGF. CALM. Off ity m4y owl" Telephone � Total id Price { � '•. , �z -. - _ .__ �. t S � CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS. Page -1 SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:00 A.M. on the 5th day of August , 1974., at which time they wi 1 be opened and read, for performing work as follows: IMPROVEMENT OF ST. ANDREWS ROAD FROM 15TH STREET TO CLIFF DRIVE CONTRACT NO. 1643 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 Bi.dder'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. B. C. D. E. F. Proposal Designation of Subcontractors Bidder's Bond Non - collusion Affidavit Statement of Financial Responsibility 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—Corporate 3 Seal shall be affixed to all documents requiring signatures. In the case of a artnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not, been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) . e _ Page la The City has adopted the Standard Specifications for Public Works .Construction (1973 Edition) as prepared y t e out ern California Chapters of the XRprican Public Works Association and the Associated General Contractors, of. .America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Rating of at least AAA as per the latest edition of Best's Key Rating Guide (Property - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolu- tion No. 8090 adopted September 10, 1973. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 12 -10 -73 0 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 owissiuis 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 providlrg for the registration of Contractors, License No. rt5% Cf&" a Classification A Accompanying this proposal is 8*1 Doe R�S ..Jb TCash, Certified Check, Cashier's Check or BondT- 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. (7141 Mum Phone Number 30 I CI1 ate JACK WILSON - ASSISTANT SECRETARY Authorized Signature CORPoRq-ri 0 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: .. . •.emus vice resident R. R. MacGregor. Craig, Assist. Tress. _ L President See. Sichanrd �F. Molyneux, VP & Mgr, Plant 212. F.�ist. Sec. � �"�� V; Pies ent ea. John T. KovackI nn,_a i`•t:nk E. Holland, Assist. Sec.' Willi 6reig- a Vice President -045 . 2re4s. Japes R. Courtney, Assist. Sec. James 0. Pittman}, Controller, D. F_ R ^-oe33, f4ssSSL -$ec, Gem - _• , sec. James . F. YP iti11 r. e Asaisi,.:Sec indar& ea ..::.• . �- .� Page 3 DESIGNATION OF SJ2- C0NTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub - contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub - contractors except upon the prior approval of the Engineer. Item of Work Sub - contractor Address 1. 2. 3. 4. 5. b. 7. 8. 9. 10. 11. 12. C OR PQ P, em i 0 r4 Type of rganization (Individual, Co- partnership or Corp) 1.0.9M %tom C;1[ANM r.", �d67 Address BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, and Page 4 That we, as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ), lawful money of the United i States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of in the City of Newport Beach, is accepted by the City Council. of said City, and if the , above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of , 19 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) M Title rincipa Surety 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 'J 0A7 day of 19 7�. My Sommission expires: JAMES F. WINDE No4o ry Publie Cegfonue :> Orange County My Comrds. ion lirpires pr May 3. 1976 ry CONTRACTOR'S FINANCIAL STATEMENT [N A Corporation 1 ❑ A Co-partners - ip Sully- Miller Cont acting Company, `) ❑ An Individual NAME-------------------------- ---- ------ --- ------------ - - - - -- --- -- ------ -- -- ______ ---- C] Combination Condition at close of business December 31 _Y 71 ASSETS Current Assets 1. Cash ------------ - ----- - --- ------------ ----- 2. Notes receivable _ _------------------------------ 3. Accounts receivable from completed a 4. Sums earned on incomplete contracts--- 5. Other accounts receivable ----------- ________ 6. Advances to construction joint venture! 7. Materials in stock not included in Item 8. Negotiable securities -------------------- ----- _. 9. Other current assets ------------ ._.- . —____ Fixed and Other Assets 10. Reai estate__________________________________ 11. Construction plant and equip 12. Furniture and fixtures ----- .----- -_ 13. Investments of a non - current 1 14. Other non - current assets. --------- Current Liabilities 15. Current portion of notes and real estate encun 16. Accounts payable ----------- 17. Other current liabilities_. TOTAL LIABILITIES AND CAPITAL exclusive of equipment obligations Other Liabilities and Reserves 18. Real estate encumbrances. ---- _-------------- _..___:____� 19. Equipment obligations secured by equipment ---------- 20. Other non - current liabilities and non - current notes 21. Reserves .- ---- _ ------ ---- ------ - - -- - -- - - -- Capital and Surplus 22. Capital Stock Paid Up ------ 23. Surplus (or Net Worth)_ -_. ToTAL LrAnmr= AND CONTINGENT LIABILITIES 24. Liability on notes receivable, discounted or sold ------- __.__---------- 25. Liability on accounts receivable, pledged, assigned or sold.___ -_. 26. Liability as bondsman-- - -- _ ----------- ------ ------ --------- -- -------- ---- ---- --- 27. Liability as guarantor on contracts or on accounts of others ------- 28. Other contingent liabilities ----------------- _ -------------- - --- ------------------- TOTAL CONTINGENT Norc.—Show details under main headings in Ent column, extending totals of main headings to second column Notes to financial statement (1) See attached (2) See attached (3) See attached [81 MrAfL II '=' TOTAL 101 02 M. 114061 24 (3) 16 536 003 - -- - - - - - -- - - - - - -- 31 741 335 :l (1) �340_L505 __9 -� 1 15 599 746 -- - - - - -- - - - -- -- -- - - -- 31 741 335 • NOTES TO FINANCIAL STATEMENT Note 1 - OTHER NON- CURRENT LIABILITIES AND NON- CURRENT NOTES PAYABLE "Line 20" includes a $5,175,000 non - interest bearing note and $3,999,505 of non - interest bearing advances, .due to Union Oil Company of California. Union Oil does not require repayment of these amounts in 1972. Note 2 - CONTINGENT LIABILITIES Various suits and claims are pending against the company. It is the opinion of management, on the information furnished by counsel, that any ultimate liability will have no material adverse effect on the company's financial position. Note 3 - CONSTRUCTION PLANT AND EQUIPMENT See item 10, page 5. t; Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. Year !/31/69 n .'/31/70 n /31/71 „ 11/72 ,: il/73 n 0 SULLY - MILLER CONTRACTING COMPANY Project Experience Page_ 'Item 0 Value of Work Type of Work Performed Location of Work For Whom Performed Street & Storm Drain Excavate, Grade, Pave Excavate, Grade, Pave Excavate, Grade, Pave Site Develop E Pate Highway Const. Excavate, Grade, Pave Site Develop L Pave Excavate, Grade, Pave Site Development Site Development Grade and Pave Grade and Pave Excavate, Grade, Pave Grade, Pave, Structures Underground Sewer Underground Pipe Underground Pipe Highway Highway Highway Street & Structures Underground Underground Storm Drain Water - Fresh Water Storm Drain Proj.-: +Major Water - Fresh Water Storm Drain Project -Major Storm Drain Project -Major Asphalt /Cone Resurf -Major Water - Fresh Water Freeways Structures - Major. Storm Drain Proj. - Major Large Diam. Sewer Line Con. Channel, Bridge B St. Large Diameter Water Pipe Fwy Bridge 8 Bus Lanes Lg. Dia. Wtr. Distrib. Line Lg. Dia. Wtr. Distrib. Line Street Improvements Concrete Box /Flood Control Reservoir Repair Large Diam. Storm Drain 1,187,741 L. A. - Van Owen 1,120,667 L. A. Intl. Airport 610,250 Long Beach Airport 594,373 L. A. County 819,410 Mission Viejo 718,931 Orange County 593,841 Ventura County 1,395,032 Long Beach ' 983,449 Palmdale 803,748 Mission Viejo 697,379 Orange County 667,398 Long Beach 667,210 L. A. County 626,404 L. A. County 851,071 Long Beach - Queen Mary 2,450,728 Fountain Valley- Sunflower 3,255,312 Santa Ana Valley 1,793,469 Santa Ana Wash - L. A. Co. 110511103 Beach Blvd. - Orange Co. 1,141,252 Beach Blvd. - Orange Co. 1,392,542 Highways 101, 154 623,282 Shoreline Dr. - L. B. 793,819 City of Palos Verdes 792,993 Magnolia Cnt. - Riverside 10,415,234 Santa Ana Valley - Org. Co. 3,330,355 Pasadena - L. A. County 2,187,461 Upland -San Bernardino Co. 1,534,312 Belmont Shore - L. A. Co. 1,296,904 Ballona Creek - L. A. Co. 1,240,889 Hwy. 78 /Jeff - Oceanside 1,156,983 Wheeler Ridge -Kern County 885,966 Golden Street Fwy - L.A. Co 844,868 Soledad Canyon - L. A. Co. 827,471 San Antonio Wash -L. A. Co. 6,696,287 Orange County .2,656,067 Aliso Creek -L. A. County 1,811,629 Los Angeles County 1,791,217 San Bernardino Freeway 1,567,948 Los Angeles County 1,041,676 Los Angeles County 951,792 Los Angeles County 850,702 Los Angeles County 824,108 Orange County 813,404 Pueblo, Colorado City of L. A. TWA City of Long Beach County of L.A. Mission Viejo Co. City of Huntington Beach C. F. Braun Co. City of Long Beach Lockheed California Corp. Mission Viejo Corp. Occidental Petroleum City of Long Beach County of L. A. Santa Fe Springs Flood City of Long Beach Orange County Sanitation State of California L. A. County Flood Control State of California ' State of California State of California City of Long Beach City of Palos Verdes Riverside Co. Flood Control State of California State of California Metropolitan Water District L. A. Co. Flood Control L. A. Co. Flood Control State of California Maricopa Water Storage District State of California L. A. County Road Department L. A. County Flood Control Orange County Sanitation Metropolitan Water District Metropolitan Water District State of California Metropolitan Water District San Gabriel Valley Municipal Los Angeles County Los Angeles County Flood Control Irvine Ranch Water District City of Pueblo, Colorado Approximately 2,000 -3,000 individual construction projects are completed annually. The experience list above represents only some of the significant projects completed during the respective period. 4b TECHNICAL ABILITY AND EXPERIENCE REFERENCES Page 7 The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 2W � Zoo .TACK WILS014 9AS$ T*T SECRETARY • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IMPROVEMENT OF ST. ANDREWS ROAD FROM 15TH STREET TO CLIFF DRIVE 1974 -75 CONTRACT NO. 1643 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR of 2 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and here- by proposes to furnish all materials and do all the work required to complete Contract No. 1643 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 QUANTrTY ITEM DESCRIPTION TAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 460 Construct Type III- C2- AR4000 asphaltic Tons concrete overlay, including tack coat. @ 7V,PT Dollars and5- rN�ry -Fic Cents $13 $ Per Ton 1200 Remove existing and construct 8" Tons Type III -A or B- AR4000 asphaltic concrete base course @ Dollars and rrc<nly -r`i�e Cents $ j7j— $ Per Ton 6 Adjust sewer and storm drain Each manholes to finished grade. @ Dollars and ✓o Cents $jam /� $ V Per Each • • PR2of2 ITEM QUANTITY ITEM DESCRIPTION NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 13 Adjust water valve, sewer cleanout, Each survey monument and water meter boxes to finished grade. @ Dollars and Cents Per Each TOTAL PRI`CE�WRITT N IN WORDS: Dollars and Cents 31 1°I1y Da CONTRACTOR'S LICENSE NO. 01M CLASS "A" $ SG $ 5c TELEPHONE NUMBER M4) Wi4w, CONTRACTOR'S ADDRESS ! h. Wff 4n (" ANM CALM. 9W 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT . IMPROVEMENT OF ST. ANDREWS ROAD FROM 15TH STREET TO CLIFF DRIVE CONTRACT NO. 1643 INDEX TO SPECIAL PROVISIONS 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. 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 B. Asphaltic Concrete Overlay . . . . . . . . . . . . . . . . . 3 1. Limits of A.C. Overlay . . . . . . . . . . . . . . . . . 3 2. Asphaltic Concrete . . . . . . . . . . . . . . . . . . . 3. 3. Placement . . . . . . . . . . . . . . . ... . . . . . . . 3 C. Utility Adjustment to Grade . . . . . . . . . . . . . . . . . 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT, SPECIAL PROVISIONS FOR IMPROVEMENT OF ST. ANDREWS ROAD FRON 15TH ST. TO CLIFF DRIVE 1974 -75 CONTRACT NO. 1643 I. SCOPE OF WORK 0 SP 1 of 4 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- 5247 -S), and the City's Standard Drawings and Specifications. The.City's Standard Specifications are the Standard S ecifi- cations,for Public Works Construction, 1973 Edition. Copies may a purchased from.Building ews,. nc., 3055 Overland Avenue, Los Angeles, California, 90034, telephone (213) 870 -9871. Copies of the City's Standard Special Provisions may be purchased from the Public Works Department. II. 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. 0 0 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 =2 .NO PARKING 13" TOW AWAY ZONE a0/2". 6 A. M. TO 6 P.M._1 I' /2" C.V. C. 22652 B NEWPORT BEACH POLICE DEPT.=T�g 673- 2211 3/4' The contractor shall insert in black the date of work for the street or alley to be posted. A.eopy 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 work. The notices shall alert the abutting residents offthe 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, j Extension 267. SP3of4 VIII. CONSTRUCTION.DETAILS A) Street Reconstruction 1) Limits of Reconstruction The contractor shall reconstruct a portion of St. Andrews Road 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. i 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. B) 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) 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. 3) Placement The asphalt concrete shall be placed in conformance with Section 302 -5 of the Standard'Specifications. SP4of4 CONSTRUCTION DETAILS - (Continued) C) Utility Adjustment to Grade All sewer and storm drain manholes, water -valve boxes, sewer cleanout, 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. j The contractor shall pave over all existing gas, electric, telephone, and l cable television facilities. Prior to starting work, the contractor will 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. { a a I I BOND NO: 766046 (0275) • PREMI19 INCLUDED IN BBSU SEABOARD SURETY COMPANY HOME OFFICE: NEW YORK, N. Y. PROPOSAL BOND Know all Men hg these (resents: THAT WE, SULLY - MILLER CONTRACTING COMPANY as principal, and SEABOARD SURETY COMPANY, a corporation under the laws of the State of New York, having its principal place of business in the City of New York, New York, as surety, are held and firmly bound unto CITY OF NEWPORT BEACH as obligee, in the sum of TEN PERCENTUM (10%) OF THE AMOUNT OF THE BID IN----- - - - - -- DOLLARS, lawful money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. SIGNED, sealed and dated this 5th day of AUGUST WHEREAS, the said principal is herewith submitting its proposal for IMPROVEMENTS OF ST. ANDREWS ROAD FROM 1Sth STREET TO CLIFF DRIVE 19 74 THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that if the aforesaid principal shall be awarded the contract upon said proposal and shall within the required number of days after the notice of such award enter into a contract and give bond for the faithful performance of the contract, then this obligation shall be null and void; otherwise the principal and surety will pay unto the obligee the difference in money between the amount of the bid of the said principal and the amount for which the obligee may legally contract with another party to perform the said work if the latter amount be in excess of the former; but in no event shall the surety's liability exceed the penal sum hereof. SULLY- MILLER CONTRACTING COMPANY ECLIPipal F ,META -- SEABOARD SURETY COMPANY f By — F.. 136 J.H. CAIT R_ At rney -ln -Fact [(D } 7\ co / / � }� \ \/ � \( %74 ((} 22! ) }} § (\ \E{ ©�@ 2{\ )(\ +kt )f\ (E\ \\\ ¥/\ �£? ®Ek R�> G/S 2n@ \ \{ fm� \ \\ - \ \ E \ :\ ) j § z mo /\ j� &.___ , - f § . .............. I � Ei (� /cn . I / } \ \ \��� \! il} y / . . \ / \���� sl ul II \\ �i { \ , w IAJ j J 4, J J m 41 a _. V � a v _, 1 i 1j1 t l 13 i W � u x 2 1 ti 4 � 7 N ° J C Q Q p all, ori' � O W � 2 N C U Q IW.t 41 ¢ 2 F u W e a. j J 4, J J m 41 a _. V � a v _, 1 i 1j1 t l 13 i W � u x 2 1 ti 17 0 e. ti v of l �UUW f 4i 44. O O � CD J 0 CA C a 4 O r 41240 4Uz y a W F U LLI �,Rl�llfll �aeeiu�u�ipn� � IIINNBIII■ I��III�I��Rl�lllgllAlll II�IIH�gI�IIII�IIN�III �emnrymen��em s� _ _ G �: �.,... !'. - ..::.: ��..,. .. a. :�..F. � �..:.. :.. ..:. ...,. .- ..e,<. ,....:.. .._::,mss ..� �..:: d:. .. .... _. . ». .. .. .. .. .... .. RESOLUTION NO. }� g `� • . pU6 12 1974 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR By j6 CITY COUNCIL IMPROVEMENT OF A PORTION OF ST. ANDREWS ROAD, Gfir S PPWMW NCH CONTRACT NO. 1643 WHEREAS, pursuant to the notice inviting bids for work in connection with the improvement of St. Andrews Road from 15th Street to Cliff Drive, in accordance with the plans and specifi- cations heretofore adopted, bids were received on the 5th day of August, 1974, and publicly.opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is Sully - Miller Contracting Company; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Sully- Miller Contracting Company for the work in the amount of:$23,245.00 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 12th day of August 1974. Mayor ATTEST; City Clerk DDO/bc 8/7/74 r ^