Loading...
HomeMy WebLinkAboutC-1831 - San Miguel Drive widening adjacent to Big Canyon ReservoirJAN 10 1977 BY +he GII'I CUUNCIL 017y Q!' "AWPPRT 0' TO: CITY COUNCIL FROM: Public Works Department January 10, 1977 CITY COUNCIL AGENDA ITEM NO. H -9 SUBJECT: ACCEPTANCE OF SAN MIGUEL DRIVE WIDENING ADJACENT TO BIG CANYON RESERVOIR (C -1831) 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 widening of San Miguel Drive adjacent to Big Canyon Reservoir has been completed to the satisfaction of the Public Works Department. The bid price was $37,073.00 Amount of unit price items constructed 31,703.24 Amount of change orders 725.07 Total contract cost 32,428.31 Funds for this work were budgeted in the Water Fund (Account No. 50- 9297 -123). The reduction in cost of unit price items is due to elimination of transition paving which was performed instead by the developer of the adjacent subdivision. One change order was issued to provide for reconstruction of approximately 375 feet of street lighting conduit in order to clear the new curb alignment. The design engineering was performed by Raub, Bein and Frost Consulting Engineers of Newport Beach. The contractor is Sully- Miller Contracting Co. of Orange, California. The contract date of completion was October 11, 1976. Due to the need to coordinate the work with the adjacent subdivision improvements, the contractor was not able to start work until October 4, 1976. The work was completed by November 20, 1976. c , J seph T. D vlin blic Wo Director Pb JAN I.0 *3 by Aim ULL.( C(a 1AQ� igny W _"AQA TO: CITY COUNCIL FROM: Public Works Department January 10, 1977 CITY COUNCIL AGENDA ITEM NO. G -1 SUBJECT; VACATION AND ABANDONMENT OF AN UNUSED PORTION OF 23RD STREET AND IRVINE AVENUE RECOMMENDATION: Direct staff to initiate the formal proceedings necessary to vacate and abandon the subject portions of 23rd Street and Irvine Avenue. DISCUSSION: In 1968, at the time The Irvine Company gave to the City a grant of easement for the right -of -way for the widening and realignment of Irvine Avenue between Santiago and University Drive, serious consideration was given to.vacatihe unused portions of 23rd Street and Irvine Avenue (see Exhibit "Al. " Because of local concerns over (1) the access to the tidelands of Upper Newport Bay and (2) the uncertain future of Upper Newport Bay, it was decided not to recommend the proposed abandonment to the City Council. Recently the City and the County of Orange have acquired fee title to Parcel 1 from the Irvine Company (see Exhibit "B ") and the owner- ship of the Back Bay has been transferred to the State Department of Fish and Game. The City and County owned Parcel 1 adjoins approximately 1000 feet of the Ordinary High Tide Line and provides 160 feet of access along Irvine Avenue. Since Parcel 1 provides substantially greater access to the Upper Bay and the future of the Upper Bay is more definite, the aban- donment of the unusued portions of 23rd Street and Irvine Avenue is now being recommended. Joseph T.`Devlin Public Wyks Director JTD:hh Att. � '.t- tl--i -.Pm LCD 3 .645rh�Ri r i.1,Va' AER O. R. 8609/ms L a :tj LOT CITY OF i-4 4 C, 6 L. 19, fi t 22s 97• at .rXR1B1 r ;4 Z AwapossD WCA r/O*V NOT TO SCALE DRAWN AfArXMR DATE 9//0/76 BLIC WORKS DIRE NO. DRAWING NO.RIN-5547-Z ''s s PJ o� u ��� /0 o� _ 5 r y /0 0 D N �G QP 5C,4LE1 "=200' A 4 PROPOSED V.4 CA rION / /. 50024'52 "W 610.61' / 2. 5310377211E 430.16' 3. 545000'OO W 46.71' 4. N4 1001'42 "W 236.35' 5. A132 051 026 "W 352.96' 6. N29 030 ;35 "W 287.27' 7 Al /2 °45'46 "W 305.55' , 'PO 0 6. A14 004'26 "W 35/.69' 9• N9 °55'34 "W 90.20' STA. 76 /0. d =Z °35'40" Q =500.50, L = 22.64' S ° //. A140 °31'16 "E 160.90' 0) 41 12. 50°2/'1/ "W 212. 70' kD 13. S9 007'34 4E 126.10' 0 0 14 53104141 1E /2746' 0 0 /5. 554 °/3'20 "E 250.95' QO -STA. 77 EXfw /B /r 801 100,QT10A/ OF BL K'S. \4 � 52 OF /PV/NE'S 45U1501V /S /ON PER Al. k' 44 11&1. QC v a Q 0 1 EXfw /B /r 801 100,QT10A/ OF BL K'S. \4 � 52 OF /PV/NE'S 45U1501V /S /ON PER Al. k' 44 11&1. I A August 9, 1976 CITY COUNCIL AGENDA Y H -2 _.B ITEM N0.l ,,. :yam a x� ;; u,.`� °-• . j TO: CITY COUNCIL FROM: Public Works Department SUBJECT: SAN MIGUEL DRIVE WIDENING ADJACENT TO BIG CANYON RESERVOIR (C -1831) RECOMMENDATIONS: Adopt a resolution awarding Contract No. 1831 to Sully- Miller Contracting Co. for $37,073.00, and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Five bids were received and opened in the office of the City Clerk at 10:30 A.M. on July 28, 1976. Bidder Amount Sully- Miller Contracting Co.; Orange $37,073.00 Griffith Company; Irvine $37,915.00 Bowers Tractor Service; Westminster $38,847.30 Certified General Engineering Contractors; Orange $43,848.50 R. J. Noble, Orange $46,795.00 The low bid is 39% less than the engineer's estimate of $61,000. Funds have been provided for this work in the current year's budget under the Water Fund. This project provides for construction of the easterly roadway of San Miguel Drive (formerly New MacArthur Boulevard) along the Big Canyon Reservoir frontage. The plans were prepared by Raub, Bein and Frost, Consulting Engi- neers. The estimated date of completion is October 6, 1976. t ' J seph Devlin P blic k in :jd By RESOLUTION NO. 8,? 7-� /'5'- a (X ' ) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO SULLY - MILLER CONTRACTING COMPANY IN CONNECTION WITH SAN MIGUEL DRIVE WIDENING ADJACENT TO BIG CANYON RESERVOIR, CONTRACT NO. 1831 WHEREAS, pursuant to the notice inviting bids for work in connection with the San Miguel Drive widening adjacent to Big Canyon Reservoir, in accordance with the plans and specifications heretofore adopted, bids were received on the 28th day of July, 1976, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is Sully- Miller Contracting Company; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Sully- Miller Contracting Company for the work in the amount of $37,073.00 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ATTEST: City Clerk ADOPTED this 9th day of August , 1976. Mayor DDO /'b'- 8/4, By the CITY COUNCIL, CITY car plaWMAT sG cti TO: CITY COUNCIL r FROM: Public Works Department r July 12, 1976 CITY COUNCIL AGENDA ITEM N0, H -12 SUBJECT: SAN MIGUEL DRIVE WIDENING ADJACENT TO BIG CANYON RESERVOIR (C -1831) 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 July 28, 1976. DISCUSSION: The subject project provides for construction of the easterly road- way of San Miguel Drive (New MacArthur Boulevard) from 440 feet southerly to 1140 feet southerly of Port Sutton Drive along the Big Canyon Reservoir frontage. The improvements include street pavement, medians, street light- ing, and sidewalk - bicycle trail. An exhibit showing the limits of the work is attached. The project will, along with widening of San Miguel Drive being constructed in conjunction with Tract 9560 (Broadmoor Tract Development), complete widening improvements from San Joaquin Hills Road to Ford Road. The estimated cost of the work including engineering is $63,000. Funds are available in the current year's water fund budget. The plans were prepared by Raub, Bein and Frost, Consulting Engineers, as a part of the improvements associated with Tract 9560 (Broadmoor). The estimated date of completion is October 6, 1976. seph T. d vlin P blic Work -S Director 96: j d Att. s i O 9�i c °Qr �q O NAY S Op T T PRO J E GT a r �O4r � \V, a• o '"a_� L /Try Qry x T�yJN L4pES C'jTy OJC' cJ{ �CJ ' NFL A.J• '�- 4Cle-�C �,[p 9 � ✓tl��r�C AQ 5Pa tYj ����a�� �otirEKEy �< 1S4. ,J RO. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SA✓v M /c - -d. 7�" 9'G ' •S /O Tc' /� 9°O • •�i+ i <Gk T ,:: G' T i'C ✓;' A ✓ \v 0 o � � o >, N � � a r S F n 1 c 0 DRAWN 22�� DATE APPROVED PUOLIC WORKS DIRE!J! ' R.E. NO." IT, DRAWING NO:EX// /.B /Y I March 17, 1977 gulf - Miller Contracting Co. P. O. I= 422 %walugs, Us 92ii7 814048" San Miguel Drive W14661" Adjacent to Ift Canyon Reserve&. lsu Subjects Surety Bonds No. Project Contract No. I LD The City Council on January 1977 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 oa January 17# 1977 in Seek No. 12037. Page 692. Plasse notify your surety company that box" may be relossiod 35 days after recording "to. Doris Georgo City Clark DO: mk cc: Public Works Department L. 4 0 OL e,, e7.TURNTo '8 oiN a C- ?!too C c.r 7 nDT B F A C H Y -n., ^Ci1LFVARD NEVi -. CRT EEACH, CA!-IF. 92663 ja 23091 0 R 12037PC 662 C8 _ NOTICE OF COMPLETION PUBLIC WORKS RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA S Pest 11 AM JAN 17 1977 J. WYUE CARLYLE, County Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on November 20, 1976 the Public Works project consisting of San Miguel Drive Widening Adjacent to Big Canyon on which Sully-Miller Contracting Co was the contractor, and Seaboard Surety Company was the surety, was completed. CITY OF NEWPORT BEACH c Wdsks Director VERIFICATI ,N I, the undersigned, say: 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 January 11, 1977 at Newport Beach, California. I, the undersigned, I am the City Clerk of the City of Newport Beach; the City Council of said City on January 10, 1977 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 January 11, 1977 at Newport each, California. 0 CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Date: January 13, 1977 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Colllpletion of Public Works project consisting of San Miguel Dr. Widening Adiacent to Big Canyon Reservoir. Contract No. 1831 on which Sully- Miller Contracting Co. was the Contractor and Seaboard Surety CgWAM was the surety. Please record and return to us. Very trul !yours, Doris George City Clerk City of Newport Beach Encl. 1-1 TO: Public hbrks Department FROM: City Clerk 0 Date l t M* 1976 SLM=: Contract No. Project lt.e Mic�l Dr_ iHd�aiaQ��ie�nt ce 9ifyen 8u�caeir Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Address: aee ti_— wA OeCL7 Amount: $44" Effective Date: Resolution No. Doris George DG: m* Att. CC: Finance Department August 27, 1976 TO: CITY CLERK FROM: Public Works Department' SUBJECT: SAN MIGUEL .DRIVE WIDENING': IMPROVEMENTS:4:40 FEET S/O PORT SUTTON DRIVE TO 1140 F "3 /O PORT SUTTON DRIVE C -1831 Attached are four copi#4 of the subject contract documents, as well as the insurance certifites. Please have the contract documents executed on behalf of -Ak,tity, retain your copy and the t. insurance certificates, and return the remaining contracts to this department for distribution. Thank you. f Steve Bucknam Project Manager SB:hh Attachments '� �'� .. '.. ' . �.2+� 'f:.'. �ri�a- .. -; �•' � .. _xz1 �k , I .. i i _ .. .. '. :. j� .. .. ' ,.� 1. ��. q +� _ .. n . . .r,., " \F.i .. g 9� ' . .. t. .... _ .. Si 4'Fn. �. } q r4 �J�p.i '.. 'ilY"R�ii�i.id .�{.,�......,.. �.y U.n`L'�ti"�i:.� �° _ i q.`t �� I�Y:.R9Ea Y. s, - � �`m - n _ ..emu '�f f �. i v_ iu`a�. �.. .'Y� CITY CLERK CONTRACT NO. 1831 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR SAN MIGUEL DRIVE WIDENING IMPROVEMENTS 440 FEET S/0 PORT SUTTON DRIVE TO 1140 FEET S/0 PORT SUTTON DRIVE Approved by the City Council on this 12th day of July 1976. SUBMITTED BY: SULLY - MILLER CONTRACTING COMPANY Contractor P.Q. Add ress BOX 432 Te}ep one $ 37.073 -.00.. Total Bid Price CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SAN MIGUEL DRIVE WIDENING IMPROVEMENTS 440 FEET S/O PORT SUTTON DRIVE TO 1140 FEET S/0 PORT SUTTON DRIVE CONTRACT NO. 1831 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92663 Gentlemen: PR oft 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 proposes to furnish all materials and do all the work required to complete Contract No. 1831 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 Lump Sum 480 Tons 2400 Tons 700 Lineal Feet Clear and grub @ Two Thousand Five Hundred Dollars and No . Cents Lump Sum Construct Asphaltic Concrete Pavement $ 2,500.00 $ 2.500.00 @ Thirteen Dollars and Fifty Cents $_ 13.50 . $ 6.480.00 Per Ton Construct Aggregate Base @ Four Dollars and Seventy Cents $ 4.70 $11.280 On Per Ton Construct 8" Type "A" P.C.C. Curb and Gutter @ Four Dollars and Twenty Cents $ 4.20. $ 7.94n_no Per Lineal Foot CE WRITTEN IN WORDS 5. 1370 Construct 6" Type "C" P.C.C. Curb and Lineal Feet Gutter . . PR2of2 @ Three Dollars and Ninety Cents $ 3.90 $ 5,343.00 Per Lineal Foot 6. 6900 Construct 4" P.C.C. Sidewalk Square Feet @ No Dollars and Ninety Cents $ 0.90 $ 6.210.00 Per Square Foot 7. 2 Relocate Street Light Each @ Seven Hundred Dollars and No Cents $ 700.00 $ 1,400.00 Per Each 8. 2 Install 400 Watt Luminaire W/250 Watt Each Lamp on existing Street Light Davit @ One Hundred Sixty Dollars and No Cents $ 160.00 $__ _20.00 Per Each 9. 4 Adjust Manholes or Piezometer Cap Each to Grade @ One Hundred Fifty Dollars and No Cents $ 150 00 $ 600 00 Per Each TOTAL PRICE FOR ITEMS 1 - 9 WRITTEN IN WORDS Thirty -Seven Thousand Seventy -Three Dollars and No Cents $ 37,07100 CONTRACTOR'S LICENSE N0. 1538, Class "A" SU Y- I Bidder's Nk!PNTRACTING COMPANY July 28, 1976 ate S /Jack Wilson Assistant Secretary Authorized Signature CONTRACTOR'S ADDRESS P.O. Box 432 Orange California 92667 TELEPHONE NUMBER (714) 639 -1400 0 0 Page i 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 28 day of ____J_� 1976, at which time they will be opened and read, for performing work as follows: SAN MIGUEL DRIVE WIDENING IMPROVEMENTS 440 FEET S/O PORT SUTTON DRIVE TO 1140 FEET S/0 PORT SUTTON DRIVE CONTRACT NO. 1831 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 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 the bid opening. (cont.) 0 Page la The City has adopted the Standard Specifications for Public Works Construction (1973 Edition) as prepared by the Southern tin California Chapters ters 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. 8701 adopted February 9, 1976. 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 contractor shall be responsible for com- pliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 3 -22 -76 0 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 Class "A" Accompanying this proposal is Bond (Cash, Certified Check, Cashiers Check or Bond in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. (714) 639 -1400 Phone Number July 28, 1976 Date SULLY - MILLER CONTRACTING COMPANY Bidder's Name (SEAL) S /Jack Wilson. Assistant Secretary uthorized Signature Authorized Signature Cornoration Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: R. K. MacGregor, President W. Duane Rash, VP, Treas. & Sec. Richard F MnlynPum, VP A Mqr, Plant Div John A. Berton, Vice President C. P. Brown, Vice President James 0. Pittman, Controller D_ E. Branch. Assist. Sec. lamas F W-indprc,_Assist Car 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. Munroe, Assist. 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 I. Concrete Jezowski & Markel Santa Ana 2. Electric Trascon Los Alamitos 4. 5. 6. 7. 8. 9. 10. 11. 12. SULLY - MILLER CONTRACTING COMPANY Bidders Name S /,lack Wilcnn, Accis -ant S .r .ary Authorized Signature Corporation Type of Organization (Individual, Co- partnership or Corp.) P. 0. Box 432 Orange, California 92667 Address qR ORIGINAL SEE CITY CLERK'S FIL9000PY 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%) ), 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 San Miguel Drive Widening Improvements 440 Feet S/0 Port Sutton Drive to 1140 Feet S/O Port Sutton Drive (C -1831) 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 28th day of 197_ Corporate Seal (If Corporation) W11 0 u Ion NNNUIVI ! of I MAUXI SiFrank F. Holland, Assistant Serratary (Attach acknowledgement of Attorney -in -Fact) Donna M. Tepper, Notary Public SEABOARD SURETY COMPANY Commission Expires March 5. 1977 Surety By S /J. H. Cait_hamer Title Attorney -in -fact 0 [JON- COLLUSION AFFIDAVIT Page 5 The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or 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 28th day of ,lu y 19 _76 My commission expires: � Ppte her 24, 1979 SULLY - MILLER CONTRACTING COMPANY S /Jack Wilson, Assistant Secretary S/laura F_ Tpreheci Notary Public 0 ORIGINAL SEE CITY CLERK'S FILIDOPY Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid openinq if he is the apparent low bidder. On file with City Clerk. S /Jack Wilson, Assistant Secretary Signed ' Project Cxpericync Page Item value of Work Year Tie of work Performed Location of Bork For Whom Performed__ 12/31/71 Grade, Pave, Structures 551,071 Long Beach - Queen Mary City of Long ¢oath Underground Sower 2,450,725 Fountain Valley- Srwflower Orange County Sanitation " Underground Pipe 3,255,312 Senta Ana Valley State of California Underground Pipe 1,793,469 Santa Ana Wash - L.A. Co. L.A. County Flood Control Highway 7,051,103 Reach Blvd. - Orange Co. 'State of California Highway 1,141,252 Beach Bled. - Orange Co. State of California - Highway 1,392,542 Highways 101, 154 State of California Street 6 Structures 623,232 Shoreline Drive - L.B. City of Long Beach Underground 793,319 City of Palos Verdes City of Palos 1'crdos - Underground Storm Drain 792,593 Magnoii.a Get. - Riverside Riverside Co. Flood Control/ , 12131/72 hater - Fresh 'hater 10,415,234 Santa Ana Valley - Org. Co. State of California " Storm Drain Proj. -Major 3,330,SSS Pasadena - L. A. County State of California Hater - Fresh Water 2,157,461 Upland -San Bernardino Co. metropolitan Water District Storm Drain Project -Major 1,534,512 Belmont Shore - L. A. Co. L. A. County Flood Control " Storm Drain Project -yajor 1,296,904 Ballona Creek - L. A. Co. L. A. Comity Flood Control Asphalt /Cone °.tsar_` -Major 1,240,509 Hwy. 79/Jeff - Oceanside State of California " Water - Fresh hater 1,06,90 Wheeler P.idge -Fern County Maricspa Water Storage District Freeways - SSS,966 Golden State Fwy - L.A. Co. State of California Structures - Major 844,568 Seigel& Canyon - L.A. Co. L. A. County Road Department " Storm Drain Pro j. - Major 527,471 San .Antonio Wash -L.A. Co. L. A. Comity Flood Control 12/31/73 Large Diu,a. Sewer Line 6,696,237 Orange County Orange County Sanitation " Con. ,Gnannel, Srid c G St. 2,60^7 Aims Creek -L.A. County ISLropolitan Water District " Large Di ateter Fluter Pipe 1,911,629 Los Angeles County Metropolitan Water District Fwy Bridge E Bus Lanes 1,791.217 Son Bernardino freeway State of California " 11. Div. War. Distrib. Line 1,567,948 Los Ang�lcs County Metropolitan Water Disccict " 11. Di-r.. Wcr. Distrib. Line 1,0- 41,676 Los Angeles ConEry San Gabriel Valley Municipal " Street- Improvements 951,792 Los Angeles County Los Angeles County Concrete Sox /Flood Control . 650,702 Los Aagcles County Los Angeles County Flood Control Reservoir Repair 524,105 Orange County Irvine Ranch Water District " Large ,Dims. Story Drain 513,404 Pueblo, Colorado City of Pueblo, Colorado 12131174 Paving, Dtnirit ;v and Util. 62- ^.,755 L. A. Harbor Los Angeles harbor Department Street Im..provement 792,919 Orange County City of Costa Mesa Street Improvement 773,095 Orange County City of Costa Musa " Sewer 724,42S Orange County - Orange Comity Sanitation District " Pipeline 3,655 „S69 L. A. County Metropolitan Eater District ” Pipeline 2,2 0,473 L. A. County Metropolitan hater District. " Waste Water Rcclacn. Plant 2,9 "5,040 Palm Desert Coachella Valley Co. Water Dist. " PumpinW Plant 1,641,986 Pcarblossaa State of California Sewer' 1,675,933 Ins Angeles City of Los Angeles Storm Drain 1,019,02 Pearblossam L.A. County Flood Control Dist. " Pump. Pits.- Control Bldgs. 1,269,347 Kern County Kern County Water Agency " Distrib. Canal A Reservoirs 1,330,617 Kern County Nwele Water District. Hater Distrib. System 1,042,227 {fiasco, California Buttonxilj.ow Improverent Hater Lino 1,022,410 Pueblo, Colorado Pueblo West Nutro. Dist.¢ P6_Cnlloch ' Pipeline Extension 646,146 San Jacinto Metropol,i,tnn Plater Dist. top. 12131175 Store Drain 5,074,615 Glendale L.A. Co. Flood Control Dist. u Intertaptur Scour Lino 4,343,353 Carden Grove.. Orange Co. S:unitation " {later Troabnent Plant 2,699,550 Bakersfield Kern Co. WaLur Agency " 7 Pump. Pit5-7 Conn. Blegs. 2,129,06 Bakersfield Kern Co. Enter Aquacy Waste i'af.Peci3m. Plant 2,017,44$ Palm DeSCrt Coachella i'niley Water District Storm Drain 1,33S,21S Manhattan Efach L.A. Co. Flood Control Dietricc " Water Distribution Sy:, v:u 1,019,1 WASCO Batto:n;illwa luprov. „ St. .Smr;n Deak Pile A Pox 9,700 Riverside Riverside Q. Flood Control Dist. ,..,.. Ko;nfsay qvc,w Irvine - The Irvine Canany " Pin: :Ping Pit 2nd Uischcrn „c 907,440 Pearbir_r ;ore. Dept. Water n s. /Stato of CaliF. Stone Wrenn 837,30 Oranyc Irvine Co; -pany . ” '1u:'nouCs Disc4arg. Pipclinus 747,404 B_t kcrs Ci old Kcrn Cu, Vn er Agency Strant ki,rocccenes 736,7;x; wilnugton. City of Los Angeles " SLrcct Cox ;truction 771,572 Las Ae^eltv.; 1.. A. harbor Depnrtment " Rcinf. Giro, tax Culvert 709,621 Escondido City of 1lsconk do A-quro; cdtoly 2,00C.1,P41 .inUividwAl e nst'un.tion prwPn5 are co`71wel annually. 'Ihe experience _ list aboln represents only some of the sigrificanL 1 i. oats cmpl ^tea during the respuzavo period. 0 0 Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. S /Jack Wilson, Assistant Secretary Signed • BON PREMIUM: THE PREMIUM ON THIS BOND IS INCLUDED 1N Page $ THAT OF THE PERFORMANCE BOND. LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted August 9, 1976 has awarded to SULLY - MILLER CONTRACTING COMPANY hereinafter designated as the "Principal ", a contract for San Miguel Drive Widening TmprpyPmantc 440 Feat S/0 Port Sutton Drive to 1140 Feet S/0 Port Sutton Drive (C -1831) 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 of the City of Newport Beach; 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 SULL1- MILLER M181 V19; 1011P111 as Principal, and SEABOARD SURETY COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of c I' T- -..&I T i Th - F Dollars ($ ; 6_-) ) F,t rV ;;:, said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon • 0 Page 9 (Labor and Material Bond - Continued) this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the J< tL ay of ,, "t;;;; , 19 =rte. SULLY- MILLER UNTRAGTIN6 109PUT _(Seal) Name of Contractor Principal Authorized Signature and T le_ R. & 1Bsq��,0$ < 1 ..r Authorized Signature and Title WU E HOUMD - ASSISTANT SECRETARY SEABOARD SURETY COMPANY (Seal) Name of Surety '�I ?,-..3s�y - ILLL Telephone No. of Agent STATE OF C. \ I - I rO R \ 1!" COUNTY OF On this ...... I th .... ...... . .. day .... ....... ........ ...... ..... ......... 19... before me personally came J , r ii, CATili 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 -EGABOAPeD 4V"STY. GGW&AI;,)j in accordance with authority duly conferred upon him by said CorZpqarf,,-I Form el? My C':rnn sslo': Esp,rn Febrtiar�' 1� 1977 Notary Public. ................... STATE OF CALIFORNIA, COUNTY OF-- 1,0S os' G1 -LES ON-_ stUG'JST 1= 6 before me, the undersigned, a Notary Public in and for said State, personally appeared _A • "I N L,)q ANrELFS COUNrY 0 • My C-,wmmission E4,,,ire, Fatiu�ry 1, 1977 ACKNOWLEDGMENT--COlPOratiOn—WDICotts Form 222—Rey. M4 known to me to be the PPISIDELIT SSIc;'- "'T 01:cjij­"L,-'- 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. Notary Public in and for said State. A um a Page 10 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted August 9, 1976, has awarded to SULLY-MILLER CONTRACTING COMPANY hereinafter designated as the "Principal ", a contract for San Miguel Drive Widening Improvements 440 Feet SID Port Sutton Drive to 1140 Feet S/O Port Sutton Drive (r -1831) 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 of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, as Principal, and SOLLT -MULES NITRIMI6 OMP111 SEABOARD SURETY COMP&z as Surety, are held and firmly bound unto the City of Beach, in the sum of liars 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, con- ditions, 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. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions 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 je • (Performance Bond - Continued) 0 Page 11 of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the i c +±N day of is U(•, i LS - , 192_• IVLLI- FILLER COBIRAC1119 1nUpily (Seal) Name of Contractor (Principal) tle Azed Signature and litre FRANK E, R011-AN6 • ASSISTANT SECRE SEABOARD SURETY COMPANY (Seal) Name of Surety 11 -�:0 - l (�, ( � , Telephone No. of Agent STATE OF CALSF01'::IA � ss.: COUNTY OF i.('S V..:GLUi S On this........;1g.zl. _. .day ..... ... ... ... .......... ".L'(.;C:S ._...... ...... ........... ......... 19...6....„ before me personally came to me known to be an Attorney -in -Fact of SEABOARD SURETY COMPANY, the corporation described in the within instrp mene ,an �,V, §g4ilgiVtedged that he executed the within instrument as the act of the said S)iy O[ eR)3 sCQMPAW in accordance with authority duly conferred upon him by said Cam an r^ r e e mmAvon Ez a =s February 19 c e..n.. � " FIFSCOUNTY e Form 094 .. e. u..w ..............♦ ... Notary Public. STATE OF CALIFORNIA, COUNTY OF— 10S (J7S ♦ My UftkS 17� k! 0 C,.nr.l;ssion [,djcs February 1. 1177 ............ ACKNOWLEDGMENT—Corooration—Wolcotis F.,. M—Rnv m4 ON­ UUIS �'J 9 19 76 , before me, the undersigned. a Notary Public in and for said State, personally appeared L­-UOLLA'iD, known to me to be the PLES I DLET' SEC-1-1' 1-tTlY.. of the­ S.Ul : Y -'.' f ILER CC-'-T2.f:' A 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. • 0 CONTRACT Page 12 THIS AGREEMENT, made and entered into this.: - -:,day of 19 "? , by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and Sully- MILLER CONTRACTING COMPANY hereinafter designated as the Contractors party of the second part. WITNESSETH., That the parties hereto do mutually agree as follows 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of Sutton 1 and to perform and complete n 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 Agreements 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 Proposals 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 0 Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury; and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. ATTEST; CITY 0 EWPORT BEACH; JAL: Al ayor SOLLI- MILLER UNTRUTI96 1QMPII1 — ��Contr�iac or -® (SEAL) _ R'_ 1�llanisl�L DPI' Title r 1 BY'`x.... RAM E HMAND - ASSISTANT gUFTAnv Title STATE OF CALIFORNIA, COUNTY OF LOS ANGELES 1 Ory AUGUST 19, 19 76 before me, the undersigned, a Notary Public in and for said State, personally appeared R. A PGOR ,- PRANK E HOLLAND , known to me to be the PRESIDENT, ASSISTANT SECRETARY of the SUi iY— 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. i OFFICIAL SEAL • WITNESS my hand and official seal. ,':.... • FE:t.; ,. NOTARY PU ^iJC - CALIFORNIA* PRR'CIPAL OFFICE IN •. LOS ANGELES COUNTY • My Commission Expires February 1, 1977 ° • s•••••••••••••••••••• 4otaryRLlicinandfarsaidSteta. ACg10wLEDGMMT- CWPffdWt %k" FM M.-W., 4Yi_ CITY OF,NEWPORT BEACH PUBLIC WORKS DEPARTMENT SAN MIGUEL DRIVE WIDENING IMPROVEMENTS 440 FEET S/0 PORT SUTTON DRIVE TO 1140 FEET S/0 PORT SUTTON DRIVE INDEX TO SPECIAL PROVISIONS CONTRACT NO. 1831 SECTION Page I. SCOPE OF WORK AND SPECIFICATIONS . . . . . . . . . . . . . . . . . 1 II, COMPLETION OF WORK . . . . . . . . . . . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 V. PROTECTION OF EXISTING UTILITIES . . . . . . . . . . . . . . . . 1 VI. CONSTRUCTION SCHEDULE . . . . . . . . . . . . . . . . . . . . . 2 VII. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . . . . 2 VIII. TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . 2 IX. CONTRACT COORDINATION . . . . . . . . . . . . . . . . . . . . . . 2 X. FLOW AND ACCEPTANCE OF WATER . . . . . . . . . . . . . . . . . . 2 XI. DEMOLITION PERMIT . . . . . . . . . . . . . . . . . . . . . . . . 2 XII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . 3 A. Clearing and Grubbing . . . . . . . . . . . . . . . . . . . . 3 B. Aggregate Base . . . . . . . . . . . . . . . . . . . . . . 3 C. Asphalt Concrete . . . . . . . . . . . . . . . . . . . . 3 D. Adjustment of Valve Boxes and Manhole Covers to Finished Grade ........................ 3 E. Street Light System . . . . . . . . . . . . . . . . . . . . . 3 i. 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS SAN MIGUEL DRIVE WIDENING IMPROVEMENTS 440 FEET S/O PORT SUTTON DRIVE TO 1140 FEET S/0 PORT SUTTON DRIVE CONTRACT NO. 1831 SCOPE OF WORK AND SPECIFICATIONS SP 1 of 3 The work to be done under this contract consists of widening San Miguel Drive from a point 440 feet south of Port Sutton Drive to a point 1140 feet south of Port Sutton Drive, constructing a street lighting system, and other incidental items of work. The contract requires completion of all the work in accordance with these Special Provisions, the City's Standard Special Provisions, the Plans (Drawing No. R- 5296 -S), the City's Standard Drawings and Specifications. The City's Standard Specifications are the Standard S ecifications for Public Works Construction, 1976 Edition. Copies may be purchased from ui ing News Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. Copies of the City's Standard Drawings may be purchased from the Public Works Department at a cost of $5.00. II. COMPLETION OF WORK The Contractor shall complete all work within 45 consecutive calendar days after the date the City executes the contract. III. PAYMENT The unit price bid for each item of work shown on the proposal shall be con- sidered as full compensation for all labor, materials, equipment, and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Payment for incidental items of work not separately provided for in the pro- posal, shall be included in the price bid for other related items of work. IV. GUARANTEE The Contractor shall guarantee for a of the work by the City Council, all defects whatsoever. Any such defects expense. PROTECTION OF EXISTING UTILITIES period of one (1) year after acceptance materials and workmanship against any shall be repaired at the Contractor's Known utilities are indicated on the plans. Prior to performing construction II work, the Contractor shall request each utility company to locate its facilities. The Contractor shall protect in place and be responsible for, at his own expense, any damage to any utilities encountered during construction of the items shown on the plans. • VI. CONSTRUCTION SCHEDULE • SP2of 3 The Contractor shall submit a construction schedule as specified in Subsection 6 -1 of the Standard Specifications. VII. CONSTRUCTION SURVEY STAKING Field surveys for the control of construction will be provided by the City. VIII. TRAFFIC CONTROL The Contractor shall be responsible for traffic control in accordance with Subsection 7 -10 of the Standard Specifications. Prior to commencing work the Contractor shall submit a written traffic control plan to the engineer for approval. The plan shall show the periods of street closure, the location and signing of detours and other details required by the engineer to assure that all through and local traffic will be handled in a safe and efficient manner with a minimum of inconvenience. IX. CONTRACT COORDINATION The Contractor is advised that other contractors will be working adjacent to the area under this contract to the north of the project area. The Contractor shall make every effort to coordinate his operations with these contractors. FLOW AND ACCEPTANCE OF WATER It is anticipated that surface and ground or other waters will be encountered at various times and locations during the work herein contemplated. The Con- tractor, by submitting a bid, acknowledges that he has investigated the risks arising from water and has prepared his bid accordingly. The Contractor shall conduct his operations in such a manner that storm or other waters may proceed uninterrupted along their existing street and drainage cources. Diversion of water for short reaches to protect construction in progress will be permitted if public or private properties are not damaged or, in the opinion of the Engineer, are not subjected to the probability of damage. .Contractor shall obtain written permission from the property owner before any diversion of water outside the street right -of -way will be permitted by the Engineer. Surface runoff water containing mud, silt, or other deleterious material from the project.area shall be treated by filtration or retention in a settling basin or basins, sufficient to prevent such waters from entering storm drains. The Contractor shall submit a plan for implementing siltation control to the City prior to commencing construction. Upon approval of the plan by the City the Contractor shall be rewponsible for the implementation and maintenance of the control facilities. The Contractor's attention is called to Subsection 7 -9.1 of the Standard Specifications as regards project site maintenance. XI. DEMOLITION PERMIT Prior to dumping any spoil; or waste material from the jobsite at any sanitary landfill site in the County of Orange the Contractor shall obtain a "Permit to Dispose of Demolition" from the City Public Works Department by contacting Mr. Irwin Miller, Administrative Assistant at 640 -2128. There is no charge for this permit; its purpose is simply to provide authorization for the Con- tractor to use Orange County landfill facilities for disposal of excess material. . SP3of3 XII. CONSTRUCTION DETAILS A. Clearing and Grubbing This item of work shall include the clearing and grubbing of all areas and shall be done in accordance with Section 300 -1 of the Standard Specifi- cations. The removal and disposal of existing asphalt concrete pavement and concrete curb is included in this:item. All material accumulated under this item of work shall become the property of the Contractor. It shall be the Contractor's responsibility to dispose of the material away from the job site in a manner and at a location acceptable to all cognizant agencies. B. Aggregate Base Aggregate Base shall be processed natural material gradation B, conforming to the requirements of Section 400 -2 of the Standard Specifications. C. Asphalt Concrete 1. General Prime coat will not be required on the prepared subgrade. The tack coat in conformance with Subsection 302 -5.3 of the Standard Specifica- tions shall be applied to the existing asphalt concrete surface between the base course and the surface course. 2. Pavement Asphalt concrete shall be Type III conforming to the requirements of Subsection 400 -43 of the Standard Specifications. The lower 2" of pavement shall be B1- AR4000 and the top 2" shall be C2- AR4000. D. Adjustment of Valve Boxes and Manhole Covers to finished Grade Existing valve boxes and manhole covers shall be adjusted to finished grade in a manner similar to that described in Section 302 -5.7 of the Standard Specifications. E. Street Light System The street light system shall be in accordance with the applicable portions of Section 307 of the Standard Specifications except as modified herein. The conduit shall be placed under existing improvements by jacking or drilling unless otherwise permitted by the Engineer. At least one foot of slack shall be left for each conductor at each lighting standard and at least 3 -feet of slack at each pull box. Cerlwate of Workmen's Compensation Cotkge CITY OF NEWPORT BEACH Sully Miller Contracting Company CITY HALL 3000 East South Street, P.O. Box 5399 3300 W. NEWPORT BLVD. Long Beach, California 90805 NEWPORT BEACH, CA. RE: CONTRACT FOR SAN MIGUEL DRIVE WIDENING Date AUGUST 19, 1976 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 notice to you. By /� .r [ /�+CJ� D FRANK E. HOLLAND, ASSISTANT SECRETARY Title FORM SM -IM9 (R6V 7 -75) FRIN ED SR U.S.A. CITY OF NEWPORT BEACH CERTIFICAI OF INSURANCE FOR CONTRACT WORPOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE Project Description: contract for San Miguel Drive widening This is to certify that the Central National Ins. Co. (Cravens, Dargan & Co. has issued to sully-Miller Contracting C o m p any a; o Insured California 90805 (Address of nsu the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and employees shall not be contrib- uting or primary with the insurance provided by this policy. This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the - Named - Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: Marsh & McLennan, Inc. Address of Agency or Broker: 3303 Wilshire Blvd., Los Angeles, California 90010 Telephone No. 380 -1600 MARSH d, McLENNAN, INCORPORATED Countersigned by: R.L�_ (Authorized Insurance ompanv Representative) Effective date of this endorsement: August 23 , 19 76 , Endorsement No. ,e ial ) ie ial o icy Term Limits of Liability Covera e NN i No. Each Occurrence (Minimum: Aggregate (Minimum: $500,000) $ 500,000 Protecti, $1,000,000 Products $ 500,000 Contracti H W C MPLETE INFO TION BELOW COMPREHENSIVE LIAB. Combined Single Po Cy No. From: 11/1/75 See Attached Page For Excess Limits 40 Protefti Limit Bodily Injury or Property Damage C-Nx- 160729 To: 11/1/76 $ 500,000.00 $i.000.000.Products $ Contract Each Occurrence See Attached Page For Excess 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., Los Angeles, California 90010 Telephone No. 380 -1600 MARSH d, McLENNAN, INCORPORATED Countersigned by: R.L�_ (Authorized Insurance ompanv Representative) Effective date of this endorsement: August 23 , 19 76 , Endorsement No. ,e ial ) ie ial 0 INTERNATIONAL SURPLUS LINES INSURANCE COMPANY POLICY NO. XSI 1857 TERM: MARCH 1, 1976 TO NOVEMBER 1, 1976 INTERNATIO/JN /A /L/, SURPLUS LIVS INSLi 1NCE COMPANY BY V LEXINGTON INSURANCE COMPANY POLICY NO. 5502778 TERM: MARCH 1, 1976 TO NOVEMBER 1, 1976 LEXINGTON INSURANCE COMP NY BY INSURANCE COMPANY OF THE STAT OF PENNSYLVANIA (C. V. STARR) POLICY N0. 42752156 TERM: MARCH 1, 1976 TO NOVEMBER 1, 1976 INSURANCE COMPANY OF THE STATE/7 PENNSYLVANIA (C. V. STARR) /`. BY GLACIER GENERAL POLICY NO..SCP 5111 TERM: MARCH 1, 1976 TO NOVEMBER 1, 1976 GLAC R RAI INSURANCE COMPANY BY w STO ALL I TRANCE COMPANY (DEPENDABLE INSURANCE ASSOCIATES) POLICY NO. 13272 TERM: MARCH 1, 1976 TO NOVEMBER 1, 1976 STONEWALL INSURANCE COMPANY (DEPENDAB -N71-- E ASSOCIATES) i BY - 0 $ 500,000.00 $ 500,000.00 $ 750,000.00 $ 350,000.00 $1,900,000.00 COMBINED SINGLE LIMIT BODILY INJURY AND PROPERTY DAMAGE, EACH ACCIDENT OR OCCURRENCE $1,000,000. EXCESS OF $1,000,000.00 CONTRACT NO. 1831 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR SAN MIGUEL DRIVE WIDENING IMPROVEMENTS 440 FEET S/O PORT SUTTON DRIVE TO 1140 FEET S/0 PORT SUTTON DRIVE Approved by the City Council on this 12th day of July 1976. SUBMITTED BY: SULLY- aIILLER - O'NTRACTI �G CO3IPANY Contractor P. O. BOA 432 Address OM-GE, CALIF. 92667 City Zip 1714) 639.1400 Telephone ofl $ 31 o� 3 Total Bid Price s- _ ,.�, ._ . �.�..::: �r.,.�..x..,u: .,c.:s�.iW...,.._. :_::z__� - - .'rs_- ,-- sr'�'.:. ..-. .x:��xo�: =�x3:..:..- aP,.�°�,,•= >.«.,_ �+ -- s_�v -�= ";a9 SEALED BIDS will be received at the- , 'City Clerk, City Hall, Newport Be California, until 10:30 A N on t day of July 19 76, at which time they wi— IT opened and rea perfom as follows: SAN MIGUEL DRIVE WIDENING I NTS. 440 FEET S/O PORT SUTTON DR1�; ` -;1l40 FEET S/0 PORT SUTTON 1k CONTRACT NO. 1831 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, an& 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 Secr =etary are required an t e _o_rrpor_attee Seal shall be affixed to all�cuments req ring signatures. In the case of a aril tnershTp- 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., is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) .- rr.. =rL: xdot -'�'= - ..,nom.. -e :'i.'t�.., �.....3i =tea.. s� "f" o-'I�wEs'= °.,dix.�ts�;e_ .� ......�i• Page la The City has adopted the Standard S tcifications for Public Works Construction (1973 Edition) as prepare y e out ern California Chapters of the WFrican 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. 8701 adopted February 9, 1976. 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 contractor shall be responsible for com- pliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Re.4ised 3- 22 -76 .._u..:. .��� t. _ ;��. uti:�.-�- .;�.�.._ , -� = - -,u� _mot, ,. . _ 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 figuies,.,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 careful,ly,all of the above figures and understands. that the City will not be responsibe 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 Clatiifi cation CLAM W . Accompanying this proposal -is (cash, Certified -Check, as er s Check or on 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.whick require every: em Ioyer to W'1 nsured 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. (714Y 63oMD Phone Number Date SULLY-Mg= . gONMCTING (SEAT.) _ Au7zea aigna[ure jACK WILSON - AZ1STANi%SECRMAX1 Authorized Sgnature 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: F . • . A. at '..IfavGregor..Yresideut "" tiI1N R. Aieee Rash; VP, Treas. & Seo: • + Richard 8. Volyneua, VP k KBr, P,iggf John A. Barton, Vice Presiden% - 0. P. Brown, Vice President dames '0. Pittman. Controller. t D. $. Branch, Assist. Sec.-tt James F, Winders, Assist. Sac,, Frasyq 8. Rolland, Assist. Seor '. A. Abbott. Assist. Sec. Jack Wilson ,Assisi. Seo,. )Inrry Cohen, Assist. Sep. 3abert X. SaII&W. 'Assist. $s0e R. R. 14mro, Assist. Sea t F Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer: Item of Work Subcontractor Address 1. �cc¢ ,�ezo .say + I� lPruc� tea, 2. ra -ralWC T2aSc�u �.OS MAr,�C�S 3. 4. 5. 6. 7. 8. 9. 10. 71. 12. SULLY -NnLER CON7IL4CTING`COiNIPANYI- -". -•.' er s Name dom u orize gnatur JACK WILSON - ASSI.';T NT,Sf-CAETARY �'a4Pae iav Type of Organization (Individual, Co- partnership or Corp.) P. O: BOX 432. ORANGE, CALIF. 92667 Address i. F'. ._ _ i •� . __ .: .; , , . �., �,.; �� .1, -. _` _ k t..: - �pwaineG�� A � � ... f Y \� A' ♦ - ` �� 1: .� � w �. .,' �\ � i TM = T - _ �2 4 � J - ' i..� \� �..�. A ! "� �:. r: ` - ._ ;. �3 ,,, _;_ y.... I � ��r�`Qi ._ _ i •� Surety By L A; Aid �07 AS N SAY Q A; Aid { � y ;spin, j .' oil Y Y� MW AN W ' ¢aF 3 3^ t San t _ yf f Tit j .' I From the Resk of, J. JI WINDERS AUG 2 1976 Vn co 0.. �f 3 Retu ' e detai [- Note & see me about tl [] Please answer [] For your approval [] Per our conversation Prepare reply for my signature Take propriate action [ er your request [] Signature [] For your information [] Investigate and report [; Please Mail COMMENTS: fv DA CONTRACTOR'S FINANCIAL STA'1EAIENT I A NAME.. SULLY- MILLER COMPANY_______ Condition at dose of business DECEM$ER 31 1925_ ASSETS Current Assets 1. Cash 2. Notes receivable 3. Accounts receivable from completed a 4. Sums earned on incomplete contracts_ 5. Other accounts receivable —_ 6. Advances to construction joint venture: 7. Materials in stock not included in Item 8. Negotiable securities.—___ - 9. Other current assets_ —_ -- Fixed and Other Assets 10. Real estate_,_—_ 11. Construction plant and equipr 12. Furniture and fixtures 13. Investments of a non - current r 14. Other non - current assets_____ TOTAL LIABILITIES AND CAPITAL Current Liabilities 15. Current portion of notes payable, exclusive of equipment obligations and real estate encumbrances ._.._______— _— 16. Accounts payable._— ____ -_ 17. Other current liabilities--- ____ - - -.— — Other Liabilities and Reserves 18. Real estate encumbrances- 19. Equipment obligations secured by equipment—_. 20. Other non - current liabilities and non - current notes 21. Reserves___• --_ -- ------- -- ___ - -- Capital and Surplus 22. Capital Stock Paid Up..___. 21 Surplus (or Net Forth).__. ToTAL LIAHuxrm AND CONTINGENT LIABILITIES 24. Liability on notes receivable, discounted or 25. Liability on accounts receivable, pledged, assigned or sold____ 26. Liability as 27. Liability as guarantor on contracts or on accounts of others.___. 28. Other contingent habi lilies___._- __— __ —__�_— _ __- ToTAL ConwcENT Nora. —Show details under meta headings In first column. extending totals of main headings to second column. DETAIL 879 TOTAL 112 201 484 1 190 521 112 1 495 The accompanying Notes to Financial Statement are an integral part of the Statement. 171 .. a 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 $2,733,687 of non - interest bearing advances, due to Union Oil Company of California. Union Oil does not require repayment of these amounts in 1976. 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. I COOPERS & LYBRAND CCRTm EO PUBLIC ACCOUNTANTS IN PRINCIPAL AREAS OF THE WORLD 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, 1975. 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, 1975, 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 7 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 8 to 11, 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. Los Angeles, California February 6, 1976 Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY .. Tne undersigned submits herewith a statem -,of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. SLiLLY•A.^LLrR Ti 1CTi�C CO' i ANY i gtt6d JACX VIWOM - ASSISToW SECRETARY . � A Year 12/31/71 v u n n n n n n n 12/31/72 n n n n u 0 n n 12/31/73 n n n n n 12/31/74 n n n n n n n e n v u n 12/31/75 n rr n n v n n u n n n SULLY - MILLER CONTRACTING COMPANY Project Experience Page_ Item_ Value of Work Type of Work Performed Grade, Pave, Structures 851,071 Underground Sewer 2,450,728 Underground Pipe 3,255,312 Underground Pipe 1,793,469 Highway 1,051,103 Highway 1,141,252 Highway 1,392,542 Street 6 Structures 623,282 Underground 793,819 Underground Storm Drain 792,993 Water - Fresh Water 10,415,234 Storm Drain Proj. -Major 3,330,355 Water - Fresh Water 2,187,461 Storm Drain Project -Major 1,534,312 Storm Drain Project -Major 1,296,904 Asphalt /Cone Resurf -Major 1,240,889 Water - Fresh Water 1,156,983 Freeways 885,966 Structures - Major 844,868 Storm Drain Proj. - Major 827,471 Large Diam. Sewer Line 6,696,287 Con. Channel, Bridge 8 St. 2,656,067 Large Diameter Water Pipe 1,811,629 Fwy Bridge E Bus Lanes 1,791,217 Lg, Dia. Wer. Distrib. Line 1,567,948 Lg. Dia. Wtr. Distrib. Line 1,041,676 Street Improvements 951,792 Concrete Box /Flood Control 650,702 Reservoir Repair 824,108 Large,Diam.. Storm Drain 813,404 Paving, Drainage and Util. 624,758 Street Improvement 792,919 Street Improvement 773,598 Sewer 724,486 Pipeline 3,668,869 Pipeline 2,255,473 Wastewater Reclam. Plant 2,945,040 Pumping Plant 1,641,986 Sewer, 1,678,938 Storm Drain 1,019,452 Pump. Plts.- Control Bldgs, 1,269,347 Distrib. Canal 6 Reservoirs 1,330,617 Water Distrib. System 1,042,227 Water Line 1,022,490 Pipeline Extension 646,146 Storm Drain 5,074,615 Interceptor Sewer Line 4,343,553 Water Treatment Plant 2,699,559 7 Pump. Plts -7 Con. Bidgs. 2,129,836 Waste Wtr.Reclam. Plant 2,017,448 Storm Drain 1,335,215 Water Distribution Systems 1,019,443 Storm Drain Pipe 8 Box 987,669 New Roadway 930,055 Pumping Pit 2nd Discharge 907,488 Storm Drain 837,352 Turnouts- Oischarg. Pipelines 742,404 Street Improvements 736,785 Street Construction 729,572 Reinf. Cont. Box Culvert 709,629 Location of Work Long Beach - Queen Mary Fountain Valley - Sunflower Santa Ana Valley Santa Ana Wash - L.A. Co. Beach Blvd. - Orange Co. Beach Blvd. - Orange Co. Highways 101, 154 Shoreline Drive - L.B. City of Palos Verdes Magnolia Cat. - Riverside Santa Ana Valley - Org. Co. Pasadena - L. A. County Upland -San Bernardino Co. Belmont Shore - L. A. Co. Ballona Creek - L. A. Co. Hwy. 78 /Jeff- Oceanside Wheeler Ridge -Kern County Golden State Fwy - L.A. Co. Soledad Canyon - L.A. Co. San Antonio Wash -L.A. Co. Orange County Aliso Creek -L.A. County Los Angeles County , San Bernardino Freeway Los Angeles County Los Angeles County Los Angeles County Los Angeles County Orange County Pueblo, Colorado L. A. Harbor Orange County Orange Cowry Orange County L. A. County L. A. County Palm Desert Pearblossom Los Angeles Pearblossom Kern County Kern County Wasco, California Pueblo, Colorado San Jacinto Glendale Garden Grove Bakersfield Bakersfield Palm Desert Manhattan Beach . WASCO Riverside Irvine Pearblossom Ornnge Bakersfield Wilmington Los Angeles Escondido + i i For Whom Performed City of Long Beach Orange County Sanitation State of California L.A. County Flood Control State of California State of California State of California City of Long Beach City of Palos Verdes Riverside Co. Flood Control State of California State of California Metropolitan Water District L. A. County Flood Control L. A. Comity Flood Control State of California Maricopa Water Storage District State of California L. A. County Road Department L. A. County Flood Control Orange County Sanitation Metropolitan Water District Metropolitan Water District State of California Metropolitan Water District San Gabriel Valley Municipal Los Angeles County Los Angeles County Flood Control Irvine Ranch Water District City of Pueblo, Colorado .. Los Angeles Harbor Department City of Costa Mesa City of Costa Mesa Orange County Sanitation District Metropolitan Water District Metropolitan Water District Coachella Valley Co. Water Dist. State of California City of Los Angeles L.A. County Flood Control Dist. Kern County Water Agency Cawelo Water District Buttonwillow Improvement Pueblo West Metro. Dist.& kC�lloch: Metropolitan Water Dist. rep. L.A. Co. Flood Control Dist. Orange Co. Sanitation Kern Co. Water Agency Kern Co. Water Agency Coachella Valley Water District L.A. Co. Flood Control District Buttonwillow Improv. Dist. Riverside Co. Flood Control Dist. The Irvine Company . Dept. Water Res. /State of Calif, Irvine Company Kern Co. Water Agency City of Los Angeles L. A. Harbor Department City of Escondido Approximately 2.,000 -3,000 individual construction projects are completed annually. The experience list above represents only some of the significant projects completed during the respective period. 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. • I CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SAN MIGUEL DRIVE WIDENING IMPROVEMENTS 440 FEET S/0 PORT SUTTON DRIVE TO 1140 FEET S/O PORT SUTTON DRIVE INDEX TO SPECIAL PROVISIONS CONTRACT NO. 1831 SECTION Page I. SCOPE OF WORK AND SPECIFICATIONS . . . . . . . . . . . . . . . . . 1 II. COMPLETION OF WORK . . . . . . . . . . . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 V. PROTECTION OF EXISTING UTILITIES . . . . . . . . . . . . . . . . 1 VI. CONSTRUCTION SCHEDULE . . . . . . . . . . . . . . . . . . . . . . 2 VII. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . . . . 2 VIII. TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . 2 IX'. CONTRACT COORDINATION . . . . . . . . . . . . . . . . . . . . . . 2 X. FLOW AND ACCEPTANCE OF WATER . . . . . . . . . . . . . . . . . . 2 XI. DEMOLITION PERMIT . . . . . . . . . . . . . . . . . . . . . . . . 2 XII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . . . 3 A. Clearing and Grubbing . . . . . . . . . . . . . . . . . . . . 3 B. Aggregate Base . . . . . . . . . . . . . . . . . . . . . . . . 3 C. Asphalt Concrete . . . . . . . . . 3 D. Adjustment of Valve Boxes and Manhole Covers to Finished Grade. ......................... 3 E. Street Light System . . . . . . . . . . . . . . . . . . . . . 3 i. I II 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS SAN MIGUEL DRIVE WIDENING IMPROVEMENTS 440 FEET S/0 PORT SUTTON DRIVE TO 1140 FEET S/0 PORT SUTTON DRIVE CONTRACT NO. 1831 SCOPE OF WORK AND SPECIFICATIONS SP 1 of 3 The work to be done under this contract consists of widening San Miguel Drive from a point 440 feet south of Port Sutton Drive to a point 1140 feet south of Port Sutton Drive, constructing a street lighting system, and other incidental items of work. The contract requires completion of all the work in accordance with these Special Provisions, the City's Standard Special Provisions, the Plans (Drawing No, R- 5296 -S), the City's Standard Drawings and Specifications. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1976 Edition, Copies may be purchased from BuiVing News Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. Copies of the City's Standard Drawings may be purchased from the Public Works Department at a cost of $5.00. COMPLETION OF WORK The Contractor shall complete all work within 45 consecutive calendar days after the date the City executes the contract. III. PAYMENT The unit price bid for each item of work shown on the proposal shall be con- sidered as full compensation for all labor, materials, equipment, and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Payment for incidental items of work not separately provided for in the pro- posal, shall be included in the price bid for other related items of work. IV. GUARANTEE The Contractor shall guarantee for a period of one (1) year after acceptance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense. V. PROTECTION OF EXISTING UTILITIES Known utilities are indicated on the plans. Prior to performing construction work, the Contractor shall request each utility company to locate its facilities. The Contractor shall protect in place and be responsible for, at his own expense, any damage to any utilities encountered during construction of the items shown on the plans. l . • SP2of3 VI. CONSTRUCTION SCHEDULE The Contractor shall submit a construction schedule as specified in Subsection 6 -1 of the Standard Specifications. VII. CONSTRUCTION SURVEY STAKING Field surveys for the control of construction will be provided by the City. VIII. TRAFFIC CONTROL The Contractor shall be responsible for traffic control in accordance with Subsection 7 -10 of the Standard Specifications. Prior to commencing work the Contractor shall submit a written traffic control plan to the engineer for approval. The plan shall show the periods of street closure, the location and signing of detours and other details required by the engineer to assure that all through and local traffic will be handled in a safe and efficient manner with a minimum of inconvenience. IX. CONTRACT COORDINATION The Contractor is advised that other contractors will be working adjacent to the area under this contract to the north of the project area. The Contractor shall make every effort to coordinate his operations with these contractors. FLOW AND ACCEPTANCE OF WATER It is anticipated that surface and ground or other waters will be encountered at various times and locations during the work herein contemplated. The Con- tractor, by submitting a bid, acknowledges that he has investigated the risks arising from water and has prepared his bid accordingly. The Contractor shall conduct his operations in such a manner that storm or other waters may proceed uninterrupted along their existing street and drainage cources. Diversion of water for short reaches to protect construction in.progress will be permitted if public or private properties are not damaged or, in the opinion of the Engineer, are not subjected to the probability of damage. Contractor shall obtain written permission from the property owner before any diversion of water outside the street right -of -way will be permitted by the Engineer. Surface runoff water containing mud, silt, or other deleterious material from the project area shall be treated by filtration or retention in a settling basin or basins, sufficient to prevent such waters from entering storm drains. The Contractor shall submit a plan for implementing siltation control to the City prior to commencing construction. Upon approval of the plan by the City the Contractor shall be rewponsible for the implementation and maintenance of the control facilities. The Contractor's attention is called to Subsection 7 -9.1 of the Standard Specifications as regards project site maintenance. XI. DEMOLITION PERMIT Prior to dumping any spoil; or waste material from the jobsite at any sanitary landfill site in the County of Orange the Contractor shall obtain a "Permit to Dispose of Demolition" from the City Public Works Department by contacting Mr. Irwin Miller, Administrative Assistant at 640 -2128. There is no charge for this permit; its purpose is simply to provide authorization for the Con- tractor to use Orange County landfill facilities for disposal of excess material. SP3of3 ' . MI. CONSTRUCTION DETAILS A. Clearing and Grubbing This item of work shall include the clearing and grubbing of all areas and shall be done in accordance with Section 300 -1 of the Standard Specifi- cations. The removal and disposal of existing asphalt concrete pavement and concrete curb is included in this item. All material accumulated under this item of work shall become the property of the Contractor. It shall be the Contractor's responsibility to dispose of the material away from the job site in a manner and at a location acceptable to all cognizant agencies. B. Aggregate Base Aggregate Base shall be processed natural material gradation B, conforming to the requirements of Section 400 -2 of the Standard Specifications. C. Asphalt Concrete 1. General Prime coat will not be required on the prepared subgrade. The tack coat in conformance with Subsection 302 -5.3 of the Standard Specifica- tions shall be applied to the existing asphalt concrete surface between the base course and the surface course. 2. Pavement Asphalt concrete shall be Type III conforming to the requirements of Subsection 400 -43 of the Standard Specifications. The lower 2" of pavement shall be B1- AR4000 and the top 2" shall be C2- AR4000. D. Adjustment of Valve Boxes and Manhole Covers to Finished Grade Existing valve boxes and manhole covers shall be adjusted to finished grade in a manner similar to that described in Section 302 -5.7 of the Standard Specifications. E. .Street Light System The street light system shall be in accordance with the applicable portions of Section 307 of the Standard Specifications except as modified herein. The conduit shall be placed under existing improvements by jacking or drilling unless otherwise permitted by the Engineer. At least one foot of slack shall be left for each conductor at each lighting standard and at least 3 -feet of slack at each pull box. BOND NO. 766046 (1928) SEABOP&D SURETY CJMMPAUNY1N BBSU HOME OFFICE: NEW YORK, N. Y. PROPOSAL BOND Imm all Men bg thrme Virrondo: THAT WE, SULLY - MILLER CONTRACTING COMPANY as principal, and SEABOARD SURETY COMPANY, a corporation under the laws of the State of New York, having its principal place of business in the City of New York, New York, as surety, are held and firmly bound unto CITY OF NEWPORT BEACH as obligee, in the sum of TEN PERCENTUM (10°) OF THE AMOUNT OF THE BID IN--------------- DOLLARS, lawful money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. SIGNED, sealed and dated this 28th day of JULY WHEREAS, the said principal is herewith submitting its proposal for SAN MIGUEL DRIVE WIDF,NING IMPROVEMENTS 440 FEET S/0 PORT SUTTON DRIVE TO 1140 FEET S/0 PORT SUTTON DRIVE CONTRACT NO. 1831 1976 . THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that if the aforesaid principal shall be awarded the contract upon said proposal and shall within the required number of days after the notice of such award enter into a contract and give bond for the faithful performance of the contract, then this obligation shall be null and void; otherwise the principal and surety will pay unto the obligee the difference in money between the amount of the bid of the said principal and the amount for which the obligee may legally contract with another party to perform the said work if the latter amount be in excess of the former; but in no event shall the surety's liability exceed the penal sum hereof. SULLY - MILLER CONTRACTING COMPANY B — N�� US_ FRANK ASSISTANT SECRETARY SEABO URETY COMPANY By _. act .0 Fe.,,, 136 J. H. CA l A??E Attorney -in -Fact e :) e ] « [ ;) �k ƒk : §)\ Cl) \,. /7]� cr. » \ 17 q § \ \ ƒ3 \ \Li \}±(�\ } ~\\} \§ | C3 =J ■_ ®- {7PC, A.< `! \ k / E[ ° ,I § /\/ : §)mod u /« < .aa ;I Y z U W b U' a 0� i9 w a c 3 E m m A yam' •ece m .°. E \ 'i v i+ we y ti z E c - a �Y w Y U a, a CC �'•' E z a z <� w q W F{ d c x y o v �y r E � 6CL N w w •� o a J o� axi .°. 3 K z ♦ W ♦ O ♦ Vi J (L W j ^ ♦ J ♦ Q� V J j q♦ �U mnQ� F VS u'zQ � O ♦OZ ,°�� ♦ Z ��N °♦ ♦ pFao �'S♦ a a - G_".c � U ♦ pE � V ♦ O � ♦ H O ♦ H U ♦ ♦♦1 ♦1 ♦ ♦ ♦i ♦♦ Y z U W b U' a • 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SAN MIGUEL DRIVE WIDENING IMPROVEMENTS 440 FEET S/0 PORT SUTTON DRIVE TO 1140 FEET S/O PORT SUTTON DRIVE CONTRACT NO. 1831 PROPOSAI To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92663 Gentlemen: PR 1 of 2 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1831 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. Lump Sum Clear and grub @ i wo N�s.ao F� �€ 1�, Or-'C'D Dollars ts $ 25c o $ ZSoc Lump Sum _Cennd 2. 480 Construct Asphaltic Concrete Tons Pavement @ %Ike.-fe�r Dollars and Cents $ x >- IF%Fly Per Ton 3. 2400 Construct Aggregate Base Tons @ Fo 2 Dollars and Cents $ 7G LF — $ -° I l 2 213 Per Ton 4. 700 Construct 8" Type "A" P.C.C. Curb Lineal Feet and Gutter @ ro ,¢ Dollars 2� `� T wcr,Ty Cents $ $_ Per Lineal Foot *' > - j @ FtFTi Dollars and y, Cents $ / S o $ C o0 TOTAL PRICE FOR ITEMS I - 9 WRITTEN IN WORDS T11�Ri`/ S6�s�Tt > S JfA -AyY TxAize - Dollars and co Cents $ c 7 3 CONTRACTOR'S LICENSE N0. #1538, CLASS "A" Dat �" SULLY- 2.TILL ^ii C ^=IJ{ACTING C07SPA.NY CONTRACTOR'S ADDRESS P• 0. BOX432 Q111F. 92667 TELEPHONE NUMBER (714) 6391400 '^c:e l.S:iSTry'�i ; - TA. • . PR2of2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 1370 Construct 6" Type "C" P.C.C. Curb and Lineal Feet Gutter @ rHzeZ= Dollars V-4 and Cents $ 90 o 3 o= $ 5 3,3 Per Lineal Foot 6. 6900 Construct 4" P.C.C. Sidewalk Square Feet @ Dollars and N��C -ry Cents $ 0 $ 2l0 Per Square Foot 7. 2 Relocate Street Light Each @ Dollars and Cents $ /00 $ 1400 Per Each 8. 2 Install 400 Watt Luminaire W/250 Watt Each Lamp on existing Street Light Davit @ 01-3 NJ• 04ZD S.xr y Dollars and Cents $ «r• ° a, $ Per Each 9. 4 Adjust Manholes or Piezometer Cap Each to Grade @ FtFTi Dollars and y, Cents $ / S o $ C o0 TOTAL PRICE FOR ITEMS I - 9 WRITTEN IN WORDS T11�Ri`/ S6�s�Tt > S JfA -AyY TxAize - Dollars and co Cents $ c 7 3 CONTRACTOR'S LICENSE N0. #1538, CLASS "A" Dat �" SULLY- 2.TILL ^ii C ^=IJ{ACTING C07SPA.NY CONTRACTOR'S ADDRESS P• 0. BOX432 Q111F. 92667 TELEPHONE NUMBER (714) 6391400 '^c:e l.S:iSTry'�i ; - TA. U n N • P m z N Fn `s mv-4- R 0 N C 3 3 J -19] l+ W N y � n y a �— o c rJ 8 � p do 0 c�� IN 44 I p�' �� I� 8 M IQ 1 Q � 1 N a n � m z N Fn `s mv-4- R 0 N C 3 3 J n to lv 0 ITW1 �mx�rx�mu�ew�omew�a� I�Illlnliilli�l�� �I� NIIIII�IIIl�IAI�IN„S ■III ■I���el�lllll�@ N�I�II ■�Allll ull�llll�� Zncl -4 G7 z 1 F'a i n llkll N C 3 3 J 0 RESOLUTION NO. 8 87 2 BY - " °A RESOLUTION OF THE CITY COUNCIL OF THE CITY CITY k-04W0 Wf NEWPORT BEACH AWARDING A CONTRACT TO SULLY - MILLER CONTRACTING COMPANY IN CONNECTION WITH SAN MIGUEL DRIVE WIDENING ADJACENT TO BIG CANYON RESERVOIR, CONTRACT NO. 1831 WHEREAS, pursuant to the notice inviting bids for work in connection with the San Miguel Drive widening adjacent to Big Canyon Reservoir, in accordance with the plans and specifications heretofore adopted, bids were received on the 28th day of July, 1976, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is Sully- Miller Contracting Company; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Sully- Miller Contracting Company for the work in the amount of $37,073.00 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 9th day of August , 1976. Mayor ATTEST: City Clerk DDO /bc 8/4/76