Loading...
HomeMy WebLinkAboutC-1853 - Alley improvements, Balboa Peninsula 1976-77MEKO TO THE FILE: All liens against properties in Balboa Peninsula filed by separate locations. E K�. Y fin" �,.�. _- :y 'y, <. . _ :�::.alk, <'^.�€':Ya'.._- r�3'ace z.i_��..._.e. ��.. -. � w.s�..a -.�..- .. ciT..�,.�.....n- r.�e. -r �..a�e's.cX4ki �-.e:. � -: E "I Notes It Las Jost teas t0 Our at1�n is yoi aas imadvarttatiy ov s apoloaliss for this e.tasis that e"e oiif : A Plsssa aas�rt\ 0 ' KEWRDi ?�i" Cncr RERUESTED BY. RETI..RN TO C sy C:7 C) fJEWPORT BEACH 3300 NECJPORT BOULEVARD NEWPORT EEACH, CALIF. 92663 20375 EXEMPT C12 NOTICE. OF COMPLETION PUBLIC WORKS A 12147PG 224 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 5 Pa81 4 P M APR 14 1977 J. WYLLE CARLYLE, CWAIV RWOfdW To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on March 4, 1977 the Public Works project consisting of Alley Improvements - 'Balboa Peninsula 1976 -77 on which Sully - Miller Con was the contractor, and Seat was the surety, was completed. I, the undersigned, say: Co. V ERIFICA CITY OF NEWPORT BEACH c Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on April 12, 1977 at Newport Beach, California. VERIFICATION /OF ICITY I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on April 11, 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 April 12, 1977 at Newport Beach, California. RECEIVED CITY CLERK MAY 1 ? 1977 ° C! -1 of `. �3— 6 0 CITY OF NEWPORT BEACH CALIFORNIA city Hall 3300 W. Newport Blvd Date: April 12, 1977 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of Alley Improvements - Balboa Peninsula 1976 -77 on which Sully- Miller Contracting Co and Seaboard Surety Company Please record and return to us. Encl. Contract No. 1853 was the Contractor was the surety. Very trul yours, ` � e Doris George City Clerk City of Newport Beach r13 ��•? t".1 +1":i't.?rr�.. _a, Ds';a. Penin5.`J!a 175 77 �S -E'.jJ /3. 3 -f- ;Ztlxl'az 9MP.OR.'TAN'T The: Articles covered by this Purchase Order or. Contract must conform to applicable `Cal' -OSHA` °Standards, and�oi' other CITY OF NEWPORT BEACH Ji337 "'�� � ''� 7�'�''' appropr iate laws, regulations, rules, and':rodes of the -Federal Government and the State: of :California. Show as a separate item any retail sales tax, use tax: or Federal / tax applicable to this purchase. - - This order subject to California sales tax. D. W. MEANS PURCHASING AGENT All allowable transportation charges must' be prepaid and shown ' as a separate item on the invoice.. Do not include Fedeial trans- portation tax. .. .. . :: PURCHASE ORDER NO-%08,24,7.,.1 EWPO o ® ITX OF NEWPORT BEAufi INVOIC$ IN DUPLICATE'''.'.• IHLSd22DERNUNIEEtaMUET : . APPEAR'OW ALL INVDItES. ' 3300 NEWPORTBOULEVARD tAODtaG ExDRESScEtDTa' AM, PALS U ',C NEWPORTBEAC4,'CALIFORNFk92663 rqY, tea+ A GES .., t1! ` PHDNE: (714164Q -2291 DEiI\rERY TICKEYS SitALI •. INCL fDE tlN1T'DRfCE. VENDOR : :. ... ., .. DEPT Y� `�J..�7ifC•S i .. " ,a C ,}jI =J- l lar Coln r'acyTioq Co SHIP TO (SA ^E llNtES$OTH ERWISE.NOTEQ) . s r13 ��•? t".1 +1":i't.?rr�.. _a, Ds';a. Penin5.`J!a 175 77 �S -E'.jJ /3. 3 -f- ;Ztlxl'az 9MP.OR.'TAN'T The: Articles covered by this Purchase Order or. Contract must conform to applicable `Cal' -OSHA` °Standards, and�oi' other CITY OF NEWPORT BEACH Ji337 "'�� � ''� 7�'�''' appropr iate laws, regulations, rules, and':rodes of the -Federal Government and the State: of :California. Show as a separate item any retail sales tax, use tax: or Federal / tax applicable to this purchase. - - This order subject to California sales tax. D. W. MEANS PURCHASING AGENT All allowable transportation charges must' be prepaid and shown ' as a separate item on the invoice.. Do not include Fedeial trans- portation tax. .. .. . :: TO: Public Vbrks Department FROM: City Clerk 0- Date December 10, 1976 SUBJECT: Contract No. 185_3 Project A11ev Imyrovements - Balboa Peninsula 1976 -77 Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Sullv- Miller Contracting Co. Address: 3000 E. South St., Long Beach, CA 90805 Amount: $ 45.573 Effective Date: December 9. 1976 Resolution No. 8944 DG:swk Att. cc: Finance Department CITY OF NEWPORT BEACH - PUBLIC WORKS MEMO TO: C (-T j (fL t= -V-V_ FROM: A-t_, DEPARTMENT AR Dake -DEnF m t3e-w- 6.0 )9-7(. r Z. i tL � RAW sr ' !i � � • :�� rL � ri�LaLs - u• - at � i - '.may A-t Tate TkY&nr a c-le; To �e r*e 7~!5;,V1rr 6 70- rXkcr eayr2Wztof- . &A016j:� 04, Any DuK. Copies to: r/C E /JGe,s `lir�yi!„ Signed PUT IT IN WRITING . . . . . . WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS Approved by th 26th day of O t A s George, C 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 CITY CLERK CONTRACT DOCUMENTS FOR ALLEY IMPROVEMENTS - BALBOA PENINSULA City Council this ber, 1976 1976 -77 CONTRACT NO. 1853 SUBMITTED BY: SULLY - MILLER CONTRACTING COMPANY 3000 E. South Street, Long Beach, CA 90805 Address Long Beach, CA 90805 City Zip 213) 531 -3550 elephone $45,573.00 Total Bid Price 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ALLEY IMPROVEMENTS - BALBOA PENINSULA 1976 -77 CONTRACT NO. 1853 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. 1853 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: K 3 4 i1Pl 20,700 Square Feet 1 ,150 Square Feet 110 Square Feet 700 Square Feet UNIT PRICE WRITTEN IN WORDS PRICE PRICE Construct 6" thick P.C.C. alley pavement @ One Dollars and eighty -nine Cents $ 1.89 $ 39,123.00 Per Square Foot Construct 6" thick P.C.C. alley approach over native soil @ One Dollars and eighty Cents Per Square Foot Construct,8" thick P.C.C. street pavement $ 1.80 $ 2,070.00 @ Two Dollars and fifty Cents $ Per Square Foot Construct P.C.C. garage approach (4" thick unless otherwise shown) in alley areas 2.50 $ 275.00 @ One Dollars and twenty Cents $ 1.20 $ 840.00 Per Square Foot • • PR2of2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 400 Construct 4" thick P.C.C. sidewalk Square Feet @ One Dollars and twenty Cents $ Per Square Foot 6. 10 Construct variable curb face Type "A" Linear Feet P.C.C. curb and gutter @ Six Dollars and no Cents $ Per Linear Foot 7. 60 Construct 6" thick P.C.C. Type II Square Feet residential driveway approach 9M 6.00 $ @ Two Dollars and fifty Cents $ 2.50 Per Square Foot 8. 45 Construct 4" and variable thickness Tons A.C. pavement @ Thirty -five Dollars and no Cents $ 35.00 Per Ton 9. 2 Construct terminal sewer cleanout Each 60.00 $ 150.00 g 1,575.00 @ Five hundred Dollars and no Cents $_ 500.00 $ 1,000.00 Per Each TOTAL PRICE WRITTEN IN WORDS: Forty -five thousand five hundred seventy -three Dollars and no Cents $ 45,573.00 Date Nov. 10, 1976 CONTRACTOR'S LICENSE NO. 1538 Class "A" SULLY - MILLER CONTRACTING COMPANY Bidder's Name S/ Robert E. Holland Authorized Signature Asst. Sec'y. TELEPHONE NUMBER (213) 531 -3550 CONTRACTOR'S ADDRESS 3000 E. South St., Long Beach, CA 90805 • r Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 11:00 A.M. on the 10th day of November , 1976 , at which time they will be opened and read, for performing work as follows: ALLEY IMPROVEMENTS - BALBOA PENINSULA 1976 -77 CONTRACT NO. 1853 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an t3 he Corporate Seal shal�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.) s 9 Page la The City has adopted the Standard Specifications for Public Works Construction (1976 Edition) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and 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 Category of at least Class X 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 10 -12 -76 0 9 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 1538 Classification "A" Accompanying this proposal is a bidder's bond in the amount of 10 °° of id. (Cash, Certifie C eck, Cas ier s Chec or Bon in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. (213) 531 -3550 Phone Number Nov. 10, 1976 SULLY - MILLER CONTRACTING C Bidder's Name (SEAL) S/ . and uA izRobert � Esignature Holl Assist. Sec. S/ John A. Berton Authorized Signature Vice Pres. Corporation Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: R. K. MacGre or President uane Rash, VP, Treas. & Sec. Richard F. Mol neux VP & M r. Plant Jo Fn A. Berton, Vice President C. P. Brown Vice President ames . Pittman, Controller D. E. Branch, Assist. Sec. James F. Winders, Assist. Sec. Frank E. Holland, Assist. Sec. P. A. Abbott. Assist, Sec. Jack Wilson, Assist. Sec. Barry Cohen. Assist, Sec, Robert E. Holland, Assist. Sec. R. R. Munro, Assist. Sec. 0 0 Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. Surveying Vic Case Inc. 1234 E. Burnett, L.B. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. SULLY - MILLER CONTRACTING COMPANY Bidders Name S/ Robert E. Holla Authorizend d Signature Asst. Sec. Corporation Type of Organization (Individual, Co- partnership or Corp.) 3000 E. South Street, Long Beach, CA 90805 ss ORIGINAL FILE WITH CITY CLERK • BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, SULLY - MILLER CONTRACTING COMPANY and SEABOARD SURETY COMPANY Page 4 as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of ten percentum of the amount of the bid Dollars ($X 10% of the biA lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of Alley Improvements - Balboa Peninsula 1976 -77 (Contract No. 1853) 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 10th day of November , 19 76 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) SULLY - MILLER CONTRACTING COMPANY Principal S/ R. K. MacGregor - President Duane Rash - Senior Vice President Oct. 29, 1976 SEABOARD SURETY COMPANY S /Donna M. Tepper. Notary Public Surety Commission expires March 5, 1977 By S/ J. H. Caithamer Title Attorney -in -fact 0 14ON- COLLUSION AFFIDAVIT 0 Page 5 The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 10 day of November 19 76 My commission expires: March 11, 1979 S/ Robert E. Holland, Assistant Secretary S/ Adele M. Guin ry 11 STATEMENT OF FINANCIAL RESPONSIBILITY . Page 6 Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. ON FILE WITH CITY CLERK S/ Robert E. Holland, Assistant Secretary Signed • 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. file with Citv of Newport Beach for Contract No. 1753. S/ Robert E_ Holland_ Acct_ Car. Signe LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That PREMIUM: THE PREMIUM ON THIS BOND IS INCLUDED IN THAI OF THE PERFORMANCE BOND. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted November 22, 1976 has awarded to Sully- Miller Contracting Company hereinafter designated as the "Principal ", a contract for Alley Improvements - Balboa Peninsula 1976 -77 (Contract No. 1853) 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 SULLT-14 ILIIF C'GUHC T INC 100111 as Principal, and SEABOARD SURETY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Dollars s l- ��vJea/1 t���i�, -��[ R'�D �1F TY�l�1 [7 (��.� `% �Gi - )> 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 • • 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 0.i1 r'r day of rV: V'�.rnn,r h , 19--ZL_. SOLL1- MILLIF HHBAUIR IOMP111 (Seal) Name of Contractor Principal gna K. gnature ana iitie FRANK E. HOLLAND • ASSISTANT SECRETARY SEABOARD SURETY COMPANY (Seal) Name of Surety Telephone No. of Agent c,Z., i V . "'i(J STATE OF CIII'11:('-!'.'iA COUNTY OF 1.0s On this ...... ...day .. . . .. ... ... ... . .. . . ....19.. before me personally came .......... .. ........ ............ . ....... ..... .............. . . ......... . .... __ ........ ....... ... .............. to me known to be an Attorney -in -Fact of SEABOARD SURETY COMPANY, the corporation described in the within instrument, and he acknowledged that he executed the within instrument as the act of the said SEABOARD SURETY COMPANY in accordance with authority duly conferred upon him by said Company. .............. I ........ Form 242 Notary Public. STATE OF CALIFORNIA, I SS. tj S COUNTY OF--- before me, the undersigned, a Notary Public in and for said State, personally appeared known to me to be the C1.1 T V "I LLE of the c Ca P 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 antl for said State, ACKNOWLEDGMENT— Coqpmt;.n • • Page 10 PERFORMANCE BOND R0NDNo. nEMIUM $ KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted November 22, 1976 has awarded to Sully- Miller Contracti hereinafter designated as the "Principal ", a contract for Alley Improvements - Balboa Peninsula 1976 -77 (Contract No. 1853) 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 SOLLC h61�lL CVI AC IN6 IOMPIAI SEABOARD Sn. ETY COMPAIQY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Dollars said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, 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 Page 11 (Performance Bond - Continued) 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 y � day of J +V- i� w � � 2 19 ?�' SOLLI- MILLER CCRiMT116 10MP111 (Seal) Name of Contractor (Principal) 7" FRANK E. HOLLAND • ASSISTANT SECRETARI Authorized Signature and Title SEABOARD SURETY COATPANY (Seal) Name of Surety ATTORNEY -RFM X3;3 0 I �...Yl-w . , !, A ` "'�; / C.. Address of Agent Telephone No. of Agent t f STATE OF C�\L7P0��I� COUNTY OF � 0o this- ........ !. _' -duy'''_' 76 before me personally came --''—'—.-.—.--'_''--.—.-----'_-'-- . ............... .......... .......... ............. ...... ................... toouobuowutob*xoAttozuey-iu-f/xrtofS]UAB0Al|D8\}R]0TYC0&[EANI'tbeooryorxtioodeutziheV in the within instrument, and he acknowledged that lie executed the within instrument as the act of the said 9lOz\]80/\Rl) Sllll£T)( COMPANY iu accordance with authority duly conferred upon him b7 said Company. ` ` w.4, v Form E42 � �� � , �j� ry Io � ^ STATE OF CALIFORNIA, COUNTY OF 1 US -12-'(1]L15 ON-- before me, the undersigned, a Notary Public in and for said State, personally appeared 7 -C, 0 R Z"Il r.-. known to me to be the IS' ;V"' SLCR1 , 'I'ARX 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 officiall seal. Notary Public in and for said Stat( ACXN OWL E DGM E N T—C o rporation 0 0 Page 12 C O N T R A C T THIS AGREEMENT, made and entered into this_` Tj&, day of +(�zt � „_ 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 Contractor, party of the second part. WITNESSETH: That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of Alley Improvements - Balboa Peninsula 1976 -77 (Contract No. 1853) and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated to be borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive in full compensation therefor the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case may be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and tie said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. 0 • Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. ATTEST: i CITY OF NEWPORT BEA CALIFORNIA By r, mayor i SOLL1- MILL[P CONTHCTIN6 IQMP111 — �C_ontractor (SEAL) By Ii. IL maecrd✓Gor, • r!9M_M Title fRANH c NGLIAND •ASSISTANT eF .RETAR4 Title STATE OF CALIFORNIA, COUNTY OF--- LOS ON 10 1 19 70 before me, the undersigned, a Notary Public in and lot said Slate, personally appealed .... . known to me to be the P S SE of the--.—.--.-. ._LLLLY­.' iLLLL­ .... C.G� C'–' the Corporation that executed the within Instrument, known to me to be the person who executed the within Instrument, an 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 tof said State. it ACKN OWL EDGM ENT—Co,00rat ion CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR ALLEY IMPROVEMENTS - BALBOA PENINSULA 1976 -77 CONTRACT NO. 1853 Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . 1 II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . 2 IV. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . . . . 2 V. PERMITS . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VI. NOTIFICATION TO RESIDENCES AND BUSINESSES . . . . . . . . . 3 VII. EXISTING UTILITIES . . . . . . . . . . . . . . . . . . . . . 3 VIII. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . 3 IX. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 X. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . 3 XI. SURFACE RUNOFF WATER CONTROL . . . . . . . . . . . . . . . . 3 XII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . 4 1. Removals, Excavation, and Subgrade Preparation. . . . . 4 2. Portland Cement Concrete . . . . . . . . . . . . . . . . 4 3. Alley Approaches. . . . . . . . . . . . . . . . . . 5 4. Adjustment of Various Walks, Landings Fence Supports, Etc . . . . . . . . . . . . . . . . . . 5 5. Asphalt Concrete . . . . . . . . . . . . . . . . . . 5 6. Adjustment of Utility Boxes, Manholes Etc. to Grade . . . . . . . . . . . . . . . . . . . . . 5 7. Protection of Existing Property Line Monuments. . . . . 6 8. Flow Diversion Around Manholes . . . . . . . . . . . . . 6 9. Existing Water Meters and Services . . . . . . . . . . 6 II u CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR ALLEY IMPROVEMENTS - BALBOA PENINSULA 1976 -77 CONTRACT NO. 1853 SCOPE OF WORK SP 1 of 6 The work to be done under this contract consists of constructing portland cement concrete alley pavement and approaches, constructing portland cement concrete or asphalt concrete garage approaches and sidewalk sections, adjusting utility boxes and structures to grade, and other incidental items of work. The work is located in separate alleys on Balboa Peninsula. The contract requires completion of all work in accordance with these Special Provisions, the City's Standard Special Provisions, the plans (Drawing No. A- 5082 -S), and the City's Standard Drawings and Specifications. The City's Standard Specifi- cations are Standard Specifications for Public Works Construction, 1976 Edition. Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, Telephone: (213) 870 -9871. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased from the Public Works Department at a cost of $5. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK The contractor shall comply with the provisions of Section 6 of the Standard Specifications except as modified herein. The contractor's construction schedule must be approved by the engineer prior to the start of any work, and shall incor- porate the following requirements: No work shall be started until January 3, 1977, and all work shall be com- pleted by March 4, 1977. The contractor shall complete all work on each alley within sixteen (16) consecutive calendar days after beginning work on that alley. The term "work" as used herein shall include all removals, adjustments, and replace- ments; construction of alley pavement, alley approaches, adjacent street pavement, curb, driveways, sidewalk, adjacent P.C.C. or A.C. garage approaches and A.C. joins. Also included within the specified period is curing time for the new P.C.C. improvements. In summary, this means that each alley and every garage approach with access from that alley must be returned to normal vehicular use within 16 consecutive calendar days from the day it is first closed to such use. The contractor must employ 0 . SP2of6 sufficient men and equipment to meet this schedule. If it becomes apparent during the course of the work that the contractor will not be able to meet this schedule, he will be prohibited from starting work in additional alleys until he has exerted extra effort to meet his original schedule and he has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the contractor from his overall time of completion require- ment, nor shall it be construed as the basis for payment of extra work because additional men and equipment were required on the job. The contractor will be assessed $100 per day (including Saturdays, Sundays, and holidays) liquidated damages for each day in excess of the 16 consecutive calendar days allowed for 100% completion of the construction work in each alley and the alley's return to normal vehicular use. Additional liquidated damages, as covered in Section 6 -9 of the Standard Specifications, shall be assessed for failure to complete the project by March 4, 1977. The intent of this section of the Special Provisions is to emphasize to the con- tractor the importance of prosecuting the alley construction in an orderly, pre - planned, continuous fashion, so as to minimize the time an alley is closed to vehicular traffic. III. PAYMENT Payment for incidental items of work, not separately provided for in the proposal, shall be included in the price bid for the various items of work, and no addi- tional compensation will be made therefor. IV. TRAFFIC CONTROL AND ACCESS The contractor shall provide traffic control and access in compliance with Section 7 -10 of the Standard Specifications and with the standards contained in the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. V. PERMITS The City has obtained the following approvals and permits: 1. Project Approval: California Regional Water Quality Control Board, Santa Ana Region (see also Section XI, Surface Runoff Water Control). 2. Permit: California Coastal Zone Conservation Commission, South Coast Regional Commission. The contractor shall be responsible for making himself aware of and conducting his operations in accordance with the requirements of these regulatory agencies. All costs involved in complying with these requirements shall be included in the price bid for the various items of work, and no additional compensation will be made therefor. Before disposing of any demolition or removals at any sanitary landfill site in Orange County, the contractor shall obtain a permit from the City Public Works Department. There is no charge for this permit; its purpose is to provide authorization for the contractor to use those disposal facilities for excess material. VI VII VIII IX • • SP J of b NOTIFICATION TO RESIDENCES AND BUSINESSES The City will mail a preliminary notice to all residences and businesses affected by this work. Between 40 and 55 hours prior to closing a particular alley to vehicular traffic, the contractor shall distribute to each affected residence and business a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. The written notice will be prepared by the City, and the contractor shall insert the applicable dates at the time he distributes the notice. Errors in distribution, false starts, acts of God, strikes, or other alterations of the schedule will require renotifi- cation using an explanatory letter. This letter will also be prepared by the City and distributed by the contractor. EXISTING UTILITIES The contractor shall investigate and protect all existing utilities in conform- ance with Section 5 of the Standard Specifications. Known utilities are indicated on the Plans. Prior to performing construction work, the contractor shall be responsible for requesting each utility company to locate its facilities. Construction of the alley structural sections will cause work to be performed very near existing sewer, water, and storm drain lines and their connections. The 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. CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the responsibility of the con- tractor. All such surveys including construction staking shall be under the supervision of a California licensed land surveyor or civil engineer. Staking shall be performed on all items ordinarily staked at intervals normally accepted by the agencies and trades involved. Payment for construction survey staking shall be considered as included in the various items of work and no additional allowance will be made therefor. WATER The contractor shall make his own provisions for obtaining and applying water necessary to perform his work. If the contractor desires to use available City water, it shall be his responsibility to make arrangements for water purchase by contacting the City's Utilities Superintendent, Mr. Tom Phillips, at (714) 640 -2221. GUARANTEE The contractor shall the work by the City defects whatsoever. expense. guarantee for a period Council, all materials Any such defects shall XI. SURFACE RUNOFF WATER CONTROL of one year, after acceptance of and all workmanship against any be repaired at the contractor's Surface water containing mud, silt or other deleterious material from the project • . SP4of6 shall be treated by filtration or retention in a settling basin or basins, sufficient to prevent such waters from entering storm drains or the bay. The contractor shall submit a Man for implementing siltation control concurrently to the City and to the California Regional Water Quality Control Board, Santa Ana Region (6833 Indiana Avenue, Suite 1, Riverside, California 92506, telephone (714) 684 -9330, Mr. John Zasadzinski), prior to commencing construction. Upon approval of the plan by the City and the Board, the contractor shall be respon- sible for the implementation and maintenance of the control facilities. The contractor's attention is called to Subsection 7 -8.1 of the Standard Specifica- tions as regards project site maintenance. XII. CONSTRUCTION DETAILS Removals, Excavation, and Subgrade Preparation Existing portland cemE-nt concrete or asphalt concrete improvements to be removed shall be sawcut a minimum of 2 inches deep along property lines, join lines, at the locations beyond property lines as shown on the Plans, or as directed by the engineer. Final removal at the sawcut lines may be accom- plished by the use of jackhammers or sledgehammers. It is emphasized that edges created by other means or final removal accomplished by other means will not be acceptable, and hard blow pavement breakers, such as stompers, will not be permitted on the job. The contractor shall prepare the subgrade in conformance with Section 301 of the City's Standard Specifications. Payment for removals, excavation, and subgrade preparation will be con- sidered as included in the unit prices paid for the corresponding or asso- ciated items of new work. 2. Portland Cement Concrete Portland cement concrete furnished for construction of all alley pavement, street pavement, alley approaches, garage approaches, sidewalks, and curb and gutter shall have a B or C gradation and shall attain a minimum modulus of rupture of 600 psi (tested in conformance with ASTM designation: C78 -64) within 28 days after placement. Portland cement concrete shall be securely barricaded immediately after placement and no vehicular traffic will be allowed thereon until beam tests yield a minimum modulus of rupture of 450 psi. In view of the P.C.C. strength requirements described above and the schedule of work limitations described in Section II of these Special Provisions, the contractor may find it necessary to add additional cement, use special aggregates, or use admixtures to meet the specifications. The intent of these Special Provisions is that the contractor prepare his bid in conformance with these strict limitations and no additional compensation will be allowed for the extra materials that may be required to meet these conditions. The contractor will be permitted to use concrete pumping methods to facili- tate concrete placement. Pumping concrete through aluminum pipe will not be permitted. • • SP5of6 Overhead screeds will be required at the flow line. A 12 -inch wide smooth trowel surface shall be constructed along the flow line (centerline) of each alley. The remainder of the alley surface shall be medium broom finished. All sidewalk or drive approaches that extend beyond the street or alley right - of -way shall have a cold joint or if placed monolithic, a minimum 2" deep saw cut within 24 hours at the right -of -way line. Alley joints shall be constructed as shown on CNB Drawing No. Std. - 141 -L. Special care shall be taken to locate weakened plane joints at water meter boxes, power poles, and other critical locations. 3. Alley Approaches Portland cement concrete alley approaches shall be constructed in accordance with the City of Newport Beach Drawing No. STD -142 -L with the following exceptions: (a) Portland cement concrete shall be 6 inches thick, and the 4 -inch thick layer of aggregate base will not be required. (b) Curb return radii shall be as shown on the plans. 4. Adjustment of Various Walks, Landings, Fence Supports, Etc. Brick, flagstone or other miscellaneous walks not constructed of portland cement concrete or asphaltic concrete shall be adjusted to the new alley grades. Variable height 2 -inch redwood headers shall be installed where sup- port is required at existing fences and as indicated on the plans. 5. Asphalt Concrete Asphalt concrete furnished for construction of 4 -inch thick pavement and variable thickness feather join shall be Type III -D -AR -4000 in conformance with Section 400 -4 of the Standard Specifications. A tack coat shall be applied in accordance with Subsection 302 -5.3 of the Standard Specifications. The cost of the tack coat shall be included in the unit price bid for the associated asphalt concrete. 6. Adjustment of Utility Boxes, Manholes, Etc. to Grade All sewer manholes, water valve boxes, sewer cleanouts, water meter boxes, and any other miscellaneous utility boxes shall be adjusted to finish grade prior to placement of portland cement concrete. In the event the utility box or structure is located in an area to be improved with asphalt concrete, adjustment to finish grade shall be made after the asphalt concrete pavement has been placed in a manner similar to that described in Section 302 -5.7 of the Standard Specifications. The cost of adjusting all utility boxes, manholes, etc., to finish grade shall be included in the unit price bid for constructing the alley pavement, and no additional compensation will be allowed. • 0 SP6of6 7. Protection of Ixisting Property. Iine Monuments Many property lines are designated by 'iron pipe and tag as shown on the plans. Special care shall be taken during removal not to disturb the pipe location. Any monuments removed or dislocated during construction shall be restored by the contractor at his expense. 8. Flow Diversion Around Manholes The cost of constructing flow diversion channels around manholes at various locations as indicated on the plans shall be included in the unit price bid for constructing the alley pavement, and no additional compensation will be allowed. 9. Existing Water Meters and Services Existing water meters and services at locations where the edge of alley grade is to be substantially raised will be adjusted by City utilities crews after the contractor has placed the fill. The contractor shall allow up to two days in each alley for the City to make these adjustments. The time of com- pletion as specified in Section II of these Special Provisions for each alley so affected will be extended accordingly. The contractor shall be responsible for any damage to existing water meters or services resulting from his operations. He shall have all damage repaired at his expense by a reputable pipeline contractor or person qualified to do the work. 0 0 RESOLUTION NO. 8 '9'f-t' .t A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO SULLY - MILLER CONTRACTING COMPANY FOR ALLEY IMPROVEMENTS - BALBOA PENINSULA 1976 -77, CONTRACT NO. 1853 WHEREAS, pursuant to the notice inviting bids for work in connection with alley improvements - Balboa Peninsula 1976 -77, in accordance with the plans and specifications hereto- fore adopted, bids were received on the 10th day of November, 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 $45,573.00 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 22nd day of November , 1976. Mayor ATTEST: City Clerk DDO /bc 11/16/76 Approved by 26th day of Doris Georg 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR ALLEY IMPROVEMENTS - BALBOA PENINSULA 1976 -77 CONTRACT NO. 1853 City Council this ber, 1976 City C SUBMITTED BY: Contractor LONG BEACH City Zip Telephone Total Bid Price 4 0 0 Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 11:00 A.M. on the 10th day of November 1976 , at which time they will be opened and read, for performing work as follows: ALLEY IMPROVEMENTS - BALBOA PENINSULA 1976 -77 CONTRACT NO. 1853 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an t� he Corporate Seal shall be�xed 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 (1976 Edition) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and 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 Category of at least Class X 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 10 -12 -76 • 11 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. Classification Accompanying this proposal i ash, Lertlrtea cnecK, Gasnler -s unecK or in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self - insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. Phone Number U0V 110 Date �_or,OU f-CA \v(-\ Type df 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: C7rl Jack V, Barry Robert E. HO LLW,d, —L�Slsto ji. 1j. k"Uxoo, SUQ, 4 • DESIGNATION OF SUBCONTRACTORS Page 3 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 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. , i F6 ' ..... a ,.:. ._.... _ -te _.. ^ i'J. uiaaer s ivame Authorized Signature �cir'l ri7Cirl:��u(� Type o Organization (Individual, Co- partnership or Corp.) Address BOND tno���� °*�5J • 0 PREMIUM; INCLUDgD IN BBSU Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, SOLLI-MILLH NNTHOTIN6 IOMMI , as Principal, and SEABOARD SURETY COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of (E eF -t4u _,Dol1ars (* i T4 tt� .,�� 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 S 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 l o day of iC v E i-. t�, , 19_x_. Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) M Title SDll1- MILLIS NFRIFINS 10011 M Senior Vice Fresident SEABOARD SURETY COMPANY I STATE OF COUNTY OF On this ........ day... . .... ..... ... A9.. before me personally came I, C.:\ I.-IV .I IPI ....... .. ..... .... .......... .... .. . .. ...... .. ... .. .... . . . ..... . . .... .................. ..........I.. . ..... ...... ... - ....... .... .......... 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 SEABOARD SURETY COMPANY in accordance with authority duly conferred upon him by said Company. Form 24a No ta h-"�UPA 6 12�e STATE OF CALIFORNIA, COUNTY ACKN OWL EDGM EN T--Cuparatw� I C'�Llx- of- octol;el' 7f) 19—, before me, the undersigned, a Notary Public in and for said State. personally appeared K n C f� 1? P G r T)I,I:c Ll)[ X 01W:!� U.A!5L S K.': T P, "t (a'._ P1,TS, I J! known to me to be the ----------- - - of the . . .... S. I V - T I I IJ;' I , � -- . , � - 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 some. WITNESS my hand and official seal. Notary Public in and for said State. 0 NON- COLLUSION AFFIDAVIT 0 Page 5 The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. t4 axd Subscribed and sworn to before me this day of 19 My commission expires: Notary Public STATE OF CALIFORNIA, COUNTY OF—_-Z. 'A beforT'E, the undersigned, a Notary Public in and for said State, personally appeared known to me to be the far +3 L E LZ_ MY Con)n)iss;,D,j L, )jr ........... d ...... � .. I . . . ..... ..... ..... ..... .......... . . ..... ... ACKNOWLEDGMENT—Corporation 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. L. • • Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. Signed CON IRAC FOWS FINANCIAL NCIAL 5 r.k,i 1 ^;.111;NT NAME ----- SULLY._1•fILI,ER_COti_I:RA�NG COp;PA.'s'Y- ----- ---- ---- - -- - -- ---- -- ,--- ----- - - ---- ----------- Condition at close of business ------------ PU "IUR -- 31.___- ___- _- -____. ------------ __._____. _ - __.____._19.15_ ASSETS Current Assets 1. Cash ------ ----------------- ------------- --------- ---- -- ----------- -- ------------ -- ---------------- 2. Notes receivable ------- - ------------------ ------------------ - ----------- - -------------- ------------------ 3. Accounts receivable from completed contracts ._..__ __ -------------------- ---- _-------- 4. Sums earned on incomplete contracts ------ ----------------- __------------------------------ 5. Other accounts rcceicable ------------- - ---------------------------- -------------------------------- .... 6. Advances to construction joint ventures ............ .... _ --- 7. Materials in stock not included in Item 4... _......._ ........ ............................... 8. Ncgoliable securities........... -- ._........... ._ ................ ............................... 9 Olhcr ir ent asst DETAIL - - --- -- -- ----- -- ------- --- - 206 09 _.._18 . -_575. 56 - ... - - - -- - ------- ---- 739 18 -- '.........� 612. cu r c s .......................... ................-----........ ------------------------------ ................. . TOTAL --------------------------- - -..--- Fixed nod Other Assets 10. Rea] est ate---- _...... -- - -- .... ............. ..... ----------------------- ... ---- - - -_ - - -- ----- ..- ......2. 11. Construction plant and equipment .--- ---- ---- ----- --------- °-- _.... .-- - -__13 12. Furniture and fixtures ----- -- -- -- --- ----- -- - - - --- ------------ --- --- ------- -- ---- ...... - - --- - .... ....... 13. Investments of a non-current nature ------------------------.------------ ........... ........._........11 14. Other non-current assets ------- ---------- -------- ------ ------------- ---- --....--------- --------- --- --------..._.. -- --434 1 S96 TOTAL. .. .... .... ............................... ............... TOTALASSETs ......................... ............................... 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 ------------ -- _.._-------------------- ---------- - ....... ° °-- -- -- ---- ---- ------- --1 --- 75 323. TorAr------- ........ ------- -- - - - --° - - -- Other Liabilities and Reserves 18. Real estate encumbrances - ....-- - - - - -- --------------------- -- .... ------------------ --------- - ..- -------- - ----- -- - ------- 19. Equipment obligations secured by equipment ..-------......._......- ........... ......................... ...... --- --------- 20. Other noncurrent liabilities and non - current notes payablc.CNote_ 1)- ------ ---- - -20, _<!84. 140.. 21. Reserves--------------------------------------- --- --------- ----- .----- -------------- ----------------- ........ .. ...... - ---- --- .......... ...... TOTAL ..... _231 --- 161.1-.158 ------ ...95.1...3.37 52 112f 495 ----- - - -9 -1 -_683 [ -970 TOTAL -------------- _...._.... Capital and Surplus 22. Capital Stock Paid Up... ---------- ... -------------- ------------------------------------------ �_. 879 600 23. Surplus (or Net Worth) -------- --------------------- �..__._.- - -- --1 .064- {73S_. ..___.._.__-- - - - -__ __ --- TOTAL L]ABDATIES AND CAPITAL --- _ --- __....... _ ---------- ........................... CONTINGENT LIABILITIES 24. Liability on notes receivable, discounted of sold .......................... 25. Liability on accounts receivable, pledged, assigned or sold...... 26. Liability as bondsman ----------------- . ... ... ................I --------..............--- 27. Liability as guarantor on contracts or on accounts of others...._ 23 Other contin ent liabilities '91..484 1 190 521 112 1 49S g ----------- ------------------ ........ - ----- -- ---- - - - - - -- ---- - ---------------- .. - -- - - -- --- 1 TOTAL CONTINGENT LfAnnrrrFs. --- ....Dote- -2)---------- _I -- Mort. -Show detaas under main headings in first column, extending tn:als of main headings to eecond column. The accompanying Notes to Financial Statement are an integral part of the Statement. [7) 0 NOTES TO FINANCIAL STATEMENT 0 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 - CONIIN'GENT 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. COOPERS & L Y B R A N D Ct PTIF1CI VVBLIC ACCCVNIA NTS IN PgIHCI P.L .. PCaS OC 1.0 -ORLO 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 ale". 4 H 0 F 0 \O vl �1 C_J C) q N CJ C� Cfl r 1J 0 W O 3 v h E L F 0 A ni m v r O o' 1: ti O 1+ n q \O •- .i ". ..i u ❑ N N I n O V ^.O > tJ E E N' N i L w N~ L C G U 1. C r O V O m ^ r. _ nD CO ,X a K 7 O V co V U :J 1++ N O F 0 E'7 N \� U y.. c C a C +:4 n c C N o N vJ r. O J ] N O ! � r,l q Um N a N -- c U N r C p U D C •i N v ^. N !P p C + 11 C 11 !' C N co q C-.1 q U N O m 0 J<K. O C a G C C w q U n + u i w ro U N L F A 7;I N �y y g 3 0 O H n O O U O <J 4.1 1 L 0 O a r C m U u C S c, l: °-+ .^. -i U to H w .c O -+ N O c U Gc'dJ.i.a.CC O rj y;" 0 0` L O C U q q O C w O O u G N> V m m b U F 0 \O v.7 I` Q O N N N <J c +J C C C O E I K 0 O N.i E N b 0 C C w .�ao 0 C .i C N 1J C - N fV T q ro x N O s O w O C 0 v u U e O N +� O m G E z C V. U O N 0 m w u N U C N C O� H N R7 C c, q q v, U CI q N U C 1�. H .�I P. b C O E i V a 1J h U U U .. O U I L I Y ti N N a O E U N e -i U N N � n C C O I-I a q E C N O p ..i Va U C q _i l U U E� O u b 4 U O N U q U � H U U U •�J n D H t r, ro 0 q O J m p 41 1 4 m q L -+ ✓ E y�, F CJ ' G C r.� .1 ti N L 3 7 t U U U 1. q q ro ✓ C a q X a rvy N N O n U -I U N C 0 u . r- � a � E n' - N _ 0 O w c 7 ro � y`U L N , O [ c ) U ,C q T l•J O q rl G p 0 (7) T FlV V) C v Fi a > X G lU U - L G q I� N I� C C n1 I U t.l lti U C` 7. r< C) Q v vl �1 C_J C) N CJ C� Cfl v.7 I` Q O N N N <J c +J C C C O E I K 0 O N.i E N b 0 C C w .�ao 0 C .i C N 1J C - N fV T q ro x N O s O w O C 0 v u U e O N +� O m G E z C V. U O N 0 m w u N U C N C O� H N R7 C c, q q v, U CI q N U C 1�. H .�I P. b C O E i V a 1J h U U U .. O U I L I Y ti N N a O E U N e -i U N N � n C C O I-I a q E C N O p ..i Va U C q _i l U U E� O u b 4 U O N U q U � H U U U •�J n D H t r, ro 0 q O J m p 41 1 4 m q L -+ ✓ E y�, F CJ ' G C r.� .1 ti N L 3 7 t U U U 1. q q ro ✓ C a q X a rvy N N O n U -I U N C 0 u . r- � a � E n' - N _ 0 O w c 7 ro � y`U L N , O [ c ) U ,C q T l•J O q rl G p 0 (7) T FlV V) C v Fi a > X G lU U - L G q I� N I� C C n1 I U t.l lti U C` 7. r< C) Q v CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ALLEY IMPROVEMENTS - BALBOA PENINSULA 1976 -77 CONTRACT NO. 1853 PROPOSAL 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. 1853 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 20,700 Construct 6" thick P.C.C. alley Square Feet pavement @ S �xL � ,�-� Dollars and Cents $ ` $� /2j.occ' Per Square Foot 2. 1,150 Construct 6" thick P.C.C. alley Square Feet approach over native soil @ Dollars and Cents $ -Sb $ Gc Per Square Foot 3. 110 Construct,8" thick P.C.C. street Square Feet pavement @ Dollars and Cents $ 2.5U $ 'L.1115 Per Square Foot 4. 700 Construct P.C.C. garage approach Square Feet (4" thick unless otherwise shown) in alley areas @ c z. Dollars and Cents $ Per Square Foot . • PR2of2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 400 Construct 4" thick P.C.C. sidewalk Square Feet @ c^ ��- Dollars and Cents Per Square Foot 6. 10 Construct variable curb face Type "A" Linear Feet P.C.C. curb and gutter Dollars and Cents $ 1 . CY! $ Per Linear Foot 7. 60 Construct 6" thick P.C.C. Type II Square Feet residential driveway approach c @ - _i ar $�c Dollars and Cents $ Per Square Foot 8. 45 Construct 4" and variable thickness Tons A.C. pavement @-- "Ta.i��% i:v<<�. �° Dollars and Cents Per Ton 9. 2 Construct terminal sewer cleanout Each > k ,.,� ) � c: Dollars and Cents $ ScY.cc $ lrcelcr� Per Each TOTAL PRICE WRITTEN IN WORDS: �,: w Dollars and Cents $ Lac �73.c-c- Date or •.. 1 L CONTRACTOR'S LICENSE NO. 1538 class "Aw SULLY- M!LLER CCNTRACTING COMPANY Bidder's Name :r 1 mot' Authorized Signature TELEPHONE NUMBER (213) 531.3550 CONTRACTOR'S ADDRESS 3000 E. SOUTH ST., LONG BEACH, CA. 90805 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR ALLEY IMPROVEMENTS - BALBOA PENINSULA 1976 -77 CONTRACT NO. 1853 Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . 1 II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . 2 IV. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . . . . 2 V. PERMITS . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VI. NOTIFICATION TO RESIDENCES AND BUSINESSES . . . . . . . . . 3 VII. EXISTING UTILITIES . . . . . . . . . . . . . . . . . . . . . 3 VIII. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . 3 IX. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 X. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . 3 XI. SURFACE RUNOFF WATER CONTROL . . . . . . . . . . . . . . . . 3 XII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . 4 1. Removals, Excavation, and Subgrade Preparation. . . . . 4 2. Portland Cement Concrete . . . . . . . . . . . . . . . . 4 3. Alley Approaches. . . . . . . . . . . . . . . . 5 4. Adjustment of Various Walks, Landings Fence Supports, Etc . . . . . . . . . . . . . . . . . . 5 5. Asphalt Concrete . . . . . . . . . . . . . . . . . . . . 5 6. Adjustment of Utility Boxes, Manholes Etc. to Grade . . . . . . . . . . . . . . . . . . . . . 5 7. Protection of Existing Property Line Monuments. . . . . 6 8. Flow Diversion Around Manholes . . . . . . . . . . . . . 6 9. Existing Water Meters and Services . . . . . . . . . . 6 II • • SP 1 of 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR ALLEY IMPROVEMENTS - BALBOA PENINSULA 1976 -77 CONTRACT NO. 1853 SCOPE OF WORK The work to be done under this contract consists of constructing portland cement concrete alley pavement and approaches, constructing portland cement concrete or asphalt concrete garage approaches and sidewalk sections, adjusting utility boxes and structures to grade, and other incidental items of work. The work is located in separate alleys on Balboa Peninsula. The contract requires completion of all work in accordance with these Special Provisions, the City's Standard Special Provisions, the plans (Drawing No. A- 5082 -S), and the City's Standard Drawings and Specifications. The City's Standard Specifi- cations are Standard Specifications for Public Works Construction, 1976 Edition. Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, Telephone: (213) 870 -9871. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased from the Public Works Department at a cost of $5. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK The contractor shall comply with the provisions of Section 6 of the Standard Specifications except as modified herein. The contractor's construction schedule must be approved by the engineer prior to the start of any work, and shall incor- porate the following requirements: 1. No work shall be started until January 3, 1977; and all work shall be com- pleted by March 4, 1977. 2. The contractor shall complete all work on each alley within sixteen (16) consecutive calendar days after beginning work on that alley. The term "work" as used herein shall include all removals, adjustments, and replace- ments; construction of alley pavement, alley approaches, adjacent street pavement, curb, driveways, sidewalk, adjacent P.C.C. or A.C. garage approaches and A.C. joins. Also included within the specified period is curing time for the new P.C.C. improvements. In summary, this means that each alley and every garage approach with access from that alley must be returned to normal vehicular use within 16 consecutive calendar days from the day it is first closed to such use. The contractor must employ SP 2 of 6 sufficient men and equipment to meet this schedule. If it becomes apparent during the course of the work that the contractor will not be able to meet this schedule, he will be prohibited from starting work in additional alleys until he has exerted extra effort to meet his original schedule and he has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the contractor from his overall time of completion require- ment, nor shall it be construed as the basis for payment of extra work because additional men and equipment were required on the job. The contractor will be assessed $100 per day (including Saturdays, Sundays, and holidays) liquidated damages for each day in excess of the 16 consecutive calendar days allowed for 100% completion of the construction work in each alley and the alley's return to normal vehicular use. Additional liquidated damages, as covered in Section 6 -9 of the Standard Specifications, shall be assessed for failure to complete the project by March 4, 1977. The intent of this section of the Special Provisions is to emphasize to the con- tractor the importance of prosecuting the alley construction in an orderly, pre - planned, continuous fashion, so as to minimize the time an alley is closed to vehicular traffic. III. PAYMENT Payment for incidental items of work, not separately provided for in the proposal, shall be included in the price bid for the various items of work, and no addi- tional compensation will be made therefor. IV. TRAFFIC CONTROL AND ACCESS The contractor shall provide traffic control and access in compliance with Section 7 -10 of the Standard Specifications and with the standards contained in the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. V. PERMITS The City has obtained the following approvals and permits: Project Approval: California Regional Water Quality Control Board, Santa Ana Region (see also Section XI, Surface Runoff Water Control). 2. Permit: California Coastal Zone Conservation Commission, South Coast Regional Commission. The contractor shall be responsible for making himself aware of and conducting his operations in accordance with the requirements of these regulatory agencies. All costs involved in complying with these requirements shall be included in the price bid for the various items of work, and no additional compensation will be made therefor. Before disposing of any demolition or removals at any sanitary landfill site in Orange County, the contractor shall obtain a permit from the City Public Works Department. There is no charge for this permit; its purpose is to provide authorization for the contractor to use those disposal facilities for excess material. VI VII VIII IX 0 0 SP 3 of 6 NOTIFICATION TO RESIDENCES AND BUSINESSES The City will mail a preliminary notice to all residences and businesses affected by this work. Between 40 and 55 hours prior to closing a particular alley to vehicular traffic, the contractor shall distribute to each affected residence and business a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. The written notice will be prepared by the City, and the contractor shall insert the applicable dates at the time he distributes the notice. Errors in distribution, false starts, acts of God, strikes, or other alterations of the schedule will require renotifi- cation using an explanatory letter. This letter will also be prepared by the City and distributed by the contractor. EXISTING UTILITIES The contractor shall investigate and protect all existing utilities in conform- ance with Section 5 of the Standard Specifications. Known utilities are indicated on the Plans. Prior to performing construction work, the contractor shall be responsible for requesting each utility company to locate its facilities. Construction of the alley structural sections will cause work to be performed very near existing sewer, water, and storm drain lines and their connections. The 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. CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the responsibility of the con- tractor. All such surveys including construction staking shall be under the supervision of a California licensed land surveyor or civil engineer. Staking shall be performed on all items ordinarily staked at intervals normally accepted by the agencies and trades involved. Payment for construction survey staking shall be considered as included in the various items of work and no additional allowance will be made therefor. WATER The contractor shall make his own provisions for obtaining and applying water necessary to perform his work. If the contractor desires to use available City water, it shall be his responsibility to make arrangements for water purchase by contacting the City's Utilities Superintendent, Mr. Tom Phillips, at (714) 640 -2221. GUARANTEE The contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and all workmanship against any defects whatsoever. Any such defects shall be repaired at the contractor's expense. XI. SURFACE RUNOFF WATER CONTROL Surface water containing mud, silt or other deleterious material from the project • • SP4of6 shall be treated by filtration or retention in a settling basin or basins, sufficient to prevent such waters from entering storm drains or the bay. The contractor shall submit a Man for implementing siltation control concurrently to the City and to the California Regional Water Quality Control Board, Santa Ana Region (6833 Indiana Avenue, Suite 1, Riverside, California 92506, telephone (714) 684 -9330, Mr. John Zasadzinski), prior to commencing construction. Upon approval of the plan by the City and the Board, the contractor shall be respon- sible for the implementation and maintenance of the control facilities. The contractor's attention is called to Subsection 7 -8.1 of the Standard Specifica- tions as regards project site maintenance. XII. CONSTRUCTION DETAILS Removals, Excavation, and Subgrade Preparation Existing portland cement concrete or asphalt concrete improvements to be removed shall be sawcut a minimum of 2 inches deep along property lines, join lines, at the locations beyond property lines as shown on the Plans, or as directed by the engineer. Final removal at the sawcut lines may be accom- plished by the use of jackhammers or sledgehammers. It is emphasized that edges created by other means or final removal accomplished by other means will not be acceptable, and hard blow pavement breakers, such as stompers, will not be permitted on the job. The contractor shall prepare the subgrade in conformance with Section 301 of the City's Standard Specifications. Payment for removals, excavation, and subgrade preparation will be con- sidered as included in the unit prices paid for the corresponding or asso- ciated items of new work. Portland Cement Concrete Portland cement concrete furnished for construction of all alley pavement, street pavement, alley approaches, garage approaches, sidewalks, and curb and gutter shall have a B or C gradation and shall attain a minimum modulus of rupture of 600 psi (tested in conformance with ASTM designation: C78 -64) within 28 days after placement. Portland cement concrete shall be securely barricaded immediately after placement and no vehicular traffic will be allowed thereon until beam tests yield a minimum modulus of rupture of 450 psi. In view of the P.C.C. strength requirements described above and the schedule of work limitations described in Section II of these Special Provisions, the contractor may find it necessary to add additional cement, use special aggregates, or use admixtures to meet the specifications. The intent of these Special Provisions is that the contractor prepare his bid in conformance with these strict limitations and no additional compensation will be allowed for the extra materials that may be required to meet these conditions. The contractor will be permitted to use concrete pumping methods to facili- tate concrete placement. Pumping concrete through aluminum pipe will not be permitted. U. • • SP5of6 Overhead screeds will be required at the flow line. A 12 -inch wide smooth trowel surface shall be constructed along the flow line (centerline) of each alley. The remainder of the alley surface shall be medium broom finished. All sidewalk or drive approaches that extend beyond the street or alley right - of -way shall have a cold joint or if placed monolithic, a minimum 2" deep saw cut within 24 hours at the right -of -way line. Alley joints shall be constructed as shown on CNB Drawing No. Std. - 141 -L. Special care shall be taken to locate weakened plane joints at water meter boxes, power poles, and other critical locations. 3. Alley Approaches Portland cement concrete alley approaches shall be constructed in accordance with the City of Newport Beach Drawing No. STD -142 -L with the following exceptions: (a) Portland cement concrete shall be 6 inches thick, and the 4 -inch thick layer of aggregate base will not be required. (b) Curb return radii shall be as shown on the plans. 4. Adjustment of Various Walks, Landinos. Fence SUDoorts. Etc. Brick, flagstone or other miscellaneous walks not constructed of portland cement concrete or asphaltic concrete shall be adjusted to the new alley grades. Variable height 2 -inch redwood headers shall be installed where sup- port is required at existing fences and as indicated on the plans. 5. Asphalt Concrete Asphalt concrete furnished for construction of 4 -inch thick pavement and variable thickness feather join shall be Type III -D -AR -4000 in conformance with Section 400 -4 of the Standard Specifications. A tack coat shall be applied in accordance with Subsection 302 -5.3 of the Standard Specifications. The cost of the tack coat shall be included in the unit price bid for the associated asphalt concrete. 6. Adjustment of Utility Boxes, Manholes, Etc. to Grade All sewer manholes, water valve boxes, sewer cleanouts, water meter boxes, and any other miscellaneous utility boxes shall be adjusted to finish grade prior to placement of portland cement concrete. In the event the utility box or structure is located in an area to be improved with asphalt concrete, adjustment to finish grade shall be made after the asphalt concrete pavement has been placed in a manner similar to that described in Section 302 -5.7 of the Standard Specifications. The cost of adjusting all utility boxes, manholes, etc., to finish grade shall be included in the unit price bid for constructing the alley pavement, and no additional compensation will be allowed. • SP6of6 7. Protoct.ion of Ixisting ProperLy. Iille Monuments Many property lines are designated by "iron pipe and tag" as shown on the plans. Special care shall be taken during removal not to disturb the pipe location. Any monuments removed or dislocated during construction shall be restored by the contractor at his expense. 8. Flow Diversion Ar ou nd Manholes The cost of constructing flow diversion channels around manholes at various locations as indicated on the plans shall be included in the unit price bid for constructing the alley pavement, and no additional compensation will be allowed. 9. Existing Water Meters and Services Existing water meters and services at locations where the edge of alley grade is to be substantially raised will be adjusted by City utilities crews after the contractor has placed the fill. The contractor shall allow up to two days in each alley for the City to make these adjustments. The time of com- pletion as specified in Section II of these Special Provisions for each alley so affected will be extended accordingly. The contractor shall be responsible for any damage to existing water meters or services resulting from his operations. He shall have all damage repaired at his expense by a reputable pipeline contractor or person qualified to do the work. 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 f "or Whom Performed (Detail) Person to Contact Telephone No, / flO. 176Z / Signed \ rn j g k \ k � k { M ) \ { w / ,§ �\ . , » k�D w w % § � 2 \\ ~� \_ �f IOA & wr toll q q m $¢ 2R a� \! / e\ \� Ito «G | | | \ \ \ \ � 2\ 1 9 a 9� ! % �a?!� k «m a I §m t9 «®7|a � �k& th § \ f"3, \ K r \ \\ rij w N \2 j w o , 2 \ ƒ� 9 @k�J\ k% rn j g k \ k � k { M ) \ { w / ,§ �\ n n I mc- � czi a) 0 -4 a Z V i 'QAWa N C: 3. 3 J .j j .c a 1-.-3 kid 4A 2a��e =oee rh IA N A c 00 0 o p p o z O a ! I Z \ 1 z DiLl a mc- � czi a) 0 -4 a Z V i 'QAWa N C: 3. 3 J .j NOV 22 1976 By the CITY COUNCIL CPIs aF KKV"RT 8v4H RESOLUTION NO. 8 94 4 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO SULLY - MILLER CONTRACTING COMPANY FOR ALLEY IMPROVEMENTS - BALBOA PENINSULA 1976 -77, CONTRACT NO. 1853 WHEREAS, pursuant to the notice inviting bids for work in connection with alley improvements - Balboa Peninsula 1976 -77, in accordance with the plans and specifications hereto- fore adopted, bids were received on the 10th day of November, 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 $45,573.00 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 ATTEST: City Clerk 22nd day of November , 1976. Mayor DDO /bc 11/16/76