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