Loading...
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 -