HomeMy WebLinkAboutC-2127 - Street Resurfacing - Jamboree Road (Southbound) and Irvine AvenueCITY OF NEWPORT BEACH
October 16, 1980
Sully - Miller Contracting Co.
P. 0. Box 432
Orange, CA 92667
Subject: Surety:
Bond No.:
Project:
Contract No.:
OFFICE OF THE CITY CLERK
(714) 640 -2251
Seaboard Surety Company
80 -156 '
Street Resurfacing, Irvine:Avenue -
22nd St, to University Dr., Jamboree Rd.
Pacific Coast Highway to Santa Barbara
2127
The City Council on September 8, 1980 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 September 25, 1980 in Book No. 13759, Page 1589. Please
notify your surety company that the bonds may be released 35
days after recording date.
DOR.IS GEORGE
City Clerk
DG:bf
cc: Public Works Department
City Hall • 3300 Newport, Boulevard, Newport Beach, California 9260
RCCdRDING`
REQUESTED
BY
PLFASE RETURN TO
CITY CLF.RK
CITY OF NEWFCRT BEACH
3300 NE1 'JPORT BOULEVARD
NEWPORT BEACH, CALIF. 92653
36411
EXEMPT
C2
NOTICE OF COMPLETION
PUBLIC WORKS
• BK 1 3759P 1589
RED IN Orr,..... pAtlFi+kNIA
of ORANGE COUNT.,,
P 25188
so past 3 P,M.SE
LEE A. BRANCH, County Be"rdvr
I o All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on August 15. 19Rn _
he Public Works project consisting of Street Resurfacing, Jamboree Road
(Southbound) and Irvine Avenue, 7 -80 (C-2127)
on which 'U y- i Iller Contracting Company
was the contractor, and Seaboard Surety rmnpany _
was the surety, was completed.
VERIFICATION
I, the undersigned, say:
CIT F NEWPORT BF CH
Public Works DirecctJoorr /J
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 September 9, 1980 at. Newport Beach, California..
Public Works Director
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on September 8. 1980 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 September 9, 1980 at Newport Beach, California.
00���IA�
AE>WE RA � l9B0�
� GkiFe�s' .0
City Clerk
REQUED
0 C T 1 980►
r OF
Porn
A CALIF,
N
September 9, 1980
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
(714) 640 -2251
Lee A. Branch
County Fecorder
P. O. Box 238
Santa Ana, California 92702
Dear Mr. Branch:
Attached for recordation is Notice of Completion of Public Works
project consisting of Street Resurfacing, Jamboree Road (South)
and Ir vine Avenue, 1979 -80 Contract No. 2127
on which Sully- Miller Contracting Co. was the Contractor
and Seaboard Sure ty Company was the Surety.
Please record and return to us.
wry truly y9ars,
Doris Gorge
City Clerk
City of Newport Beach
DG:bf
encl.
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
September 8, 1980
SEP 8 1980 CITY COUNCIL AGENDA
By 16 Cliff COUNCIL ITEM NO. / - /
CITY W ITT K*GH
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF STREET RESURFACING, JAMBOREE ROAD (SOUTHBOUND)
AND IRVINE AVENUE, 1979 -80 (C -2127)
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 resurfacing of Jamboree Road (southbound) and
Irvine Avenue northerly of Santiago Drive has been completed to the satisfac-
tion of the Public Works Department.
The bid price was $130,558.00
Amount of unit price items constructed 148,151.75
Amount of change orders None
Total contract cost 148,151.75
Funds were budgeted in the General Fund,
Street and Alley and Bicycle Trail Accounts
At the time the contract was awarded, it was decided to add to the
area to be resurfaced on Jamboree Road, increasing the contract amount by
approximately $10,000. The remainder of the increase in the amount of the
unit price items was due to a somewhat greater area in need of reconstruction
than had been anticipated.
The design engineering was performed by the Public Works Department.
The contractor is Sully- Miller Contracting Co. of Orange, California.
The contract date of completion was September 21, 1980. The work was
completed on August 15, 1980.
c ( J.) 4
Benjamin B. Nolan
Public Works Director
GPD:jd
CITY OF NEWPORT BEACH
Contract No. 2127
Special Endorsement No. T /B /A
In consideration of the premium charged, this endorsement is attached to and made
a part of all policies insuring the liability of any person, firm or corporation
performing services under contract for the City of Newport Beach.
Notwithstanding any inconsistent expression in the policy to which this endorsement
is attached, or in any other endorsement now or hereafter attached thereto, or made a
part thereof, the protection afforded by said policies shall:
1. Include the City of Newport Beach, its officers and employees as additional
insureds in the policies described below for injuries, death or damage to property
arising out of or in connection with the contract executed by the named insured and the
City. It is further agreed that this policy shall be primary and non - contributing with
any other insurance available to the City of Newport Beach, and includes a severability
of interest clause.
2. Include contractual liability coverage applicable to the contract referred to
above, including the obligation to defend the City.
3. Delete all exclusions relating to property damage arising out of explosion,
collapse, or underground damage (commonly referred to as "xcu" hazards).
4. Indemnify and save harmless the City of Newport Beach against any and all claims,
excluding sole negligence of the City, resulting from the undertaking of the contract.
This hold harmless assumption on the part of the underwriters shall include all costs of
investigation and defense, until reasonable determination is made that the City is solely
negligent.
5. Provides limits of liability and coverages as follows:
COVERAGES TO
WHICH THIS EFFECTIVE
ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE
ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY
General Liability 5/1/80 03GL12SRA 5/1/80 to $1,000,000 Aetna C &S
5/1/81
This endorsement is effective May 1, , 1980 , when signed by an
Authorized Representative of the companies affording coverages and when issued to City
chall bp valid and form a part of policies herein described.
Should any of the above described policies be cancelled before the expiration date
thereof, the issuing company shall mail 30 days' prior written notice by registered mail to:
City of Newport Beach c/o City Clerk
3300 Newport Boulevard
Newport Beach, California 92663.
NAME OF AGENT OR BROKER
Johnson & Higgins of Pa., Inc.
Address 1600 Grant Building
Pittsburgh, P 15219
By
�Au oriz d Re Presentative)
IMPORTANT: This is the only evidence of insurance acceptable to the City. The person
executing this Endorsement is cautioned to make certain that he has authority
to do same on behalf of the Insurance Company or Companies.
C.I.E. - 3/79
0 0
� �E,W PpRr
. CITY OF NEWPORT BEACH
u s
Cq[ /Fo �t
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No.
Project Stre
Date July 16, 1980
Irvine Avenue -
.. �., w.wyl— aW
to Santa Barbara,
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: Stilly- Miller Contracting CoMany
Address: P. O. Box 432, Orange CA 92667
Amount: $ 130,558.00
Effective Date: July 16, 1980
Resolution No. 9806
Doris Geo e
Att.
cc: Finance Department []
City Ilall 3300 Newport Boulevard. Newport Beach, California 92663
4
CITY CLERK
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
STREET RESURFACING
IRVINE AVENUE - 22ND STREET TO UNIVERSITY DRIVE
JAMBOREE ROAD (SOUTHBOUND) PACIFIC COAST HIGHWAY TO SANTA BARBARA
Approved by the City Council
on this 12th da, of May, 1980.
Doris- George, City C erk
1979 -80
CONTRACT NO. 2127
SUBMITTED BY:
SULLY - MILLER CONTRACTING COMPANY
Contractor
P. 0. Box 432
ddress
Orange, California 92667
City
(714) 639 -1400
Telephone
$130,558.00
Total Bid Price
Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the of Ate a City Clerk, City Hall, Newport Beach,
California, until 11:00 A.M. (as d� d by telephone time signal) on the
11th day ofd— 1980, at which time they will be opened and read, for
performing work as ollows
STREET RESURFACING & RECONSTRUCTION PROGRAM
JAMBOREE ROAD (SOUTHBOUND) & IRVINE AVENUE
CONTRACT NO. C -2127
Bids must be submitted on the proposal form attached with the contract documents
furnished by the Public Works Department. The additional copy of the proposal form
is to be retained by the bidder for his records.
Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable
to the City of Newport Beach, for an amount equal to at least 10 percent of the
amount bid.
The title of the project and the words "SEALED BID" shall be clearly marked on the
outside of the envelope containing the bid.
The contract documents that must be completed, executed, and returned in the sealed
bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signature and titles of the persons signing
on behalf of the bidder. For corporations, the signatures of the President or
Vice President and Secretary or Assistant Secretary are required and tle CCorpo -rate Seal
shams affixed to a ocuments requir ng signatures. In the case of a ar>s tnershTp,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost to
licensed contractors. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
(cont.)
• '.. � r
'rv�+tts' Cx- '�'z�tip' ... ��v� ..
Page la
The City has adopted the Standard S ecif ' Public Works Construction (1976
Edition) as prepared by t e ou ern a ap ers o e r can u c Works
Association and the Associated General Cont ors 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 E5 per set.
A standard "City of Newport Beach Special`�Irrsement" form has been adopted by the
City of Newport Beach. This form is.the only endorsement acceptable to the City for
liability insurance purposes. The successful low bidder will be required to complete
the form upon award of contract. (A sample form is attached for reference.)
For any required bonds, the company issuing bid bonds, labor and material bonds, and
faithful performance bonds must be an insurance company or surety company licensed by
the State of California.
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer-
tained 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. A copy of said determination 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 -7981 in-
clusive). The contractor shall be responsible for compliance with Section 1777.5 of
the California Labor Code for all apprenticeable occupations.
The contractor shall post a copy of the prevailing wage rates at the job site. Copies
may be obtained from the Public Works Department.
The City reserves the right to reject any or all bids and to waive any informality in'
such bids.
Revised 3 -13 -79
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing for
the registration of Contractors, License No. 1538 Classification —A
Accompanying this proposal is Bidder's Bond
(Cash, Certified Check, as er
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 workers' 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
ane Number
6 -11 -80
e
�9N�IIu11�N��I�li�ii7s�j�i [tI�I�]Ll1:f,C1
Bidder's Name
(SEAL)
S /Robert E. Holland
uthorized Signature
Authorized ignature
S� poration
Type of Organization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
R. K. MacGregor.
R. F. Molyneux
W. D. Rash
President and General Manager
Sr. Vice Pres. & Mgr -Blue Diamond Div.
Sr Vice President & Asst Secretary
Y
0
u
sx3�i'm'eYnSi'fFFO _• _.._ ,.A'.Y.: �..nr'tiSSS:L '." .. eFY+Gi�
Page 3
DESIGNATION Of SUBCONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these subcontractors except upon
the prior approval of the Engineer.
Item of Work Subcontractor Address
1. NONE
2.
3.
4.
5.
6.
7.
B.
9.
10,
11.
12.
SULLY - MILLER CONTRACTING COMPANY
Bi er s awe
S /Robert E. Holland
Authorized ignature
Corporation
Type of Organization
(Individual, Co- partnership or Corp.)
Sully- Miller Contracting Co.
FOR ORIGINAL SEE CITY WK'S FILE COPY
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
G ?40W ALl, ML ^J PY THESE PRESENTS,
That we, SULLY MILLER CONTRACTING COMPANY , as Principal,
and SEABOARD SURETY COMPANY , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT
OF THE TOTAL AMOUNT OF THE BID Dollars ($ 10% of Bid ), 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 RESURFACING IRVINE AVENUE - 22nd STREET TO UNIVERSITY DRIVE
in the City of Newport Beach, is accepted by the City Council of said City, and if the
above bounden principal shall duly enter into and execute a contract for such construc-
tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting
Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from
the date of the mailing of a notice to the above bounden principal by and from said City
of Newport Beach that said contract is ready for execution, then this obligation shall
become null and void; otherwise it be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 11th day of
June , 1960
Corporate Seal (If Corporation)
Principa
By: S /Frank E. Holland
(Attach acknowledgement of
Attorney -in- Fact) ) Frank E. Holland
Assistant Secretary
S /Michele E. Drakulich. Notary Pnhlir. SEABOARD SURETY COMPANY
Commission Pxnirpc August In, 1Q81 Surety
By S /J.. H..Caithamer
Title Attorney -in -Fact
0 0
Page 5
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 agree-
ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH
whereby such affiant or affiants or either of them, has paid or is to pay to such
bidder or public officer any sum of money, or has given or is to give to such other
bidder or public officer anything of value whatever, or such affiant or affiants or
either of them has not directly or indirectly, entered into any arrangement or agree-
ment with any other bidder or bidders, which tends to or does lessen or destroy free
competition in the letting of the contract sought for by the attached bids; that no
bid has been accepted from any subcontractor or materialman through any bid depository,
the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from
considering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman from
bidding to any contractor who does not use the facilities of or accept bids from or
through such bid depository; that no inducement or any form or character other than
that which appears upon the face of the bid will be suggested, offered, paid, or
delivered to any person whomsoever to influence the acceptance of the said bid or
awarding of the contract, nor has this bidder any agreement or understanding of any
kind whatsoever, with any person whomsoever to pay, deliver to, or share with any
other person in any way or manner, any of the proceeds of the contracts sought by
this bid.
Subscribed and sworn to before me
this 11th day of June ,
19 80
My commission expires:
March 16, 1984
I� IlL 1:10
S /Robert E. Holland
SIRPher:ca A_ Whalen
Notary Public
FOR ORIGINAL SEE CITY CLERK' WILE COPY Page h
STATEMENT OF FINANCIAL RESPONSIBILITY
Tne undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid openinq if he
is the apparent low bidder.
On file with City Clerk
S /Robert E. Holland
Signed
Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character to
that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
SEE ATTACHED
S /Robert E. Holland
igne
aVLLr -liI LII a Ulvl p.u.t ,n6 tU`II'nIR
1
rrolect gt"rNc. -
,
Vzlue
Of )fork
'
Year
Type of Nork
Porfor.rd
L.a•atlon of Wod.
For_hh_oa Pcrfore.d
12131/74
Paving, Uralnaga, 6 Dill.
624,753
L. A. LL,r6vr
_
Loa 1.r.ga1es 11"Nor U<parteene
^
Street Im Pro H•mvnt
792.919
Orange County
City of Costa Mesu
^
Street I.J."vc ... t
773,598
Orange County
City of Costa Me S,
^
+
Sewer
724,486
Orir,c C..nty
Orange County Sanitation District
+
PIP .0 -
'3.663.869
L. A. County
Y trcpolltan Water District
•
Pipeline
2,2SS,473
L. A. County
Fatropolltan warcr District
•
Oaterwatcr Reclam, Pit.
2.945,m
Palm Dcevre
Coachella V.liny Co. Water Ulst.
°
tso'ping Plana
1.641.936
Pcar6luxsom
Stet. of California
•
Serer
1.678,933
L., Antele,
City, of Los An Cciee
•
Store Drain
1,019,452
Pcsrbl.as.m
L. A. County Flood Control Dist. .
^
Pusq. Pits. - Control Bldg,.
1,269,347
Kern County
Ism Cetelty water Ateney
^
Dlstrib. Canal 6 Rc,erv.ir,
1,330,617
Kern C.unty
Cawelo w'.ttcr District
°
pater Dlstrib. System
I,C42.227
Wasco, California
Buetonwillow Inprovi:.ent
^
Cater Line
1,021,490
Pueblo, Colorado
Pueblo Vest Metro. Ui : :c. 6 MaCuld loch
rap.
^
Pipeline Extension
646,146
San Jacinto
tixtropolitan water District
• 12)31/75
Storm Drain
5,074,615
Clendale
L. A. Co. Flood Control District
^
interceptor Sewer Line'
4,343,SS3
Carden Grove
Change Co. Sanitation
+
Water Treatment Plant
2,699,SS9
Bakersfield
rem Co. Water Agency
+
7 Prep Plts. - 7 Con. Bldg,.
2.129,336
Bakersfield
Kara Co. hater Agency
°
Waste Wit. Reelam. Plant
2,017,448
Palm Desert
-Coachella Valley Water District
•
So. Drain
1,335.215
1Lsnhattan Beach
L. A. Co. Flood Control District
^
Cater Distribution Systems
1,019,443
WASCO
_
lauttonw111ow improvement District
•
Stoma Drain Pipe 6 Box
587,669
Riverside
Riv.rside Co. Flood Control District
•
Now Roadway
930,055
Irvine
The Im'ine Company
°
"ing Plant 2nd Discharge
907,488
Pearblossoa
Dept. Water Resources - Sz.of Calif.
^
Stom Drain
837,352
Orange
mho Irvine Company
^
TIamreiuts- Discharge Pipelines
742,404
Bate ^field
4^m County hater Agency
•
Street Icpriveeents
756.785
Wilmington
City of Los Angeles
^
Street Construction
729,572
Los Angeles
L. A. llarbor Denarteent
^
Reinf. Cone. Box Culvert
709,629
Escondido
City of Esccndido
• 12/S1J76
Avg plants - Control Buildings
9.182,104
Kern County
Lern County Water Agency
^
Stem Drain
5,064.798
Antelope Valley
Antelope Valley -E. Kern water Agency
+
Interceptor Sever
4,317,614
Denver, Colorado
Ertro. Denver Sewage Disp. District
+
Channel
3,364,084
Cucamonga
Dopt. of Array. Corps of Engineers
•
waterlines
2,094,109
Y., Arizona
Mires. of Reclamation
^
TYSets - New Development
1,139,237
Aliso Hills .
Y9relar.d Development Company
Stern Drain
1,096,693
_
Phoenix, Aritoha
City of Phoenix
^-
Store Drain
1,000,96S
Irvine
'no Irvine Company
as
Street Widening
ESS.440 .
Los Angeles
.
L. I.. Comity P.edev. Agency
+
Street Widening
726,947
'C /O Simi Valley, CA
Cf0 Sint Valley
^
Renovation Putt - Inter. Sewer
723,222
Los Angeles County
C. A. Ccuncy Sanitation District t2
^
Jul Ir?rovenents
659,742
Brea Fall - Brea. CA
Homan Dcv. Co_
+
Street Improvements
617,675
Duarte, CA
C/o U0.srte
°
Street Icprovnents
607,124
Long.ECach
Lw A. County Road Departxnt
^
Interceptor Sewer
579,627
lr'vine -
Irvine Ranch Water District
42/31/77
Interceptor Sever
6.337,423
Denver, Colorado
1?stm. Denver Sewage Dlsp. District
Storrs Drains, water Lines
5,401,116
Ir ce, CA
M. Irvine Assessment District
'
Tracts - Wev Develop .eat
5.361,261
Aliso Hills, CA
Y.orelen3 0crelopment Co. ..
°
Serve"
4,281,117
Umbria, CA
County of San L•ais Obis7o
'^
Sewors
2,338,575
Nice, CA
g.¢le County Sanitation District
•
Soon Drains
2,316,945
Phoenix, Arizona
city of Phoenix
•
pipe Lines
2,037,790
bsg3ett. G
Sm. California Edison Company
^
!streets Park - New Develop.
1,752.917
Brea, CA
0brelcad Dtvlopmcnt Company
•
Streets. Curbs, Sidewalks
1,610,914
Irvine, CA .'
0. Irvine Assessment Co.
•
Yrterlines
1.289,919
1b.iterey. CA
lbnterey Cou.•Ity
IN
Pumping Stations
1,110,167
Valley Center. CV
Valley Center Municipal Water Distr.
•
Cater Lines
1,08S.6S8
Redwood Palley, CA
Cndwood Valltr County Water Discs.
as
Channel
1,079,460
CU=MOtga. CA '
U. S. Amy Corps of Engineers
Na.
Store Deal.$ 1
929,962
Irvine, CA
Varmington Development Co.
_ IN _
Canal Irotoveoents
. -, 912.195
lost (fills, CA _ _
Lost Hills hater District
12 -31 -78
'Wa.t.rlinea
3.L46.977
Monterey, CA. _
_
lbnterey County --
•
Streets, Curbs, Sidewalks
2,711,538
Irvine, CA.
No. Ixine Assessment District ,
•
Stop Drain,, Waterlines
2,168.872
Irvine, CA.
Wb. Irvine Assessment District
• •
tasi.ess Park
1.902,819
Brea, CA.
LSroland Development Company
•
Runway Ieproventnts
1,772,013
Lrnt Beach, CA.
Lo.:0 teach Airport
•
Tracts Now Development
1,710,614
lapou Hills, CA.
Lbroltnd Derelnptent Company
!'
Sawn
1,473.414
Caebrla, CA.
County of San Luis Obispo
^
Street Icproveernts
1.211.965
Carden Crove. CA.
City of C.rden Crove
^
Sewer Linn
1.069.507
Dana mint, CA,
U,S. Government Sierra Ocean Outfell
IN
Water Line,
498,911
Redwood Valley, CA.
Redwood Valley County water District
•
Otr+at Ieprovkicnts
0)5.940
Cerritos, CA.
City of Cerritos
' •
Stoat I•preve amts
1103.£42
I:an rovia, CA.
City of wanrovia
^
Street Impro vr.c rats
761,023
Ibuitimgt.n Beach, CA.
City of Iluntington Park '
Psrking Lot Improv,.rt,
706,639
Ctrdrn Grove, CA.
City of Cordon Crave
• 1e
Parting In[ lop rovuw: uts
618,SS1
I:vwpmrt teach. CA.
Isvina Conpany
i
Approat.lt.ly l,nun.),Onn Indl vlJvwl
construction pro)tct, are co.plcbrd annually,
fns experience list above represents
�... -
.rely .,.+. of the. nirntficaat Prnlacts completed
dnnng the rc.pcct4.o period.
1
Page 8
OW
LABOR AND MATERIAL BOND liati '90-156
P=Rft THE PREMIUM OR MIS BOND Is INCLUDED in
nl0.T OF FME PERFORMANCE BONG
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the Citf 4 Newport Beach, State of California, by
i
motion adopted June 241980
has awarded to Sully- Miller Contracting Co.
hereinafter designated as the "Principal ", a contract for Street Resurfacing
Irvine Avenue - 22nd Street to University Drive
Jamboree Road (southbound) Pacific Coast Hwy, to Santa Barbara - Contract No. 2127
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or.its subcontractors, shall fail to pay for any materials,
provisions, provender, or other supplies or teams used in, upon, for, or about the per-
formance of the work agreed to be done, or for any work or labor done thereon of any
kind, the Surety on this bond Will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We SILLY- VILLER "D6TRAC7E16 COMPANY
as Principal, and SIEABOARH SMTY COMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
,5uq)c,. v,., '3V%0�.3v nf) wN .�dn�. wDollars ($(,s,a -19.cc) ),
said sum being one -half of the estimated amount payable by the City of Newport Beach
under the terms of the contract, for which payment well and truly to be made we bind
ourselves, our heirs, executors and administrators, successors, or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS. OBLIGATION IS SUCH, that if the above bounden Principal or
his subcontractors, fail to pay for any materials, provisions, provender, or other
supplies or teams, used in, upon, for, or about the performance of the work contracted
to be done, or for any other work or labor thereon of any kind or for amounts due
under the Unemployment Insurance Code with respect to such work or labor, that the
Surety or Sureties will pay for the same, in an amount not exceeding the sum specified
in the bond, and also, in case suit is brought upon the bond; a reasonable attorney's
fee, to be fixed by the Court as required by the Provisions of Section 4204 of the
Government Code of the State of California.
This bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon
i
Page 9
(Labor and Material Bond - Continued)
this bond, as required by the Provisions of 4205 of the Governm�t iwOde of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work or to the specifications,
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond_.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal -and
Surety above named, on the c'Z , day of
I&Y- MILLER CORI (-Seal );=.
Name of Contractor (Principal)-
i
M
S.EABO.A,iili SURETY COMPANY (Seal)
Name of Surety
a13 9 31)-3 X- 39g
Telephone No. of Agent
� s...•,:• -,ate "+9�5's�. �'a- �"' =v. � _: e.�ia�e_.�v �'._ _. _. �,..a4�E'. -. >. »..:.ri.+�-r w•--'— _..
STATE OF
CALIFORNIA ss.:
COUNTY OF
LOS ANGELES
On this ......... 27th..._......... day ..... .........._.............. .. ....... JUNE .......................... . ........ .........._19..8.. before me personally came
....... .... .................. ...................... J ...... H..... CNIT. HAMER ............. .............. ...._..__............................ ................................. .......
...__.....
to me known to be an Attorney -in -Fact of SEABOARD SURETY COMPANY, the corporation described
in the within instrument, and he acknowledged that he executed the within instrument as the act of
the saidp SEAB,Q4 �
l�j�Y COMPANY' in accordance with authority duly conferred upon him by
said Coinpadv v
r l L C P ": °l1LICh1
L I Y
L ', Eo ..i.;y
my Garin'ssion ? ^'r -'s
t .- 1981
Notary Public.
Form Y4Yz � r•� - Angus a =_
STATE OF CALIFORNIA,
5s.
�eoUNTY OF LOS ANGELES _ 1
nnmllnnnnnllllummm�mnnlmmnlnnnnlnnnnmmnnmmmmmmnnp
t!j� OFFICIAL SEAL '_
)' :T MCHELE E. DRAKULICH ?
i �p..�:...: %.Ji: e
N3rARY ?i)eLIC CA.L)FCRNIA E
PnINCIPAL OFFICE IN
k Y LOS ANGELES COUNTY _
' My Commission Expires August 30 1981
iuunnununummxxmti, nninu mw ..... nnwn.nwnnumum.xflmonnmm�nR
JUNE 27 , lg 80 ,
before me, t undersign�ed, a Mtary Public in and for said State, personally appeared
.R. K. MaCGREGOK & FRANK E. HOLLAND
_ known to me to be the
PRESIDENT & A_SSISTANT SECRETARY
of theSULLY— MILLER CONTRACTING
the Corporation that executed the within Instrument, known to me to be the person who
executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged
to me that such Corporation executed the same.
WITNESS my hand and official seal.
Notary Public in and for said State.
80Np No, SO- I5 (o
PERFORMANCE.BOND pM*M v moo,
KNOW ALL MEN BY THESE PRESENTS, That
Page 10
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted dune 23, 1980
has awarded to Sully- Miller Contracting Co.
hereinafter designated as the "Principal ", a contract for Street Resurfacing
Irvine Avenue - 22nd Street to University Drive
damhnrep Road (southbound) Pacific Coast Hwy. to Santa Barbara - Contract No. 2127
in the City of Newport Beach, in strict conformity with the Drawings and.Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, SIHii-ii�L uONT��STIt�g C9MPAwf
as Principal, and SNOCIARD $QE>g4'4 mss
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
liars
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,
his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, and well and truly keep and perform the covenants, con-
ditions, and agreements in the said contract and any alteration thereof made as therein
provided on his or their part, to be kept and performed at the time and in the manner
therein specified., and in all respects according to their true intent and meaning, and
shall indemnify and save harmless the City of Newport Beach, its officers and agents,
as therein stipulated, then this obligation shall become null and void; otherwise.it
shall remain in full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms.of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its_ obligations on this bond, and it does hereby waive notice
0
Page 11
(Performance Bond - Continued)
of any such change, extension of time, alterations or additions to the terms of the
contract or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this - instrument has.been duly executed by the Principal and
Surety above named, on the a ? t h day of lg s
Name of Contractor (Principal)'.- - -
6 LPL/
Authorized Signature 16and e
R. IL MseGIRF!:i'R PRE.
e. �w
Authorized Signature and Title
MR L FKA I AND =WANT MEW
�,. it -. I low LL. II
0 11.. , I�a� I
SEABOARD S17RM COMPANY (SealZ
Name of Surety - -
`3voo E .youth 5t_ e (' DLCik . CA queo<
Address of Agent
a) 3 -531- 3SSd x- 3gq
Telephone No. of Agent
0 0
STATE OF
CALIFORNIA sa.:
COUNTY OF
LOS ANGELES
On this ........ ....... 7th. .......... day.._........__.. ....... .. JUNE ....... ........................ ... ... ... ......... 1980....... before me personally came
J. H. CAITHAMER
_ ...
............................................................................... ............ ... ........ .............. . .... .--- .... ................. ............... ........ ........................... ................ ...... ..... .........
. _........................
to me known to be an Attorney -in -Fact of SEABOARD SURETY COMPANY, the corporation described
in the within instrument, and he acknowledged that he executed the within instrument as the act of
the said ft*BOARD ;- ,&UHKT.',,C V in accordance with authority duly conferred upon him by
said Company.
Notary Pub
Form rm EfE l:." ' "� l.,ul .
STATE OF CALIFORNIA,
COUNTY of LOS ANGELES j s :.
IIIIIIII, IIIIIIIO ,NIII,111NNnnu1',111111[fit III III III I I IIIII,IIFill IIIIIIFill 111111191111iE11111111111A
L OFFICIAL SEAL EE
I: MICHELE E. DRAKULICH €
• }}'Y- NOTARY PU(3LIC CALIFORNIA c
oF+=. PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
My Commission Expires August 30, 1981
innunnimm�nnu„ xnixnnininmm�nnmm�nnnnnnmm�ninuimwmununn ,mn,rt
��99{t�y IIII JUNE 27 1980
before me, le undersped, �EGO� & bFcft. dEfor said State personally appeared
known to me to be the
of the DULLT -1`71 LLtK LUINIKAL,I IINU l J19YAIIT
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.
my hand and official seal.
, e � r/u-� Er PL/1 a ttl J1
Notary Public in and for said State.
• !�
C O N`T::;R,A C T
THIS AGREEMENT, made and entered into this al-_Hk day of
Paqe 12
lgTo ,
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City,
party.of the first part, and Sully- Miller Contracting Co.
hereinafter designated as the Contractor, party of the second part.
WITNESSETH: That the parties hereto do mutually agree as follows:
1. For and in consideration of the payments and agreements hereinafter mentioned
to be made and performed by the City, the Contractor agrees with the City to furnish all
materials and labor for the construction of
Street Resurfacino.Irvine Avenue - 22nd Street to University Drive
Jamboree Road (southbound) Pacific Coast Highway to Santa Barbara, Contract No. 2127
and to perform and complete in a good and workmanlike manner all the work pertaining
thereto shown on the Plans and Specifications therefor; to furnish at his own proper
cost and expense all tools, equipment, labor, and materials necessary therefor, (except
such materials, if any, as.in the said Specifications are stipulated to be furnished by
the City), and to do everything required by this Agreement and the said Plans and
Specifications.
2. For furnishing all said materials and labor, tools and equipment, and doing
all the work contemplated and embraced in this Agreement, also for all loss and damage
arising out of the nature of the work aforesaid, or from the action of the elements,
or from any unforeseen difficulties which may arise or be encountered in the prosecu-
tion of the work until its acceptance by the City, and for all risks of every description
connected with the work; also, for all expenses incurred by or in consequence of the
suspension or discontinuance of work, except such as in said Specifications are expressly
stipulated to be borne by the City; and for well and faithfully completing the work
and the whole thereof, in the manner shown and described in the said Plans and
Specifications, the City will pay and the Contractor shall receive in full compensation
therefor the lump sum price, or if the bid is on the unit price basis, the total price
for the several items furnished pursuant to the Specifications, named in the bidding
sheet of the Proposal, as the case may be.
3. The City hereby promises and agrees with the said Contractor to employ, and
does hereby employ the said Contractor to provide the materials and to do the work
according to the terms and conditions herein contained and referred to for the price
aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon
the conditions set forth in the Specifications; and the said parties for themselves,
their heirs, executors, administrators, successors and assigns, do hereby agree to
the full performance of the covenants herein contained.
4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and
the Plans and Specifications, and all amendments thereof, when approved by the parties
hereto, or when required by the City in accordance with the provisions of the Plans
and Specifications, are hereby incorporated in and made part of this Agreement.
0
Page 13
5. Pursuant to the Labor Code of the State of California, the City Council has
ascertained the general prevailing rates of per diem wages for each craft or type of
workman needed to execute the contract and a schedule containing such information is
included in the Notice Inviting Bids and is incorporated by reference herein.
6. The Contractor shall assume the defense of and indemnify and save harmless the
City, the Director of Public Works, and their officers and employees, from all claims,
loss, damage, injury, and liability of every kind, nature, and description, directly or
indirectly arising from the performance of the contract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage, injury, and liability,
howsoever the same may be caused,resulting directly or indirectly from the nature of
the work covered by the contract, regardless of responsibility for negligence.
IN WITNESS.WHEREOF, the Parties hereto have caused this contract to be executed
the day and year first above written.
CITY OF NEWPORT BEACH, CALIFORNIA
,
_
.
ATTEST: .
SULLY4ULLEA C0XfRACfI1fC COMPANY
Contractor
ss (SEAL)
By: C�c
ROBERT E. KOLLAND, VICE PRES.
Title
By:
JAMS F. WINDERS, ASST. SECTY,
Title
0 •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PLANS AND CONTRACT DOCUMENTS
FOR
STREET RESURFACING
IRVINE AVENUE - 22ND STREET TO UNIVERSITY DRIVE
JAMBOREE ROAD (SOUTHBOUND) PACIFIC COAST HIGHWAY TO SANTA BARBARA
CONTRACT NO. 2127
ADDENDUM NO. 1
NOTICE TO BIDDER:
Please be advised that the following changes shall be made of the original pro-
posal and Plans R- 5403 -S sheet 2 of 2 as follows:
SPECIAL PROVISIONS
VI. DEFINITION OF PROPOSAL ITEMS
A. Page SP4 of 6
Add the following item:
7. ASPHALT CONCRETE PAVEMENT (w /GRADING)
This item shall include excavation, preparation of subgrade and
furnishing and placing asphalt concrete pavement on the prepared
subgrade for the 4' wide Bike Lane as shown on the revised plan.
The requirements for "excavation and preparation of subgrade"
and "furnishing and placing of asphalt concrete pavement" shall
be the same as for Items Nos. 1 and 4 respectively of these
Special Provisions as shown the plans except as modified and
supplemented below.
It is estimated that approximately 85 cubic yards of soil will
be excavated.
The A.C. base course for the Bike Lane on Irvine Avenue shall be
three inches. The finished surface shall be laid flush with the
A.C. overlay.
Removal and replacement of all traffic signing and markers that
interfere with this item of work will be provided for by the City
of Newport Beach.
The Contractor shall notify Mr. Fred Martinez of the City at
640 - 2186 48 hours in advance of commencing the work.
Payment for this item of work will be made at the unit price bid
per ton of actual quantity of asphalt concrete placed.
B. Page SP3 of 6
1. Item 4, Paragraph 1
Revise to read .. "This item shall include the furnishing and
placing of one inch (1 ")thick asphalt concrete over the existing
roadway surface and over that area where asphalt concrete base
course is required."
2. Paragraph 4
Revise to read .... "The surface course on Jamboree Road and Irvine
Avenue over that portion where A.C. base course is required shall
be one -inch (11 thick....."
PROPOSAL
A. Page PR 2 of 2
1. Add Item No. 7 "Construct Asphalt Concrete Pavement (w /Grading)"
PLANS
The attached plan supersedes plans previously issued.
Please show date of receipt of this addendum on
w' h your proposal.
.j
Ben amin B. Nolan
Public Works Director
GLM:do
Enc.
DATE OF RECEIPT BY CONTRACTOR: 6 -9 -80
the proposal or insert a copy
SULLY - MILLER CONTRACTING COMPANY
Contractor
• CITY OF NEWPORT BEACH •
PUBLIC WORKS DEPARTMENT
STREET RESURFACING
IRVINE AVENUE - 22ND STREET TO UNIVERSITY DRIVE
JAMBOREE ROAD (SOUTHBOUND) PACIFIC COAST HIGHWAY TO SANTA BARBARA
CONTRACT NO. 2127
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
Gentlemen
PR 1 of 2
The undersigned declares that he has carefully examined the location of the work, has
examined the Plans and Special Provisions, has read the Notice Inviting Bids, and hereby
agrees to furnish all labor, materials, equipment, transportation, and services to do all
of the work required to complete Contract No. 2127 in accordance with the City of Newport
Beach Drawing R- 5403 -S, the City's Standard Special Provisions, Drawings, Specifications,
and these Special Provisions, and that he will take in full payment therefor the following
unit prices for each completed item of work in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. 345 Excavation and preparation of subgrade
Cubic Yards
@ Twenty Dollars
and
no Cents $ 20.00 $ 6.900.00
Per cubic yard
2. 835
Square Yards Provide and install reinforcing
fabric (Petromat)
@ Two Dollars
and
no Cents $ 2.00 $ 1,670-00
Per square yard
3. 640 Construct asphalt concrete pavement
Tons
@ Twenty -seven Dollars
and
Ninety Cents $ 27.90 $17,ass on
Per ton
•
PR2of2
Addendum No
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 2830 Place asphalt concrete overlay
Tons
@ Twenty -seven Dollars
and
ninety Cents $ 27.90 $ 78,957.00
Per ton
5. 48
Adjust utilities to grade
Each
@ One Hundred seventy -five
Dollars
and
no
Cents
$175.00
$s.4n0_no
Each
6. 33
Adjust manholes to grade
Each
@ One Hundred seventy -five
Dollars
and
no
Cents
$175.00
$ 5.775.00
Each
7. 250
Construct Asphalt Concrete
Pavement
Tons
(w /Grading)
@ Forty -four
Dollars
and
no
Cents
$ 44.00
$11.000.00
Per ton
TOTAL PRICE WRITTEN IN WORDS
One Hundred Thirty Thousand Five Hundred Fifty,/ DOollars
and
no Cents $ 13n,55R_no
Contractor's License No. 1538 "A"
Date 6/11/80
S r
Author Robized Signature and Title
Bidder's Address P. 0. Box 432, Orange, CA 92667
Bidder's Telephone No. (714) 639 -1400
0 s
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
STREET RESURFACING
IRVINE AVENUE - 22ND STREET TO UNIVERSITY DRIVE
JAMBOREE ROAD (SOUTHBOUND) PACIFIC COAST HIGHWAY TO SANTA BARBARA
CONTRACT NO. 2127
INDEX TO SPECIAL PROVISIONS
SECTION
PAGE
I.
CONTRACT LIMITS . . . . . . . . . . . . . . . . . . . . .
. . 1
II.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . .
. . 1
III.
TIME FOR COMPLETION . . . . . . . . . . . . . . . . . . .
. . 1
IV.
GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . .
. . 1
V.
PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . .
. . 1
VI.
DEFINITION OF PROPOSAL ITEMS . . . . . . . . . . . . . .
. . 2
1. Excavation and Preparation of Subgrade . . . . . . .
. . 2
2. Provide and Install Reinforcing Fabric "Petromat ". .
. . 2
3. Asphalt Concrete Pavement . . . . . . . . . . . . . .
. . 3
4. Asphalt Concrete Overlay . . . . . . . . . . . . . .
. . 3
5. &
6. Adjust Utilities and Manholes to Grade . . . . . . .
. . 4
VII.
TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . .
. . 4
VIII.
COORDINATION WITH UTILITIES . . . . . . . . . . . . . . .
. . 6
IX.
WATER . . . . . . . . . . . . . . . . . . . . . . . . . .
. . 6
6
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
STREET RESURFACING PROGRAM
. SP i of 6
IRVINE AVENUE - 22ND STREET TO UNIVERSITY DRIVE
JAMBOREE ROAD (SOUTHBOUND) PACIFIC COAST HIGHWAY TO SANTA BARBARA
CONTRACT NO. 2127
1979 -80
I. CONTRACT LIMITS
Irvine Avenue from 22nd Street to University Drive & Jamboree Road from East
Coast Highway to Santa Barbara as shown on the Vicinity Map contained herein.
II. SCOPE OF WORK
The work to be done under this contract includes excavation and removal of
existing asphalt concrete improvements, construction of asphalt concrete
pavement and overlay, placement of petromat and adjustment of utility boxes
and manholes and all other appurtenant work as necessary to properly complete
the work in accordance with (1) these Special Provisions
(2) the Plans (Drawing No. R- 5403 -5), (3) The City's Construction Standards
and Specifications, and (4) the Standard Specifications for Public Works
Construction, 1976 Edition, including supplements to date. Copies of the
City's Standard Special Provisions and Standard Drawings may be purchased
at the Public Works Department for Five Dollars ($5).
III. TIME FOR COMPLETION
The Contractor shall complete all work within ninety (90) calendar days
following the date of award of the contract. The Contractor shall complete
all work within twenty -five (25) calendar days following commencement of the
specified work. Additionally, the Contractor shall be required to overlay
Irvine Avenue prior to placing the overlay on Jamboree Road.
IV. GUARANTEE
The Contractor shall guarantee for a period of one year, after acceptance of
the work by the City Council, all materials and all workmanship against any
defects whatsoever. Any such defects shall be repaired at the Contractor's
expense.
V. PAYMENT
All incidental items of work not separately described in the proposal shall
be included in the unit price bid for the various items of work, and no
additional compensation shall be made.
VI. DEFINITION OF PROPOSAL ITEMS
The unit prices to be paid for the items listed in the proposal shall include
full compensation for furnishing all labor, materials, tools, equipment, and
incidentals necessary to complete the work in place.
1. Excavation and Preparation of Subgrade:
Excavation and preparation of subgrade shall be done in accordance with
and shall include all work specified in Section 301 -1, " Subgrade
Preparation ", and Section 300 -2, "Unclassified Excavation ", of the
Standard Specification, except as modified and supplemented below.
This item shall include removal of A.C. pavement as shown on the Plans.
Additionally, within that portion of the roadway where reconstruction
is required as shown on the Plans and as directed by the Engineer, the
Contractor shall not be allowed to reconstruct an area greater than can
be excavated, subgrade compacted, and A.C. base course placed flush with
the existing pavement surface within one work day and shall be required
to open all lanes to thru traffic prior to 3:30 PM each working day.
Payment for this item, even though bid on a cubic yard basis, will be
made for the quantity estimated by the City, as shown on the
Proposal. This amount has been calculated from analysis of the existing
and proposed cross sections. No allowance has been made for bulking
during excavation.
The final pay quantity will be adjusted to reflect any change orders,
extra work or additional excavation authorized by the Engineer.
2. Provide and Install Reinforcing Fabric "Petromat"
SP 2 of 6
This item of work shall include placement of "Petromat" reinforcing
fabric, prior to placement of asphalt concrete overlay as shown on the
Plans, as directed by the Engineer and in accordance with the Manufacturer's
recommendations except as modified and /or supplemented below.
The surface to be covered with fabric shall be free of dirt, dust, water
and vegetation. Existing cracks between 1/8 inch and 1/4 inch shall be
thoroughly cleaned and filled with crack filler. Large cracks or holes
shall be repaired with slurry, cold mix or hot mix.
The asphalt binder shall be AR -4000 type paving asphalt conforming to
the provisions of Section 203, "Bituminous Materials" of the Standard
Specifications. Asphalt binder shall be sprayed uniformly over the
area to be covered with fabric at a rate of 0.20 to 0.30 gallons per
square yard as adjusted by the Engineer. Asphalt cutbacks shall not be
used. Binder application should be accomplished with an asphalt distri-
butor for all surfaces and shall be applied at a temperature of not less
than 2509 F. nor more than 3750 F., the exact temperature to be determined
by the Engineer.
0
The Contractor shall place asphalt concrete overlay immediately
following placement of the Petromat. The temperature of the asphalt
overlay shall not exceed 2750 F in order to prevent shrinkage and /or
subsequent damage to the fabric.
SP3of6
Payment for this item, including asphalt binder, sweeping, patching,
and preparing the existing surface shall be made at the price bid per
square yard of the actual quantity of Petromat fabric installed complete
and in place.
3. Asphalt Concrete Pavement
This item shall include furnishing and placing eleven inches (11 ") of
asphalt concrete pavement on compacted subgrade as shown on the Plans.
The provisions of Section 302 -5, "Asphalt Concrete Pavement" and
Section 203 -3, "Emulsified Asphalt ", of the Standard Specifications,
(Green Book) shall apply except as modified and supplemented below.
The base courses shall be placed in a minimum of three lifts. The
third and final lift shall be a leveling course and shall be a maximum
of two - inches (2 ") thick and placed flush with the existing A.C. pavement.
The asphalt concrete shall be Type III -B 2 with 5.4 percent AR -4000
paving asphalt for the base course and shall be furnished and placed in
accordance with Section 400 -4 of the Standard Specifications, (Green
Book).
A two -axle steel wheel roller of not less than eight tons shall be used
for compaction of the asphalt concrete.
Payment for asphalt concrete will be made at the unit price bid per ton
of the actual quantity placed, complete in place.
4. Asphalt Concrete Overlay
This item shall include the furnishing and placing of one inch (1 ")
thick asphalt concrete over the existing roadway surface and surface
course in the area to be reconstructed.
The requirements for this item of work shall be the same as for Item 3
except as modified and supplemented below.
A tack coat of Type SS -lh asphaltic emulsion at a rate not to exceed
one -tenth (1 /10) of a gallon per square yard shall be uniformly applied
to the A.C. base course, the existing A.C. pavement and the cement and
asphalt concrete edges against which asphalt concrete is to be placed.
The surface shall be free of all loose material or dust when the tack
coat is applied. Tack coat will not be required between successive
courses, if laid the same day and kept free of loose material or dust.
The surface ;course on Jamboree Road within any reconstructed area shall
be one -inch (1 ") thick and shall be'laid simultaneously with the A.C.
cap within ten (10) calendar days following placement of the A.C. base
courses
• i SP4of6
The asphalt overlay shall be Type III -C 3 with 5.8 percent AR -4000
paving asphalt for the surface course and cap.
5 & 6. Adjust Utilities aAd:.Manholes to Grade
This item of work shall include the adjustment of all water valves,
manholes, and survey monument boxes to the finish grade of the
asphaltic concrete surfacing as shown on the plans as described in
Section 302 -5.7 of the Standard Specifications and per the City of
Newport Beach Std. Dwg. No. 106 -L and No. 511 -L.
Removal of frames and covers prior to paving will not be required
in A.C. cap area. The Contractor shall first pave over the manholes
and then proceed to remove pavement and to raise the manholes to
grade. The frames and covers shall be thoroughly cleaned of both
new and old pavement after being raised to grade. The Contractor, at
his option and expense, may replace the frames and covers in lieu of
cleaning.
VII. TRAFFIC CONTROL AND ACCESS
The Contractor shall provide traffic control and access in accordance with
Section 7 -10 of the-Standard Specifications except as modified herein, and
with the standards contained in the Work Area Traffic Control Handbook (WATCH),
also published by Building News, Inc.
The Contractor is advised that Jamboree Road and Irvine Avenue are high-
speed major arterial streets, carrying approximately 25,000 vehicles per
day on Irvine Avenue and 31,000 vehicles per day on Jamboree Road through
the project areas. The Contractor shall submit a written traffic control
plan to the Engineer for his approval a minimum of 2 working days prior to
commencing any work. The plan shall incorporate the following requirements:
1. A complete and separate drawing for each stage of construction
proposed by the Contractor or required herein, showing the
locations, directions, and durations of the work.
2. The location and signing of all signs, barricades, delineators,
lights, warning devices, temporary parking restrictions, and
any other details required to assure that all traffic will be
handled in a safe and efficient manner with a minimum of incon-
venience to the motorists.
3. A minimum of one 11 -foot delineated travel-lane in each roadway on Irvine
Avenue and Jamboree Road shall be maintained at all times, and all
intersections shall remain open.
4. Lane closures for the southbound lanes on Irvine Avenue and Jamboree
Road shall not be permitted after 3:30 PM and lane closures for the
northbound lanes on Irvine shall not be permitted prior to 9:00 AM.
SP5of6
The Contractor shall furnish and post on streets to be paved, temporary "NO
PARKING" signs stating the day, date and time of restriction. The "NO PARKING"
signs shall be posted forty (40) hours in advance of the overlay operations.
The signs shall (1) be made of white or buff card stock, (2) have minimum
dimensions of 15" wide and 18" high, (3) be lettered in red except for the day
and date of work, and (4) conform to the dimensions shown below.
TEMPORARY
NO PARKING R)
TOW AWAY
6 A.M TO
ZONE 14"ti
G 1?M. -i
C.V.C. 22652
NEWPORT BEACH POI
673 -2211
B�
CE DEPT. 4"
Adequate barricades shall be used to insure public safety and to prevent
tracking of the tack coat or rutting of the asphalt resurfacing prior to its
curing adequately for traffic use.
Final striping and pavement markings shall be provided by the City of Newport
Beach.
VIII
IX
E
COORDINATION WITH UTILITIES
Prior to starting work, the Contractor shall notify the affected utilities
in order that they can tie out their facilities. Although these facilities
(except for water, sewer, and survey monuments) are to be adjusted to
finished grade by the respective utility, the Contractor shall be required
to mark their locations on the finished pavement surface.
Following is a list of the utilities companies' telephone numbers:
Southern California Gas Co.
Southern California Edison Co
Pacific Telephone Company
County Sanitation District
Teleprompter Corp.
Water & Sewer (City)
WATER
1- 800 - 422 -4133
835 -3833
1 -800- 422 -4133
962 -2411, ext. 241
642 -3260
640 -2221
Water will be provided by the City. To make arrangements, contact the City's
Utilities Superintendent, Mr. Gil Gomez, at (714) 640 -2221.
SP6of6
SAMPLE
CITY OF NEWPORT BEACH
Contract No.
Special Endorsement No.
In consideration of the premium charged, this endorsement is attached to and made
a part of all policies insuring the liability of any person, firm or corporation
performing services under contract for the City of Newport Beach.
Notwithstanding any inconsistent expression in the policy to which this endorsement
is attached, or in any other endorsement now or hereafter attached thereto, or made a
part thereof, the protection afforded by said policies shall:
1. Include the City of Newport Beach, its officers and employees as additional
insureds in the policies described below for injuries, death or damage to property
arising out of or in connection with the contract executed by the named insured and the
City. It is further agreed that this policy shall be primary and non - contributing with
any other insurance available to the City of Newport Beach, and includes a severability
of interest clause.
2. Include contractual liability coverage applicable to the contract referred to
above, including the obligation to defend the City.
3. Delete all exclusions relating to property damage arising out of explosion,
collapse, or underground damage (commonly referred to as "xcu" hazards).
4. Indemnify and save harmless the City of Newport Beach against any and all claims,
excluding sole negligence of the City, resulting from the undertaking of the contract.
This hold harmless assumption on the part of the underwriters shall include all costs of
investigation and defense, until reasonable determination is made that the City is solely
negligent.
5. Provides limits of liability and coverages as follows:
COVERAGES TO
WHICH THIS EFFECTIVE
ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE
ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY
This endorsement is effective 19 , when signed by an
Authorized Representative of the companies affording coverages and when issued to City
shall be valid and form a part of policies herein described.
Should any of the above described policies be cancelled before the expiration date
thereof, the issuing company shall mail 30 days' prior written notice by registered mail to:
City of Newport Beach c/o City Clerk
3300 Newport Boulevard
Newport Beach, California 92663.
NAME OF AGENT OR BROKER
Address
By
(Authorized Representative
IMPORTANT: This is the only evidence of insurance acceptable to the City. The person
executing this Endorsement is cautioned to make certain that he has authority
to do same on behalf of the Insurance Company or Companies.
C.I.E. - 3/79
V
I �vrq
^� I
0
n�. \l NRIN6i
eo 4p Na
Tea•
�FPLq.
!� /C /N /TY MAP
ScaCE
CITY OF NEWPI
ITO 1J,v1$1ee51TY Oahe..
.QESU,PFAC /N6 - fAS r C
SAN ✓040"M. j r,"AS
\ J,
Ii
� Ill
r,
NEw 0
v
L
DUNES \� o
o O
A 'A
1 1 1 Ac 11\
1
II
- 22"-'O sr
fBOREE /P,
r Hwy. TO
DRAWN Ka` DATE
APPROVED
PUBLIC WORKS DIRECTOR
R.E. NO. —
DRAWING NO.
0 0
CITY OF NEWPORT BEACH
Contract No. 2127
Special Endorsement No.
In consideration of the premium charged, this endorsement is attached to and made
a part of all policies insuring the liability of any person, firm or corporation
performing services under contract for the City of Newport Beach.
Notwithstanding any inconsistent expression in the policy to which this endorsement
is attached, or in any other endorsement now or hereafter attached thereto, or made a
part thereof, the protection afforded by said policies shall:
1. Include the City of Newport Beach, its officers and employees as additional
insureds in the policies described below for injuries, death or damage to property
arising out of or in connection with the contract executed by the named insured and the
City. It is further agreed that this policy shall be primary and non - contributing with
any other insurance available to the City of Newport Beach, and includes a severability
of interest clause.
2. Include contractual liability coverage applicable to the contract referred to
above, including the obligation to defend the City.
3. Delete all exclusions relating to property damage arising out of explosion,
collapse, or underground damage (commonly referred to as "xcu" hazards).
4. Indemnify and save harmless the City of Newport Beach against any and all claims,
excluding sole negligence of the City, resulting from the undertaking of the contract.
This hold harmless assumption on the part of the underwriters shall include all costs of
investigation and defense, until reasonable determination is made that the City is solely
negligent.
5. Provides limits of liability and coverages as follows:
COVERAGES TO
WHICH THIS EFFECTIVE
ENDORSEMENT DATE OF
ATTACHES ENDORSEMENT
enera is iIity
& Automobile June 27, 1980
Liability
POLICY POLICY
NUMBER PERIOD
03G=RA & 511180 to
03FJ1514SRA 5/1/81
LIMITS OF
IABILITY
INSURANCE
COMPANY
Aetna— Casualty &
Surety Company
This endorsement is effective JUNE 27 , ISNI_, when signed by an
Authorized Representative of the companies affording coverages and when issued to City
shall be valid and form a part of policies herein, described.
Should any of the above described policies be cancelled before the expiration date
thereof, the issuing company shall mail 30 days' prior written notice by registered mail to:
City of Newport Beach c/o City Clerk
3300 Newport Boulevard
Newport Beach, California 92663.
NAME OF AGENT OR BROKER
A. Roger Thompson
Address One Century Plaza - 22nd Floor
Century Park
Los Angeles, CA 90067
By �.
epresentative
IMPORTANT: This is the only evidence of insurance acceptable to the City. The person
executing this Endorsement is cautioned to make certain that he has authority
to do same on behalf of the Insurance Company or Companies.
C.I.E. - 3/79
•
1i
Workers' Compensation Certificate
"I am aware of and will comply with Section 3700 of the Labor Code,
requiring every employer to be insured against liability for Workers'
Compensation or to undertake self- insurance before commencing any
of the work."
June 27, 1980
Date SiFRaN t. BLLAND, ASSISTANT SECRETARY
CITY OF NEWPORT BEACH
Contract No. 2127
Special Endorsement No.
In consideration of the premium charged, this endorsement is attached to and made
a part of all policies insuring the liability of any person, firm or corporation
performing services under contract for the City of Newport Beach.
Notwithstanding any inconsistent expression in the policy to which this endorsement
is attached, or in any other endorsement now or hereafter attached thereto, or made a
part thereof, the protection afforded by said policies shall:
1. Include the City of Newport Beach, its officers and employees as additional
insureds in the policies described below for injuries, death or damage to property
arising out of or in connection with the contract executed by the named insured and the
City. It is further agreed that this policy shall be primary and non - contributing with
any other insurance available to the City of Newport Beach, and includes a severability
of interest clause.
2. Include contractual liability coverage applicable to the contract referred to
above, including the obligation to defend the City.
3. Delete all exclusions relating to property damage arising out of explosion,
collapse, or underground damage (commonly referred to as "xcu" hazards).
4. Indemnify and save harmless the City of Newport Beach against any and all claims,
excluding sole negligence of the City, resulting from the undertaking of the contract.
This hold harmless assumption on the part of the underwriters shall include all costs of
investigation and defense, until reasonable determination is made that the City is solely
negligent.
5. Provides limits of liability and coverages as follows:
COVERAGES TO
WHICH THIS EFFECTIVE
ENDORSEMENT DATE OF
ATTACHES ENDORSEMENT
enerG aT-E aSiIity
& Automobile June 27, 1980
Liability
POLICY POLICY
NUMBER PERIOD
03ULI2SRA & 5IMT to
03FJ1514SRA 5/1/81
LIMITS OF
6BILITL
INSURANCE
CO
A'e'trTaMPANY -Casual ty &
Surety Company
This endorsement is effective JUNE 27 , 19&0__-, when signed by an
Authorized Representative of the companies affording coverages and when issued to City
shall be valid and form a part of policies herein described:
Should any of the above described policies be cancelled before the expiration date
thereof, the issuing company shall mail 30 days' prior written notice by registered mail to: j
City of Newport Beach c/o City Clerk
3300 Newport Boulevard
Newport Beach, California 92663.
NAME OF AGENT OR BROKER
A. Roger Thompson
Address One Century Plaza - 22nd Floor
nn en ury ParK
Los Angeles, CA 90067
By
Authori edRepresentative)
IMPORTANT: This is the only evidence of insurance acceptable to the City. The person
executing this Endorsement is cautioned to make certain that he has authority
to do same on behalf of the Insurance Company or Companies.
C.I.E. - 3/79
0 0
July 11, 1980
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: STREET RESURFACING - 22nd STREET TO UNIVERSITY DRIVE AND
JAMBOREE ROAD (SOUTHBOUND) (C -2127)
Attached are four copies of the subject contract documents.
Please have executed on behalf of the City, retain your copy and the
insurance certificates: and return the remaining copies to our
department.
Gary Miller
Project Engineer
GM: do
Att.
r
Page 5
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 agree-
ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH
whereby such affiant or affiants or either of them, has paid or is to pay to such
bidder or public officer any sum of money, or has given or is to give to such other
bidder or public officer anything of value whatever, or such affiant or affiants or
either of them has not directly or indirectly, entered into any arrangement or agree-
ment with any other bidder or bidders, which tends to or does lessen or destroy free
competition in the letting of the contract sought for by the attached bids; that no
bid has been accepted from any subcontractor or materialman through any bid depository,
the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from
considering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman from
bidding to any contractor who does not use the facilities of or accept bids from or
through such bid depository; that no inducement or any form or character other than
that which appears upon the face of the bid will be suggested, offered, paid, or
delivered to any person whomsoever to influence the acceptance of the said bid or
awarding of the contract, nor has this bidder any agreement or understanding of any
kind whatsoever, with any person whomsoever to pay, deliver to, or share with any
other person in any way or manner, any of the proceeds of the contracts sought by
this bid.
Subscribed and sworn to before me
this /jt�day of JUAN ,
,,
My commission expires:
�tkGh 1b, 19�;U
./
'•. �i.\� jl
a" � (�\ v;:)V-�"i
Notary Public
, + OFFICi, ;L ;
REBECCA r y,
NOTARYrUe r„
A iA
iwT ORANGF COUNTY
Commission Expires Mar, 16, 1984
• , Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid openinq if he
is the apparent low bidder.
//
Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character to
that proposed herein which he has performed and successfully completed.
Year
bU 441- t;l4tlN l.LLVf u.Un64v',r `. `.t
-
-
,
rmJeat [x[<ri<n<e
Pep (ten_^
Yrluv
Of Nark
'
Year
TITe Of N.ri
Parforued
~624,756
of Nork.
For Whom Perr.me ,]
12151174
Paving, Uralnag0. 4 Util,
_L.w'atlon
L. A. K.,,t.r
_
L+ An4alcs ILirlwr Drparteo,t
^
Street Improvement
792,919
Orange County
City of (:.,to N <.a
^
street Ieprovcmcnt
773,598
Orang< Cuuuty
City of CO3ta He.n
•
Serer
724,456
OrorE, Coonty
Qren(o C.umty Sao Ltatkoo District
• w
Pipeline
'3,666,869
L. A. County
Ce[roPOILtan W.14 'r 141trtct
^
Pipeline
2,255,473
L. A. C.,mty
Futropollt.v, w:,rcr Dlairict
•
Catervatcr Reclam. Pit.
2,945,040
Pall Ucv Crt
Cosohelln Vali<y Co. Water Dist.
•
F, ..ping Pilot
1,641,986
Pc arbluz we,
star. of Callercnua
•
Serer
1,678,918
I s Aaccics
City of Los dnycJcn
^
Store Drain '
1,019,452
Pearbloss.m
L. A. County Flood Control Dist.
^
Punp. Pits. - Control Bldg,.
1,269,347
Kern County
fsrn County Wester Agcn y
^
D1etrlb. Canal 6 RCr<rvolrs
1,330,617
Kern County
UFelo Hater District
^
Water Distrib. System
1,042,227
H].C., California
BUttonwillow improvement
^
Cater Line
1,022,490
Pueblo, Colorado
Pttobio k'est Hccro. list. L !keu {loch
^
Pipeline Extension
646,146
San Jacinto
rintmpolltan Mater Olstriet tap.
12131/75
Store, Drain
S,074,615
Glendale
L. A. Cc, Flood Cant rot District
^
Interceptor Sewer Line'
4,343,553
Ord'. Grove
Orange Co. Sanitation
^
Water Treatment P1]nt
2.699,559
Bulersfield
Ceres Co, Hater Agency
°
7 Prep Plts. - 7 Con. Bldgs.
1,129,836
euke<s Cicld
darn Co. Inter Agency
^
Waste Ktr. Reelam. Plant
2.017,448
Palo 0esert
-Coachella Valley Hater District
+
Storm Drain
1,335,215
4tanhattan Beach
L. A. Co. Flood Control District
^
Ester Distribution Systems
1,019,443
WASCO
- uttonwillow leprorment District
•
Sterna Drain pipe 6 Box
S87,669
Riverside
Riverside Co. Flood Control District
•
p-v Roadway
930,0$5
Irvine
The Irvine Coe.pany
^
lumping Plant Ind Discharge
907,488
Peaiblossoe
Dept. Water Resources - St.of Calif.
•
Stores Drain
837,352
DranCe
the Irvine Company
w
T=o-its-Discharge Pipelines
742,404
8akers"cld -
Crrtr County Water Agency
•
Street Icprovemencs
736.785
Wilmington
City of Los Angeles
°
Street Construction
719,572
Los Angeles
L. A. harbor De.arxment
^
Lein£. Conc. Box Culvert
709,629
Escondido
City of Escondido
• 12131/76
Pump Plants - Control Buildings
91182,104
Kern County
rern County hater Agency
Storm Drain
5,064.798
Antelope Valley
Antelope Valley -E. Kern Water Agency
°
Interceptor Sever
4,317,614
Denver, Colorado
lie -tro, Denver Sewage Disn. District
^
uAnnel -
3,364.084
Cucaconta
Dept. of Array, Corps of Engineers
+
Waterlines
2,094,109
full, Arizona
&areau of Reclamation
^
Tracts - New Development
1,139,237
Aliso (falls .
Wor.lend Developnent Company
°
Scorn Drain
1,096,693
Phoenix, Arizona
City of Phoenix
^�
storm Drain
1,000,965
Irvine
The Irvine CerPanv
•
Street Widening
858,440
Los Angeles '
I.. L. Community Redev. Agency ,
°
Street Hideniog
726,947
C/O Simi %alloy, CA
C/o Simi Valley
Renovation Flaat - Inter. Sewer
723,272
Los ,Lngeles County
L. A. County Sanitation District B2
•
311 Improvements
659,742
Brea Wall - Brea, 61
ll..m nev. Co.
Street Impzorenent5
617,675
Matte, CA
C/D P.]s rte
°
Street Improveecnts
607,124
Long Beach
Lv A. County Road Depaament
Interceptor Sewer
579,627
Irvine
Irvina Ranch water District
32/31/77
Intercepter Sever
6,837,423
Denver, Colorado
P:mtro. Denver Sewage Disp. District
..
Stores Drains, Water Lines
5,401,116
Irvine, CA
j53. Irvine Assessme rot District
Tracts - New Devel.pcenc
5,363,263
Aliso Hills, CA
r*orelcnd Developnent Co.
•
AI
I ee -ers
4,281,117
Cambria, CA
County of San Lois Obispo
'^
Savors
2,335,575
Rice, CA
tako County Sanitation District
^
Storm Drain
2,316,945
Proenir. Arizona
City of Phoenix
iipe Lines
2,037,790
Daggett, CA
So. California Edison Company '
^
P.tsiness Park - New Develop.
1,752,917
Brea, CA
forelcad Cevlop ^eryt Company
Streets, Curbs. Sidewalks
1,610,914
Irvine. CA
.'
Res. Irvine Assessnant Co,
°
Yaterlines
1,259,919
'HOnterey. CA
Sonterey Councv
^
Pusping Stations
1,11.0,167
Valley Center, CA
Valley Center F:unicipal Water Distr.
+
Cater Lines
1.085,658
Redwood Valley. CA
t.dwood Vault, County Water Distr.
^
Clonnel
1,079,460
Cucar,onga, CA '
U. S. Amy Corps of Engineers
°
Storm Drains '
929,962
Irvine, CA
Waruington Dcvclopmenr Co.
_
Canal Imereveoents
912,195
Lost (fills, CA _
Lost Hills water District
U-31-18
'Caterlines
3,646,977
wbntcrey, CA.
_
— iWnterey County
°
Streets, Curbs, Sidewalks
2,751,538
Irvine, CA,
lo. Irvine Assessment District
. °
store Drains, Waterlines
2,168,672
Irvine, CA.
its. Irvino Assessment District
-
tuslness Park
1,902,819
Brea, CA,
romland Development Company
^
Runway Ieprovenents
1,772,013
Long Beach, CA.
Lmns Feach Airport
•
huts New Development
1,710,814
L.Venz Hills, CA.
Wrelxnd Developnent Company
•
sewers
1,473,414
Caebria, CA.
County of San Luis Obispo
' •
street JAT c eernte
1,213,965
Carden Crowe. CA.
Ciy P[ Gorden Grnve
•
sever Lines
110691307
Mesa Point, CA.
C -S. Cuvernocnc Sierra Ocon Outfxll
^
Cater Lines
498,913
Redwood V.11ey, CA.
Leduood Valley Couny Water District
•
0tmet leprovanents
075,940
Ccrfltos, CA.
City of Cerritos
•
6trest Irprovcscats
ADS,842
Fc]nrovia, CA.
City of W,u,rovla
^
Slrce[ lcptow a.e nos
761,023
Nulls Logton Dcach, CA,
Clt> of Huntington Park
^
Perking Lot irprnvov:nn
706,639
CArdai Cco,,, CA.
City of Gwen Crov9
' ^
Parking Let lop,ot'G.,nnt5
616,531
Pm rponY LC,ICII, CA,
Iavino Company ,
Apptall.itely 2,(106.1 Dno In,flvldwa
C.nitru Cti.n project[ ere cos%Vte :r,J
annually.
Il.e etperLtnce lilt Ah0V6 repre«nt%
only vnm. Of It," lirn,ficant Prot, r1, CumplcreJ
Jurnng the r0,y,ectJV. pc
NeJ.
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PLANS AND CONTRACT DOCUMENTS
FOR
STREET RESURFACING
IRVINE AVENUE - 22ND STREET TO UNIVERSITY DRIVE
JAMBOREE ROAD (SOUTHBOUND) PACIFIC COAST HIGHWAY TO SANTA BARBARA
CONTRACT NO. 2127
ADDENDUM NO. 1
NOTICE TO BIDDER:
Please be advised that the following changes shall be made of the original pro-
posal and Plans R- 5403 -5 sheet 2 of 2 as follows:
SPECIAL PROVISIONS
VI. DEFINITION OF PROPOSAL ITEMS
A. Page SP4 of 6
Add the following item:
7. ASPHALT CONCRETE PAVEMENT (w /GRADING)
This item shall include excavation, preparation of subgrade and
furnishing and placing asphalt concrete pavement on the prepared
subgrade for the 4' wide Bike Lane as shown on the revised plan.
The requirements for "excavation and preparation of subgrade"
and "furnishing and placing of asphalt concrete pavement" shall
be the same as for Items Nos. 1 and 4 respectively of these
Special Provisions as shown the plans except as modified and
supplemented below.
It is estimated that approximately 85 cubic yards of soil will
be excavated.
The A.C. base course for the Bike Lane on Irvine Avenue shall be
three inches. The finished surface shall be laid flush with the
A.C. overlay.
Removal and replacement of all traffic signing and markers that
interfere with this item of work will be provided for by the City
of Newport Beach.
The Contractor shall notify Mr. Fred Martinez of the City at
640 - 2186 48 hours in advance of commencing the work.
0
Payment for this item of work will be made at the unit price bid
per ton of actual quantity of asphalt concrete placed.
B. Page SP3 of 6
1. Item 4, Paragraph 1
Revise to read .... "This item shall include the furnishing and
placing of one inch (1 ")thick asphalt concrete over the existing
roadway surface and over that area where asphalt concrete base
course is required."
2. Paragraph 4
Revise to read .... "The surface course on Jamboree Road and Irvine
Avenue over that portion where A.C. base course is required shall
be one -inch (1 ") thick....."
PROPOSAL
A. Page PR 2 of 2
1. Add Item No. 7 "Construct Asphalt Concrete Pavement (w /Grading)"
PLANS
The attached plan supersedes plans previously issued.
Please show date of receipt of this addendum on the proposal or insert a copy
w' h your proposal.
�
Ben amin B. Noj lan
Public Works Director
GLM:do
Enc.
DATE OF RECEIPT BY CONTRACTOR: (p - q - 20
SULLY- MILLER CONTRACTING COMPANY
Contractor
• CITY OF NEWPORT BEACH •
PUBLIC WORKS DEPARTMENT
STREET RESURFACING
IRVINE AVENUE - 22ND STREET TO UNIVERSITY DRIVE
JAMBOREE ROAD (SOUTHBOUND) PACIFIC COAST HIGHWAY TO SANTA BARBARA
CONTRACT NO. 2127
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
Gentlemen:
PR 1 of 2
The undersigned declares that he has carefully examined the location of the work, has
examined the Plans and Special Provisions, has read the Notice Inviting Bids, and hereby
agrees to furnish all labor, materials, equipment, transportation, and services to do all
of the work required to complete Contract No. 2127 in accordance with the City of Newport
Beach Drawing R- 5403 -S, the City's Standard Special Provisions, Drawings, Specifications,
and these Special Provisions, and that he will take in full payment therefor the following
unit prices for each completed item of work in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. 345 Excavation and preparation of subgrade
Cubic Yards
@ T.Jrw Dollars
and
Cents $ 20. oo $ 69o0.o0
Per cubic yard
2. 835
Square Yards Provide and install reinforcing
fabric (Petromat)
@ Tw Dollars
and
awe., Cents $ 2.00 $ /670.00
Per square yard
3. 640 Construct asphalt concrete pavement
Tons
Se ✓ate Dollars
and
Cents $ 97.10 $ /7�S6.00
Per ton
•
•
PR2of2
Addendum No. 1
ITEM QUANTITY
ITEM
DESCRIPTION UNIT
TOTAL
UNIT PRICE
WRITTEN IN WORDS PRICE
PRICE
4. 2830 Place asphalt
concrete
overlay
Tons
@ Tea ,�
✓e l
Dollars
and
Per ton
Cents $ 21tio
$ '712
48 Adjust utilities to grade
Each
@ oNe // ✓JJ2aQ Se,.a..�i - re%Dollars
and
Cents $ 1 -15.00 $ S4co.00
Each
33 Adjust manholes to grade
Each
@ owe f{ �urcnq .G,.rz.,Prt,- r-,✓--DolIars
and
�4se.., Cents $ CIS•oo $
Each
250 Construct Asphalt Concrete Pavement
Tons (w /Grading)
Dollars
and
Cents $ $ !/f aoo.00
TOTAL PRICE WRITTEN IN WORDS
oN6 .4✓N012R.0 'ti'%ts 7��ca�a n' ✓e OQED DOlidrs
and
�,ao Cents $ /30 oO
Contractor's License No.
4qYj1 ' Na ccNTRACTING COMPANY _
pp �j' //r s Name
Date �D'��-6OGY/L!1 4 raft,
Authorized Signature and Title
Bidder's Address P. O. BOX 432, ORANGE, CA. 92661
Bidder's Telephone No. (7141 639 - :1.460
BOND NO. 766046 (8623)
' PREMIUUONCLUDED IN BBSU
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
:NOW ALL MEN BY THESE PRESENTS,
That we, SULLY MILLER CONTRACTING MMPANY , as Principal,
and SEABOARD SURETY COMPANY , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the SUM of TEN PERCENT
OF THE TOTAL AMOUNT OF THE BID IAol1ars ($ 10% of BID ), 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 RESURFACING IRVINE AVENUE - 22nd STREET TO UNIVERSITY DRIVE; JAMBOREE ROAD
(SOUTH BOUND) PACIFIC COAST HIGMRY TO SANTA BARBARA
in the City of Newport Beach, is accepted by the City Council of said City, and if the
above bounden principal shall duly enter into and execute a contract for such construc-
tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting
Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from
the date of the mailing of a notice to the above bounden principal by and from said City
of Newport Beach that said contract is ready for execution, then this obligation shall
become null and void; otherwise it be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this Ilth day of
JUNE , 1980
Corporate -.Seal (If Corporation)
(Attach acknowledgement of
„ Attorney -in -Fact)
,
Ti
L!I
SULLY MILLER CONTRACTING COMPANY
PBYncipa ^
FRANK E. HOLLAND
ASSISTANT SECRETARY
SEABOARD SURETY COMPANY
n
CAITHAMER/ATTORNEY -IN FACT
STATE OF
CALIFORNIA
COUNTY OF
LOS ANGELES
On this ......... 11th
JU NE
before me personally came
............ ... ....... _......................._..................... ........ ....... .................._J. H. CA ITNAMER
................................................................. ................................... ....................................... .. ................
...
to me known to be an Attorney -in -Fact of SEABOARD SURETY COMPANY, the corporation described
in the within instrument, and he acknowledged that he executed the within instrument as the act of
the said S A BOARD SUI3RBFY- e0MP*N accordance with authority duly conferred upon him by
'fi l
said Comp In . ,z Lr E D4AKULICH
re 1 .i � r lira 7
My Gomm -cn C r A4 t - t 3 0 1981 - _..... ._ . ........... t-`
ro>�e4s ,.. „ ,,.. :, ,:.., Notary Public.
STATE OF CALIFORNIA,
COUNTY OF LOS ANGELES
milllnnlLnn: uuuan::: 1111�1n: Ilnn;: mm;; nnnamm :unnnnnOniNnmmllminlllmlll�
Y z'
O"FIGAL CEAL
DRAKULICH E
h11Cf;El_E E.
PRINT IPAL OFFICE IN
:CS ANGELES COUNTY _
My Commission Expires August 30, 1981
ACXn0WLEDDVEMT— DOrpogt.a
` ss.
ON` JUNE 11 19_80
before me, the undersigned, a Notary Public in and for said State, personally appeared
_i FRANK E. 1DLLAND
known to me to be the
ASSISTANT SECRETARY_
of the SULLY MILLER CONTRACTING COMPANY
the Corporation that executed the within Instrument, known to me to be the person who
executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged
to me that such Corporation executed the same.
WITNESS my hand and official seal.
Notary Public in and for said State.
10 a
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
STREET RESURFACING
IRVINE AVENUE - 22ND STREET TO UNIVERSITY DRIVE
JAMBOREE ROAD (SOUTHBOUND) PACIFIC COAST HIGHWAY TO SANTA BARBARA
Approved by the City Council
on this 12th da, of May, 1980.
Doris George, City Clerk
IL6 0 : s
CONTRACT NO. 2127
SUBMITTED BY:
SULLY - MILLER CONTRACTING COMPANY
Contractor
P. 0. BOX 432, ORANG -5, CA. 92r6l
Address
LU-41 412- IM
Telephone
) / 30, s S8 cs�
Total Bid "Price
0 Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 11:00 A.M. (as determined by telephone time signal) on the
11th day of---Tu—ne 1980, at which time they will be opened and read, for
perform g ork as follows:
STREET RESURFACING & RECONSTRUCTION PROGRAM
JAMBOREE ROAD (SOUTHBOUND) & IRVINE AVENUE
CONTRACT NO. C -2127
Bids must be submitted on the proposal form attached with the contract documents
furnished by the Public Works Department. The additional copy of the proposal form
is to be retained by the bidder for his records.
Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable
to the City of Newport Beach, for an amount equal to at least 10 percent of the
amount bid.
The title of the project and the words "SEALED BID" shall be clearly marked on the
outside of the envelope containing the bid.
The contract documents that must be completed, executed, and returned in the sealed
bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signature and titles of the persons signing
on behalf of the bidder. For .corporations, the signatures of the President or
Vice President and Secretary or Assistant Secr =etary are required an t e or_ porate Seal
shall be a fixed to a ocuments rung signatures. In the case of a artnersh'p
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach,.California, at no cost to
licensed contractors. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
(cont.)
0
Page la
The Cit has adopted the Standard Specifications for Public Works Construction 11976
Editionyj as prepared by the ou ern California ap ers o e r can u c Works
Association and the Associated General Contractors of America. Copies may be obtained
from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213)
870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of
these are available at the Public Works Department at a cost of $5 per set.
A standard "City of Newport Beach Special Endorsement" form has been adopted by the
City of Newport Beach. This form is the only endorsement acceptable to the City for
liability insurance purposes. The successful low bidder will be required to complete
the form upon award of contract. (A sample form is attached for reference.)
For any required bonds, the company issuing bid bonds, labor and material bonds, and
faithful performance bonds must be an insurance company or surety company licensed by
the State of California.
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer-
tained 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. A copy of said determination 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 -7981 in-
clusive). The contractor shall be responsible for compliance with Section 1777.5 of
the California Labor Code for all apprenticeable occupations.
The contractor shall post a copy of the prevailing wage rates at the job site. Copies
may be obtained from the Public Works Department.
The City reserves the right to reject any or all bids and to waive any informality in
such bids.
Revised.3 -13 -79
Page 2
All bids are to be computed on the basis of the given estimated quantities of work.
.,c indicated in this Proposal, times the unit price as submitted by the bidder. In case
„f a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing for
the registration of Contractors, License No. I C 3 e Classification`
Accompanying this proposal i
,
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 workers' 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.
17-1,4)- 439,M SULLY- MILLER CONTRACTIRq 0 __
Phone Number s ame
( SEAL)
OA
Date riv ut or ze gnature
Authorized ignature
CORPORATION
Type of Organization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
S,ae & e *-F ¢- 6, ?s P4-A e-
0 •
d. H. MacGregor
Pres. & General Manugor
R. F. Mblyneua
Sr. Vice Pros. & Manager -Blue Diamond Div.
W. D. Rash
Sr. Vice Pres. & Asst. Secretary
P. A. Abbott
Vice Pres.- Northern Const. Div., & Asst. Sec.
John A. Berton
Vice Pres. -Los Angeles Const. Div.
D. E. Branch, Jr.
Vice Pres. -San Diego Const. Div.. & Asst. Sec.
Robert E. Holland
Vice Pres. - Orange Const. Div.
R. W. Keith
Vice Pres. - Equipment Div.
W. D. McCullough
Vice Pres. -Blue Diamond Div.
James 0. Pittman
Controller
Dale 0. Durham, Jr.
Assistant Secretary
Frank E. Holland
Assistant Secretary
R. R. Munro
Assistant Secretary
J. C. Wilson
Assistant Secretary
James F. Winders
Assistant Secretary
D. E. Bosworth
Assistant Secretary
Raul Duran
Assistant Secretary
4
r `
_.
F--1
L J
Page 3
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these subcontractors except upon
the prior approval of the Engineer.
Item of Work
Subcontractor
1. mome-
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Address
SULLY - MILLER CONTRACTING COMP.A1lY
Bi er s amor/e
rfX.
AuthorIzed Signature -
CORPORATIOII
Type of rganization
(Individual, Co- partnership or Corp.)
SULLY - MILLER CONTRACTING. _COMPAW
• :•y' •C:► :f3
TO: CITY COUNCIL
FROM: Public Works Department
• 3X
June 23, 1980
CITY COUNCIL AGENDA
ITEM NO. H -2(c)
SUBJECT: STREET RESURFACING, JAMBOREE ROAD (SOUTHBOUND) AND IRVINE AVENUE
1979 -80, C -2127
RECOMMENDATIONS:
1. Reject bids submitted by Vernon Paving Co. and Hardy & Harper Inc.
2. Adopt a resolution awarding Contract No. 2127 to Sully- Miller
Contracting for $130,558 and authorizing the Mayor and the City
Clerk to execute the contract.
3. Authorize staff to extend the project limits per change order,
thereby encumbering the balance of funds in the street resur-
facing program.
DISCUSSION:
The following five bids were received and opened in the office of the
City Clerk at 11:00 A.M. on June 11, 1980:
Bidder Amount Bid
1. Sully- Miller Contracting Co. $130,558.00
2. Vernon Paving Co. 132,099.30
3. All American Asphalt 136,105.25
4. Griffith Co. 141,421.00
5. Hardy & Harper Inc. 145,154.50
The low bid is 6% less than the revised Engineer's estimate of
$138,875.
Bids submitted by Vernon Paving Co. and Hardy & Harper, Inc. did not
contain bid item No. 7 for the addition of a bike lane on Irvine Avenue per
Addendum No. 1.
The recommendation for rejection of their incomplete bids does not
affect the competitive bidding process, as neither was the low bidder.
The contract provides for the asphaltic concrete overlay and miscel-
laneous reconstruction of: (1) Jamboree Road (southbound) from Pacific Coast
Highway to Santa Barbara Drive; and (2) Irvine Avenue from 22nd Street to
University Drive, including a bike lane. The original engineer's estimate was
revised from $128,000 to $138,875 to provide for the bike lane (bid item No. 7)
which was added to the proposal per Addendum No. 1. Of the total project cost,
$6,890 will be funded from the bike trails program; and the balance from the
street resurfacing program.
0 0
June 23, 1980
Subject: Street Resurfacing, Jamboree Road (Southbound) and Irvine Avenue
1979 -80, C -2127
Page 2
The street resurfacing program appropriation balance is approximately
$134,000. The amount to be funded for this project is $123,668 ($130,558 less
$6,890), which results in end -of- fiscal -year balance of approximately $10,300.
If approved, this balance will be used to provide for the resurfacing of ex-
tended project limits shown on the attached sketch; i.e., (1) southbound lanes
of Jamboree Road from Santa Barbara Drive to San Joaquin Hills Road, and (2)
the intersection of Jamboree Road at San Joaquin Hills Road. It should be
noted that (1) such extended resurfacing may be performed per change order em-
ploying favorable unit prices contained in Sully- Miller's low bid, and (2) the
extended project limits were scheduled to be resurfaced with funds provided in
the 1980 -81 street resurfacing program.
Sully- Miller Contracting Company is a well qualified paving con-
tractor who has successfully completed previous contracts for the City.
Plans and specifications were prepared by the Public Works Department.
The estimated date of completion of work is September 21, 1980.
Benjam n 8. Nolan
Public Works Director
GM: j
Att.
„ 1 -
V�
`� l
R
ZIA
i
r
rb
/J
,
,
,
}
r� r �I
NpJAM
/fj 0 i NyEWPOR +� z
DUNES z o
E `
�NT /4CO
CITY OF NEWPORT BEACH DRAWN -` DATE ”
PUBLIC WORKS DEPARTMENT APPROVED
IRW?NE - 22'=/a S%/ PUBLIC WORK9 DIRECTOR
%O U.V /J1,FR5 /TY "111,E. .154AWO.QEE .PO. R.E. NO.
AF5119F.4C/Nb -4466 00.437- HAvY 710 DRAWINO NO. sa.. - _t 10/1
EXH /B /T
T
-
E
RESOLUTION NO. 980(')
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO SULLY -
MILLER CONTRACTING COMPANY IN CONNECTION WITH
STREET RESURFACING OF'JAMBOREE ROAD AND IRVINE
AVENUE (C -2127)
WHEREAS, pursuant to the notice inviting bids for
work in connection with the street resurfacing of Jamboree
Road and Irvine Avenue, in connection with the plans and
specifications heretofore adopted, bids were received on
the llth day of June, 1980, and publicly opened and declared;
and
WHEREAS, it appears that the lowest responsible
bidder therefor is SULLY - MILLER CONTRACTING COMPANY,
NOW, THEREFORE, be it resolved by the City Council
of the City of Newport Beach that the bid of SULLY- MILLER
CONTRACTING COMPANY in the amount of $130,558.00 for the
street resurfacing of Jamboree Road and Irvine Avenue be
accepted, and that the contract for the described work be
awarded to said bidder; and
BE IT FURTHER RESOLVED that the Mayor and City
Clerk are hereby authorized and directed to execute a con-
tract in accordance with the specifications, bid and this
award on behalf of the City of Newport Beach, and that the
City Clerk be directed to furnish an executed copy to the
successful bidder.
ADOPTED this
ATTEST:
City Clerk
day of
Mayor
1980.
kv
6/18/80
•
r
w
Q
z �
W
W z LX Z
0
O 2
N U W
JI[i
W
W
S
n
r
U
IN
A
q
a
�I
N
H
v
•
O
+
o
v
p
O
o�
� �
O
;I
N
en
QZ
J Q
�r
U
N
O
Q
.
o
a
e
N
N
\
�
�
p
�
2
p
Z
Z
\O
O
\
Q
(
'
\Di
7
Q
rj
O
14
0
o
V
F
�
Q
1
!
JI[i
W
W
S
n
r
U
IN
A
q
a
�I
N
H
v
41
m
F- U W
m
�uvui
iu�
�
v�
7
41
U�
z u)
aLJ
W Ir z
F z CS
_om
F U W
kka
l
W
IJ
S
n
a
DIY■
AM�w
111
■Illl101dl
d
IYN�III■
O�IA�AI
�mxeu
�
kka
l
W
IJ
S
n
a
F- 111
w
F-
W
Z
Z
w
W
U
2
n
11
NI��
1
U�EIIY�IYYYIIImIN�
�AYWII
W
U
2
n
H�
TO: CITY COUNCIL
FROM: Public Works Department
E
May 12, 1980
CITY COUNCIL AGENDA
ITEM NO. H -15
SUBJECT: STREET RESURFACING -- JAMBOREE ROAD (SOUTHBOUND) & IRVINE AVENUE
1979 -80, C -2127
RECOMMENDATIONS:
1. Approve the plans and specifications for the subject
project.
2. Authorize the City Clerk to advertise for bids to be
opened at 11:00 A.M. on June 11, 1980.
DISCUSSION:
This project provides for an asphaltic concrete overlay and
miscellaneous reconstruction on Jamboree Road (southbound) from San
Joaquin Hills Road, and on Irvine Avenue from 22nd Street to University
Drive. The work is part of the continuing street maintenance program,
and will provide adequate structural sections for present and future
traffic demands. A sketch showing the location of the project is
attached.
The engineer's estimate for the work is $128,000. Sufficient
funds have been provided in the current budget.
The plans and specifications were prepared by the Public Works
Department. The estimated date of completion is September 29, 1980.
C'J
Benjamin B. Nolan
Public Works Director
GLM:em
Att.
v
"moo
9 � �
i
i,
rpo
\ It -n ` V'
r ,
A(EWFOR
nuNEs
F��q °c. ✓ �NTr4C0
I
o
N
v
t O
O
6 p
A 70
14 K
o� F
SCALE /''- BOO'
CITY OF NEWPORT BEACH DRAWN -s DATE 5
PUBLIC WORKS DEPARTMENT APPROVED
.vo
/d;Y la AIDE. PESL/QFiiC /NG7 -ZZ - .:: T PUBLIC WORKS DIRECTOR
j0 ./,4NB0.?EE R4 R.E. NO. —
AF541101CAC /N6 - EAST COAST HsVY. M DRAWING NO. E.YH /B /T
AN ✓DA AO'lAl /G65 .PQ
.ot' 14
� �•
I
pAOUiv
Hats Rt
��
"moo
9 � �
i
i,
rpo
\ It -n ` V'
r ,
A(EWFOR
nuNEs
F��q °c. ✓ �NTr4C0
I
o
N
v
t O
O
6 p
A 70
14 K
o� F
SCALE /''- BOO'
CITY OF NEWPORT BEACH DRAWN -s DATE 5
PUBLIC WORKS DEPARTMENT APPROVED
.vo
/d;Y la AIDE. PESL/QFiiC /NG7 -ZZ - .:: T PUBLIC WORKS DIRECTOR
j0 ./,4NB0.?EE R4 R.E. NO. —
AF541101CAC /N6 - EAST COAST HsVY. M DRAWING NO. E.YH /B /T
AN ✓DA AO'lAl /G65 .PQ
. '
THE NEWPORT ENSIGN
PROOF OF PUBLICATION
(2013.5 C.C.P.)
STATE OF CALIFORNIA,
SS.
County of Orange,
I am a citizen of the United States and a resident of the
County aforesaid; I am over the age of eighteen years, and
not a party to or interested in the above - entitled matter. I
am the principal clerk of the printer of the Newport Harbor
Ensign newspaper of general circulation, printed and pub-
lished weekly in the city of Newport Beach, County of Or-
ange, and which newspaper has been adjudged a news-
paper of general circulation by the Superior Court of the
County of Orange, State of California, under the date of
May 14, 1951, CASE NUMBER A -20178 that the notice, of
which the annexed is a printed copy (set in type not smaller
than nonpareil). has been published in each regular and en-
tire issue of said newspaper and not in any supplement
thereof on the following dates to-wit:
Published May21, 1980
........................................... ...............................
I certify (or declare) under penalty of perjury that the
foregoing ' e and correct. Dated at Newport Beach,
Calito a, this dayofMay 19 8p /
Signature
THE NEWPORT ENSIGN
2721 E. Coast Hwy., Corona del Mar, California 82625.
This & is for the County Clerk's Filing Stamp
Notice
Proof of Publication of
Contract #C -21
PROOF OF PUBLICATION
A
CAUFORN111
NOnCE INVITING BUDS
SEAM BUDS wW b x.c.lvad a tb
dhw d au Ciy Clnlo Ciy N.D.
Nowpoxt Bwh, C•Womb, uael 11:00
..m. (a• dwmined br t uphon. Wa.
dyn.l) on tb 11th a., of lone, 1881.
.1 which BBO that wRl b %-DP . rd
'turd, lot Wbtmloe wmk u ioaaw:
.STREET. RESURFACING AND
ARCONSTRUCTION PROGRAM 1AM -.
RORRE ROAD (SOUTHBOUND) AND
IRVINEAVENUE. .
CONTRACT NO. C -7127
BW road b .ubo itW ao to Pro-
pwl btm'amohad with W cor m1
dm.mwb hamishad br the Pd*-
wmt. D.wdm.nt. Th. •dathaed_ .
oopr of th. Pt•PON torn b b b opt'
tam.hPtb hldd b r. bbucvttdl. .
L.ah.bld trout N
.odd e. d
Bi
Bads Pq.bm ro tb C,. aio ew
B..eh, mr .a amoanl a.vd b d I.N.
on th. oabid. of the envelop• 00%Wom'
w9thebid.
Tb oov4act docoo.ob thet moat b-
e W' and tdata.d`m
the awl. bid am:
A. Pmpmd
B. T1.NPat»n d Subcon4actom
C. awdae. Bond
D. N.WD..ma Aift"ott
R. Smbmaot of F—ooW %woo.
dbdttr
F. rchobd AbR1y .. Brq'+tba.
R =7d
lbw dodo -A ahsll ball Per:
wtth the ,, oo a• tltb. d tM p.x-
For ornora ®. hard4 d the bOf"
Po. coxpm tlew, t daodom d"a
.Podded m'. V1w wn nrl avd
tr m Aadd•nt 9.cnmtj •x•!r
t... W Cotpmvb 9ed .baB:Y•'
•tl . b aV dxumnb t.aoYloV .'
dmte`i.. m tb.
'h. wo'd a Patbm -:
'dammn of 1 IWt
.atd petm.rboQd+.d.
ds wlE b eca. iron •
vector not boon Ucma00 m .
' eornxdaac. N v,o.l,avi d
� Cbpbr.W.'fon
.nd Pttow his Cod.. Th'i"o®tn d =
.bll der. bV .ticee.e number and'.
clmi0cetloo of Pk opo.el.
Ob b, of Plan• sad conb�N
doc000nb. ..[ .. a PYm.
dotr, mP W fti d'0 IL• PbBC
/ Depel bn1 city H N.wpod
BOa : CddoY, a' no .
oo ro Vtnpr .
. t wotom. It b tpowt•d tote W
pbea ...owbecl dacam.n4.;b
hWtoed wtthm a vb •1m m..Wd
hu .dopt. tb
0
lb. City b" 6164114 ok&ftd
S,,oafal Prrrvimiremo sal Wadded Vmiew
Jag. Cp. W these are aroval, a
W. Paid. Weak. V.Partmend arrOvot
A ddd -,CVf
SP.IW Worimmovell' fi"Ilwj+*,'
"Mied by the CW ad XON-jec ImmorIX
Thim Jam k the A� cbrtaaeds '4i:-'
wmw
,em,t-bl,r w &be CRY for lislidw tv.
saxorare Parpor. Tire eammeoselo im,
bidder will be reolmd to caftpk% Ae
loan rii,aa.rr and .f.,,mtr.eh I .
Far eaq, rqwd bead., Ow cans-
prey isrumrg bid boed& labor wd
.t.W bomds, pird faithful Mr...
farmeme bar& reart be . iczarram:,,
carra .y - surety Py U..pud
by the liftle ad Caldornia. I
la ar.rdaxca mrith W. provisicaiii cd
Arti.l. 2, Ch.,lai 1, Part 7'd ]be,
Calflarvirs Labor Code (SicHwi IM'
M. q.). the UirMOr .1 I'marodal
Relations bas ascertained the ,.meal,
P..ihpq rat. rd dim -- •b,
the laaalty 1n Which, the wak Is,b. 1,.!
performed f. each mid, alieedke,
ti,ar, or type rd yroA.. or aawww.:
needed W .:.cad the coattW. A
copy M said dtvammhwteaa 1p .4.1A.
ir, the Mae rd the Oty Clrk All par.
ties m the coahad shell,b reverend by
Cod. relating to pailtar, emv rAes
(S.etio. 1770-790 larlawbre). TU
eomradm b.0 bnwreaebb, sai
caaxapliaaae with Swoon 1777.5 5d it.,
CUfnids later, Code, firt a appm-
The cmtrar,tor shall post w 6W W,
the P.Mb.g wn. rate, at fhoj*
.tw. C�aae are, be b(.Id (worm, W.
Publf. W." D"ri,reart, -
The Call the Aght W reject
any or all bids a" to malre a4Llipme
im Th.
deeep.d Ensign. Mal
0
v'