Loading...
HomeMy WebLinkAboutC-1246 - Street reconstruction 1970-71, Harbor View Drive between GoldenrodL-/2 L /n G [w "0 :6,0 r ✓._ 9 -3..70 August 10, 1970 AuU 101970 By the &rsr �JY4MUNCIL ��� CITY O cwaOFT BEACH FROM: Public Works Director SUBJECT: STREET IMPROVEMENTS ON HARBOR VIEW DRIVE, GOLDENROD, SECOND AND MARIGOLD AVENUES, C -1246 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 10:00 A.M., September 3, 1970. DISCUSSION: This project provides for the reconstruction of portions of the deteriorated curbs and street pavement areas and the resurfacing of the streets with asbestos .asphaltic concrete. Portions of Second Avenue and Marigold Avenue will be heater remixed prior to the resurfacing of the following streets: 1. Harbor View Drive between MacArthur Boulevard and Goldenrod Avenue 2. Goldenrod Avenue between Sea Lane and Harbor View Drive 3. Second Avenue between Larkspur Avenue and Hazel Drive 4. Marigold Avenue between Coast Highway and Third Avenue This project is a continuance of the Contract Maintenance Program established in the Street and Alley Maintenance Report. The estimated cost of the work is $88,500.00. The funds are available in Account 02- 3370 -232. seph Devlin blic o ks Director LM/ Idg CITY OF NEWPORT BEACH CALIFORNIA /2AQ city Hall 3300 Newport Blvd. (714) 673 -3110 October 22, 1971 TO: CITY A T TCR dEY FROM: JIM SIN,ASEK, LICENSE INSPECTOR - SMALL CLAIMS AGENT SUBJECT: SYi.LL CLAIM CASE Y29131 - TRUSTY ELECTRIC GO.) INC. v 1.) SULLY MILLER CGN1F CTING CO., INC.; 2.) GUIDO VanTPILLC, d.b.a. THE ASSCCI,T_ES LAP.DSCAPIIdG; 3.) THE CITY OF 11EWPORT BEACH At the request of the Plaintiff, on October 21, 1971) this casein which the City of Newport Beach is a co- defandant, was dismissed. The dismissal was apparently the result of a settlement between Sully Miller Contracting Co,., Inc. and Trusty Electric Co., Inc. cc: Pat Dunigan City Clerk License Division Respectifully submitted, _._. .a _.. «... —r. 'A taautrYr.;3'.' -zPa .J:Y1 %ti's+'":= Yi ARM :7++�:}llC:�::."'.ws .yt• ?;.3..m e. *rWa ORAW COUNTY HARBOR JUDICIAL�TRICT COU OF ORANGE, STATE OF CA RNIA CASE NUMBER DECLARATION S.C. 29131 TRUSTY ELECTRIC CO., XNC. (COPY) 124 Tustin Ave. Newport Beach, California, 92663 Plaintiff (s) VS. 1.SULLY MILLER C01TRACTING CO., INC. — 6145 Santiago Canyon Rd., Orange, California, 92669 2.GUIDO VanTHILLO individually and formerly doing business as THE ASSOCIATES LAhl)SCAPING. 26943 Camino de Estrella. Capistrano Beach, Cali! 92624 3.THE CITY OF NEWPORT BEACH Defendant (s) _3300 Newport Blvd., Newport Beach. California, 92660 1, the undersigned, declare that the above -named defendant (s) is indebted to the above - named Plaintiff in the sum of $ 300.00 on median, streE� and p, repair and replacement of lighting .f and that Plaintiff has demanded payment of said sum, that the defendant (s) refused to pay the some and no part thereof has been paid. A. PC ) that the obligation sued on was contracted to be performed in the above -named judicial district; B. ( ) that the injury to persons or to personal property occurred in the above -named judicial district; C. ( ) that at the commencement of action defendant resides in the above -named judicial district. Executed on Sept. 27, 1971 at Costa Mesa, California 1 declare under penalty of perjury that the foregoing is true and correct. Marie W. Trusty, . (Signature of Plaintiff or ORDER The People of the State of California, to the within -named defendant (s): YOU are hereby directed to APPEAR and answer the foregoing claim in the above - entitled Court at 567 West 18th Street, City of Costa Mesa, County of Orange, State of California: 0195 Ober 22, 1971 A*R Li 30 P.M. IN DIVISION NUMBER III TRIAL DATE AND HAVE WITH YOU THEN AND THERE ALL BOOKS, PAPERS and WITNESSES--- - needed by you to establish your defense to said claim; and you are further notified that in case you do not appear, judgment may be given against you for the full amount stated in the plaintiff's claim or such part of same found by the Court to be due upon said claim plus the amount of costs expended by the plaintiff on this claim including costs of service of the order, 1971 Date SEP 2 7 1971 M. HAMLIN .................. . . .. COY IES SUIT TO: DATE F1 3,.,.r 0 N2..,,er 614.t,11. Burk+ Dire or Vl -n.,ai uirecmr y Other/,K.lu..r%YG Cc.s.Gw/ - ueaeirs,tp F2o,) -2903 Clerk of the Municipal Court Orange County Harbor Judicial District County of Orange, State of California JOAN CLEMAS (SEE INFORMATION FOR DEFENDANTS -- OVER) J Sully - Miller Contracti: 3000 E. South Street Long Beach, CA 90805 Subject: Surety Bonds No. Project Contract No. 13 0 June 7, 1971 kg Co. Highlands Insurance Company 904244 Improvements on Harbor View Drive, Goldenrod, Second and Marigold Avenues 1246 The City Council on May 17, 1971 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on May 20, 1971, in Book 9646, Page 870. Please notify your surety company that bonds may be released 35 days after recording date. Laura Lagios City Clerk dg cc: Public Works Department i Yb4b f,-18(0 14442 RECORDED AT REQUEST OF MASER-TURN TO` NOTICE OF COMPLETION I IN OFFICIAL RECORDS OI LAIMA LAG:'-C, C!rf CLERK ORANGE COUNTY, CALIF. ery cr';:':` "`;;r s- ^,cH PUBLIC WORKS FREE 9;05 AM MAY 20 1971 h'_ rr:::a._.'•Ci;, L;F .92660 C2 J. IYYLIE CARIYLE County RecolW To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on January 8, 1971 the Public Works project consisting of Improvements on Harbor View Drive, Goldenrod, Second and Marigold Avenues (C -1246) on which Suily[Miller Contracting Company was the contractor, and Highlands Insurance Company was the surety, was completed. I, the undersigned, say: CITY OF NEWPORT BEACH 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 May 18, 1971 at Newport Beach, California. T VERIFICATION OF CITY I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on May 17, 1971 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 May 18, 1971 at Newport Beach, California. J CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd. Area Code 714 673 -2110 Date: May 17, 1971 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 Improvements on Harbor View Drive, Goldenrod, Second and Marigold Avenues Contract No. 1246 on which Sully. Miller Contracting Company was the Contractor and Highlands Insurance Company was the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach LL dg Encl. �uvrcz7ti; � t �%x a, 11 1971 May 17, 1971 By the '_.T' COUNCIL " T0: °^@IiFVAC UNCIL -s— FROM: Public Works Department SUBJECT: ACCEPTANCE OF IMPROVEMENTS ON HARBOR VIEW DRIVE, GOLDENROD, SECOND, AND MARIGOLD AVENUES (C -1246) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the improvements on Harbor View Drive, Goldenrod, Second, and Marigold Avenues has been completed to the satisfaction of the Public Works Department. The bid price was: $83,986.10 Amount of unit price items constructed: 81,482.66 Amount of change orders: 2,037.70 Total Contract Cost: 83,520.36 Four change orders were issued for work including revision of curb grades, reconstruction of a water valve vault and a storm drain junction structure, and replace- ment of median sprinkler lines and lighting conduits. The contractor is Sully Miller Contracting Co., Inc., of Orange, California. The contract date of completion was January 10, 1971. All work was completed by January 8, 1971. Acceptance has been delayed pending receipt of the billings for the extra work. i 1• J seph T evlin P blic r s Director PD /ep PURCHASE ORIIER INVOICE IN DUPLICATE i CA OF NEWPORT_ BEP ORDER NUMBER SHIP - BXIP -'- ' APPEAR ON ALL FNVOIaEfl. APP OP LAa PING NOPR - 3300 NEWPORT BOULEVARD'S °... REC tea, EK�ePSa RECEIPTt AMO PACKASEB !.. 3 NEWPORT BEACH, CALIFORNIA 92668 - j PHOREY'(714) 673 -2110 a TICKETS SHALL :tN - uwlT PRICE. . r LIFOSL r - -qp. ! _ VENDOR .. i C "Sully- Miller Contracting ca. ,,. DATE VA.t. Lit .' 3000 E:"So_ th St. DEPARTMENTS City COVInCf L»u� pp-, Calif. 9VV5 - . - .- SHIP TO RIPTIQN,.OF AR71CLE5 OR SE Rb1EE5 REQUIRED UNJT.PRICE TOTAL - - .,- QUANTITY DESC - '! Street.,talproveamts on Harbor View Dri*it ®oldenrod, Second aid Marigold R e$,- as peer tract _. 83,98b.00 Contract C1246 Resolution 7272 FO R. CITY'USE ONLY - '^ .-- ,CODE AMOUNT. IMP' 0 R T A T CITY OF NEWPORT BEACH . 09-3370-2U 83.986.00 Show ae'a.separate item any retail sales tax, use tax - - or. Fed! ;al'�tax, applicable to this purchase. This order subject to California sales tax. - - - All allowable transportation ble traportation charges must be prepaid D. W. MEANS - and as; aSe Par ate item on the invoice. Do not - - PURCHASING AGENT i - - lnelade Etederal transportation tax: q. ... -. DEPARTMENTCOPY ex SEP 141970 September 14, 1970 TO: CITY COUNCh the CITY COUNCIL CITY OF NrWPOPT BEACH FROM: Public Works Department SLXJECT: STREET IMPROVEMENTS ON HARBOR VIEW DRIVE, GOLDENROD. SECOND, AND MARIGOLD AVENUES, C -1246 RECOMMENDATIONS: Adopt a resolution awarding the contract to Sully- Miller Contracting Company, Orange, California, for $83,986.10 and authorizing the Mayor and the City Clerk to execute.the contract. DISCUSSION: Five bids were received and opened in the office of the City.Clerk at 10:00 A,M. on September 3, 1970: Bidder Total Sully- Miller Contracting Company, Orange $ 83,986.10 Mark Construction Co., Inc.,. Garden Grove 869134.00 E. L. White Company, Inc., Garden Grove 880148.70 Coxco,.Inc., Stanton 94,009.00 Griffith Company, Santa Ana 95,730.00 The low bid is approximately 5.1% less than the engineer's estimate of $88,500.00. Funds are available in Account No. 02- 3370 -232. Sully - Miller Contracting Company has previously performed street work for the city.in a very satisfactory manner. This project provides for the reconstruction of portions of the deteriorated curbs and street pavement areas and the resurfacing of the streets with asbestos asphaltic concrete. Portions of Second Avenue and Marigold Avenue will be heater remixed. Portions of Harbor View Drive will be reconstructed. The following streets will be resurfaced: 1, Harbor View Drive between MacArthur Blvd, and Goldenrod Avenue, 2. Goldenrod Avenue between Sea Lane and Harbor View Drive. 3. Second Avenue between Larkspur Avenue and Hazel Drive. 4. Marigold Avenue between Coast Highway and Third Avenue. This project is a continuance of the Contract Maintenance Program established in the Street and Alley Maintenance Report. The plans were prepared by the city. The estimated date of completion is December 21, 1971. �l seph frks vlin bl i c Director B /bg I O QM w�mniannmamn� ��unniuiin�iniiiiiu�iiin� Nl- IYlflllfllllllllllllllllllllll ISO ism- �mnnamnmiiwmnm fl �xmm rn In R A Lo pZ � aaatl� �deaoo-amemma N x J�nl lo lim I d�NMIN�I l I mm�un�������s�����ao� INIAIIaNlfll�l�llllllll �nuumnuiumm�u�mi �nm�nmanmm�min� rn In R A Lo pZ m N x J�nl • CITY OF NEWPORT BEACH Date 00tobor 16, 1970 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. G'I8 Attached are 3 1. executed copies of subject contract for your files and for transmittal to the contractor. Contractor: Address: 3000 East Sotft StMts P. 0. Boot 5399 mm s CA "on Amount: $ $830988.0 Effective Date: 10 -12 -70 Resolution No, 7271 adopted on 9 -14-70 PAP LL:dg Att. cc: Finance Department ❑ Measa & McLEFNAN,INC. CERTIFICATE OF INSURANCE • or CALIFORNIA WO TO: CITY OF NEWPORT BEACH City Hall 3300 West Newport .Blvd, Newport Beach, California ! unien THIS IS TO CERTIFY that the following insurance policies have been issued to UNION OIL COMPANY OF CALIFORNIA and its subsidiary SULLY - MILLER CONTRACTING COMPANY and that said contracts of insurance, subject to their respective terms and conditions, afford Bodily Injury, Property Damage Liability and Blanket Cont ;actual Liability for all operations, including Automobiles, owned, hired or used. AETNA CASUALTY & SURETY COMPANY POLICY NO. 33AL 84740 SR(Y) Term: November 1, 1969 to November 1, 1972 EMPLOYERS' SURPLUS LINES INSURANCE COMPANY POLICY NO. E -60028 Term: November 1, 1969 to November 1, 1972 COMBINED SINGLE LIMIT BODILY INJURY AND PROPERTY DAMAGE, EACH ACCIDENT OR OCCURRENCE - $1001000.00 AGGREGATE PRODUCTS - $350,000.00 MARSH & MCLENNAN, INC. OF CALIFORNIA By &]$L4, F 4�& Agent COMBINED SINGLE LIMIT BODILY INJURY AND PROPERTY DAMAGE, EACH ACCIDENT OR OCCURRENCE $900,000.00 AGGREGATE PRODUCTS - $650,000.00 EXCESS OF DOVE PRIMARY- $100,000.00 SAYRE & y050 In the event of cancellation of the above contracts of insurance, the Underwriters will give not less than ten (10) days advance notice by mail to the party or parties to whom this certificate is issued at the address stated herein which shall be sufficient proof of notice. ADDITIONAL INSURED: The party or parties to whom this Certificate of Insurance is issued is /XXIEXNlXXcovered as Insured(s) under the terms of the contracts of insurance described above. If so covered, the insurance with respect to such party or parties is subject to all of the terms and conditions of said contracts of insurance, and to the special conditions, if any, stated below. SPECIAL CONDITIONS: Applicable as.respects to Contract No. C -1246, street improvements on Harbor View Drive, Goldenrod, Second and Marigold Avenues. ENDORSED AS FOLLOWS: "It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled, materially changed, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach, City Hall, Newport Beach, California, of a registered written notice of such cancellation or reduction in coverage." Dated: September 23, 1970 LOS ANGELES, CALIFORNIA Cerf iicate of Workmen's Compensation Cov rage Sully Miller Contracting Company 3000 East South Street, P.O. Box 5399 Long Beach, California 90805 "I am aware of and will comply with Section CITY OF NEWPORT BEACH 3700 of the Labor Code, requiring every City Hall employer to be insured against liability for 3300 West Newport Blvd. workmen's compensation or to undertake self - Newport Beach, California insurance before commencing any of the work ". Re: Contract No. C -1246, Street Improvements on Harbor View Drive, Goldenrod, Second and Marigold Avenues. Date: September 23, 1970 This is to certify that Sully Miller Contracting Company is self - insured under provisions of the California Workmen's Compensation Law and has in its files Certificate of Consent to Self- insure No. 1130, issued October 1, 1967 by the Director of Industrial Relations of the State of California. This coverage will not be canceled except on 30 days advance written notice to you. _ By FORM 682 5M (REV 4/69) PNINT D IN U.S.A. Title H. D. COOTS -VICE PRESIDENT i _ a 4' G LE►� � CONTRACT NO. 1246 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR STREET IMPROVEMENTS ON HARBOR VIEW DRIVE, GOLDENROD, SECOND AND MARIGOLD AVENUES Approved by the City Council on this 10th Day of August, 1970 LAURA LAGIOS, City Clerk Bv:/IUhZ�.�xi oris Geq &, DIPUty SUBMITTED BY: PSULLY- MILLER CONTRACTING COMPANY o rac or P. 0 Box 432 ress Oran a Calif Y z i'F Q. " 0 0 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS Page 1 SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport. Beach, California, until 10 :00 A.M. on the 3rd day of September, 1970, at which time they will be opened and read, for performing work as follows: STREET IMPROVEMENTS ON HARBOR VIEW DRIVE, GOLDENROD, SECOND AND MARIGOLD AVENUES CONTRACT NO. 1246 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 or 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 signature the the President or Vice President and Secretary or Assistant Secretary are required and the Corporate e 1 shall be affixed to aTl documents requiring signature. 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. 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. A non - refundable charge of $2.00 will be required for each set of plans and contract documents issued to others. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. The City has adopted the Standard S ecifications for Public Works Construction (1970 Edition and Supplements) as prepare y the out ern California apte s o t o 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 $2.00 per set. 0 0 r City of Newport Beach, California Notice Inviting Bids Page la The City reserves the right.to reject any or all bids and to waive any informality in such bids. 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 Resolution No. 6982, adopted May 12, 1969. 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). 0 0 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Sunday, after having received notice that the contract is ready for signature, the proceeds of check or bind accompany- ing 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. Class "A" Classification Accompanying this proposal is Bidder Bond ash, Certi ie ec , Cashier's Check or Bon in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self - insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. (714) 639 -1400 one umm ear September 3 1970 ate SULLY - MILLER CONTRACTING COMPANY Bidder's ame (SEAL) /s/ Howard Rash, Asst. Sec. WC) Authorized Signature Authorized igna ure Corporation Type of rganization (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: Sullv- Miller Contracting Compan a California Corporation Marshall McDonald - President W. Duane Rash, V.Pres., Treas. & Sec. H. D. Coots - Vice President R. K. MacGregor - Vice Pres. and Mgr. R. F. Molyneux - Vice President Howard Rash - Asst. Secretary 0 0 Page 3 DESIGNATION OF SUB - CONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub- contractors 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 sub - contractors except upon the prior approval of the Engineer. Item of Work Sub - contractor Address 1. Concrete Jezowski and Markel Santa Ana 2. Heater Remix G. J. Payne Los Angeles 3. Engineering Vic Case Long Beach 4. Electrical E. D. Johnson Anaheim 5. Sprinkler The Associates Capistrano Beach 6. Pipe Casada Orange 7 8. 9. 10. 11. 12 Sully-Miller Contracting Company Bidder's Name /s/ Howard Rash, Asst. Sec. (JC) Authorized Signature Corporation Type of Organization (Individual, Co- partnership or Corp) P. 0. Box 432 Oran a California 92667 ress FOR ORIGINAW EE CITY CLERK'S COPY • Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, SULLY - MILLER CONTRACTING COMPANY , as Principal, and Hiahlands Insurance Company , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percentum of amount bid Dollars ($ (10 %) ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of STREET IMPROVEMENTS ON HARBOR VIEW DRIVE, GOLDENROD, SECOND AND MARIGOLD AVENUES 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 and Sunday) 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 3rd day of September , 1970 . Corporate Seal (If Corporation) (Attach acknowledgement of Attorney in Fact) Muriel V. Smith, Notary Public Commission Expries Sept_ 26, 1977 SULLY - MILLER CONTRACTONG COMPANY rincipa /s/ Benjamin L. Dady, Assistant Secretary HIGHLANDS INSURANCE COMPANY Surety By /s/ James 0. Pittman Title Attorney -in -Fact BOND NO. 904244 . •THE PREMIUM ON THIS BOND IS INCLUDED IN THAT OF THE PAGE 5 PERFORMANCE BOND. LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED SeDtember 14. 1970 HAS AWARDED TO - SULLY - MILLER CONTRACTING COMPANY , HEREINAFTER DESIGNATED AS THE "PRINCIPAL"" A CONTRACT FOR STREET IMPROVEMENTS ON HARBOR VIEW DRIVE. GOLDENROD. SECOND AND MARIGOLD AVENUES IN THE CITY OF NEWPORT BEACH -:j IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY .CLERK. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING OF A BOND WITH SAID CONTRACT, 'PROVIDING THAT IF SAID PRINCIPAL OR ANY OF HIS OR ITS SUBCONTRACTORS, SMALL FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES OR TEAMS USED IN, UPON., FOR, OR ABOUT THE PERFORMANCE OF THE WORK AGREED TO BE DONE, OR FOR ANY WORK OR LABOR DONE THEREON OF ANY KIND, . THE SURETY ON THIS BOND WILL PAY THE SAME TO THE EXTENT HEREINAFTER SET FORTH: NOW, THEREFORE, WE SULLY- MILLER CONTRACTING COMPANY AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND COMPANY AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF 05 /100 FORTY ONE THOUSAND NINE HUNDRED NINETY THREE AND / DOLLARS 0 41 993.05 , 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 THJS OBLIGATION IS SUCH, THAT IF THE PERSOM OR HIS SUBCON- TRACTORS, FAIL TO PAY FOR ANY MATERIALS,' PROVISIONS, PROVENDE -R, 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 0R SURETIES WILL PAY FOR THE SAME, IN AN AMOUNT NOT EXCEEDING THE SUM SPECI- FIED IN THE BOND, AND ALSO, IN CASE SUIT IS BROUGHT UPON THE BOND, A REASONABLE ATTORNEYS FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION 4204 OF THE GOVERNMENT CODE OF THE STATE.'OF CALIFORNIA. i • PAGE 6 LABOR AND MATERIAL BOND - CONTINUED) THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PER5ONSj CGMPANIESy AND CORPOR- ATION ENTITLED TO FILE CLAIMS UNDER SECTION 1192.1 OF THE CODE OF CIVIL PROCEDURE SO AS TO GIVE A RIGHT OF ACTION TO THEM OR THEIR ASSIGNS IN ANY SUIT BROUGHT UPON TH13 BONDS AS REQUIRED BY THE PROVISIONS OF SECTION 4205 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA. AND THE SAID SURETY FOR VALUE RECEIVED HEREBY STIPULATES AND AGREES THAT NO CHANGE EXTENSION OF TIMES 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 TIMED ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACTOR 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 WHEREOFO THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMEDy ON THE 23RD DAY OF .PTEMBFR SULLY - MILLER CONTRACrTNC COMPAn (SEAL) MARSHALL McDONALD- PRESIDENT (SEAL) CONTRACTOR W. DUANE RASH- SECRETARY HIGHLANDS INSURANCE_LMPANY (SEAL) APPROVED A 0 FORM: 1 CITY ATTORNEY ' THIS BOND WAS APPROVED BY THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH BY MOTION ON DATE ATTESTS CITY 'CLERK (SEAL) STATE OF CALIFORNIA 1 so- COUNTY OF LOS ANGELES 11 On this 23RD day of SEPTEMBER '19 70 s before me, a Notary Public, within and for said County and State, personally appeared JAMES 0. PITTMAN to me personally known, who being duly sworn, upon oath, did say that he is the Agent and /or Attorney -in -fact .1 and far the HIGHLANDS INSURANCE COMPANY, a corporation created, organized and existing under and by virtue of the laws of the State of Texas that the Corporate seal affixed to the foregoing within instrument is the soul of said Company; that the seal was affixed, and the said Instrument was executed by authority of its Board of Direc- tors; and the :aid .TAMES 0- PITTMAN did acknowledge that he executed the said instrument as the free act and deed of said Company. UFFICIV SEAL � MURic'L V, 5MA Notary Public NOigRy Pi;o�IC LILIFOR:YIA alma Aht Comfnt EzPV aGSs COUNTY My Commission expires , isow STATE OF CALIFORNIA, COUNTY OF LOS ANGELES SS. ON SEPTEMBER 23 before me, the undersigned, a Notary Public in and for said State, personally appeared MARSHALL McDONALD AND W DUANE RASH known to me to be the PRESIDENT AND SECRETARY of the •Y —Mi ...R CONTRACTING MMRANY 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 c'7 L SEAL 75 MU? !EL V. SMITH � NOTP, • rMLIC-CALIFORNIA LOS ANGELES COHITI PRESIDENT AND SECRETARY of the •Y —Mi ...R CONTRACTING MMRANY 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 BOND NO. 904244 • SMIUM $ 504,00 PAGE 7 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA BY MOTION ADOPTED _ September 14, 1970 HAS AWARDED TO SULLY - MILLER CONTRACTING COMPANY HEREINAFTER DESIGNATED AS THE "PRINCIPAL% A CONTRACT FOR STREET IMPROVEMENTS ON HARBOR VIEW DRIVE, GOLDENROD. SECOND AND MARIGOLD AVENUES IN THE CITY OF NEWPORT BEACH IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS NOW ON FILE IN THE OFFICE OF THE CITY CLERK OF THE CITY OF NEWPORT BEACH. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING A BOND FOR THE FAITHFUL PERFORMANCE OF SAID CONTRACT) NOW, THEREFORE' WE, (;IIT.T.Y_MTT.T.FR rnNTRArTTNG rnM13AMV . AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR", AND HTt;HT.ANnq TNRIiRAALF rnMPANY AS SURETY ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACHO. IN THE SUM OF 10/100 FTr.HTY THRFF THn11CANn NTNF 111INDRED FTrlJTV cTX AND/ DOLLARS ($ 83,986.10 _ ), SAID SUM BEING EQUAL TO OF THE ESTIMATED AMOUNT OF THE CONTRACTp TO BE PAID TO THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS; FOR WHICH PAY- ' MENT, WELL AND TRULY TO BE MADE] WE SIND OURSELVES] OUR HEIRS, .EXECUTORS 'AND AD- MINISTRATORS, SUCCESSORS OR ASSIGNSp JOINTLY AND SEVERALLY, FIRMLY BE THESE PRE- SENTS. 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 BYE AND WELL AND TRULY KEEP AND PERFORM THE COVENANTS, CONDITIONS AND AGREEMENTS IN THE SAID CONTRACT AND ANY ALTERATION THEREOF MADE AS THEREIN PRO- VIDED ON HIS OR THEIR PARTS 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. r u (PERFORMANCE BOND - CONTINUED) 0 PAGE 8 AND SAID SURETYO FOR VALUE RECEIVED�,HEREBY STIPULATES AND AGREES THAT NO CHANGE EXTENSION OF TIME2 ALTERATION OR ADDITION TO THE TERMS OF THE CONTRACT OR TO THE WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SANE SHALL IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND, AND IT DOES HEREBY WAIVE NOTICE OF ANY CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE COMO TRACT OR TO THE WORK OR TO THE SPECIFICATIONS. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUALY IT 13 AGREED THAT THE DEATH ON ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOFjp TH13 INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMED, ON THE 23RD DAY OF - RFDTFMRFR • ICA 70 APPROVVAS FORM: Q, ITY ATTORNEY , SULLY - MILLER CONTRACTING COMPANY (SC4) & .4 d� r(SEAL) MARSHALL McDONALD- PRESIDENT EAL) CONTRACTOR W. DUANE RASH- SECRETARY HIGHLANDS SURETY ' 0. PITTMAN- ATTORNEY -IN- FACT - -, STATE OF CALIFORNIA as. COUNTY OF LOS ANGELES On this 23RD day of SEPTEMBER 19 70 before me, a Notary Public, within and for said County and State, personally appeared JAMES 0. PITTMAN to me personally known, who being duly sworn, upon oath, did say that he is the Agent and /or Attorney -in -fact of and for the HIGHLANDS INSURANCE COMPANY, a corporation created, organized and existing under and by xirtue of the laws of the State of Texas that the Corporate seal affixed to the foregoing within instrument is the soul of said Company; that the seal was affixed, and the said instrument was executed by authority of its Board of Direc. tars; and the said .TAMES 0 PInMAX did acknowledge that he executed the said instrument as the free act and deed of said Company. + Oi'Fit9A" BSA" r1A MURIEL V. SMIT Notary Public NOTAM pU3' (C CALIFOR Y,. LOS ANaELES COUN BIOta m/ Cammp ion � Sq .� � ommission expires STATE OF CALIFORNIA, (� ss. COUNTY OF LOS ANGELES ON SEPTEMBER 23 Ig 7p - before me,, the unde[signed, a Notary Public in and for said State, personally appeared OPPICTAT. SEAL MURIEL V. SMITH NOTARY PUBLIC- CALIFORNIA I LOS ANGELES COUNTY j My Commission Expires Sept. 26, 1912 known to me to be the SECRETARY of the S . ,v_Mit i RR1lON1RACTLNG— COMRANX the Corporation that executed the within Instrument, known to me to be the person who executed the within Instriiment an behalf tif,the Corporation, therein named, and acknowledged to me that such Corporation executed the'same. WITNESS my hand and official seal 0 0 Page 9 NON- COLLUSION AFFIDAVIT 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 agreement 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 arrange- ment or agreement 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 material - man 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 induce- ment 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 whomesoever 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. SULLY - MILLER CONTRACTING COMPANY /s/ Howard Rash, Asst. Sec. Subscribed and sworn to before me by this 3rd day of September . 19 70. My commission expires: May 3,x1971 _/s/ James F. Winders Notary Public FOR ORIGINA, SEE CITY CLERK'S FILE COPY . Page 10 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. ON FILE WITH CITY CLERK Signed Page l0a 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. 1970 County of Orange Keith Hart 834 -3456 _1969 County of Orange Keith Hart 834 -3456 1969 City of Seal Beach Bill Murphy 431 -2527 1969 City of Huntington Beach Don Kieser 536 -6661 SULLY - MILLER CONTRACTING COMPANY /s/ Howard Rash, Asst. Sec. "C' ignea PAGE II C O N T R A C T THIS AGREEMENT, MADE AND ENTERED INTO THIS jLxfH DAY OF f/y %OSE/P , 19$70, 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. WITNESSEITH: THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS; I. 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 STREET IMPROVEMENTS ON HARBOR VIEW DRIVE, GOLDENROD, SECOND AND MARIGOLD AVENUES (C -1246) 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, (EX- CEPT SUCH MATERIALS, IF ANY, AS IN THE SAID SPECIFICATIONS ARE STIPULATED TO BE FUR- NISHED 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 L0SB 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 DE- SCRIPTION CONNECTED WITH THE WORK; ALSO, FOR ALL EXPENSES INCURRED BY OR IN CONSE- QUENCE OF THE SUSPENSION OR DISCONTINUANCE OF WORK, EXCEPT SUCH AS IN SAID SPECIFI- CATIONS ARE EXPRESSLY STIPULATED TO BE BORNE BY THE CITY; AND FOR WELL AND FAITHFULLY COMPLETING THE WORK AND THE WHOLE THEREOF, IN THE MANNER SHOWN AND DESCRIBED IN THE SAID PLANS AND SPECIFICATIONS, THE CITY WILL PAY AND THE CONTRACTOR SHALL RECEIVE-IN FULL COMPENSATION THEREFORE THE LUMP SUM PRICE, OR IF THE BID IS ON THE UNIT PRICE BASIS, THE TOTAL PRICE FOR THE SEVERAL ITEMS FURNISHED PURSUANT TO THE SPECIFICATIONS, NAMED IN THE BIDDING SHEET OF THE PROPOSAL., AS THE CASE MAY BE. _ 3. THE CITY HEREBY PROMISES AND AGREES WITH THE SAID CONTRACTOR TO EMPLOYS AND OOES;HEREBY EMPLOY THE SAID CONTRACTOR TO PROVIDE THE MATERIALS AND TO DO THE WORK ACCORDING TO THE TERMS AND CONDITIONS HEREIN. CONTAINED AND REFERRED TO FOR THE PRICE AFORESAID, AND HEREBY CONTRACTS TO PAY THE SAME AT THE TIME, IN THE MANNER, AND UPON THE CONDITIONS SET FORTH IN THE SPECIFICATIONS; AND THE SAID PARTIES FOR THEMSELVES, THEIR HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS AND ASSIGNS, 00 HEREBY AGREE TO THE FULL PERFORMANCE OF THE COVENANTS HEREIN CONTAINED. 4. THE NOTICE TO BIDDERS, INSTRUCTIONS TO BIDDERS, CONTRACTORS PROPOSAL, AND THE PLANS AND SPECIFICATIONS, AND ALL AMENDMENTS THEREOF, WHEN APPROVED BY THE PAR- TIES 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. k 2/7/67 ipPAGE 12 5e 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 FROMTHE 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: t ITY CLERK 4 • APPROVED AS 0 FORM: r n CITY ATTO'frNEY CITY OF BEACH, LIF NIA MAYOR Fall flive u 111 A fla wwwoRviff2wi • ul` a �1 ,• 9 0'• I-OIL, ! Ipm u -Awl I llaklm 0 STATE OF CALIFORNIA, COUNTY OF LOS ANGELES r as. ON SEPTEMBER 23 19 70, before me, the undersigned, a Notary Public in and for said State, personaily appeared MARSHAT.T. McOONAT.D AND W_ DUANE RASH known to me to be the -PRnSTD SECRETARY Of the VIM _MTT.T.FR CONTRACTTNG COMPANY the Corporation that executed the within Instrument, known to me to be the person who OFFICL& , ecu, executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged Mt1RtEl V. SMITH to me that such Corporation executed the same. NOTARY PUSUC•GILIFORNI0. LOS ANGLES COUNTY WITNESS my hand and official seal. [MY Commissim Exolm Sept. 99, 1972 . Notary Public in and for said State. • CITY OF NEWPORT BEACH • PR 1 of 4 PUBLIC WORKS DEPARTMENT STREET IMPROVEMENTS ON HARBOR VIEW DRIVE, GOLDENROD, SECOND AND MARIGOLD AVENUES CONTRACT NO. 1246 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1246 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 60 Construct 6 -inch and variable Lineal Feet curb face Type "A" curb and gutter Three Dollars and event -five Cents $ 3:75 $ 225.00 er inea o0 2. 560 Construct 6 -inch and variable Lineal Feet curb face Type "A" curb and gutter over 6 -inch thick aggregate base Four Dollars and Fift -five Cents $ 4.55 $ 2548.00 er inea oot 3. 1650 Construct 8 -inch and variable Lineal Feet curb face Type "A" curb and gutter Three Dollars and event i -five Cents $ 3.75 $ 6187.50 er nea Foot • ITEM QUANTITY ITEM DESCRIPTION 4. 230 Construct Type "E" asphaltic Lineal Feet concrete curb PR2of4 UNIT' TOTAL @ One Dollars and Twent -five Cents $ 1.25 $ 287.50 er Inea Foot 5. 5040 Construct 8 -inch thick portland Square Feet cement concrete cross gutter and spandrels over 4 -inch thick aggregate base @ One Dollars and Fift -five Cents $ 1.55 $ 7812.00 er square Foot 6. 1070 Construct 6 -inch thick portland Square Feet cement concrete drive approaches @—N o Dollars and Eight -eight Cents $ 0.88 $ 941.60 Per Square Foot 7. 1570 Construct 4 -inch thick Portland Square Feet cement concrete sidewalk @ No Dollars and Sixty -five Cents $ 0.65 $ 1020.50 Per Square Foot 8. 7 Construct 6 -1/2 inch thick portland Each cement concrete alley approach over 4 -inch thick aggregate base M Fnijr Wiinrirari D 0 Mars No Per Each and Cents $ 400.00 $ 2800.00 9. 580 Construct 8 -inch perforated Lineal Feet asbestos cement subdrain complete in place @ Six Dollars and Twenty -five Cents Per Lineal Foot $ 6.25 $ 3625.00 @—n o Dollars and Twelve Cents $ 0.12 $ 270.00 Per Square Foot . PR3of4 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 200 Class 2 permeable trench backfill Tons @ Nine Dollars and no Cents $ 9.00 $ 1800.00 Per Ton 11. 460500 Heating, scarifying, remixing Square Feet and applying liquid asphalt. @ no Dollars and Three Cents $'0.03 $ 1395.00 Per Square Foot 12. 1,010 Heater plane existing asphaltic Lineal Feet concrete pavement to 3/4 -inch below gutter lip @ One Dollars and Ninet Cents $ 1.90 $ 1919.00 er inea Foot 13. 1,600 Construct asbestos asphaltic Tons concrete surfacing @ Twelve Dollars and no Cents $ 12.00 $ 19200.00 Per lon 14. 3,500 Construct asphaltic concrete Tons base course (7 inches thick) @ Eight Dollars and Fort Cents $ 8.40 $ 29,400.00 Very on 15. 2,250 Construct variable thickness Square Feet asphaltic concrete joins @—n o Dollars and Twelve Cents $ 0.12 $ 270.00 Per Square Foot Eighty -Three Thousand Nine Hundred Eighty Six Dollars and Ten Cents $ 83,986.10 • . PR4of4 ,ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. 12 Adjust water valves and sewer Each cleanouts to grade @ Forty Dollars and No Cents $ 40.00 $ 480.00 Per Each 17. 17 Adjust manholes to grade Each @ Seventy -five Dollars and no Cents $ 75.00 $ 1275.00 Per Each 18. 160 Adjustment or replacement of Square Feet walks and landings @ Three Dollars and Sevent -five Cents $ 3.75 $ 600.00 er square Foot 19. 1 Relocate street light and Lump Sum construct new foundation @ Nine Hundred Fifty Dollars and no Cents $ 950.00 $ 950.00 Lump*. Sum 20. 1 Relocate sprinkler system Lump Sum @ Six Hundred Fifty Dollars and no Cents $ 650.00 $ 650.00 Lump Sum 21. 12 Install survey monuments Each @ Fifty Dollars and no Cents $ 50.00 $ 600.00 Per Each TOTAL PRICE WRITTEN IN WORDS: Eighty -Three Thousand Nine Hundred Eighty Six Dollars and Ten Cents $ 83,986.10 • i INDEX TO SPECIAL PROVISIONS C -1246 I SCOPE OF WORK .......................... ..............................1 2. II COMPLETION OF WORK .................... ..............................1 3. IIIPAYMENT .......... ...................... ..............................1 4. IV CONSTRUCTION SURVEY STAKING ••..•:•..:• •.......•••••.••••.•••s•••••••1 V TRAFFIC CONTROL ........:............... :............................1. VI NOTICE TO RESIDENCES ................................................ •2 VII RESTORATION OF EXISTING IMPROVEMENTS ••• ••.•••••••••••••••••••••••••••2 VIII EXISTING UTILITIES ......••.•.•.•....••. ......•.••••••••••••••.•••••••2 IXWATER .......... ........................ .............................:2 X CONSTRUCTION DETAILS ••••••••••••••••••• .•••.•••••••••••.•••.•••••••••2 1. Earthwork ..................... ..............................2 2. Landscaping Protection and Restoration •.•.•••w•••.•••••••••••3 3. Eight -inch Perforated Asbestos - Cement Subdrain .............. 3 4. Adjustment or Replacement of Walks and Landings ............. 3 5. Portland Cement Concrete Improvements ••••••••••••••••••••••••3 6. Heating, Scarifying. Remixing and Applying Liquid Asphalt ... 4 7. Heater Planing ................ ..........................:...4 8. Asphaltic Concrete Construction ............................. 5 A. Asphaltic Concrete Base Course ..................... 5 B. Asbestos - asphaltic Concrete Surfacing ................ 6 C. Asbestos Concrete Patching. Etc ..................... 8 D. Asphaltic Concrete Curb •••••••.•••••••••••.•••.•••••8 9. Relocate Street Light ••••••.••• ••••••••.•••••••••••••••••••••8 10. Relocate Sprinkler System ••.••••• •••8 ........................ 11. Survey Monuments ............ ..............................9 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR • SP1of9 STREET IMPROVEMENTS ON HARBOR VIEW DRIVE, GOLDENROD, SECOND AND MARIGOLD AVENUES CONTRACT NO. 1246 I. SCOPE OF WORK The work to be done under this contract consists of the reconstruction of Harbor View Drive, and portions of Goldenrod and Second Avenues; and the resurfacing of portions of Goldenrod, Second Avenue and Marigold Avenues. The contract requires completion of all work in accordance with these Special Provisions, the City's Standard Specifications, the Plans (Drawing No. R- 5136 -5), the City's Standard Drawings and Special Provisions, and applicable portions of the State of California Standard Specifications, January 1969, The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1970 Edition. The City's Standard Special Provisions and Standard Drawings may be obtained at the Public Works Department for a fee of $2.00. II. COMPLETION OF WORK The Contractor shall complete all work on the contract within 90 consecutive calendar days after the date the City executes the contract. III. PAYMENT Payment for incidental items of work, not separately provided for in the proposal, shall be included in the price bid for various items of'work and no additional compensation will be allowed. IV. CONSTRUCTION SURVEY STAKING Field surveys for control of construction and setting of monuments shall be the responsibility of the Contractor. All such surveys including construction staking shall be under the supervision of a California Licensed Surveyor or Civil:Engineer. Staking shall be performed on all items ordinarily staked at interva1s.66rmally accepted by the City and trades involved. Payment for construction survey staking shall be considered as included in the various items of work and n6 additional allowance will be made therefor. V. TRAFFIC CONTROL The Contractor shall provide traffic control in compliance with Section 7 -10 of the Standard Specifications. • SP2of9 The Contractor shall submit a written proposed plan of traffic control to the Engineer for his approval concurrently with the written construction schedule as specified in Section 6 -1 of the Standard Specifications. Ingress and egress shall be maintained to the fire station on Marigold Avenue except for a minimum period during the paving operation. It will be the Contractor's responsibility to notify the Fire Chief at least 12 hours in advance of the paving operations on Marigold Avenue. The paving operation of this area shall not begin until emergency vehicles are located to the satisfaction of the Fire Chief. The Contractor shall maintain one lane vehicular access to Harbor View Elementary School at all times. The Contractor shall maintain one 10 -foot lane in each direction on Harbor View Drive between Sea Lane and MacArthur Boulevard. VI. NOTICE TO RESIDENCES A written notice prepared by the City shall be distributed by the Contractor to each affected residence, stating the time when he will begin and complete construction operations that will restrict vehicular access totheir drive approaches. Errors in distribution, false starts, acts of God, strikes, or other alterations of the schedule will require renotification using an explanatory letter. This letter will also be prepared by the City and distributed by the Contractor. VII. RESTORATION OF EXISTING IMPROVEMENTS Restoration of existing improvements shall conform to Section 7 -9 of the Standard Specifications. VIII. EXISTING UTILITIES The Contractor shall investigate and protect all existing utilities in conformance with Section 5 of the Standard Specifications. Known utilities are indicated on the Plans. Prior to performing construction work, the Contractor shall be responsible for requesting each utility company to locate its facilities. IX. 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 purchases by contacting the City's Utility Superintendent, Mr. Tom Phillips, at (714) 673 -2110, Extension 267. X. CONSTRUCTION DETAILS 1. Earthwork The cost of roadway excavations, subgrade preparation, cut and fill slope grading, and all miscellaneous earthwork shall be considered as included in the unit prices bid for other items of work and no additional compensation will be allowed therefor. 0 0 SP3of9 The Contractor shall prepare the subgrade by scarifying, cultivating, watering, or drying and compacting the road bed to a depth of 6 inches in conformance with Subsection 301 -1.2 of the City's Standard Specifications. The minimum relative compaction of the top 6 inches of-the subgrade material shall be 90 %. These requirements will be valid regardless of the moisture content of the subgrade soils. 2. Landscaping Protection and Restoration The Contractor shall be responsible for replacing all landscaping and sprinklers damaged or removed during construction in conformance with Section 7 -9 of the Standard Specifications. The materials and plant species used for replacement shall be the same or equal to those damaged or removed. The cost of protecting and restoring landscaping and fences, including relocation of underground sprinkler lines, shall be included in the unit price bid for other items of work and no separate or additional compensation will be allowed. The sprinkler system relocation at Harbor View Drive and MacArthur Boulevard shall be a separate bid item. 3. Eight Inch Perforated Asbestos - Cement Subdrain Subdrain work shall consist of furnishing and installing 8 -inch diameter perforated asbestos - cement pipe and the placing of permeable material as shown on the plans and as specified in Section 68 of the State of California Standard Specifications. Permeable backfill materials shall be Class 2. The subdrain shall be connected to the existing curb inlet in Harbor View Drive as shown on the plans. 4. Adjustment or Replacement of Walks and Landings Brick, flagstone, concrete, etc. walks and landings adjacent to the existing curb and gutters and driveways shall be adjusted or replaced in kind to meet the grade of the new construction. Portland Cement Concrete Improvements Portland cement concrete curb and gutters, cross gutters, spandrels, sidewalks, and drive approaches shall be constructed with Class 6 -B -3000 concrete. The unit price bid for Portland cement concrete cross gutters and spandrels shall include the curb returns adjacent to the spandrels and the 4 -inch aggregate bedding. The unit price bid for 6 -inch and 8 -inch and variable curb face "Type A" curb and gutter shall include all curb and gutter regardless of the curb face height excluding curb returns adjacent to spandrels. The 6 -inch curb face Type "A" curb and,gutter over 6 -inch aggregate base bedding shall include the cost of aggregate base. All sidewalk that extends beyond the street right of way shall be scored at the right of way line. 0 6. Heating, Scarifying, Remixing and Applying Liquid Asphalt SP4of9 The asphalt scarifier - remixer shall be a self- contained machine specifically designed to reprocess upper layers of bituminous pavements. The machine shall be capable of operating at speeds of up to 70 feet per minute and consist of an insulated combustion chamber adjustable in width from 8 feet to 12 feet and operate without excessive smoke. The heater shall have a minimum output of heat of 10,000,000 BTU per hour. The scarifier attach- ment shall be divided into sufficient sections individually controlled to conform with the existing pavement cross section, and shall provide satisfactory protective devices to insure that no damage will be done to manholes, water valves or other existing structures. The scarifier shall be hydraulically controlled and consisting of two rows of spring loaded rakes. As a safety precaution, no device utilizing gasoline or volatile pressurized gas storage within 50 feet of the combustion chamber shall be permitted. Equipment not specifically meeting these specifications and rejected by the Engineer shall be removed from the job site and replaced with suitable types. As an incidental obligation of pretreatment, the pavement shall be cleaned of all loose material. Power brooms shall be supplemented, when necessary, by hand brooming and such other tools as are required to bring the surface to a clean, suitable condition, free of deleterious material. Any required patching work shall be completed prior to beginning the remix process. The Contractor shall sufficiently shield all trees and plants adjacent to the curb, gutter and sidewalks and overhanging the street to avoid burn damage. Any damage to vegetation adjacent to roadway resulting from the heating - scarifying operations shall be replaced at the Contractor's expense. The existing pavement shall be evenly heated, scarified and remixed to a depth of from 0.05 to 0.07 feet by a single pass of the continuously moving surface remixer. The surface shall be left in an evenly spread condition and aggregate shall not be pulverized, spalled or broken. The minimum temperature of the remixed material shall be not less than 2250 when measured three minutes following reprocessing. During scarification at least 90% of the aggregate shall be remixed by spinning or tumbling. Immediately following the remixing operation, an application of M.C. -70 liquid asphalt shall be applied at the approximate rate of 0.10 to 0.20 gallons per square yard, and in conformance with Section 203 -3 of the Standard Specifications, the exact application rate shall be determined by the Engineer. Within 15 minutes following the application of liquid asphalt, the remixed existing pavement shall be resurfaced with asbestos asphaltic concrete. Remix operations shall be limited to the asphalt batch plant and /or paving crew's working capacity. 7. Heater Planing The work shall consist of the planing or shaving of existing surface irregularities until a smooth surface is obtained on the existing asphalt pavement adjacent to the gutter. In all cases, the planed surface shall • & SP 5 of 9 be free froum gouges, grooves, ridges, or any other imperfections of workmanship. The planed surface shall not vary more than one - fourth inch (1/4 ") when tested with a ten- foot.(10') straight edge. The planing work shall be performed with a pavement planing machine of a type that has operated successfully on considerable mileage of this type of work. The heater - planer machine to be used on the work in this contract shall be designed and built for this type of work. It shall be self - propelled and have in combination the means for heating, planing and cutting the old surface, and blading the cuttings into one windrow. The heating and cutting width of the machine shall be the same and shall not be less than five feet. The machine shall be capable of exerting a minimum of 600 pounds per square inch pressure uniformly over the surface to be cut. The wheelbase shall not be less than twenty -five feet (25'), and the driving wheels shall be so designed as to protect the softened surface of the pavement. The machine shall be capable of working speeds as low as five feet (51) per minute and be able to cut flush to all curbs, manholes, or other similar obstructions within the paved area. The temperature at which the work is performed, the nature and condition of the equipment, and the manner of performing the work shall be such that the pavement is not torn, gouged, shoved, broken, or otherwise injured by the planing operation. Sufficient passes, or cuts, shall be made so that all irregularities or high spots are eliminated and that one hundred percent (100 %) of the surface area has been planed, to the satisfaction of the Engineer. A minimum 3/4 -inch header shall be cut below the gutter line as shown on the plans. The Contractor shall provide all necessary labor, materials, and equipment to immediately load the asphalt and aggregate cuttings into dump trucks for hauling to a disposal site. No cuttings shall remain on the street at the end of each work day. Asphalt heater planing performed shall be paid for by the lineal foot and at five foot minimum width. 8. Asphaltic Concrete Contruction A. Asphaltic Concrete Base Course The asphalt concrete to be furnished and placed for the lower 7 -inch (base course) of the new street pavement section shall be III -B2 -85 -100 in conformance with Section 400 -4 of the City's Standard Special Provisions. The 7 -inch base course shall be placed in two layers having a compacted thickness of four (4) inches and three (3) inches. Prime coat will not be required on the prepared subgrade. The tack coat in conformance with Subsection 302 -5.3 of the City's Standard Specifications shall be applied to the existing concrete surfaces, and between the base course and the surface course. 0 • SP 6 of 9 The Contractor shall provide the types and numbers of rolling equipment as required in Sections 39 -5.02 and-39-5.03 of the State Standard Specifications. Spreading and compacting shall be in conformance with Section 39 -6 of the State Standard Specifications or as directed by the Engineer, except that motor graders will not be allowed for spreading. Special attention is directed to the construction of longitudinal joints as specified in the eighth paragraph of Section 39 -6.01. The following compaction procedures will be required for the base course, unless the Engineer directs otherwise: (1) Initial rolling shall proceed directly behind the spreader and shall consist of two complete coverages of the asphalt mixture, and shall be performed with a 2 -axle or 3 -axle steel -tired tandem roller. Such rollers shall weigh not less than 10 tons or more than 12 tons. A motor grader shall trim and shape the layer immediately after completion of initial rolling. Additional material may be.end dumped as required to fill low areas. (2) Additional rolling shall proceed directly behind the motor grader and shall consist of four complete coverages with a pneumatic roller as specified in the Standard Specifications or allowed by the Engineer. Such rollers shall weigh not less than 12 tons. A complete coverage will be 2 passes of the roller in the same roller width. (3) Rolling shall commence at the center of the pass and work toward the edges. The intent of these specifications is to have all breakdown and additional rolling performed while the mixture is sufficiently hot to facilitate satisfactory compaction. The Engineer will, therefore, vary paving rates as necessary or require additional compaction equipment, in order to, insure adequate compaction of a hot mixture. B. Asbestos - Asphaltic Concrete Surfacing The asbestos - asphaltic concrete surfacing shall not be placed until all of the asphaltic concrete base course is constructed. Asbestos - asphaltic concrete surfacing shall be Type III -C2 -85 -100 using paving grade asphalt and conforming to Section 400 -4 of the Standard Special Provisions and as hereinafter modified. The asphalt binder mixed with mineral aggregate shall be between 8.5% and 9.5% by weight of the dry aggregate. The amount and grade of asphalt binder to be mixed with the aggregate will be determined by the Engineer. SP7of9 Chrysotile Coalinga asphaltic asbestos fiber, as manufactured by Johns - Manville Corporation, or approved equal fiber shall be added to the mixture of asphaltic concrete at the rate of 2% by weight of the dry aggregate. The asbestos fiber shall conform to the following standards: Ro -Tap Test (100 grams - 3 minutes) +65 mesh - 40% minimum Qama Wet Wash 200 mesh - 20% minimum Penetration Efficiency 70 -95% While stored at the batch plant site, the asbestos shall be given suitable protection from moisture. Any asbestos which is wet or damp shall be rejected. Proportioning and mixing shall conform to Section 203 -6.4 through 203 -6.7 of the Standard Specifications. The mixture shall consist of the following: Materials Percent by Weight Aggregate (including filler materials) 88.5 to 89.5 Asphaltic Binder 8.5 to 9.5 Asbestos 2.0 Asbestos fiber shall be added to the mixer from the weight bin through an inspection plate in the pug mill mixing chamber. After the asbestos fiber is added to the dry aggregate they shall be dry mixed for a minimum of 10 seconds at which time the asphalt may be added. The combined aggregate, asbestos, and asphalt shall then be wet mixed for an additional 30 seconds minimum. The asbestos asphaltic concrete mixture shall have a temperature of 3100 to.3500F at the time of. discharge from the mixer. The mixing operations, shall be performed in a manner that will provide a homogenous,.uniform mixture of asphalt, aggregate and asbestos fibers throughout all material delivered to the job site. Streaks and /or pockets of asbestos shall be considered as evidence of inadequate mixing or other malfunction and materials containing such streaks or pockets will not be accepted by the Engineer. Unacceptable material shall be removed from the project and disposed of by the Contractor at no expense to the City. The asbestos asphaltic concrete mixture shall be covered when transported from the batch plant to the paving machine to assure uniform temperature control; uncovered loads arriving at the project location will be subject to rejection. The mixture shall not be less than 300OF and not more than 340OF when delivered to the paving machine at the groject site. Any material delivered to the project at less than 30O BF will be automatically rejected. . SP8of9 A SS -lh liquid asphalt tack coat shall be applied at the rate of 0.04 to 0.80 gallons per square yard to the asphaltic concrete base course prior to placing the asbestos asphaltic concrete. The Contractor is cautioned that asbestos - asphaltic paving mixtures set up at higher temperatures than normal asphaltic concrete mixtures and every effort shall be made to compact the mat as close as practical to the paving machine while the material is in a compactible condition. No mixture shall be placed on the grade unless the atmospheric temperature is at least 50OF and rising. The minimum rolling equipment required shall consist of one pneumatic -tired breakdown roller and two steel - wheeled rollers all equipped with scrapers to prevent the mixture from sticking to the rollers. The breakdown rollers shall proceed immediately behind the paver. Standing of the rollers on the newly - placed asbestos- asphaltic concrete mat will not be permitted. Backcasting after a pass has been made by a roller or so- called "skin patching" of the surface will not be permitted. C. Asphaltic Concrete Joins, Etc. Asphaltic concrete used for variable thickness asphaltic concrete pavement, and miscellaneous joins shall be constructed with Type III -D -85 -100 asphaltic concrete. D. Asphaltic Concrete Curb Asphaltic concrete used for curbs shall be constructed with Type III -D -85 -100 asphaltic concrete. The amount of asphaltic binder used in the asphaltic concrete placed in curbs shall be increased not less than one (1) percent by weight of the aggregate specified in the standard specifications for asphaltic concrete. Asphaltic concrete curbs shall be shaped and compacted with an extrusion machine or other equipment capable of shaping and compacting the material to the required cross section. 9. Relocate Street Lights The existing street light located at the intersection of Harbor View Drive and MacArthur Boulevard shall be relocated as shown on the plans. The lump sum price bid for relocation of the street light shall include a new foundation,.pull boxes, wire and conduit as required. 10. Relocate Sprinkler System A portion of the existing sprinkler system at the intersection of Harbor View Drive and MacArthur Boulevard will require relocation to accommodate the con- struction. It is anticipated that the work will only involve the relocation of the existing feeder line and heads adjacent to the existing curb and gutter. 0 to SP9of9 The Contractor shall perform the sprinkler system relocation as rapidly as possible to avoid damage to the existing landscaping. Any damage resulting from lack of water shall be the responsibility of the Contractor. The lump sum price bid for the relocation of the sprinkler system shall include all materials and labor required to establish a new operative sprinkler system. 11. Survey Monuments Survey monuments shall be constructed in accordance with the City's Standard Drawing STD - 113 -L. Field staking for the installation of survey monuments will be performed by the Contractor. h. CONTRACT NO. 1246 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR STREET IMPROVEMENTS ON HARBOR VIEW DRIVE, GOLDENROD, SECOND AND MARIGOLD AVENUES Approved by the City Council on this 10th Day of August, 1970 LAURA LAGIOS, City Clerk B: ors Ge7e, UlFuty SUBMITTED BY: MLLY•MILLER CONTRACTING COMPANY' Contractor P. 0. BOA 432 Address ORANGE, CALIF. 92667 ty zip • Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City .Hall, Newport. Beach, California, until 10:00 A.M. on the 3rd day of September, 1970, at which time they will be opened and read, for performing work as follows: STREET IMPROVEMENTS ON HARBOR VIEW DRIVE, GOLDENROD, SECOND AND MARIGOLD AVENUES CONTRACT NO. 1246 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 or 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 signature the the President or 'Vice'President and Secretary or Assistant Secretary are required and the Corpora a ea shall be affixed to aTT -onts requiring signs ure. 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. 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. A non - refundable charge of $2.00 will be required for each set of plans and contract documents issued to others. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. The City has adopted the Standard S ecifications for Public Works Construction (1970 Edition and Supplements) as prepare y the out ern California Chap ti s o t o 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 $2.00 per set. 7 0 City of Newport Beach, California Notice Inviting Bids Page la The City reserves the right to reject any or all bids and to waive any informality in such bids. 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 Resolution No. 6982, adopted May 12, 1969, 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). r 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 Sunday, after having received notice that the contract is ready for signature, the proceeds of check or bind accompany- ing 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. #IW8,CLASS "A" Classification Accompanying this proposal is (Lasn, GertlTlea GnecK, uasnler'S cnecK or in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self - insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. ((714) 639 -1400 Phone NUmber SULLY-MILLER CONTRACTING CO 1 dder s ame (SEAL) Authorized ignature Authorized igna ure �O�Dcedt�, 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: SULLY - MILLER CONTRACTING COMPANY A f-Ai.TEURN,. EQ,Rpelt� _ MARSHALL AIcDONALD - PRESIDENT W. DII NV u s cu 4 PffE5, TITE2i$.$E'y H. D. COOTS . VICE PRESIDENT R. F. MOLYNEUX • VICE PRESIDEN,; 0 0 Page 3 DESIGNATION OF SUB - CONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub - contractors 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 sub - contractors except upon the prior approval of the Engineer. Item of Work Sub - contractor Address 2. 3. 4. 5. 10. 11. 12. SULLY-MILLER CONTRACTING COMPANY Bidder's Name Aut orized Signature yp� e of— Organization (Individual, Co- partnership or Corp) P. O. BOX 43? ORANGE, CALIF. 92667 Address HIGHLANDS INSURANCE Houston, Texas BID BOND COMPANY Know all men by these presents, That we, SULLY - MILLER CONTRACTING COMPANY Bond a 900400(2629) Premium included in Bid Bond service undertaking Long Beach, California as principal, and the HIGHLANDS INSURANCE COMPANY, a corporation under the laws of the State of Texas, having its principal place of business at Houston, Texas, as surety, are held and firmly bound unto CITY OF NEWPORT BEACH as obligee, in the penal sum of TEN PERCENTUM (10 %) OF THE AMOUNT OF THE BID IN DOLLARS, lawful money of the United States of America; for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and'assigns, jointly and severally, firmly by these presents. SIGNED, sealed and dated this 3rd day of September 19 70 WHEREAS, the said principal, is herewith submitting its proposal for STREET IMPROVEMENTS ON HARBOR VIEW DRIVE, GOLDENROD, SECOND AND MARIGOLD AVENUES THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that if the aforesaid principal shall be awarded the contract, the said principal will, within the time required, enter into a contract and give bond for the faithful performance of the contract, then this obligation shall be null and void, otherwise the principal and surety will pay unto the obligee the difference in money between the amount of the bid of the said principal and the amount for which the obligee may legally contract with another party to perform the work if the latter amount be in excess of the former; in no event shall the surety's liability exceed the penal sum hereof. B 1104 7 -68 SULLY - MILLER CONTRACTING COMPANY STATE OF CALIFORNIA I ss. COUNTY OF LOS ANGELES On this 3rd day of September 19 70 I before me, a Notary Public, within and for said County and State, personally appeared JAMES 0. PITTMAN a to me personally known, who being duly sworn, upon oath, did say that he is the Agent and /or Attorney -in -fact of and far the HIGHLANDS INSURANCE COMPANY, a corporation created, organized and existing under and by virtue of the laws of the State of Texas that the Corporate seal affixed to the foregoing within instrument is the seal ' of said Company; that the seal was affixed, and the said instrument was executed by authority of its Board of Dirac. ` tars; and the said JAMES 0. PITTMAN It t e ere t d the said instrument as the free act and deed of said Company. OFFICIAL REAL MURIEL Y. SMITH Notary Public 9NOTARYSPUBUC-GALIFORNIVLOS ANGELES CO!!`!T My Commission Expires Sept. 26, 1972 'e rfifv'n STATE OF CALIFORNIA, SS. COUNTY OF MS ANQT FS ON 19��, before me, the undersigned, a Notary Public in and f r said State, personally appeared BENJAMIN 1. DADY OFFICLIL SEAL MURIEL V. SMITH NOTARY PUBLIC-CAUFORNIA LOS ANGELES COUNT` f known to me to be the of the SULLY— MILLER CONTRACTING COMPANY the Corporation that executed the within Instrument, known to me to be the executed the within Instrument, on behalf of the Corporation, therein named, and 1 to me that such Corporation executed the same. WITNESS my hand and official seal. Notary Public in and for said State. BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, and • Page 4 as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ), 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 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 and Sunday) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of , 19 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney in Fact) By Title rincipal Surety 4 ! • Page 9 NON- COLLUSION AFFIDAVIT. 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 agreement 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 arrange- ment or agreement 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 material - man 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 induce- ment 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 whomesoever 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. SULLY-MILLER CONTRACTING COMPANY Subscribed and sworn to before me by this S,c_ day of S cg T. , 19Zp . My commission expires: My Commission Expires May ,% ," OFFICIAL SEAL JAMES F. WINDERS (& NOTARY P11¢LIC. CALIFORNIA PRINCIPAL OFFICE IN '�* ORANGE COUNTY Page 10 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. SULY-NTPLER CONTRACTING COMPANY igne CURREIII ASSETS ASSCTS Cash resources - Cash T - U 0 Receivables - Notes - Accour - Interc Less: Inventories - Ravi ma Refinc Mdse. Materi Prepaid expense - To - In - Ot Total current assc INVESTMENTS AND ADVP Capital stock of-r Equity in P. G L: Other security i m Other advances t r Capital stock of f Equity in P. b L. Total investment PROPERTIES .Gross properties Less: Accum. allc Net properties ( DEFERRED CHARGES - P - C DEFERRED INCOME TAXE TOTAL ASSETS CURRE14T LIABILITIES Accounts payable - Accrued payrolls Interest accrued c Payments due in on Gasoline and other Property and other Federal taxes on i Other taxes on inc Total current I DUE TO (FROM) UNION! LONG TERM DEBT Notes, contracts a DEFERRED INCOME TAXE MINORITY INTEREST IN SHAREOWNERS' EQUITY -Stock - at Par or Surplus Capital surplus Credits in exc Other capital su Not earnings ret Balance Decemb Net earnings f Acquisition Su Dividends deel Total shareo TOTAL LIABILITIES AN 74 imc deposits .S. Government securities ther marketable securities isf�Y�y ompany Allowance for doubtful receivables terials (whole dollars) d products (whole dollars b work in progress als and supplies` xes in advance surance in advance her prepaid expense is_SiI /-2 7 I _ :;:_> 3 3 q•� NCES oncon. subs. ( " of noncon. subs. estments - stocks G bonds oncurrent receivables ffiliates of Affiliates 1 s and advances whole dollars) wance for depl . , deprec, b amort. (whole dollars ) whole dollars) egular Ri " /t`:i;F/ "•!-''` SPh oodwiI1 S.- Federal 231y3��5y� I 3 1 i��_�/?S i - Other LIABILITIES Outside .5- 73(, Union Oil Company of California I! ^GIa�G n long term debt e years -� sales and excise taxes taxes �h7,hz7. ncome ome abilities _S_iO ti OIL COMPANY OF CALIFORNIA LOANS nd mortgages payable S - Federal ,�f7� IGGO S 1210 ✓'j - Other SUBSIDIARIES stated value ess of par value of shares issued rpl us 7 7 ' .02�2. ;z 0 .4 r'5- ainrd in business or /y months ended p'=C 3 1 rpl us ared - cash ,mers' equity D CAPITAL -C. i G�� �7S i; Page 10a TECHNICAL ABILITY AND EXPERIENCE REFERENCES 4 The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year \Qm l'. ;ty QX7 yiuNT Kies e- sv�- Uslz � St1LLY- MILLER CONTR VG COMPANY Jw �Gt�rr,. igne 0 CITY OF NEWPORT BEACH 0 PR 1 of 4 PUBLIC WORKS DEPARTMENT STREET IMPROVEMENTS ON HARBOR VIEW DRIVE, GOLDENROD, SECOND AND MARIGOLD AVENUES CONTRACT NO. 1246 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location.of the work, has read the Notice Inviting Bids, has examined the plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1246 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: ITY 1. 60 Construct 6 -inch and variable Lineal Feet curb face Type "A" curb and gutter Dollars and Cents $ 3. Peer Lineal o0 2. 560 Construct 6 -inch and variable Lineal Feet curb face Type "A" curb and gutter over 6 -inch thick aggregate base $ @ R�U2„ Dollars and ✓ Cents $ L1.'%' $ 25y1. Per i Lineal Foot 3. 1650 Construct 8 -inch and variable Lineal Feet curb face Type "A" curb and gutter @ T1aP�rc Do rs and ✓ Sc- �ENC.i {-r.Je Cents $ 3'S $ �ISSI.'0 Per Lineal op PR2of4 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 230 Construct Type "E" asphaltic Lineal Feet concrete curb @ nmC Dollars and ro TW Wit Cents $ 1 :0— $ . Per Foo 5. 5040 Construct 8 -inch thick portland Square Feet cement concrete cross gutter and spandrels over 4 -inch thick aggregate base @ �u� Dollars and F�6cy F�VC Cents $ 1'% $ Per foot 6. 1070 Construct 6 -inch thick portland Square Feet cement concrete drive approaches @ N O Dollars and E�6*34 Cents $ p% $ U1. ,�* Persqua a Foot 7. 1570 Construct 4 -inch thick portland Square Feet cement concrete sidewalk @ N Dollars and � Q 43- l O y� e Cents $ $ Z.O. Per square Foot 8. 7 Construct 6 -1/2 inch thick portland Each cement concrete alley approach over 4 -inch thick aggregate base @ 1 0 uc- 4�jrajo "-;Z) Dollars and MCI Cents $ 410 $ Per ac 9. 580 Construct 8 -inch perforated Lineal Feet asbestos cement subdrain complete in place @ S'. x Dol Lars and 10 o Cents $ $ Perri' al Foot PR3of4 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 200 Class 2 permeable trench backfill Tons @ t. Dollars and mr Cents $C�s $ Per Ton 11. 46,500 Heating, scarifying, remixing Square Feet and applying liquid asphalt @ _ Na Dollars and Per Square oot Cents $ 12. 1,010 Heater plane existing asphaltic Lineal Feet concrete pavement to 3/4 -inch below gutter lip @ Dollars and qo a ' Cents $ �. $ 14u4. Per Lineal Foot 13. 1,600 Construct asbestos asphaltic Tons concrete surfacing @ "Twci V IL Dollars and !/ Cents $ M.`L $ I0200."" Per Ton 14. 3,500 Construct asphaltic concrete Tons base course (7 inches thick) Dollars and 4o Per Ton v —� >ro�ty Cents $_ $ e29 L106. °— — 15. 2,250 Construct variable thickness Square Feet asphaltic concrete joins @ N p Dollars and wctvc Cents $ a, $ 270.E =' Per Square Foot 0 0 PR4of4 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. 12 Adjust water valves and sewer Each cleanouts to grade @ �o�� Dollars and vo Cents $ 'AQ, ' . $ 0.°p' er Each 17. 17 Adjust manholes to grade Each @ e Dollars No and Cents o $ 1b. °� $ ant ; -*- er Each 18. 160 Adjustment or replacement of Square Feet walks and landings @ T114 C E Dollars SC�Wo F,�E —Peer Square and Cents $ 19. 1 Relocate street light and Lump Sum construct new foundation @ NJ%#zrc Aunlmgb Dollars a and Cents $ SD *- $ gS0.41' Lump. Sum 20. 1 Relocate sprinkler system Lump Sum 1, r @ Dollars ��- o and Cents $ (0&0 $ 3 Lump um 21. 12 Install survey monuments Each rr @ Dollars and Cents $ S8 Per Each TOTAL PRICE WRITTEN IN WORDS: C%\ M'N -f%Aak il\otjSphZ t51oarp 1AWJ .fca E1�4,,XSik Dollars and 0 T6J Cents $ 4398b., I/ 3 -70 Id 0 0 INDEX TO SPECIAL PROVISIONS C -1246 I SCOPE OF WORK ........................ ............................... 1 II COMPLETION OF WORK .................... ..............................1 IIIPAYMENT .............................. ............................... 1 IV CONSTRUCTION SURVEY STAKING .........:. ..............................1 VTRAFFIC CONTROL ....................... ..............................1 VI NOTICE TO RESIDENCES ................................................... 2 VII RESTORATION OF EXISTING IMPROVEMENTS ................................. 2 VIII EXISTING UTILITIES ..................... ..............................2 IXWATER ............................... ............................... 2 X CONSTRUCTION DETAILS ..................• :••••••.•.•••.•...•...........2 1. Earthwork ..................... ..............................2 2. Landscaping Protection and Restoration ........................ 3 3. Eight -inch Perforated Asbestos - Cement Subdrain .............. 3 4. Adjustment or Replacement of Walks and Landings ............. 3 5. Portland Cement Concrete Improvements ........................ 3 6. Heating, Scarifying, Remixing and Applying Liquid Asphalt ... 4 7. Heater Planing ................. ..............................4 8. Asphaltic Concrete Construction ............................. 5 A. Asphaltic Concrete Base Course ..................... 5 B. Asbestos - asphaltic Concrete Surfacing ............... 6 C. Asbestos Concrete Patching, Etc ..................... 8 D. Asphaltic Concrete Curb .............................. 8 9. Relocate Street Light ........................................ 8 10. Relocate Sprinkler System ................................... 8 11. Survey Monuments .............. ..............................9 a L_J CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR 0 SP 1 of 9 STREET IMPROVEMENTS ON HARBOR VIEW DRIVE, GOLDENROD, SECOND AND MARIGOLD AVENUES CONTRACT NO. 1246 I. SCOPE OF WORK The work to be done under this contract consists of the reconstruction of Harbor View Drive, and portions of Goldenrod and Second Avenues; and the resurfacing of portions of Goldenrod, Second Avenue and Marigold Avenues. The contract requires completion of all work in accordance with these Special Provisions, the City's Standard Specifications, the Plans (Drawing No. R- 5136 -S), the City's Standard Drawings and Special Provisions, and applicable portions of the State of California Standard Soecificationg, January 1969, The City's Standard Specifications are the Standard Specificatinns for Public Work Construction, 1970 Edition. The City's Standard Special Provisions and Standard Drawings may be obtained at the Public Works Department for a fee of $2.00. II. COMPLETION OF WORK The Contractor shall complete all work on the contract within 90 consecutive calendar days after the date the City executes the contract. III. PAYMENT Payment for incidental items of work, not separately provided for in the proposal, shall be included in the price bid for various items of work and no additional compensation will be allowed. IV. CONSTRUCTION SURVEY STAKING Field surveys for control of construction and setting of monuments shall be the responsibility of the Contractor. All such surveys including construction staking shall be under the supervision of a California Licensed Surveyor or Civil Engineer. Staking shall be performed on all items ordinarily staked at intervals n6mally accepted by the City and trades involved. Payment for construction s&vey staking shall be considered as included in the various items of work and n6 additional allowance will be made therefor. V. TRAFFIC CONTROL The Contractor shall provide traffic control in compliance with Section 7 -10 of the Standard Specifications. SP2of9 % The Contractor shall submit a written proposed plan of traffic control to the Engineer for his approval concurrently with the written construction schedule as specified in Section 6 -1 of the Standard Specifications. Ingress and egress shall be maintained to the fire station on Marigold Avenue except for a minimum period during the paving operation. It will be the Contractor's responsibility to notify the Fire Chief at least 12 hours in advance of the paving operations on Marigold Avenue. The paving operation of this area shall not begin until emergency vehicles are located to the satisfaction of the Fire Chief. The Contractor shall maintain one lane vehicular access to Harbor View.Elementary School at all times. The Contractor shall maintain one 10 -foot lane in each direction on Harbor View Drive between Sea Lane and MacArthur Boulevard. VI. NOTICE TO RESIDENCES A written notice prepared by the City shall be distributed by the Contractor to each affected residence, stating the time when he will begin and complete construction operations that will restrict vehicular access totheir drive approaches, Errors in distribution, false starts, acts of God, strikes, or other alterations of the schedule will require renotification using an explanatory letter. This letter will also be prepared by the City and distributed by the Contractor. VII. RESTORATION OF EXISTING IMPROVEMENTS Restoration of existing improvements shall conform to Section 7 -9 of the Standard Specifications. VIII. EXISTING UTILITIES The Contractor shall investigate and protect all existing utilities in conformance with Section 5 of the Standard Specifications. Known utilities are indicated on the Plans. Prior to performing construction work, the Contractor shall be responsible for requesting each utility company to locate its facilities. IX. 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 purchases by contacting the City's Utility Superintendent, Mr. Tom Phillips, at (714) 673 -2110, Extension 267. X. CONSTRUCTION DETAILS 1. Earthwork The cost of roadway excavations, subgrade preparation, cut and fill slope grading, and all miscellaneous earthwork shall be considered as included in the unit prices bid for other items of work and no additional compensation will be allowed therefor. • • SP3of 9 M The Contractor shall prepare the subgrade by scarifying, cultivating, watering, or drying and compacting the road bed to a depth of 6 inches in conformance with Subsection 301 -1.2 of the City's Standard Specifications. The minimum relative compaction of the top 6 inches of the subgrade material shall be 90 %. These requirements will be valid regardless of the moisture content of the subgrade soils. 2. Landscaping Protection and Restoration The Contractor shall be responsible for replacing all landscaping and sprinklers damaged or removed during construction in conformance with Section 7 -9 of the Standard Specifications. The materials.and plant species used for replacement shall be the same or equal to those damaged or removed. The cost of protecting and restoring landscaping and fences, including relocation of underground sprinkler lines, shall be included in the unit price bid for other items of work and no separate or additional compensation will be allowed. The sprinkler system relocation at Harbor View Drive and MacArthur Boulevard shall be a separate bid item. 3. Eight Inch Perforated Asbestos - Cement Subdrain Subdrain work shall consist of furnishing and installing 8 -inch diameter perforated asbestos - cement pipe and the placing of permeable material as shown on the plans and as specified in Section 68 of the State of California Standard Specifications. Permeable backfill materials shall be Class 2. The subdrain shall be connected to the existing curb inlet in Harbor View Drive as shown on the plans. 4. Adjustment or Replacement of Walks and Landings Brick, flagstone, concrete, etc. walks and landings adjacent to the existing curb and gutters and driveways shall be adjusted or replaced in kind to meet the grade of the new construction. 5. Portland Cement Concrete Improvements Portland cement concrete curb and gutters, cross gutters, spandrels, sidewalks, and drive approaches shall be constructed with Class 6 -B -3000 concrete. The unit price bid for Portland cement concrete cross gutters and spandrels shall include the curb returns adjacent to the spandrels and the 4 -inch aggregate bedding. The unit price bid for 6 -inch and 8 -inch and variable curb face "Type A" curb and gutter shall include all curb and gutter regardless of the curb face height excluding curb returns adjacent to spandrels. The 6 -inch curb face Type "A" curb and gutter over 6 -inch aggregate base bedding shall include the cost of aggregate base. All sidewalk that extends beyond the street right of way shall be scored at the right of way line. SP 4 of 9 6. Heating, Scarifying, Remixing and Applying Liquid Asphalt The asphalt scarifier - remixer shall be a self- contained machine specifically designed to reprocess upper layers of bituminous pavements. The machine shall be capable of operating at speeds of up to 70 feet per minute and consist of an insulated combustion chamber adjustable in width from 8 feet to 12 feet and operate without excessive smoke. The heater shall have a minimum output of heat of 10,000,000 BTU per hour. The scarifier attach- ment shall be divided into sufficient sections individually controlled to conform with the existing pavement cross section, and shall provide satisfactory protective devices to insure that no damage will be done to manholes, water valves or other existing structures. The scarifier shall be hydraulically controlled and consisting of two rows of spring loaded rakes. As a safety precaution, no device utilizing gasoline or volatile pressurized gas storage within 50 feet of the combustion chamber shall be permitted. Equipment not specifically meeting these specifications and rejected by the Engineer shall be removed from the job site and replaced with suitable types. As an incidental obligation of pretreatment, the pavement shall be cleaned of all loose material. Power brooms shall be supplemented, when necessary, by hand brooming and such other tools as are required to bring the surface to a clean, suitable condition, free of deleterious material. Any required patching work shall be completed prior to beginning the remix process. The Contractor shall sufficiently shield all trees and plants adjacent to the curb, gutter and sidewalks and overhanging the street to avoid burn damage. Any damage to vegetation adjacent to roadway resulting from the heating- scarifying operations shall be replaced at the Contractor's expense. The existing pavement shall be evenly heated, scarified and remixed to a depth of from 0.05 to 0.07 feet by a single pass of the continuously moving surface remixer. The surface shall be left in an evenly spread condition and aggregate shall not be pulverized, spalled or broken. The minimum temperature of the remixed material shall be not less than 225 °F when measured three minutes following reprocessing. During scarification at least 90% of the aggregate shall be remixed by spinning or tumbling. Immediately following the remixing operation, an application of M.C. -70 liquid asphalt shall be applied at the approximate rate of 0.10 to 0.20 gallons per square yard, and in conformance with Section 203 -3 of the Standard Specifications, the exact application rate shall be determined by the Engineer. Within 15 minutes following the application of liquid asphalt, the remixed existing pavement shall be resurfaced with asbestos asphaltic concrete. Remix operations shall be limited to the asphalt.batch plant and /or paving crew's working capacity. 7. Heater Planing The work shall consist of the planing or shaving of existing surface irregularities until a smooth surface is obtained on the existing asphalt pavement adjacent to the gutter. In all cases, the planed surface shall • SP5of9 M be free froum gouges, grooves, ridges, or any other imperfections of workmanship. The planed surface shall not vary more than one - fourth inch (1/4 ") when tested with a ten -foot (10') straight edge. The planing work shall be performed with a pavement planing machine of a type that has operated successfully on considerable mileage of this type of work. The heater - planer machine to be used on the work in this contract shall be designed and built for this type of work. It shall be self - propelled and have in combination the means for heating, planing and cutting the old surface, and blading the cuttings into one windrow. The heating and cutting width of the machine shall be the same and shall not be less than five feet. The machine shall be capable of exerting a minimum of 600 pounds per square inch pressure uniformly over the surface to be cut. The wheelbase shall not be less than twenty -five feet (25'), and the driving wheels shall be so designed as to protect the softened surface of the pavement. The machine shall be capable of working speeds as low as five feet (5') per minute and be able to cut flush to all curbs, manholes, or other similar obstructions within the paved area. The temperature at which the work is performed, the nature and condition of the equipment, and the manner of performing the work shall be such that the pavement is not torn, gouged, shoved, broken, or otherwise injured by the planing operation. Sufficient passes, or cuts, shall be made so that all irregularities or high spots are eliminated and that one hundred percent (100 %) of the surface area has been planed, to the satisfaction of the Engineer. A minimum 3/4 -inch header shall be cut below the gutter line as shown on the plans. The Contractor shall provide all necessary labor, materials, and equipment to immediately load the asphalt and aggregate cuttings into dump trucks for hauling to a disposal site. No cuttings shall remain on the street at the end of each work day. Asphalt heater planing performed shall be paid for by the lineal foot and at five foot minimum width. 8. Asphaltic Concrete Contruction A. Asphaltic Concrete Base Course The asphalt concrete to be furnished and placed for the lower 7 -inch (base course) of the new street pavement section shall be III -B2 -85 -100 in conformance with Section 400 -4 of the City's Standard Special Provisions. The 7 -inch base course shall be placed in two layers having a compacted thickness of four (4) inches and three (3) inches. Prime coat will not be required on the prepared subgrade. The tack coat in conformance with Subsection 302 -5.3 of the City's Standard Specifications shall be applied to the existing concrete surfaces, and between the base course and the surface course. a SP6of9 x The Contractor shall provide the types and numbers of rolling equipment as required in Sections 39 -5.02 and 39 -5.03 of the State Standard Specifications. Spreading and compacting shall be in conformance with Section 39 -6 of the State Standard Specifications or as directed by the Engineer, except that motor graders will not be allowed for spreading. Special attention is directed to the construction of longitudinal joints as specified in the eighth paragraph of Section 39 -6.01. The following compaction procedures will be required for the base course, unless the Engineer directs otherwise: (1) Initial rolling shall proceed directly behind the spreader and shall consist of two complete coverages of the asphalt mixture, and shall be performed with a 2 -axle or 3 -axle steel -tired tandem roller. Such rollers shall weigh not less than 10 tons or more than 12 tons. A motor grader shall trim and shape the layer immediately after completion of initial rolling. Additional material may be..end dumped as required to fill low areas. (2) Additional rolling shall proceed directly behind the motor grader and shall consist of four complete coverages with a pneumatic roller as specified in the Standard Specifications or allowed by the Engineer. Such rollers shall weigh not less than 12 tons. A complete coverage will be 2 passes of the roller in the same roller width. (3) Rolling shall commence at the center of the pass and work toward the edges. The intent of these specifications is to have all breakdown and additional rolling performed while the mixture is sufficiently hot to facilitate satisfactory compaction. The Engineer will, therefore, vary paving rates as necessary or require additional compaction equipment, in order to. insure adequate compaction of a hot mixture. Asbestos - Asphaltic Concrete Surfacing The asbestos - asphaltic concrete surfacing shall not be placed until all of the asphaltic concrete base course is constructed. Asbestos - asphaltic concrete surfacing shall be Type III -C2 -85 -100 using paving grade asphalt and conforming to Section 400 -4 of the Standard Special Provisions and as hereinafter modified. The asphalt binder mixed with mineral aggregate shall be between 8.5% and 9.5% by weight of the dry aggregate. The amount and grade of asphalt binder to be mixed with the aggregate will be determined by the Engineer. • SP7of9 • Chrysotile Coalinga asphaltic asbestos fiber, as manufactured by Johns - Manville Corporation,.or approved equal fiber shall be added to the mixture of asphaltic concrete at the rate of 2% by weight of the dry aggregate. The asbestos fiber shall conform to the following standards: Ro -Tap Test.(100 grams - 3 minutes) +65 mesh - 40% minimum Qama Wet Wash 200 mesh - 20% minimum Penetration Efficiency 70 -95% While stored at the batch plant site, the asbestos shall be given suitable protection from moisture. Any asbestos which is wet or damp shall be rejected. Proportioning and mixing shall conform to Section 203 -6.4 through 203 -6.7 of the Standard Specifications. The mixture shall consist of the following: Materials Percent by Weight Aggregate (including filler materials) 88.5 to 89.5 Asphaltic Binder 8.5 to 9.5 Asbestos 2.0 Asbestos fiber shall be added to the mixer from the weight bin through an inspection plate in the pug mill mixing chamber. After the asbestos fiber is added to the dry aggregate they shall be dry mixed for a minimum of 10 seconds at which time the asphalt may be added. The combined aggregate, asbestos, and asphalt shall then be wet mixed for an additional 30 seconds minimum. The asbestos asphaltic concrete mixture shall have a temperature of 3100 to 350OF at the time of discharge from the mixer. The mixing operations shall be performed in a manner that will provide a homogenous,_ uniform mixture of asphalt, aggregate and asbestos fibers throughout all material delivered to the job site. Streaks and /or pockets of asbestos shall be considered as evidence of inadequate mixing or other malfunction and materials containing such streaks or pockets will not be accepted by the Engineer. Unacceptable material shall be removed from the project and disposed of by the Contractor at no expense to the City. The asbestos asphaltic concrete mixture shall be covered when transported from the batch plant to the paving machine to assure uniform temperature control; uncovered loads arriving at the project location will be subject to rejection. The mixture shall not be less than 300OF and not more than 340OF when delivered to the paving machine at the groject site. Any material delivered to the project at less than 300 F will be automatically rejected. f • • SPBof 9 " `• A SS -lh liquid asphalt tack coat shall be applied at the rate of 0.04 to 0.80 gallons per square yard to the asphaltic concrete base course prior to placing the asbestos asphaltic concrete. The Contractor is cautioned that asbestos - asphaltic paving mixtures set up at higher temperatures than normal asphaltic concrete mixtures and every effort shall be made to compact the mat as close as practical to the paving machine while the material is in a compactible condition. No mixture shall be placed on the grade unless the atmospheric temperature is at least 50OF and rising. The minimum rolling equipment required shall consist of one pneumatic -tired breakdown roller and two steel- wheeled rollers all equipped with scrapers to prevent the mixture from sticking to the rollers. The breakdown rollers shall proceed immediately behind the paver. Standing of the rollers on the newly - placed asbestos - asphaltic concrete mat will not be permitted. Backcasting after a pass has been made by a roller or so- called "skin patching" of the surface will not be permitted. C. Asphaltic Concrete Joins, Etc. Asphaltic concrete used for variable thickness asphaltic concrete pavement, and miscellaneous joins shall be constructed with Type III -D -85 -100 asphaltic concrete. D. Asphaltic Concrete Curb Asphaltic concrete used for curbs shall be constructed with Type III -D -85 -100 asphaltic concrete. The amount of asphaltic binder used in the asphaltic concrete placed in curbs shall be increased not less than one (1) percent by weight of the aggregate specified in the standard specifications for asphaltic concrete. Asphaltic concrete curbs shall be shaped and compacted with an extrusion machine or other equipment capable of shaping and compacting the material to the required cross section. 9. Relocate Street Lights The existing street light located at the intersection of Harbor View Drive and MacArthur Boulevard shall be relocated as shown on the plans. The lump sum price bid for relocation of the streetlight shall include a new foundation,.pull boxes, wire and conduit as required. 10. Relocate Sprinkler System A portion of the existing sprinkler system at the intersection of Harbor View Drive and MacArthur Boulevard will require relocation to accommodate the con- struction. It is anticipated that the work will only involve the relocation of the existing feeder line and heads adjacent to the existing curb and gutter. • '� SP9of9 The Contractor shall perform the Sprinkler system relocation as rapidly as possible to avoid damage to the existing landscaping. Any damage resulting from lack of water shall be the responsibility of the Contractor. The lump sum price bid for the relocation of the sprinkler system shall include all materials and labor required to establish a new operative sprinkler system. 11. Survey Monuments Survey monuments shall be constructed in accordance with the City's Standard Drawing STD - 113 -L, field staking for the installation of survey monuments will be performed by the Contractor. A USOLUTI48 (W TIM CITY CLUSUL OF THS CZTf i1Y M&VPQRT BEAC34 ,AWAgpUG A Cl STPACT FOR MEET JXPR0W4VJU" 0 HARBOR VIEW DIM GOLDENROD, SZCOM jja AtARItsOLD AVRMMS tWNTRACT NO. 1241 4' &4ti,LRF: Ate, pursuant to the notice inviting bi26* for work in connection with atroet Improvements on garb= View Drivo, Goldenrmi, second :and Marigold Avenue.,, in accords nc* with the plans and zpeoification searetofore - dopted, bids were wMeived on th* 3rd dAy of ssptembur, 1979* and publicly opened and de- claredi And WSSRSAS, it appe:ara that the lowext responsibly bidder therefor iv Bully- hiller Contracting Company of Ovinge. NOW, 7UNREFOUS, SR IT Ri£dob= by the City Council of the City of Neswport Beach that the bid of sully- biller Ctmltract- ing Cerny for the work in tht'Am unt of $ 83.966.10 be acccepted* and th&t tha contract for the described work be awarded to a:id bidder; BE IT tt7RTUR RESOLVED that th* ebeyor and City Clerk are hereby authorized and directed to execute a contract in ac- cordance with the specifications,, bid And this award on half of the City of Newport Beach, and that the City Clerk be directed to furnish Sri executed copy to the auccessfal bidder. ADOPTrD this 1, 4tb clay of 800tMI& 1970» x:+yor ATTUST t City Clark