HomeMy WebLinkAboutC-1753 - Alley improvement on Balboa Peninsula 1975-76rgr�N i7 a ZJ
'
MAR 81910
By ila CITY coL';c`i +..
C!TY OF 0F'!f0: i W .
TO: CITY COUNCIL
FROM: Public Works Department
March 8, 1976
CITY COUNCIL AGENDA
ITEM NO. H -13
SUBJECT: ACCEPTANCE OF ALLEY IMPROVEMENTS - BALBOA PENINSULA, 1975 -76
(Contract No. 1753)
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 two alleys on the Balboa Penin-
sula has been completed to the satisfaction of the Public Works Department.
Bid price $17,057.25
Amount of unit price items constructed 17,646.21
Amount of change orders 412,84
Total contract cost 18,059.05
Funds were budgeted in the Annual Street and
Alley Program (Account No. 02- 3375 -014)
After the contractor had graded the alley in Block 3, East Newport,
it was discovered that some of the gas and water services were in need of re-
placement. Upon completion of the replacements by the respective utilities, the
contractor had to re -grade the alley. A change order in the amount of $412.84
was issued to cover the cost of this work.
The design engineering was performed by the Public Works Department.
The contractor is Sully - Miller Contracting Co., Inc. of Long Beach,
California.
The contract date of completion was February 16, 1976. The work was
completed on January 29, 1976.
(/ooseph +T. Drk evlin
�ublic s Director
\,JPD:jd
December 8, 1975
S 191 CITY COUNCIL AGENDA
ITEM NO. H -2 (a)
By v11''i GCiU?S'„iL
^'7`! Qt: oiawP41T 4 :
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: ALLEY IMPROVEMENTS-- BALBOA PENINSULA, 1975 -76 (C -1753)
RECOMMENDATION:
Adopt a resolution awarding Contract No. 1753 to Sully - Miller
Contracting Co. of Long Beach for $17,057.25, and authorizing
the Mayor and the City Clerk to execute the contract.
DISCUSSION:
Six bids were received and opened in the office of the City Clerk
at 10:30 A.M. on November 18, 1975.
Bidder Amount
1. Sully- Miller Contracting Co. Inc., $17,057.25
Long Beach
2. Markel Cement Contracting Inc., $17,128.55
Costa Mesa
3. Diamond Builders, Santa Fe Springs $18,757.25
4. C. R. & D. E. Welshiemer, Buena Park $22,002.25
5. E. L. White Co. Inc., Orange $25,556.65
6. N. D. L. Cement Contractor, La Habra $26,952.25
The low bid is 24.4% less than the engineer's estimate of $22,550.
The project provides for the construction of two assessment district
alleys on the Balboa Peninsula. City forces have completed the required sewer
maintenance in Block 331, Lancaster's Addition, and Block 3, East Newport.
The low bidder has satisfactorily performed similar work for the City
in the past.
Work will not be started until January 5, 1976, and the estimated
date of completion is February 6, 1976. The plans and specifications were pre-
pared by the Public Works Department.
Funds for this project are available in Account No. 02- 3375 -015.
The City will be reimbursed for the cost of the work by the adjoining property
owners.
eph Devlin
lic orks Director
JW:hh
'i RESOLUTION NO. °
c.
L
CITY Q+ WrAWPORT R&ACCH A RESOLUTION OF THE CITY COUNCIL OF THE
CITY OF NEWPORT BEACH AWARDING A CONTRACT
IN CONNECTION WITH ALLEY IMPROVEMENTS -
BALBOA PENINSULA, 1975 -76, CONTRACT NO. 1753
WHEREAS, pursuant to the notice inviting bids for
alley improvements - Balboa Peninsula, 1975 -76, in accordance
with the plans and specifications heretofore adopted, bids
were received on the 18th day of November, 1975, and publicly
opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefore is Sully- Miller Contracting Company of Long
Beach;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of Sully- Miller
Contracting Company of Long Beach for the work in the amount of
$17,057.25 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 8th day of
yor
ATTEST:
City Clerk
December , 1975.
DDO /bc
12/3/75
�.IF,✓�AL.Npti'CE 1E.6A'L'N0�'16lT
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 10:30
a.m, on the 18th day of November, 1975, at which time
they will be opened and read, for performing work as fol-
lows:
ALLEY IMPROVEMENTS —BALBOA PENINSULA
1975 -78
CONTRACT NO. 1753
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, exe-
cuted, 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 SEC-
RETARY are required and the CORPORATE SEAL shall
be affixed to all documents requiring 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
bid opening.
The City has adopted the STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION (1973 Edition) as
prepared by the Southern California Chapters of the Amer-
ican Public Works Association and the Associated General
Contractors cf 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 (Prop-
erty - Liability).
Ins 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 ascer-
tatned:. -Rm general " prevailing rate of :,pet °dJe!n' wages
in-the locality in which the work is to be performed for
each craft, classification, or type 'ofworkman of mechanic
needed to execute the contract and has set forth these
items in Resolution No, 8090 adopted Septclmlie IO, 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: Oct. 30, 1975, in the P[eNyo;tJiat'boi: EOSigp;
I _
f
'J
Nk
<•
OCT 28 1975
sy +he CITY COUNCIL
CITY. OF. twMlIEiRE 66ACH
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: ALLEY IMPROVEMENTS -- BALBOA PENINSULA
1975 -76 (C -1753)
October 28, 1975
CITY COUNCIL AGENDA
ITEM NO. H -10
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be
opened at 10:30 A.M. on November 18, 1975.
DISCUSSION:
This project provides for the construction of two assessment
district alleys on the Balboa Peninsula. City forces have completed the
required sewer maintenance in Block 331, Lancaster's Addition, and Block 3,
East Newport.
The estimated cost of the work is $22,550. Funds are available
in Account No. 02- 3375 -014. The cost of construction will be reimbursed
to the City by the property owners.
The plans and specifications were prepared by the City.
Work will not be started until January 5, 1976, and the esti-
mated date of completion is February 6, 1976.
seph T. pevlin
blic WoAs Director
:jd
March 26, 1976
Sully - Miller Contracting Company
3000 E. South Street
Sol#oSeaCh, CA 90805
Subject: Surety Seaboard Surety Company
Bonds No. 809986
Project: . Alley Improvements, Balboa Peninsula
1975 -76
Contract No.: 1753
The City Council on March 8, 1976 accepted the work of subject
project and authorized the City Clerk to file a Notice of
Completion and to release the bonds 35 days after Notice of
Completion has been filed.
Notice of Completion was filed with the Orange County Recorder
on March 10, 1976, in Book 11669, Page 624. Please notify
your surety company that bonds may be released 35 days after
recording date.
Doris George
Acting City Clerk
swk
cc: Public Works Department
PIt.\St -TI N ro, R RFQpRO, BK I I669PG 624
L;`,: cITY.eLEitre PUFSTFp 1033 �-
SACH
Z�L °LEVARD EXEMPT RECORDED IN OFFICIAL RECORDS
NEWPORT 6EACH, CALIF. 9266® C 8 OF ORANGE COUNTY, CALIFORNIA
NOTICE OF COMPLETION 9'.05 A.M. MAR lO 1976
PUBLIC WORKS J. WYLIE CARLYLE, Coumy „eaorder
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on January 29. 1976
the Public Works project consisting of
Alley Improvements, Balboa Peninsula 1975 -76
on which Sully— Miller contractiag company
was the contractor, and Seaboard surety Compan
was the surety, was completed.
V ERIFICAT]
I, the undersigned, say:
CITY OF NEWPORT BEACH
rector
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 March 9 1976 at Newport Beach, California.
T
I, the undersigned
Acting
I am the /City Clerk of the City of Newport Beach; the City Council of said
City on Marrh A,1976 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 March 9, 1976 at Newport Beach, California.
v
.Ija�:
9
0
CITY OF NEWPORT BEACH
CALIFORNIA City Han
3300 W. Newport Blvd
Area Code 714
673 -2110
Date: March 9, 1976
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 &Uey Improvemente. Balboa
Peninsula, 1975 -76 Contract No. 1753
on which Sally - Miller Contracting Company was the Contractor
and Seaboard Surety Company was the surety.
Please record and return to us.
Very truly yours,
Laura Lagios
City Clerk
City of Newport Beach
LL:
Encl.
0
Date January 9, 1976
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 1753
Project Alley Iuproveuents, Balboa Peninsula 1975 -76
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor:
Sully
- Miller Contracting
Co., Inc.
Address:
3000
E. South Street,
Long Beach, CA 90805
Amount: $ 37,057.25
Effective Date: 1 -2 -76
Resolution No. 8647
CLw a
Laura Lagios
LL-dg
Att.
cc: Finance Department []
6
December 24, 1975
TO: CITY CLERK
FROM: Public Works Department,,
SUBJECT: Alley Improvements -B#So P s i ula 1975-161.
Attached are four copies of the sW.I*t contract doahTtents.
Please have executed on behalf of ,the city, retain your copy
and the insurance certificates, a4dLreturn-th"mai.ning copies.
to our department.
-----------------
4
ohn Wolter4��
Project Engineer
JW:em
Att:
CITY OF NEWPORT BEACH
• i; 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. 1753
MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE
Project Description: ALLEY IMPROVEMENTS - BALBOA PENINSULA 1975 -76
This is to certify that the CENTRAL NATIONAL INS. CO. (CRAVENS, DARGAN &%_CO -)
Name of Insurance Company)
has issued to SULLY
CONTRACTING COMPANY,
Name of Insu
3000 EAST SOUTH STREET, LONG BEACH, CALIFORNIA 90805
(Address of Insured
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.
SUBJECT TO POLICY TERMS AND CONDITIONS.
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 Broker: 3303 WILSHIRE BLVD., LOB ANGREES, CALIFORNIA 90000
Telephone No. 380 -1600
Countersigned by:�•,+
Authorized Insurance Company Representative
Effective date of this endorsement: DECEMBER 19 19 75 , Endorsement No.
re
jai)
Je
jai
3S
0
olicy Term
Limits of Liabilit
Each Occurrence
(Minimum:
Aggregate
(Minimum:
Covera a
No.
$500,000)
$ 500,000 Protecti,
$1,000,000 Products
$ 500,000 Contracts
W C
MPLETE INFOR
TION BELOW
COMPREHENSIVE LIAB.
Combined Single
Policy No.
From: 11/1/75
SEE ATTACHED
FOR EXCESS
$ i byiSi. Protecti
Limit Bodily Injury
CNX- 160729
$I,000,OOO.Products
1§1m,.-.,,.
or Property Damage
To: 11/1/76
$ 500,000.60
$ _Contract
ATTACHED FOR EXCE
Each Occurrence
LIMITS
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 Broker: 3303 WILSHIRE BLVD., LOB ANGREES, CALIFORNIA 90000
Telephone No. 380 -1600
Countersigned by:�•,+
Authorized Insurance Company Representative
Effective date of this endorsement: DECEMBER 19 19 75 , Endorsement No.
re
jai)
Je
jai
3S
0
i
r INTERNATIONAL SURPLUS LINES INSURANCE COMPANY )
18.75 % )
POLICY NO. XSI 1857 )
TERM: NOVEMBER 1, 1975 TO NOVEMBER 1, 1976 )
TIONA
BY
LEXINGTON INSURANCE COMPANY
INSURANCE COMPANY
12.50 % )
POLICY NO. 5502778 )
TERM: NOVEMBER 1, 1975 TO NOVEMBER 1, 1976 )
COMPANY
1131
INSURANCE COMPANY OF THE
(C. V. STARR)
POLICY N0. 42752156
TERM: NOVEMBER 1, 1975 TO
INSURANCE COMPANY OF THE
(C. V. STARR)
MISSION IN,SL13-4NCE
)
OF PENNSYLVANIA )
18.75.% )
MER 1, 1976 )
,J PENNSYLVANIA ) COMBINED SINGLE LIMIT
BODILY INJURY AND PROPERTY
DAMAGE, EACH ACCIDENT OR
OCCURRENCE
� I
12.50 % ) $1,000,000.00 EXCESS OF
POLICY NO. M 830769 ) $1,000,000.00
TERM: NOVEMBER 1, 1975 TO NOVEMBER 1, 1976 )
MISSION INSURANCE COMPANY )
BY
GLACIER GENERAL INSURANCFJCOMPANY )
8.75 % )
POLICY NO. SCP 5111 )
TERM: NO EMBER 1, 1975 TO NOVEMBER 1, 1976 )
GI CIE ENE NS /COMPANY )
BY )
S NSURANCE COM )
ENDABLE INSURANCE SSOCIATES) 28.75 % )
POLICY NO. 13272 )
TERM: NOVEMBER 1, 1975 TO NOVEMBER 1, 1976 )
STONEWALL INSURANCE COMPAN -j- --- )
(DEPENIDABT. E-VENTSTJ 'r'
BYE <��lE"
�:
In
?s v-
Cescate of Workmen's Compensation Coe age
Sully Miller Contracting Company
3000 East South Street, P.O. Box 5399
Long Beach, California 90805
CITY OF NEWPORT BEACH "I am aware of and will comply with Section 3700 of the
CITY HALL Labor Code, requiring every employer to be insured against
3300 W. Newport Boulevard liability for Workmen's Compensation or to undertake self -
Newport Beach, Calif. insurance before commencing any of the work."
RE: ALLEY IMPROVEMENTS - BALBOA PENINSULA 1975 -76
CONTRACT NO. 1753
Date: DECEMBER 16, 1975
This is to certify that Sully Miller Contracting Company is self- insured under provisions of
the California Worker'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
�jnotice to you. 0
By O�F Title FRANK E. HOLLAND ASST. SECRETARY
FORM SM-IH49 lREV ]d5) PRINTED IN U.EA,
• 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
ALLEY IMPROVEMENTS - BALBOA PENINSULA
1975 -76
Approved by. the City Council this
28th days# October, 1975.
LaurB L gios, City ClEFrk
CONTRACT NO. 1753
CITY CLERK
Submitted by: I
I
SULLY MILLER CONTRACTING CO.
Contractor
3000 E. South Street
Address
Long Beach, CA 90805
City Zip
( 213) 531 -3550
Telephone
117,057.25
Total Bid Price
Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 10.30 A.M. on the 18 day of November , 1975 ,
at which time they wilT be opened and read, for performing work as follows:
ALLEY IMPROVEMENTS - BALBOA PENINSULA
1975 -76
CONTRACT NO. 1753
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 e CC orate Seal
shall be affixed to afl � documents requiring 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.
(cont.)
0
Page la
The City has adopted the Standard S ecifications for Public Works Construction
(1973 Edition) as prepare y the out ern Ca i orn a Chapters of the erican
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 omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing for
the registration of Contractors, License No. 1538 Classification A
Accompanying this proposal is Bidder's Bond
Ca
s Certi i ed Check,, Cas ier s Check or Bon
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.
(213) 531 -3550
Phone Nu Fr
Nov. 18, 1975
Date
SULLY ER MILL CONTRACTING CO.
Bidders Name
(SEAL)
P.r_t_E._liolland. Assistant Secretary
Aut orized Signature
S /Frank F_ Hnlland� Accictant iacratary
Authorized Signature
Ca�ifornia Cnxpor� +;,,,,
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:
0 0
R. K. MacGregor, President
W. Duane Rash, VP, Treas. & Sec.
Richard F. Molyneux, VP & Mgr, Plant Div.
John A. Berton, Vice President
James 0. Pittman, Controller
D. E. Branch, Assist. Sec.
James F. Winders, Assist. Sec.
Frank E. Holland, Assist. Sec.
P. A. Abbott, Assist. Sec.
Jack Wilson, Assist. Sec.
Barry Cohen, Assist. Sec.
Robert E. Holland, Assist. Sec.
R. R. Munro, Assist. Sec.
0 0
Page 3
DESIGNATION Of SUBCONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors 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 subcontractors except upon
the prior approval of the Engineer.
Item of Work Subcontractor Address
1. None
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
SULLY MILLER CONTRACTING CO.
Bidder's Name
S /Robert E. Holland, Assistant Secretary
Authorized Signature
California Corporation
Type of Organization
(Individual, Co- partnership or Corp.)
3000 E. South St., Long Beach, CA 90805
Address
R
FOR ORIGINAL SEE CITY CLERK'S FILE COPY • BOND NO. 766046 (1346)
Premium: Included in BBSU
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, SULLY - MILLER CONTRACTING COMPANY , as Principal,
and_ SEABOARD SURETY COMPANY , 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 bid in Dollars ($ 10% 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
ALLEY IMPROVEMENTS-- RAIROA PENINSULA 1975 -76 CONTRACT NO. 1753
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 IBtb day of
November 19 75 .
Corporate Seal (If Corporation)
P rincipal
suttY- MILLER CONTRACTING COMPANY
S/Frank E Holland Assistant Secretary
(Attach acknowledgement of
Attorney -in -Fact)
Donna M Tepper, Notary Niblir
SEABOARD SURETY COMPANY
rnmmiscjon Expires March 5 1977.. Surety
By S/O H Caithamer
Title Attorney-in Fact
0
NON- COLLUSION AFFIDAVIT
0
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 agree-
ment 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 arrangement or agree-
ment 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 materialman 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 inducement 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 whomsoever 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
this 1Rth day of November ,
19 75
My commission expires:
June 6. 1978
SULLY MILLER CONTRACTING COMPANY
S /Robert E. Holland, Assistant Secretary
S /Francine Togneri
Notary Public
FOR FINAL SEE CITY SLERK'S FILE COPIp
Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility.
On file with City Clerk.
SULLY MILLER CONTRACTING CO.
S/Robert E. Holland, Assistant Secretar�i
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.
See attached.
S Robert E. Holland Assistant SecrklaU
Signed
•11 1 Y Cl I' FK ICK., %11 TOG 1210i ANN
•
Project roy-ri,nce
Page Item
Value
of Work
year
T)IS of Work
Performed
Location of Work
For Whom PerfIrwed
2/31/70
Site D'Y"lop & Pave
3,395,032
Long Reach
City of Lung Reach
•.
V�, v� I r, CrAe, Pave
9113,449
Palmdale
Lockheed California Corp.
S i i C D.:: 1 at
€03, 748
Mission Viejo
Mission Viejo Corp.
Si;e D.v, 1q;%ont
697,379
Grange County
Occidental Petroleum
crode and rave
667,39S
Log- P,ach
City of Long reach
Cando and Pave
667,210
L. A. Qunty
County of L. A.
i:xc.!ratr, Grade, rave
626,404
L. A. Connnity
Santa Springs Flood
2/31171
Grade, P.vc, Stru, tares
851,073
Long Moch - Queen Mary
city Of Lorig Reach
I1:ubj&,oi:ad S,wer
2,400,778
Fumninin Palley- Sunflower
Orange County Sanitation
thdorground Pipe
3,20,312
Santa Ana Valley
State of California
Un,horground Pipe
1,03,469
Santa Ana Wash - L. A. Co.
L. A. County Flood Control
Ili glu'ay
1,051,103
Reach Blvd. - Orange Co.
State of California
Highway
1,141,252
Reach R30. - Orange Co.
state Of California
Highway
1,392,542
Highways 101, 154
state Of California
Street 4 Structures
623,2102
quareYne Dr. - L. B.
City of Long Reach
Underground
793,1319
City of PAOS Verdes
City of Palos Verdes
1j;nIciground Storm Drain
792,993
Magnolia Crit. - Riverside
Riverside Co. Flood Control
2151172
Water - Push Water
10,415,234
Santa Ana Valley - Org. Co.
State of California
Szoi,n Drain Pyoj.-Major
3,330,355
Pasadena - L. A. County
State of California
Water - Fresh Water
2,IS7,461
Upland-Son Bernardino Co.
Metropolitan Water District
ri,vom, Drain rroject.0jor
1,634,312
Belocant Sbore - L. A. Co.
L. A. Co. Flood Control
!7!, ;m Drain Project -MAjor
1,296,904
rallona Cicek - L. A. Co.
L. A. Co. F1 ood Control
A� '.alt/Conc P(:.;Yf !tajor
1,210,SS9
11wy. 7F/J&f-Oceanside
State of CA ifornia
! ',,r Fr,rh Hater
1,156'983
Whocl,r Qdgc-Kern County
MaArOpn Water Storage District
rr u)s
S0,066
Coldtir Stale Fwy - L.A. Co.
State of California
Sl ,s - Mojor
S!4,0`68
Sol, Ind Qq on. - L.A. Co.
L. A. County read Dqiart;,.!-nt
1 On r.oj. •- 'kjor
S27,471
F�n ?,,,.Iu Wash -L.A. Co.
L. A. Ccunty Ficod C,,ntrol
1 "km, SL-& Line,
6,696,287
orange County
Orange County Sanitation
(' -n. 17L,nnel, Fridge & St.
2,656,067
Aliso Crcek-L. A. County
metropolitan water District
L,oge Dia-wtvr Water ripe
1,SII,629
Los Angeles County
Metropolitan Water District
r,.y Fridge & Bus lanes
1,791,217
San Fernnraino Freeway
State of California
11. Din. Wtr. Distrib, Vine
1,567,948
Los Angeles County
Metropolitan Water District
Lg. Din. At, Distrib. Line
1,041,676
Los Angeles County
San Gabriel Valley Municipal
S
,!feet Ispiov,D,nts
SIS1,102
Los Angeles County
Los Angeles County
C oncrCtc Fox/Flood Control
00,7112
Los Angeles County
Los AnLvlvs County Fiend rnwini
R,;,Yioir Repair
524,3011
orange County
Irvine Ranch Water District
1:12ge Divm. Storm Drain
833,404
P".13o, CnIurndo
City of P':030' Cnlolado
'/31/74
oving, Drainage and Util.
624,758
L. A. Na/bor
Los Angeles Harl,or Dcpoi:i ..,iit
Stl,ct 1 ;-.prow (rant
792,919
or"nge cn=y
City of Costa Mesa
Slrctt
713,598
orange C.
City of Costa Mesa
Sr.sy
724,488
Orange County
Orwaye Conmty Smllrotienn District
Pipeline
3,66R,S69
L. A. County
Metropolitan Water District
; .Anc
2,_0 +i3
L. A. Canty
A lnr 01""At
h'n-io%:"!"r Reclam. Plant
2,945,040
Palm Desert
Coachella Valley Co. V..;tcr District
Pu•ing Pknt
1,041,956
Pearblossom
State of California
Scner
1,6101,9311
Los Angeles
City of Los Angeles
,,noi Drain
1,019,452
Poarblossom
L. A. County Flood Cirntrol District
Pr p. Plts.-control 1130gs.
1,269,347
Kern County
Yern'County Water Agcncy
Distrib. Canal & Reservoirs
1,310,617
Kern County
CRwclo Water District
Water Distrib. System
1,042,227
Waste, California
Ruttonwillow Improvement
Wa I e r Line
1,022,490
Pocblo, Colorado
Pueblo West Metro Dist. &,mccul3pach
Pipeline Extension
(•46,346
San Jacinto
Metropolitan Kate, Pi'tk.ct rop.
Appr.xip.:atcly 2,000-3,0o0 individual
construction
projects are completed annually. The experience
list above represents only
some of the
significant projects coLTIcted
:tiring the respective period.
0 Page.8
LABOR AND MATERIAL BOND BOND riO,AO �r((p_,_._
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California by
motion adopted December 8, 1975,
has awarded to SULLY- MILLER CONTRACTING CO:
hereinafter designated as "the "Principal ", a contract for ALLEY IMPROVEMENTS -
BALBOA PENINSULA -1975 -76 CONTRACT NO. 1753
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- MILLEC `y 1iuW11b6 COMPln
as Principal, hereinafter designated as the Contractor and
SMGAIM SU :-_Y G011PANY
as Surety, are held firmly bound Unto the City of Newport Beach, in the sum of
Dollars cs ISQ8:�3 )
said sum being one -half of ,Vhe'estimatecT hmount payable by the City of Newport Beach
under the terms of the contract, for which payment well and truly to be made we bind
ourselves, our heirs, executors and administrators, successors or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors,
fail to pay for any materials, provisions, provender,. or other supplies or teams, used
in, upon, for, or about the performance of the work contracted to be done, or for any
other work or labor thereon of any kind or for amounts.due under the Unemployment Insurance
Code with respect to such work or labor, that the Surety or Sureties will pay for the same,
in an amount not exceeding the sum specified in the bond, and also, in case suit is brought
upon the bored, a reasonable attorney's free., to be fixed by the Court.as required by the
Provisions of Section 4204 of the Government Code of the State of California,
• • Page 9
(Labor and Material Bond - Continued)
This bond shall inure to the benefit of any and all persons, companies, and corporation
entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to
give a right of action to them or their assigns in any suit brought upon this bond, as
required by the Provisions of Section 4205 of the Government Code of the State of
California.
And the said Surety, for value
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 instrument has been duly executed by the Principal and Surat
above named, on the j (a, m _ day of 21PCP h2� , 19
1 ' v — V
This bond was approved by the City Council
of the City of Newport Beach by motion on
Attest:
ae
City Clerk
S011t -M, ILE P
C iu �ila6 COMPIII (seal)
Sl:lAB,-jtialD 1, V.u. rAN
,:
1)
Seal)
/ (Seal)
r
(Seal)
STATE OF
CALIFORNIA ss.:
COUNTY OF
LOS ANGELES
16th DECE546ER 75
Onthis ..... ........._.............. ...... . day......._............................................................... .........,......19............, before me personally came
J.H. CAITHMIER
to me known to be an Attorney -in -Fact of SEABOARD SURETY COMPANY, the corporation described
in the within instrument, and lie acknowledged that he executed the within instrument as the act of
the said SEAB0,4UjZ,S,Tjl? TY�CQMFADT*4nosocordance with authority duly conferred upon him by
said Company.
OFFIC AL AL a
Form 542 • M/ Commission Expires March 5, 1977 • Not u is
STATE OF CALIFORNIA,
COUNTY OF LOS ANGELES
e / _ of :! ^iAL S,AL
PF
•
M,;--6 mmission Expires 'larch 5, 1977
♦000•♦ooses000000s000000eoeoo♦
1CYYMY I .... xT�n. .;.... Ye.I.. c_— — n_., n..
1 Ss.
ON DECEMBER 16th 19 75
before me, the undersigned, a Notary Public in and for said State, personally appeared
R.K. MacGREGOR MD_FRANK E. HOLLAND
known to me to be the
of the
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.
sse'eal.
Notary Public in and for said State.
Page 10
PERFORMANCE BOND
BCP�D i�c._
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted December 8, 1975,
has awarded to SULLY - MILLER CONTRACTING CO.
hereinafter designated as the "Principal ", a contract for ALLEY IMPROVEMENTS -
BALBOA PENINSULA 1975 -76 CONTRACT NO. 1753
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,
SULLI- MILUE" LLAl 4 ilk6 coMPtn
as Principal, hereinafter designated as the "Contractor ", and
SEABOARD SUP= --Y COMPANY
As Surety, are h 1 and firmly oun u t the City of Newport Beach, in the sum of
Se e �o u Sa v� t �Xets
3S -- -- — — — -- — flollars ($1,650.
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.
i
I 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 inst ument has been duly execute by the Principal and Surety
above named, on the � day of �Yv1��f' 1975.
SULLY- MILLER CONTRACTINS COMPHY .:(Sear)
Seal)
F;#
Seal)
FRANK E. 1bKA1;5c!1t 15TANT SECRETARY
SEABOAFD SUP. 7 CO:dPANy (Seal )
(Seal)
1. A 1 AMER ATTORN I ii: FACT
H.
v
J
STATE OF
CALIFORDJA
COUNTY OF
LOS ANGELES
On this ....... ............... 16th ... day ._ ............................ ... DECEbIRER
.............................
J.H. CAITIIMII:R
19....75.., 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 SEABO$R]i SQRLTY°GTc�ilP' N3y'RflL •d� dance with authority duly conferred upon him by
e / C c A
said Company. C , Er
e , i PER o
M E ;N
N11 Commissm7 Expires March 5, 1977 ......... .. ....... ....... ......... .
Form 898 eeeooe00000000000e00000000000i Notary Public.
STATE OF CALIFORNIA
COUNTY
LOS ANGELES
♦. ..._.._.. _�.,..- oenceoeeee
OF- :!AL SEAL e
o / C 1!'\ '1 I F" ER e
r,
My Commission Er.;,:res March 5, 1977
♦eeeeeeeeeeoeoeoessseeeeeeeee♦
IfYNMMI Llll`YCMTJ!n.mefli,u`WnlnnHe Cnrm 9Yl —Y.. iY
ss.
ON DECEMBER 16th 19 75
before me, the undersi ned a Notary Public in nd for sad>d, personally appeared
_ R. K. M_ac�R$GOR AND FRAM E. ROLL
J ,
PRESIDENT AND ASST. SECRETARY known to me to be the
of the 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.
WITNESS my hand and official seal.
- " �11'
Notary Public in and for said State.
Page 12
CONTRACT
THIS AGREEMENT, made and entered into this ;,,It> day of nT- Fa(/?T_, 19;74� ,
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the
City, party of the first part, and SULLY - MILLER CONTRACTING CO.
hereinafter designated as the Contractor, party of the second part.
WITNESSETH- That the parties hereto do mutually agree as followss
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
ALLEY IMPROVEMENTS - BALBOA PENINSULA 1975 -76 CONTRACT NO. 1753
and to perform and complete in a good and workmanlike manner all the work pertaining
thereto shown on the Plans and Specifications therefor; to furnish at his own proper
cost and expense all tools, equipment, labor, and materials necessary therefor, (Except
such materials, if any, as in the said Specifications are stipulated to be furnished by
the City), and to do everything required by this Agreement and the said Plans and
Specifications.
2. For furnishing all said materials and labor, tools and equipment, and doing
all the work contemplated and embraced in this Agreement, also for all loss and damage
arising out of the nature of the work aforesaid, or from the action of the elements,
or from any unforeseen difficulties which may arise or be encountered in the prosecu-
tion of the work until its acceptance by the City, and for all risks of every description
connected with the work; also, for all expenses incurred by or in consequence of the
suspension or discontinuance of work, except such as in said Specifications are expressly
stipulated to- be borne by the City-,''and for well and faithfully completing the work
and the whole thereof, in the manner shown and described in the said Plans and
Specifications, the City will pay and the Contractor shall receive in full compensation
therefore the lump sum price, or if the bid is on the unit price basis, the total price
for the several items furnished pursuant to the Specifications, named in the bidding
sheet of the Proposal, as the case may be.
3. The City hereby promises and agrees with the said Contractor to employ, and
does hereby employ the said Contractor to provide the materials and to do the work
according to the terms and conditions herein contained and referred to for the price
aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon
the conditions set forth in the Specifications; and the said parties for themselves,
their heirs, executors, administrators, successors and assigns, do hereby agree to
the full performance of the covenants herein contained.
4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the
Plans and Specifications, and all amendments thereof, when approved by the parties
hereto, or when required by the City in accordance with the provisions of the Plans and
Specifications, are hereby incorporated in and made part of this Agreement.
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.
` CITY OF NEWPORT BEACH, CALIFORNIA
By' A
Mayor-
ATTEST:c�
11 ILLEO UIT11Cil16 COMPh °T
Contractor
(SEAL)
By: ,v
R. K. MacGI:°_.Gt'.I - P'. _IMNT
Title
By
PRANK E. HOLLAND - ASSISTANT SECRETARY
Title
i
STATE OF CALIFORNIA,
COUNTY OF LOS ANGELES
O OFF:O!AL SEAL
TErPER
F C2
a My commission Expk.'s [larch 5, 7977
• 00000000006 ^d e0JJ6000Bb0•n00♦
ACKNOWLEDGMENT- .CoWmtion Wolcotts F" 7II—Ap. 164
( Ss.
DECEMPER 16th 19---75'
before me, the undersigned, a Notary Public in and for said State personally appeared
_ R.K. HacGRE_GOR_ AID FRANK E. HOLLAbb
known to me to be the
PRESIDENB "_F ASST. SECRETARY
of the SULLY— MILLER CONTRACTING CONTANY
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.
• • PR of
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ALLEY IMPROVEMENTS - BALBOA PENINSULA
1975 -76
CONTRACT NO. 1753
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
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 hereby pro-
poses to furnish all materials and do all the work required to complete Contract No. 1753
in accordance with the Plans and Specifications, and will take in full payment therefor
the following unit prices for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. 9,725
Square Feet
2. 3
Each
3. 510
Square Feet
4. 255
Square Feet
Construct 6" thick P.C.C. alley pave-
ment.
@ One Dollars
and
Forty -seven Cents $ 1.47 $ 14-295-75
Per Square Foot
Construct 6" thick P.C.C. alley
approach over native soil.
@ Three Hundred Dollars
and
No Cents
Per Each
Construct 4" thick P.C.C. garage
approach in alley areas.
@ One Dollars
and
Thirty Cents $ 1.30 $ 661 nn
Per Square Foot
Construct 4" thick P.C.C. sidewalk.
@ One Dollars
and
Twenty Cents $ 1 20 $ nn
Per Square Foot
• • PR2of2
5. 230 Construct 4" thick A.C. garage
Square Feet approaches in alley areas.
@ One Dollars
and
Seventy -five Cents
Per Square Foot
6. 700 Remove existing 6" thick P.C.C.
Square Feet alley pavement.
@ No Dollars
and
Seventy Cents
Per Square Foot
TOTAL PRICE WRITTEN IN WORDS:
1.75 S 402.50
$ 0.70 $ 490.00
Seventeen Thousand Fifty -seven Dollars
and
Twenty -five Cents
S LY M
Bidder's Name NTRACTING CO.
$ 17,057.25
November 18, 1975 S Rob rt E. Holl nd
Date Authorized Signature
CONTRACTOR'S LICENSE NO. 1538 Class "A" TELEPHONE NUMBER (213) 531 -3550
CONTRACTOR'S ADDRESS 3000 E. South St.. Lona Beach, CA 90805
0
INDEX
TO
SPECIAL PROVISIONS
FOR
ALLEY IMPROVEMENTS - BALBOA PENINSULA
1975 -76
CONTRACT NO. 1753
i.
Page
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . .
. 1
II.
GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. 1
III.
COMPLETION AND SCHEDULE OF WORK . . . . . . . . . . . . . . . . . .
. 1
IV.
TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . .
. 2
V.
NOTIFICATION TO RESIDENTS . . . . . . . . . . . . . . . . . . . . .
. 2
VI.
EXISTING UTILITIES . . . . . . . . . . . . . . . . . . . . . . . .
. 2
VII.
CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . . . . .
. 3
VIII.
WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. 3
IX.
PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. 3
X.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . . .
. 3
1. Pavement Removal, Excavation, and Subgrade Preparation . . .
. 3
2. Portland Cement Concrete . . . . . . . . . . . . . . . . . .
. 3
3. Alley Approaches . . . . . . . . . . . . . . . . . . . . . .
. 4
4. Adjustment of Various Walks, Landings, Fence Supports, etc.
4
5. Asphalt Concrete . . . . . . . . . . . . . . . . . . . . . .
. 4
6. Adjustment of Utility Boxes, Manholes, etc. to Grade . . . .
. 5
7. Protection of Existing Property Line Monuments . . . . . . .
. 5
8. Flow Diversion Around Manholes . . . . . . . . . . . . . . .
. 5
i.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
ALLEY IMPROVEMENTS - BALBOA PENINSULA
1975 -76
CONTRACT NO. 1753
SCOPE OF WORK
SP of
The work to be done under this contract consists of constructing portland cement
concrete alley pavement and approaches, constructing portland cement concrete or
asphalt concrete garage approaches and sidewalk sections, adjusting utility boxes
and structures to grade, and other incidental items of work. The work is located
in separate alleys on Balboa Peninsula.
The contract requires completion of all work in accordance with these Special
Provisions: the City's Standard Special Provisions, the plans (Drawing No. A- 5078 -S),
and the City's Standard Drawings and Specifications. The City's Standard Specifi-
cations are Standard Specifications for Public Works Construction, 1973 Edition.
Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, Telephone: (213) 870 -9871. Copies of the City's Standard Special
Provisions and Standard Drawings may be purchased from the Public Works Department
at a cost of $5.
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 AND SCHEDULE OF WORK
The contractor shall prepare a written schedule of work incorporating the following
requirements:
1. All work shall not be started until January 5, 1976 and shall be completed
by February 6, 1976.
Sixteen (16) consecutive calendar days will be allowed for removals and to
construct the Portland cement concrete pavement in each alley and the alley
approach at each end of the alley. The alley approach shall be considered to
include the adjacent portion of the street pavement to be reconstructed. Also
included in this time will be the completion of P.C.C. garage approaches and
sidewalk, the A.C. garage approaches and feather joins.
In summary, the above requirements mean that the contractor will be allowed a
maximum of sixteen (16) consecutive calendar days to complete all the construc-
tion work in each alley. The periods specified for construction.work include
curing time for new Portland cement concrete improvements.
This means that each alley and every garage approach with access from that alley
must be returned to normal vehicular use within 16 consecutive calendar days from
• • SP2of5
the day it is first closed to such use. The contractor must employ sufficient
men and equipment to meet this schedule. If it becomes apparent during the course
of the work that the contractor will not be able to meet this schedule, he will
be prohibited from starting work in additional alleys until he has exerted extra
effort to meet his original schedule and he has demonstrated that he will be able
to maintain his approved schedule in the future. Such stoppages of work shall in
no way relieve the contractor from his overall time of completion requirement,
nor shall it be construed as the basis for payment of extra work because addi-
tional men and equipment were required on the job.
The contractor will be assessed $100 per day (including Saturdays, Sundays, and
holidays) liquidated damages for each day in excess of the 16 consecutive calendar
days allowed for 100% completion of the construction work in each alley and the
alley's return to normal vehicular use. Additional liquidated damages, as covered
in Section 6 -9 of the Standard Specifications, shall be assessed for failure to
complete the project by February 6, 1976.
The intent of this section of the Special Provisions is to emphasize to the con-
tractor the importance of prosecuting the alley construction in an orderly, pre -
planned, continuous fashion so as to minimize the time an alley is closed to
vehicular traffic.
IV. TRAFFIC CONTROL
The contractor shall provide
the Standard Specifications.
traffic lane, controlled by
restored to two -way traffic
holidays.
V. NOTIFICATION TO RESIDENTS
traffic control in compliance with Section 7 -10 of
As necessary, streets may be restricted to one
flagmen, during construction hours; but it must be
at the end of each working day and on weekends and
The City will mail a preliminary notice to all residences affected by this work.
Between 40 and 55 hours prior to closing a particular alley to vehicular traffic,
the contractor shall distribute to each affected residence and business a written
notice stating when construction operations will start and approximately when
vehicular accessibility will be restored. The written notice will be prepared by
the City, and the contractor shall insert the applicable dates at the time he
distributes the notice. Errors in distribution, false starts, acts of God, strikes,
or other alterations of the schedule will require renotification using an explana-
tory letter. This letter will also be prepared by the City and distributed by the
contractor.
VI. EXISTING UTILITIES
The contractor shall investigate and protect all existing utilities in conformance
with Section 5 of the Standard Specifications. Known utilities are indicated on
the Plans. Prior to performing construction work, the contractor shall be respon-
sible for requesting each utility company to locate its facilities.
Construction of the alley structural sections will cause work to be performed very
near existing sewer, water, and storm drain lines and their connections. The con-
tractor shall protect in place and be responsible for, at his own expense, any dam-
age to any utilities encountered during construction of the items shown on the Plans.
• • SP3of5
VII. CONSTRUCTION SURVEY STAKING
Field surveys for control of construction shall be the responsibility of the con-
tractor. All such surveys including construction staking shall be under the super-
vision of a California licensed land surveyor or civil engineer. Staking shall be
performed on all items ordinarily staked at intervals normally accepted by the
agencies and trades involved. Payment for construction survey staking shall be
considered as included in the various items of work and no additional allowance
will be made therefor.
VIII. WATER
The contractor shall make his own provisions for obtaining and applying water neces-
sary 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 contact-
ing the City's Utility Superintendent, Mr. Tom Phillips, at (714) 673 -2110, extension
267.
IX. PAYMENT
All incidental items of work not separately provided for in the proposal shall be
included in the various items of work, and no additional payment will be allowed.
X. CONSTRUCTION DETAILS
1. Pavement Removal, Excavation, and Subgrade Preparation
Existing Portland cement concrete or asphalt concrete improvements to be removed
shall be sawcut a minimum of 2 inches deep along property lines, join lines, at
the locations beyond property lines as shown on the Plans, or as directed by the
engineer. Final removal at the sawcut lines may be accomplished by the use of
jackhammers or sledgehammers. It is emphasized that edges created by other means
or final removal accomplished by other means will not be acceptable, and hard
blow pavement breakers, such as stompers, will not be permitted on the job.
The contractor shall prepare the subgrade in conformance with Section 301 of the
City's Standard Specifications.
Payment for pavement removal, excavation, and subgrade preparation will be con-
sidered as included in the unit prices paid for the corresponding or associated
items of new work.
2. Portland Cement Concrete
Portland cement concrete furnished for construction of all alley pavement, street
pavement, alley approaches, garage approaches, sidewalks, and curb and gutter
shall have a B or C gradation and shall attain a minimum modulus of rupture of
600 psi (tested in conformance with ASTM designation: (C78 -64) within 28 days
after placement. Portland cement concrete shall be securely barricaded imme-
diately after placement and no vehicular traffic will be allowed thereon until
beam tests yield a minimum modulus of rupture of 450 psi.
In view of the P.C.C. strength requirements described above and the schedule
of work limitations described in Section III of these Special Provisions, the
contractor may find it necessary to add additional cement, use special aggre-
gates, or use admixtures to meet the specifications. The intent of these
0
• SP4of5
Special Provisions is that the contractor prepare his bid in conformance with
these strict limitations and no additional compensation will be allowed for the
extra materials that may be required to meet these conditions.
The contractor will be permitted to use concrete pumping methods to facilitate
concrete placement. Pumping concrete through aluminum pipe will not be permitted
Overhead screeds will be required at the flow line.
A 12 -inch wide smooth trowel surface shall be constructed along the flow line
(centerline) of each alley. The remainder of the alley surface shall be light
broom finished.
All sidewalk or drive approaches that extend beyond the street or alley right -
of -way shall have a cold joint or if placed monolithic a minimum 2" deep
saw cut within 24 hours at the right -of -way line.
Contact joints shall be constructed in conformance with the City of Newport
Beach Drawing No. STD - 120 -L. Street joints shall be constructed where shown on
the Plans. Alley joints shall be constructed in conformance with City of Newport
Beach Drawing No. STD - 119 -L. Special care shall be taken to locate weakened
plane joints at water meter boxes, power poles, and all other critical locations.
3. Alley Approaches
Portland cement concrete alley approaches shall be constructed in accordance
with the City of Newport Beach Drawing No. STD -117 -L with the following
exceptions:
(a) Portland cement concrete shall be 6 inches thick and the 4 -inch thick
layer of aggregate base will not be required.
(b) Curb return radii shall be 6 feet unless otherwise indicated on the
plans or directed by the engineer.
4. Adjustment of Various Walks, Landings, Fence Supports, Etc.
Brick, flagstone or other miscellaneous walks not constructed of portland
cement concrete or asphaltic concrete shall be adjusted to the new alley
grades. Variable height 2 -inch redwood header fence supports will be in-
stalled where support is required at existing fences as indicated on the
Plans.
5. Asphalt Concrete
Asphalt concrete furnished for construction of 4 -inch thick pavement and
variable thickness feather join shall be Type III -D -AR -4000 in conformance
with Section 400 -4 of the Standard Specifications.
A tack coat shall be applied in accordance with Subsection 302 -5.3 of the
Standard Specifications. The cost of the tack coat shall be included in
the unit price bid for the associated asphalt concrete.
M
0
0
• SP5of5
Adjustment of Utility Boxes, Manholes, Etc. to Grade
All sewer manholes, water valve boxes, sewer cleanouts, water meter boxes,
and any other miscellaneous utility boxes shall be adjusted to finish grade
prior to placement of portland cement concrete. In the event the utility box
or structure is located in an area to be improved with asphalt concrete,
adjustment to finish grade shall be made after the asphalt concrete pavement
has been placed in a manner similar to that described in Section 302 -5.7 of
the Standard Specifications. No separate compensation will be allowed for
this work.
Protection of Existing Property Line Monuments
Many property lines are designated by "iron pipe and tag" as shown on the
plans. Special care shall be taken during removal not to disturb the pipe
location. Any monuments removed or dislocated during construction shall be
restored by the contractor at his expense.
Flow Diversion Around Manholes
The cost of constructing flow diversion channels around manholes at various
locations as indicated on the Plans shall be included in the unit price bid
for constructing portland cement concrete alley pavement and no additional
compensation will be allowed.
0
RESOLUTION NO. c A
c
0
A RESOLUTION OF THE CITY COUNCIL OF THE
CITY OF NEWPORT BEACH AWARDING A CONTRACT
IN CONNECTION WITH ALLEY IMPROVEMENTS -
BALBOA PENINSULA, 1975 -76, CONTRACT NO. 1753
WHEREAS, pursuant to the notice inviting bids for
alley improvements - Balboa Peninsula, 1975 -76, in accordance
with the plans and specifications heretofore adopted, bids
were received on the 18th day of November, 1975, and publicly
opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefore is Sully- Miller Contracting Company of Long
Beach;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of Sully- Miller
Contracting Company of Long Beach for the work in the amount of
f
$17,057.25 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 8th day of December , 1975.
ATTEST:
City Clerk
DDO /bc
12/3/75
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
• SULLY MILLER CONTRACTING COMPANY
3000 E. South St. Long Beach, Calif. 90805
CONTRACT DOCUMENTS
FOR
ALLEY IMPROVEMENTS - BALBOA PENINSULA
1975 -76
CONTRACT NO. 1753
Appro!4A the City CoSno this@
28th ^A r, 1
Laura Lagios, City C erk
Submitted by:
SULLY MILLER CONTRACTING CO.
Contractor
3000 E. SOUTH ST., LONG BEACH, CA. 90805
Address
City Lip
�Mj 531 -3550
Telephone
/7 057
Total Bi4d Price
r
• •
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 10:30 A.M. on the 18 day of November , 1975
at which time they will be opened and read, for performing work as follows:
ALLEY IMPROVEMENTS - BALBOA PENINSULA
1975 -76
CONTRACT NO. 1753
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_d ti— _fir —Corporate Seal
shall— be affixed to all documents requiring signatures. In the case of a ari' 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 1,
ecifications for Public Works Construction
(1973 Edition) as prepare y t e out ern Ca i orm a Chapters of the American
Public Works Association and the Associated General Contractors of America. Copies
may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, (213) 870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of
these are available at the Public Works Department at a cost of $5.00 per set.
A standard "Certificate of Insurance for Contract Work for City" form has been
adopted by the City. This form is the only certificate of insurance acceptable
to the City. The successful low bidder will be required to complete this form
upon award of the contract.
For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds,
and Faithful Performance Bonds must be an insurance company or surety company
licensed by the State of California. The companies must also have a current
General Policy Holders Rating of A or better; and a Financial Rating of at least
AAA as per the latest edition of Best's Key Rating Guide (Property - Liability).
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach
has ascertained the general prevailing rate of per diem wages in the locality in
which the work is to be performed for each craft, classification, or type of workman
or mechanic needed to execute the contract and has set forth these items in Resolu-
tion No. 8090 adopted September 10, 1973. A copy of said resolution is available
in the office of the City Clerk. All parties to the contract shall be governed by
all provisions of the California Labor Code relating to prevailing wage rates
(Sections 1770 -1781 inclusive).
The City reserves the right to reject any or all bids and to waive any informality
in such bids.
Revised 12 -10 -73
0
Page 2
All bids are to be computed on the basis of.the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes g e State of California providin for
the registration of Contractors, License No. / Classification 9
Accompanying this proposal is
,
asnler's cnecK 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.
Z713J 531 -3550
Phone Number
NOV 18 1975
SULLY MfLLER 'CONTRACTING 00, ;.
Bid s Name
(SEAL)
Authorized Signature
I"ALTFORNTA 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:
�s &E
0
I
R. R . MacGregor, President
W. Duane Rash, VP, Treas. & Sec.
Richard F. Molyneux, VP & Mgr, Plant Div,
John A. Berton, Vice President
James 0. Pittman, Controller
D. E.. Branch,:gssist. Sec.
James F. Wiiideao"'4ssist. sec.
Frank E. Hollaffe, ,,Arssist. Sec.
P. A. Abbpty , Assisi. Sec.
Jack Wilson; Ass34t Sec.
Bqrry C-oheny Ag44si. Sec.
RoBert E:- Hd124#di, Assist. Sec.
R. R. Yunre; Assist. Sec.
0
0 Page 3
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors 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 subcontractors except upon
the prior approval of the Engineer.
Item of Work
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Subcontractor
Address
I
SULLY MILLER CONTRACTING 00.
Bidder's Name
Authorized Si grra, e _
Robert E. Holland, Assisfaat_Secre 'farp _
.�. L`AC►FORNTd CORP'OREijCi3� ._ .
Type of Organization., -
(Individual, Co- partnership or Corp.)
Band �o, n 6 y 39ka
page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, SBllr- (MLLES WRICT116 OOMP111 as Principal,
and SEABOARD SU%Y' GCP9NY , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum o rn
6 n Dollars ($ __T ' lawful money of the United
States for the p )me`nt o 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
f) 0 Uir M ke . , 1 Q�-
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact)
"OLLF- MILLER 6O IUCTIR IWWT
Principa
r o
FRANK E. HOLLAND • ASSISTANT SECRETART
SEABOARD SURETY COMPANY
Sure
By
MTWO 9
O•
Title IL
STATE OF
CALIFORNIA ss.:
COUNTY OF
LOS ANGELES
18th P10 'I''13FR 75
On this ....... ............................... day......................................_...................................... ................19............, before me personally came
S.H. CAITHA �1EP
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 SEAB( Er`S"ORET4' '•' c
L", 1?Ak1�'� m accordance with authority duly conferred upon him by
said Company.
� -, DO,1N4 P,1 TErrER e i
PULUC
♦ '� Y J AL
• MY Commission Expires March 5, 1977 ) "- "
Form 242 •••••••••••••••••••••••••••••• N tear Public.
STATE OF CALIFORNIA,
COUNTY OF T.n` AN(3F.J,ES ss.
ON NOVEMBER 13th 19 75
before me, the undersi¢Ted, a Notary Public in and for said State, personally appeared
_ PR_.A_NK T::n
.. known to me to be the
ASSSF.CRFTARY _
of the SULLY— 'TT.LLER C0NTR.F.CTIVr`CO "1PANY
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.
♦♦11.111♦♦11•♦11•s111♦o1♦♦1♦♦: �._�_.�.. �..�_. _._�.....�_....- - --
♦ OFFICIAL SEAL
• DO J!`7 A IM TEPPER c WITNESS my hand and official seal. i
NOT Y L-LC
O ann YR VII P:L March /9r\1y�
♦ r <
♦ My Commission Expires March 5, 1377
111.1 ♦O ♦001♦ ♦•00100♦ ♦1010011♦♦ Notary Public in and for said State.
4
0
NON- COLLUSION AFFIDAVIT
0
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 agree-
ment 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 arrangement or agree-
ment 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 materialman 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 inducement 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 whomsoever 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
this day of
19
My commission expires:
SULLY MILLER CONTRACTING 4bpOANY
3000 L South SL Long Beach, Cah3_9BBB5
Robert E. Holland, Assistant SepreEa3g
Notary Public
0
I
I
r.,
li
STATE OF CALIFORNIA,
LOS ANGELES
COUNTY OF
oarnr'r'ebO' "numrmnnni
Fnc= s' FRAN CIP4 eA,
f rv4* JE Tt7GP1CR1
Lu ta4ff cf "...r :a
L�'9 CtiUN?Y
- :nxmiSSiCn Ex
7t1::5
r�• �:� o. ri sx, vn+muumnrum:rmxuuuru:r.....Iunc 6. 397$
:. NOV 181975
before me, the undersigned, a Notary Public in and for said State, personally appeared
known to me to be the
Pas? tart Sec —rMT7 _
of the Z5yLLT MILLLK UVtvlttatWMU W.
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 seea /all /l.. {I
A. n Z I— . a
' Notary Public io and far saidpte.
Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersi ned sub�mitsu herewith a statement of his financial responsibility.
SULLY-AfI UER-t6NTfiACTING Co.
Signed
Robert E. Holland, Assistant Secretary
0 0
4III CONTRACTOR'S FLNIA,'CUL STATEMENT (N A Corporation
T • - � , 1 ❑ A Co- partnership
An Individual
SULLY- NIILLER CON- M-NCTING COMPANY Combination
NArfE------ -- ----------- --- -- ------- - - - - -- - - - -- - - - -- - - -- - - - - E03
Condition at close of business__- ____ -_ -__ December - -31 _ 19 74 -
ASSETS
DETAM
TOTAL
Current Assets
1. Cash. - -- - -- ----------------- - -- — --
-
210
379
2. Notes receivable.____ _- __..- ------ ___.____- ___. -___
_
605
778_
3. Accounts receivable from completed contracts._-
15
962
596-
4. Sums earned on incomplete contracts____- -
5. Other accounts receivable -------
23
579
8. Advances to construction joint ventures___
7. Materials in stock not included in Item 4_____- __
2
087
730
8. Negotiable securities._ _.__ -__
—
9. Other current assets ....... .---------- __
740
448.
Fixed and Other Assets
10. Real estate ...._.. ..----- -_- _.__ ------- - _________ Note _ 3 - 2 780 014
826 948
11. Construction plant and equipment___..__ Note 3 14
12. Furniture and fixtures --- _ ------ - ___.______ -_ Note3 _ _ — 1.08_ -_61j
13. Investments of a non - current nature_____ —____ 10 388 775
14. Other non - current assets._--- - - - - -- ___ 374 : 094
TorrAL AssE-rs__ -- 11 48 1 108 1 952
LIABILITIES AND CAPITAL
Current Liabilities
15. Current portion of notes payable, exclusive of equipment obligations
and real estate encumbrances ..... .------------------ --------- ---- --------- --- -- -___ -- -___ -- _ 4
16. Accounts payable ......--- ....... .. .......------ ------ ---- ------ --- -- - - 8 243
17. Other current liabilities --- _.____- ------- _ - -- 1 842
---- --- ---- -- - - --
Other Liabilities and Reserves
18. Real estate encumbrances__.. - - -.
19. Equipment obligations secured by equipment --------------
- ________....___.___
20. Other non - current liabilities and non - current notes payable
... --- h'.4te ....... ___ _ 17. 992
21. Reserves ....- ---_ -- ---- --- - --------
Capital and Surplus.
22. Capital Stock Paid Up --------------- __ ------- 1879 1 600-
23. Surplus (or Net Worth) -------------------- ------- __ 19 151 327
To-rAr 20 1 030 1 927
TOTAL LiABnXrIE:S AND CAP rAL_____-------- ------ _ - -_ -- 48 108 952
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 l iabilities---- ------- --- --- ---- -- ----- --- - ----- -- --- - - - --- - ------- - - - --- ------- -- --- - - - - --- -- --- --------- - - - - -
TOTAL Coy- nxcsvr Lrwsn rrgs-- -- -- vote 2 � --- -- ---- -- - - -- --- - - - - -- - - - -- - --
Non. —Show detail, u .der main headings in first column, extending totals of main headings to second oolomm
THE ACCONIPA.NYING NOTES TO FINANCIAL STATEMENT ARE AN INTEGRAL PART OF THE STATEdEN'T
(8]
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, a $8,500,000 non - interest bearing note, and
$3,047,768 of non - interest bearing advances, due to
Union Oil Company of California. Union Oil does not
require repayment of these amounts in 1975.
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 - FIXED ASSETS
Cost
Real Estate 3,172,708
Construction
Plants & Equip. 22,812,716
Furniture &
Fixtures 271,190
Accumulated
Deprn. & Depin. Book Value
392,694 2,780,014
7,985,768 14,826,948
162,579 108,611
r;
f� 4k 1
COOPERS & LYBRAND
CERTIFIED PUBLIC ACCOUNTANTS
IN PRINCIPAL AREAS 555 SOUTH FLOWER STREET
1 OF THE WORLD Los ANGELES, CALIFORNIA 90071
213 -680 -2500
To the Board of Directors
Sully- Miller Contracting Company
We have examined the Contractor's Financial Statement,
in the form provided by the State of California, of Sully- Miller
Contracting Company as of December 31, 1974. Our examination was
made in accordance with generally accepted auditing standards, and
accordingly included such tests of the accounting records and such
other auditing procedures as we considered necessary in the
circumstances.
In our opinion, the aforementioned financial statement
presents fairly the financial information, in the form prescribed,
of Sully- Miller Contracting Company at December 31, 1974, in
conformity with generally accepted accounting principles applied
on a basis consistent with that of the preceding year.
The financial statement referred to in the foregoing
opinion is set forth on Page 8 of this report. Our examination
was made primarily for the purpose of rendering an opinion on this
basic financial statement taken as a whole. The other data included
in this report on Pages 9 to 12, inclusive, although not considered
necessary for a fair presentation of the Contractor's Financial
Statement, are presented primarily for supplemental analysis
purposes. This additional information has been subjected to the
audit procedures applied in the examination of the basic financial
statement, and is, in our opinion, fairly stated in all material
respects in relation to the basic financial statement taken as a
whole.
,�rr-a , -i�
Los Angeles, California
February 14, 1975
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.
• t
y
0
0
103) "711.,. I :.-1'Q1YG CI'.,,A$Y
Project N perience
rage lieu
Value
of Work
Year _ _ _ _ Tj'j coif Work _ Performed Location of Work
12/31/70
12/31/71
12/31/72
/i3
?/61/94
„
F �
Site Pt vrlep 6 Pave
1,395,032
Long Beach
Lxc:rratr, fradc, Pave
983,449
Palmdale
Site D rolupmvnt"
503,748
Mission Viejo
Site DeveNyment
697,379
Orange County
Crade and Pave
667,598
Long Brach
Cradc and Pave
667,210
L. A. County
l ixcaval.e, Grade, Pave
626,404
L. A. County
Cradc, Pave, Structures
551,071
Long Br.ich - Quccn Mary
Iladc rg rou;nd Sewer
2,450,728
Founl0 n Palley -S•unf lower
Underground Pipe
3,2.`,5,312
9nnta Na Palley
Underground Pipe
1,193,469
Santa Ana Wash - L. A. Co.
Ilighway
1,057,103
Beach Blvd. - Orange Co.
Highway
1,141,252
Beach Blvd. - Orange Co.
Highway
1,392,542
Highways 101, 154
Street 6 Structures
623,282
Shoreline Dr. - L. B.
Underground
793,519
City of Palos Verdes
Underground Storm Drain
792,993
Magnolia Cnt. - Riverside
Plater - Fresh Water
10,415,234
Santa Ana Valley - Org. Co.
Storm Drain Proj. -Major
3,330,355
Pasadena - L. A. County
Water - Fresh Water
2,187,461
Upland -San Bernardino Co.
Sturm Drain Project -Major
1,534,312
Belr..ont Shore - L. A. Co.
S U, rm Drain Project -Major
1,296,904
Dalluna Oeek - L. A. Co.
A-I hal t /Cane Recurf Major
1,240,SS9
Hwy. 7R /Jc,ff- Oceznside
N: for Nosh hater
1,06,4S3
P,'h : cicr Ridge -Kern County
Yr, :Jys
585,966
t1Qdrn State Fwy - L.A. Co.
Sir •....rs - Major
574,`68
So L.dad C,nyon - L.A. Co.
..... -.._r, oj. - -::a.jar
Anicnlo Wash-L.A.. Co.
I. rgc "Um. .• , ..-r Line-
6,696,287
Orange County
fr•n. Ch,nnrl, Bridge 6 St.
2,656,067
Aliso Creek -L. A. County
Large Dinncier Water Pipe
1,511,629
Los :Angeles County
Fay Bridge G Pus Lanes
1,791,217
San Bernardino Freeway
Lg. Dia. R'tr. Distrib. Line
1,567,948
Los Angeles County
Lg. Din. litr. Distrib. Line
1,041,676
Los Angeles County
Street Improvements
951,792
Los Angeles County '
Concrete Fos /Flood Control
850,702
Los Angeles County
Reservoir Rcpair
524,108
Orange County
Large Dian. Storm Drain
513,404
Pr.rhlo, Colorado
Ppv5ng, .Drninnge :nnd Util.
624,758
L. A. Hallor
SIY, Ct Nprovenent
792,919
orange Coanty
sleet
773,598
Orange County
Sr:er
724,458
Orange County
Pipoline
3,668,569
L. A. County
pine
2, SS,473
L. A. County
li.i -'i, n•..rt rr'Reclnm. Plant
2,945,040
Palm Desert
N-ping Plant
1,641,986
Penrblossom
Scwer
1,675,938
Los Angeles
_ Storm Drain
1,019,452
Pearblossom
Pump. Plts.- Control Bldgs.
1,269,347
Kern County
Ilist-ib. Canal 6 Reservoirs
1,330,617
Kern County
ICeter Distrib. System
1,042,227
fiasco, California
hater Line
1,022,490
Pueblo, Colorado
Pijteline Fxtension
646,146
San Jacinto
For I.Biom Performed
City of Long Beach
Lockheed California Corp.
Mission Viejo Corp.
Occidental Petroleum
City of long Beach
County of L. A.
Santa Pe Springs Flood
City of l.nug Beach
Orange County Sanitation
State of California
L. A. County Flood Control
State of California
State of California
State of California
City of Lung 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 Plater Storage District
State of California
L. A. County Read Departmont
Orange County Sanitotion
Metropolitan Later District
Metropolitan Water District
State of California
Metropolitan Water District
San Gabriel Valley Municipal
Los Angeles County
Los Angeles County Flesd Cou!MI
Irvine Ranch Later District
City of Pueblo, Colorado
Los Angeles Harbor Depnr•.r•:nt
City of Costa mesa
City of Costa Mesa
Orange County Saniration Vistrict
Metropolitnn Plater District
x,li"Y"IMn hater Liwirirt
Coachella Palley Co. Plater District
State of California
City of Los Angeles
L. A. County Flood Control District
Kcrn'Counip Water .Agency
Cawelo water District
Ruttonwillow Improvement
Pueblo West Metro. Dist. G.M00013 uch
Metropolitan linter District prop.
i Approximately 2,000 -3,000 individual construction projects arc completed annually. The experience
list above represents only some of the significant projects completed during the respective period.
4
i • PR 1 of 2
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT SULLY MILLER CONTRACTING COMPANV
3000 E. South St. Long Beach, Calif. 90805
ALLEY IMPROVEMENTS - BALBOA PENINSULA
1975 -76
CONTRACT NO. 1753
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
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 hereby pro-
poses to furnish all materials and do all the work required to complete Contract No. 1753
in accordance with the Plans and Specifications, and will take in full payment therefor
the following unit prices for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. 9,725 Construct 6" thick P.C.C. alley pave -
Square Feet ment.
1
@ Dollars
and
Cents $ 1 • $ \`\z°�S•
Per Squ re Foot
2. 3 Construct 6" thick P.C.C. alley
Each approach over native soil.
@ - t+.0.t� ���� Dollars
and
Cents $ 3oo.
Per Each
3. 510 Construct 4" thick P.C.C. garage
Square Feet approach in alley areas.
@ oae Dollars
and 30
rta:ti�� Cents $
Per Square Foot
4. 255 Construct 4" thick P.C.C. sidewalk.
Square Feet
@ awe Dollars
\ and ip
Cents $ V$ 30�
Per Squard Foot
FIR 2of2
QMLLY MILLER CONTRACTING COMPANY
3000 E. South St. Long Beach, Calif. 90805
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
5. 230 Construct 4" thick A.C. garage
Square Feet approaches in alley areas.
@ Dollars
and
Cents $ V $ AZ sq
Per Square Foot
6. 700 Remove existing 6" thick P.C.C.
Square Feet alley pavement.
@ $ Dollars
and
S� n Cents $ o. $ tiao
Per Square Foot
TOTAL PRICE WRITTEN IN WORDS:
S e„e,r�c�,i ��.., ..s wJ o� !•�l.j Se�e� Dollars
and zs
Cents $ mos-1
SULLY MfLLER 'CONTRACTING CO.
NOV 181975
Date
Bidder's Name
CONTRACTOR'S LICENSE NO. 1518 class "A" TELEPHONE NUMBER
CONTRACTOR'S ADDRESS 3000 E. SOUTH ST., LONG BEACH, CA. 9080E
��Assis�?stf Secre�an'
713) SWt% .m -