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