Loading...
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'