Loading...
HomeMy WebLinkAboutC-2196 - Resurfacing San Joaquin Hills RoadJune 8, 1981 (ATY' Oil NIVATRAW!" BIFA(A! Sully-Miller Contracting Company P.O. Box 432 Orange, California 92667 OFFICE OF TEE CITY CLERK (714) 640-2251. Subject: Surety . Seaboard Surety Catip-any Bonds No.: 81-014 Project San Joaquin Hills D,-)ad Resurfacing Eastbound - Private Road to lln-,Arthur Boulevard Contract No.: 2196 The City Council on May 11, 1981 accepted the work of subject project and authorized the City Clrn.-]c to file a Notice of Completion and to release the tk)nch, 35 d�iys after' Notice of Cmpletion has hlen filed. Notice of a-finplot-ion was filed with the Oranrj;! County 1?ec!o.r6er on May 18, 1981. in 1k)ok No 14061, Page 1869. Pl(.-xzsc, notify your surety company that the lx)nds may Iya release 'IS days after the recording date. WANDA 1--'- ANDMSEN City Clark VEAQ.t CC: Public Vbrks Dt�partnxnlu ('i I Y I Ia l;. - ;"MO pon 1 It a i I u% Did, 34, In wi I Sea d i, (A hum a 92663 "I o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on April 1 S, 1 981 the Public Works project consisting of San Joaquin Hills Road Resurfacing___ (C -2196) on which Sully- Miller Contracting Company, P.O. Box 432, Orange, CA 92627 was the contractor, and Seaboard Surety Company was the suretompleted. RECEIVED 9�.. CITY CLERK 7 JUN I 21981 10` CITY OF IIEWPORT BEACH, I I CALIF. I, f f d, say: VERIFICATION CITY OF NEWPORT BEACH Public orks Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on May 12, 1 qFtl 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 May 11, 1981 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on May 12, 1981 at Newport Beach, California. A r City Clerk TO Teo NO COla`IIYCIUC��YN K 1 4- Q 61 P6 18 6 9 3300 NE''VPORT I3O1-JIL, V,",. P\ 22392 NEWPORT BEACH, CALIF. 92663 CgUlli NOTICF. OF COMPLETTO EXEMPT C12 -190 PM PUBLIC WORKS "I o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on April 1 S, 1 981 the Public Works project consisting of San Joaquin Hills Road Resurfacing___ (C -2196) on which Sully- Miller Contracting Company, P.O. Box 432, Orange, CA 92627 was the contractor, and Seaboard Surety Company was the suretompleted. RECEIVED 9�.. CITY CLERK 7 JUN I 21981 10` CITY OF IIEWPORT BEACH, I I CALIF. I, f f d, say: VERIFICATION CITY OF NEWPORT BEACH Public orks Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on May 12, 1 qFtl 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 May 11, 1981 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on May 12, 1981 at Newport Beach, California. A r City Clerk MAY 11 1981 BY tha CfTY C/004CIL CITY OF NiWFaAT AWN 0 May 11, 1961 CITY COUNCIL AGENDA ITEM NO. 1: 4 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ACCEPTANCE OF SAN JOAQUIN HILLS.ROAD RESURFACING (C- 2196) 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 San Joaquin Hills Road has been completed to the satisfaction of the Public Works Department. The bid price was $40,999.00 Amount of unit price items constructed 42,212.32 Amount of change orders None Total contract cost 42,212.32 Funds were budgeted in General Fund The design engineering was performed by the Public Works Depart- ment. The contractor is Sully Miller Contracting Company, Incorporated of Orange California. The contract date of completion was April 30, 1981. The work was completed on April 15, 1981. Benjamin B. Nolan Public Works Director GPD:jo e � CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 April 16, 1981 TO: FINANCE DIRECTOR FROM: Citv Clerk SUBJECT: Contract No. 2196 Description of Contract San Joaquin Hills Road Resurfacing Effective date of Contract March 23, 1981 Authorized by Resolution No.10,007 , adopted on March 23, 1981 Contract with Sully Miller Contracting Co. Adress P.O. Box 432 Orange , CA 92667 Amount of Contract $ 40,999.00 4"� tln� Wanda E. Andersen City Clerk WEA:bf City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 PR la PROPOSAL SAN JOAQUIN HILLS ROAD RESURFACING EASTBOUND - PRIVATE ROAD TO MACARTHUR BOULEVARD 2196 Contract No. $ 35,000 Engineers Estimate To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposed to furnish all materials and do all the work required to com- plete this Contract in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in lace to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. to l3W Tons per fir¢ 2. 4 Each 3. 1 Each Construct "Open Graded" Type III- Gl- AR4000 asphalt concrete overlay in place, includ- ing tack coat. @ 'rl%a't Dollars and 'rW2,rA,3J Cents $ 30,13 $_ 34.169, _ Per Ton If Adjust manholes to finished grade. @ iaa_ "nabo -R w.6ri Dol lars — and - let'le Cents $ Q Zp.00 $ [`80.00 Per Each Adjust water valve and survey covers to finished grade. @_ cat "'402aO Dollars and 2� _& Cents Per Each i $ 5O.ao $ z • PR lb TOTAL PRICE WRITTEN IN WORDS: 1•a+A+a. s►�nrs�ac N.,+t �ADA�o ,�:,.���arcDollars and tea. Cents $ 40 qqq -a,o Calif. Contractor Lic. #1538 A SULLY-MILLER CONTRACTING COMPANY, Contractor's Lic. No & Classification Bidder Da to eQkxt Authorized Signature /Title P. O. BOX 432, ORANGE, CA. 92661 U -1.4J, 639- .1.400 Bidder's Address Bidder's Te ephon NNo. • Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. 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. of.the California Labor Code for all apprenticeable occupations. Calif. Contractor Lie. #1538 A SULLY-MILLER CONTRACTING COMPANY Contr's Lic. No. & Classification Bidder mil + k �AI� R X Date Authorized Signature /Title �� • • Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer and as provided by State law. Item of Work Subcontractor Address 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. SULLY- MILLER CONTRACTING COMPANY Bidder Author zzed ignTitle • Page 5 NON- COLLUSION AFFIDAVIT The bidder, 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 arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever 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 day of 19-ZL. My commission expires: 0 OFFICIAL SEAL REBECCA A. WHALEN NOTARY PUBLIC - CALIFORNIA PRINCIPAL OFFICE IN ORANGE COUNTY Commission Expires Mar. 16, 1984 SULLY-MILLER CONTRACTING COMPANY Bidder Authorized Signature /Title Notary Public C� • Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. SULLY - MILLER CONTRACTING COMPANY Bidder Authorized Signature/Title • 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 SULLY-MILLER CONTRACTING COMPANY Bidder Authorized Signature /Tit e O U U z F U U a W a a 1 N a a m b p m m O O w H N d) w H r m .- ••� •H •H M U N a) ) w N > N d) b0 N •H U Y .0 U >, O cd S r U u 9 p 4) N 0 0 ¢ a) W m m m u >. R m •O U m v K b 4) O >1 m b0 •H �,' C 00 A.H E E •H 77 •> m N T m w H f e a 0 O O .F : 0 4r 0 Cd u a 0ui O v .4 w 0 w 0 d F •O 'O K H W O d P.H NE -0 •.� i x C G w> K T m 4 H K 3 •H m a.0.7 N r ca .O.7 m V) 0 0.0.2020 to ua.�. � Ha Oi 04w 0(D(0 YUa' aQ(41"u N N KN W 4) 44 NwWw N W mww H 44 a44 C W w F N cdww K+. wwww C O C. O N M O a 0 O 4) O O d) 0 0 O V) d) O N O O a •H Vl a 0 O 0 0 N Q 4+ N A 44+� �. ?. N >. >. !. T >. N n7 V N >. >. b W X >. >. A N C H C s+ .H .•l F 4+ N J 4+ N N N 7 0 4+ 4+ 6 m H .+ 4+ Q .m 6 K 4+ N d S O d) •H m m O •H •H •H •H •H •H O -M •H •H •H N f"' O O 0 H H m •H •H m E" m •H •H •ri P. o CL. c.)c uwa.cru c)¢uuLo UUauEn¢V)96 uc.luam¢amuuu x y d > F > 0 O •H •H H N C q > N 0 F4 H m> A m m d) O > w v m N 3 v w 7> ¢ N O m w 7 .-. N .•. C •H M O .->i O 7 N N Z 44 N> 4 u7 F m C •O N C> N G w w N 4) N C ro u O 1 TJ d) N O a) m a) 0¢ N N N 4) .0 U, > b 2 d) O S N a0 N N • V .O d) > w w N > H > C ti .y U ¢ > .-) > N •O " C N (d H 4+ id E+ N Q N 0 O H x 6 'O Vl ¢ 0 0 0 m m w d) 6 A w N (A O NX N V) H CO -H E U P. N H N w00 a) K Km N bD F a H d) •.) V) V) x X m •H C V) 4+ O N N w 0 O K N N KK m O W N N H m K 'O N •O 0) N m 4) W C+1 .-) .-1 •H N N •O 7 LLw w N .•) b0 d) Q d) w C CO N K> 00 K H u 0 •H .� LL d U H N •H o N¢ •H B C N m K 10 B N H w w C w m m O >. N N w P-0 E .0 3 N 0 O~KF 00a U� W.7.7 P3U) K a+ V)) E- 04 Ln u .mS >3 q U b0 d W C U N td N H d w b 4) 4 P u v F, d d W W O O O O ej 0 m 0 0 0 0 0 O O O M O O O O (D O N O N O O O O O O O d) w V ) O O O V O O O O O O 0 0 0 0 0 0 0 0 N .H N O H M 0001 On �} 0 000 0 000a 00 00 OO MON 000000 a a u a , . . , , , , , , , d) a7 m M m O N Q )0 O N V) N ll tE m .H O .0 l!) M M M 0) 1: Is N Is r1 C O M n .••I K O •n aX V'N1-I 0N r M 0) m) C) q n m\0 NO)Nw w0 K V mmt-- V 0�o O.0 � O U O .+ H Ma}urId" st m .-) v Mw �MN .ONaN.•aM NM Nr•r•i •H N LL m O > 3 M .-. .-1 N .. M .H ti " w U 4+ U d V V •0 C w O d O W v U > N - C R. m m � U H ~ b 4. EX+ •+ E�i > •H co >1 K Uj K b 04 O w C K K O a KO E a O O O 'O r t0 N O O. O •O co N td m H K 1) N •H N N N •H d U. 40 •H u7 K F H •H .. O a 4+ 4+ N m 4+ N u N N H N w B K H H 4+ 7 q O H O N w a) U m u u K K m C C G m K O X •H u u u U O u o 4 F bD bD 0) 7 cd K N d) 4 w N N U H> U m P H d H .. J V N B0 K 0 b0 N 0 W m N E N � F N O O X w w N •H E >> C >>> •H W p, E- K 00 0� K w w N 0 a 4+ N N M 44 O X N H K w w O K G C R. O O •H O O O V H E m •H C C C bD �o W V) V) C 1 H V) m 0 N N w O O B O N N Y I+ N N a 0 rl N H > 0 0 0 K K O O N 0 a N 00 M N 0 V y w w m FL P. " ro w U F m u u u H •O .O U O E H .7 B B O B E B 0 0 •C a 4) O N w •p N K C o O a) N a o a a 3> a Fr 0 a cc a •O cc m m X O w W K N bD b0 " 01 , O •H 0 u K K V) N N m V p N 41 4+ N 4+ 4+ 4+ T. O N N 4+ N N O U 4+ 0 N N M N >. H N •H •H N N d) W N a) O W u N K F 3 Q1 W N a N N a) 3 d) N U N X X C d) d w w w w 0 w N w w N C O U m as N w 0 0 0 0 0 0 >19: K C N N H 0 F. N F. N N H 4+ N N N O O O N m m 8-v) N N V •H N 4 7 N N N N V m N O N N N N N H N •H 4 V •H N F u w0. p. V) V)V)V) N Q w w w wwxaU u. V)V)0 z V) Vl 0 V)w0 4) w to V 6 K H d H o rn � m O 0 dl: rn M C71 a d r r. � rn �3 • Page 4 BOND NO. 766046 (9150) BIDDER'S BOND PREMIUM: INCLUDED IN BBSU KNOW ALL MEN BY THESE PRESENTS, That we, Sully- Miller Contracting Company , as bidder, 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 in- -Dollars lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of San Joaquin Hills Road Resurfacing, Eastbound - Private Road to MacArthur Blvd. Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder 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 March , 19 81 C (Attach acknowledgement of Attorney -in -Fact) Z Title SULLY- Bidder D Authorized Signature /Title FRANK E. HOLLAND, ASST. SECRETARY CAITHAMER. . nE,` )m ±§ n )7: Qk- CD CD 0C) ( -0 omm \ \\\C \ - , / �R� 9 >oo Oz /)!}clk±2 ! ®a > / _ 32 /E/ R ƒ\ CD i 7 %\ � �)\ \E^ � � £ma � � }\ om } � ( 0 \} tvR\ \\j) E >)QM / \ \\k :e / \ � ) \ ) � !■ ) * !i , 7 | � ) e ■ § * \ §& ¥§/ | @ } k\\0 ) jlz)R | k X72 /� \i/ ri \ � \ r ( \\ e U OW }$! \ \} tr. � � ( � - {�§ - �/ ( ¢ \ . \»a k# � E Certified.aC ,<Py S Ai3C)ANT) sunuTl No. 7277 NEW YORK, NEW YORK POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS- That SEABOARD SURETY COMPANY, a corporation of the State of New York, has made, constituted and appointed and by these presents does make, constitute and appointJ.H. Caithamer -- of Long Beach, California its true and lawful Attorney -in -Fact, to make, execute and deliver on its behalf insurance policies, surety bonds, under- takings and other instruments of similar nature as follows: Unlimited in amDunt, but restricted to bonds for Sully — Miller Contracting Company and /or Southern Pacific Milling Company, Inc. and /or South Coast Asphalt Products Company, Inc. Such insurance policies, surety bonds, undertakings and instruments for said purposes, when duly executed by the aforesaid Attorney -in -Fact, shall be binding upon the said Company as fully and to the same extent as if signed by the duly authorized officers of the Company and sealed with its corporate seal; and all the acts of said Attorney -in Fact, pursuant to the authority hereby given, are hereby ratified and confirmed. This appointment is made pursuant to the following By -Laws which were duly adopted by the Board of Directors of the said Com- pany on December 8th, 1927, with Amendments to and including April 6, 1978 and are still in full force and effect: ARTICLE VII, SECTION 1 "Policies, bonds, recognizances, stipulations, consents of surety, underwriting undertakings and instruments relating thereto. Insurance policies, bonds, recognizances, stipulations, consents of surety and underwriting undertakings of the Company-, and releases, agreements and other writings relating in any way thereto or to any claim or loss thereunder. shall be signed in the name and on behalf of the Company (a) by the Chairman of the Board, the President, a Vice President or a Resident Vice President and by the Secretary, an Assistant Secretary-. a Resident Secretary or a Resident Assistant Secretary; or (b) by an Attorney -in -Fact for the Company appointed and authorized by the Chair- man of the Board, the President or a Vice President to make such signature; or (c) by such other officers or representatives as the Board may from time to time determine. The seal of the Company shall if appropriate be affixed thereto by any such officer, Attorney -in -Fact or representative." IN WITNESS WHEREOF, SEABOARD SURETY COMPANY has caused these presents to be signed by one of its Vice - Presidents, and its corporate seal to be hereunto affixed and duly attested by one of its Assistant Secretaries, this ...... Uth........ day of ......... fir ........................ 19..73.. Attest: SEABOARD SURETY COMPANY, ( Seal) Karen Hayes ........... ............................... By P7. S. i iehrell ........................ ............................................................. ............................... Assistant Secretary Vice - President STATE OF NEW YORK COUNTY OF NEW YORK (ss.: On this .......27th ............... day of ......... ................ ..............................� '.r.................. 19..73....., before me personally appeared W. Sr... I; Iehrell ........................................ ............................... a Vice - President of SEABOARD SURETY COMPANY. with whom I am personally acquainted, who, being by me duly scorn, said that he resides in the State of ......... NEw..JPxsey.... - -; that he is a Vice - President of SEABOARD SURETY COMPANY, the corporation described in and which executed the fore- going instrument; that he knows the corporate seal of the said Company: that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto as Vice - President of said Company by like authority. State of New York No. 24- 7104540 Qualified in Kings County Certificate filed in New York County (Seal) fission Expires March 30, 1982 Violet Johnson .......................... ............................... Notary Public C E R T I F I C A T E 1, the undersigned Assistant Secretary of SEABOARD SURETY COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this Certificate and I do further certify that the Vice President who executed the said Potwcr of Attorney ttas ;,ne of the Officer.; autlwrized by the Board of Directors to appoint an attornc y -in -fact as provided in Article \'I1. Section I, of the By -Laws of SEABOARD SURETY COMPANY. This Certificate mac be signed and sealed by fac -imile under and by authority of the iollmving resolution of the Board of Directors of SEA- BOARD SURETY CON] PANT at a meeting duly called and held on the 281h day of lone 1978. "RESOLVED:. (2) That the use of a printed Gtesimile of the corpnrle seal of the company and of the signature of an AFsktant Secrcuiry on any certification of the correctness of a copy of an insVumcnt executed by the President or a Vicc- President pursuant to Article VI1, section 1, of the By -Laws appointing and authorizing an anorney -in -fact to sign in Ih: name and on behalf of the company surety bonds, underwriting undertakings or other instnnnents described in said Article VIt, Section 1, with like effect as if such seal and such signature had been manually affixed and made, hereby is authorized and approved." IN WITNESS WHEREOF. 1 have hereunto set my hand and affixed the corporate seal of the Company to these presents this ... .......11th .................... day of .... I .................... .. MARCH.. ...........I...I............... 19..6.1...... ssistarP-1`11 Poem 957 (Rev. 0.79) i CITY CLERK _ I s_ NOTICE:INVITING BIDS Sealed bids may be received at the`oce of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 10:30 A.M. on the 11th day of March ,1981, at which t me s� ucf� Bids shall Fe opened and read for 2196 Contract No. $35,000 Engineers Estimate Approved by the City Council this 23rd / day of Feb. ,1981. Wanda Andersen City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663. For further information, call Gilbert Wong at 640 -2281. Project Engineer PROPOSAL SAN JOAQUIN HILLS ROAD RESURFACING • PR la EASTBOUND - PRIVATE ROAD TO MACARTHUR BOULEVARD 2196 Contract No. $35,000 Engineer's Estimate To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposed to furnish all materials and do all the work required to com- plete this Contract in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in Dlace. to wit: NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1300 988 Construct "Open Graded" Type III- GI- AR4000 Tons asphalt concrete overlay in place, includ- ing tack coat. Each @ Thirty Dollars and Thirteen Cents $ 30.13 $ 39,169.00 Per Ton Adjust manholes to finished grade. @ Four Hundred Twenty Dollars and No Cents $ 420.00 $ 1,680.00 Per Each 1 Adjust water valve and survey Each covers to finished grade. @ One Hundred Fifty Dollars and No Cents $_ 150.00 $ 150.00 Per Each C TOTAL PRICE WRITTEN IN WORDS: Forty Thousand Nine Hundred Ninety -nine Dollars and NO Cents PR lb $ 40,999.00 1538 A SULLY - MILLER CONTRACTING COMPANY Contractor's Lic. No & Classification Bidder March 11. 1981 S /Robert E. Holland Date Authorized Signature /Title P_ n Box 432 Oranoe CA 92667 (714) 639 -1400 Bidder's Address Bidder's Telephone No. • • Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON - COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or the total bid price) may be received of the project and the words SEALED of the envelope containing the bid. cashier's check (sum not less than 10% of in lieu of the Bidder's Bond. The title BID shall be clearly marked on the outside Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. 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. of the California Labor Code for all apprenticeable occupations. 1538 A Contr's Lic. No. & Classification March 11, 1981 Date SULLY - MILLER CONTRACTING COMPANY Bidder S /Robert E. Holland Authorized Signature /Title DESIGNATION OF SUBCONTRACTOR(S) • Page 3 The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer and as provided by State law. Item of Work Subcontractor Address 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. SULLY - MILLER CONTRACTING COMPANY Bidder S /Robert E. Holland Au oriz� Signature Titer FOR ORIGINAL SEE CITY CLERK'S FILE COPY e BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, Page 4 That we, SULLY- MILLER CONTRACTING COMPANY , as bidder, 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 in 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 bidder for the construction of San Joaquin Hills Road Resurfacing, Eastbound- - Private Road to MacArthur Boulevard 7196 e in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder 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 March , 1981. (Attach acknowledgement of Attorney -in -Fact) Michele E. Drakulich, Notary Public Commission expires August 30, 1981 SULLY - MILLER CONTRACTING COMPANY Bid er S /Frank E. Holland, Asst. Secretary Authorized Signature /Title By S /J. H. Caithamer Title Attorney -in -Fact • • Page 5 NON- COLLUSION AFFIDAVIT The bidder, 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 arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. SULLY - MILLER CONTRACTING COMPANY Bidder S /Robert E. Holland Authorized Signature /Title Subscribed and sworn to before me this 11th day of March 19 81. My commission expires: March 16. 1984 S /RPhprra A_ Whalpn Notary Public • 0 Page 6 FOR ORIGINAL SEE CITY CLERK'S FILE COPY STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. SULLY - MILLER CONTRACTING COMPANY Bidder S /Robert E. Holland Authorized Signature /Tit e • • 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. SULLY - MILLER CONTRACTING COMPANY Bidder S /Robert E. Holland Authorized Signature/Title O U u z H U O U 0.' W a a a a d U C d N d a x W N U d O F a o ro 0 N u H H n1 U .4) M H .cM d •N ri O A > 0 Q OD d r K U K U N O cd 9 S g u v u K 4) V 0 b 0 d ) d d E c1) cd u p K [0 ro u 0) d C ro 0) O p N 0a va i C >:.cd E 0. C 'O 4. H 0 •N co •" d c0 •ti d >> c0 d 0 H . K 0. •H w .•+ N •n E d O W V O > O -A rn K cd c» C o 000 0 r- .1 0 6 0 cd E 0 N ro O O b O •u 0! O A N •� 0 ro Q P H 6 •k w oc 0 of O V O a d K U 0 U ? p H d .a U 00 ro K 0.-H H W o 1 H N S C D 0> d C 0a d b H C 3 •N c. C N N . E .W d ro N .+ O td O d CD N .0 . Cl. K N O .0 cd 0. O td •-+ > O cd > C cd a a�n d aia ca c� ua Hao� ooa a mc�c� dvs d�U1Y U d .r V V N C .i C . cd ro b U 44 d W of CO w H W E W cd W W d C P d W C 0 p O V V 0 0 0 O 0 0 0 d 0 0 - 0 V d O H O O 14 o 0. 0 0 0 0 d d V V T V >. J >� d +a >. V 7, 4 J A V Dry V V T >+ b 0� X >. >. +. H C H K V .-+ Cd H V V V H H -H 0 V H Q H W O H Cd V V Q Q C V V V d 3 O 4) -H N N ouu •H •rl u•N o u•N - -H V F O o td•N.N co ryF. n1 •H uu O 0. UUUU0. U'U U¢ UU V) UUaUU) ¢ V)0. -000a W Qa C`UUU x d d A d F > 0 O ..c P N N K G > d O N y 0. X H O H Cd c d> A N cd d O > •r ro r N 3 d ut O> 3 N Q C > d C d C d cd d 7 . d M 7 d d 0 ? d C + 7 w co C ro > d K H H d 0) -.i i + - cK K d •N U O ' d ) d 0 d d d Q H d d (D > S a) d d 00 P d 4+ ,D d 0 0 d > N > U > > P.� . N d V d H H d d O H O ro V ¢ O 0 0 1) N q T d d Q) O V j U) t1) •N E U 0. U) H V 0 O0 d C K a w 00 H N d 14 (n 0-- N C U) V d d C d H C m d N N cd C ro 0 0 d H 0 .0 K u V Q cd cd M r tH O .•c d ¢ ro d ro d .-O O N d :3 K .P u V W K) .•� H •.i H N ro O 0. w H V .-+ 00 N V C> 0o K V u 0 •5 P. d u H •r+ 0) 6 •xx�+ E C H cd C ro E H ca H 01 0i C w 0c O o >. N cd 0 H ro E E .0 .07 OZ N i .�-i N a 3 ..07 W Cd F W LO H F u U W .07 .O-1 -I W 3 m V) 3 .0) H A U V d C N cd H � ut ro N U 'O o d d w O O O O y 0 Cl O O O O O O O O M O O O O O O N O N 0 0 0 0 0 0 O d 4+ d t 00C) i} Od' U O O O O O 0 0 0 0 0 0 0 0 OO M O1 00000 0 N •+ O 0.H M O O O I- O I- V 0 0 0 0 0 C) 0 0 O O O O O O I n O N 0 0 0 0 0 0 P. P. d 07 K W O N -7 .D O N M N v .•-1 O U U) M M U; at r •O N u7 r- O O M h N C o PX V Nr O U)O - C) M Ol W 10 N O)"MWM s} yC71O) O.o 0 I a O U r+ H M C Vl ct Ch N M •-+ V 1- N O .-i M ao ti d' M N .D N V .--� .--� M M M N .-1 '-1 •H N O V m > :3 M .-1 .-1 N U N Hu u V 0 ' 0 K V) O d o P. U > v F 00 {a .H d C co H H .4J P. ~ b w E i > •ti co cd ro CS o. 1-� wS N -H LY V C K V u C C C Q O •Ci •rKi C C to ¢ o •� •a .0 ro O K cd H O O O ro N Cd O 0 0 -a +� �+ V 0 V V u V V V V bd E r C v N V w d u_ cd u U C C cd F C C cd C. a) X -H u u U U 00 U o C b0 ,+ d H 0 V d d P+ d d d U •H > U A 0. H H H a H N C 0 E E E E -H U O H V H 00 K H O • d d d d d d w cd H N 00 i N Y d 0 0 V M w o x ut -H E >> C > >> -H W 0. F K C of 0t w - d E N V 0 O X N H C m m d C C C P. O O •.i 0 0 0 V N E co C C C 0a •o 0.(/) V) C H U1 <d O V V 00 0 o d O N H To H N N P O H ++ H > 0 0 0 C C O O d O [l. u 0 0 0 u U •a ti 0. P�cd P. P.0. cd w uF N U u u •.+Stivro U O E 3 v a; 0 a a N d d •H d E E o E E E d d ro o. d d d l� v d K K o 0 ocaa .r > faHH HHH[gC N H d 0L KwC v wLLT > cd cd -,4 O u w C N 00 00 V d C cd V >, N H a) 0 •n d K K U) 1 0 N n m V V V N r 0 d N N i+ N Do m N a-+ m N >1 i1) H U •.i ..� d d d d d 0 d d d d C H 3 d d d [K d d d 3 d 0 0 d d d d d K O u d d d d d d d d d d >> K C C H H H d H H H V H N V H H H H H •.i U K d H N N 3 ♦.+ H V E+ H 10 O O^ i+ ^J b P. N 1� J-. •N �-+ 1-• O o H N N N d -H " Y -H d F U U Vi .... Cl. O U) M (f) U) U) U) ¢ U) (n V) W U) :E 0.' U [a. U) V) V) z V) fn U) U) w V) V 0 cd V E K -H O X H O O a0 r N H a 0. ) a` )) C) Ch rn m a ¢ F N O T I C E 1� The following are samples. of contract documents which shall be completed.and executed 'by the successful bidder after he receives a letter of award from'the City of Newport Beach: PAYMENT BOND (pages :9 & 10) FAITHFUL PtRFOWNCE BOND (pages 11 & 12) CERTIFICATEVANSURANCE & ENDORSEMENTS (pages 13.14 & 15) CONTRACT (pages 16 & 17) Since. the City of -Newport Beach will not. permit a substitute format for these contract documents.. bidders are advised to review' their content with bonding. insuring and legal agents prior to sub- mission of bid. All' costs associated with the specifications of these contract documents .AA 11 -;be absorbed i.n the bid. Such specifications shall include those contained in (1) each contract.documnt and (2) the Standard.Specifications for Publtt'.Works Construction (latest edition adopvted,for use in the City of.Newport beaC , h , ), except assuoplemented or modified by the Special Provisions for this project. . . .... ....... ;'`. '� . ;: . v" sev �.��Z�z.�ev ` ���_v14.1 yA�. .. �- xe.tiim mm z ':_.�. �� 3 r s Page 9 �` 6 PIkYMENT`$OMD PREMIUM: i#1GESi€3 INCLUDED IN. FAITHFUL FEfiFORMANCE BOND .. -. ;KNOW ALL MEN BY THESE MSENTS, That . WHEREAS. the ,City Council of the City of ilewport Beach, State of California, by motion adopted Mardi 23, 1981, has awarded to SULty- MILLER..CONTRACTING COMPANY' hereinafter desi' ated as :the "Principal ", a contract for SAN JfOAQUI&HILLS ROAD RESURFACING EASTBOUND` PRIVATE ROAD T6 MacARTHUR BOULEVARD (C -2196) An the City of New: wport Beach, in strict conformity with the Drawings and Specifications and other contract:.documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the k. terms thereof require the furnishing of a bond with said contract, providing that, if said Principal or any of his-, or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used -in, upon, for, or about..the per foraernce:af the work agreed: to be done, or for any work or.labor done .thereon of any kind, the Surety on this bond will pay the same.to the extent hereinafter set forth: NOW, THEREFORE,. We Sully,- Miller Contracting Company as Principal, and Seaboard Suregysomsnv I I as Surety, are held firmly bound unto the City of Newport Beach., in the sum of Twenty Thousazid Four. Hundrad Ninety-Nine &_ ;nll lars ($ 20,.499,50-.-- - 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 ink 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. tie 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 318 T of the California C1vi1 Code �, so as to ��ve a ;night of �L�o�r <to them. or their assigns in ..any. soft; �rou�ht :upon ;'- -- Y • Page 10 Payment 66n0 (to"tinaed }:__ this bond, as required by the f�i*avisiens of ctioh 485 of the Cevernment Code of the:State of California;:, And said Surety, for value received, hereby stipulates and agrees that no change, extension of time; alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect, its obligations on this bond; and it does hereby waive notice of any, such change, extension of time, alterations or additions to the terms of.the contract or to the work or to the'specifications; In the event that any principal, above named executed this bond as an individual, it is agieed,,that the death,of any such principal shall not exonerate the Surety from its obligations under.,this bond. as IN WITNESS WHEREOF; this instrument has been duly executed by the Principal and Surety above named, on the 30th day of March 191_ SULLY— MILLER CONTRACTING C9 Name of Contractor Pr nc pa � _ RY- r r At or zed 51 gnature and Title W. DUANE RAS SENIOR VICE- Xuthorizqd gignature and Title FRANK E. HOLLAND,.ASSISTANT SECRETARY i SEABOARD SURETY COMPANY (Seal).^ - Name of Surety 19700 nirchild■ _Suite 1MQ _'Irvine. _qg 92715 . J.A. ATTORNEY -IN -FACT 213:531 -3550 Telephone No. of gent CA 9 :.. _ =._ -: P \ J - _� — 't _ 7 �-• • `p � ' �.. � _ � p1i.� Ty .... .... ..� .. '. ":N.. ...r5v2..y. .... ..,r .:. .....i....:.:� �+�....r.�� {a.y.P �f�K�. +i.a �s'`:i�A NR'.. .... `. .. - 4.. . -�u x �'t� �, I t ' I /. rte` �� �� / / � _� r�. 1� �.. � _ � p1i.� Ty .... .... ..� .. '. ":N.. ...r5v2..y. .... ..,r .:. .....i....:.:� �+�....r.�� {a.y.P �f�K�. +i.a �s'`:i�A NR'.. .... `. .. - 4.. . -�u x �'t� �, I t ' I \ ƒ� \ tD y� ■ CD _ , \\ƒ, )\[0 ƒ2 /2 !� ,E � \ }; _k Mme} AK;, \/\ vk \} \2 \� ) ƒ\ (/\ \)\ § \� 0/k cp � #2a � }} a ©ƒ ;p» to \ \\ ■ ) 0 \k \) { \§ ¢j , /q /� ;\ a \ � \� § �$ ■ ) 0 - ƒ !a ! - ~{ . ; S i / \ \) ( / ( §§( ! / ;] j ) i`f R ! \ I�}(j 05 } ((i) §\ 1 � \ a /$§ , �\ . '�■ }&§ 2i§ )4Q \� - I 7 \ / � Page 11 BOND NO 81 -014 PREMIUM: $51.00 FAITHFUL PERFORMANCE BONO' KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted March 23 1981, has awarded to SULLY- MILLER CONTRACTING COMPANY hereinafter designated as the "Principal ", a contract for SAN JOAQUIN HILLS ROAD RESURFACING,. EASTBOUND - PRIVATE ROAD TO MaeARTHUR.BOULEVARD (C -2196) 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, SULLY — MILLER CONTRACTING COMPANY as Principal, and SEABOARD SURETY COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Fourty Thousand Nine Hundred Ninety —Nine & 00 /100 Dollars ($40.999.00 - - - -}, 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. i 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 fitt', ., i • I t ss 46 Page 12 Faithful 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 30th day of March , 19g1_. (seal -) Name of Contractor Principal .- � _ - Authorized Signature and fit a /- W. DUANE RA , SENIO VICE ^SIDENT BY: , Authorized Signature ifnd Title FRANK E. HOLLAND, ASSISTANT SECRETARY SEABOARD SURETY_ COMPANY (Seal..) Name of Surety 92715 big ur n tie OT Autnorizea Agent Approv J. . THAMER, ATTORNEY —IN —FACT ed as to form: 3000 East South Street , Long Beach, C 90805 Address of Agent City Attorney 213/531 -3550 Telephone No. of Agent �: _:tp. >. _: _ J� r t ." ,'I �: _:tp. >. _: _ J� r t \� Oz � / \ / ■ @mfg E°g2: $ ©±m: +a /,: §#m�: n 0 &@@CD y: Ra ° &; e�O 0 i. ��2 m: > ;n i � , o ;H 0 A p�� &�_ ) m: ±2 r� w: & n, 0 (D e� \� ©ƒ z; £ �a: \ ® ; J } (E: «kƒ� ;7f , °,: *K&: 7e(� / �\ » %% )/ �\ \ § } cr ID ) \ ( \ }} } § \ ! q _P1:! �( \� ) ____ ° } . Et\ \} m ° \J§ \ \E I ( {Er :3 �r sr \n\ \ / '� \�§q \(§® {�§§ \- ' T9 City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Koppers 3000 East South Street &RTIFICATE OF INSURANCE & its Subsidiar Page 13 e t j;�' A Aetna Casualty & Surety Compan. Letter Company B Letter Company C Letter ompany D _�. __ _.., E Letter This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). COMPANY Policy Policy LIMITS OF LIABILITY IN THOUSANDS 000 LETTER TYPE OF INSURANCE No. Exp. Each Date Occurrence Aqqreqate GENERAL LIABILITY A 10 Comprehensive Form 03 (;L12S X) Premises - Operations 5/1/81 Bodily Injury $ $ l3 Explosion b Collapse Hazard Property Damge $ $ fl Underground Hazard $] Products /Completed - Operations Hazard Bodily Injury XI Contractual Insurance and Property $1,000 $1,000 XI Broad Form Property Damage Damage Combined D Independent Contractors fl Personal Injury Personal Injury $ d Marine ❑ Aviation INCLUDED IN AB VE AUTOMOTIVE LIABILITY A Aj Comprehensive Form 03F 15145 5/1/81 Bodily Injury Each Person $ T] Owned XI Hired $ Bodily Injury Each Occurrence Property Damage $ \� Bodily Injury and U Non -owned Property Damage Combined $1,000 EXCESS LIABILITY ❑ Unbrella Form ❑ Other than Umbrella Form Bodily Injury and Property Dama a Combined $ $ WORKERS COMPENSATION Statutory and kLach EMPLOYER'S LIABILITY Accident NOTE: The Comprehensive General Liability or (and) Automotive Liability policy(s) is (are) endorsed with the attached City of Newport Beach Endorsement(s). CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the Insurance Company affording coverage shall provide 30 days' advance notice to the certificate holder by mail, Attention: Public Works Department Ln ve March 30, 1981 Date i ueU_ Uescription of operations /locations /vehiCles: All operations pertormea for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: Contract No. 2196, San guin Hills Road Resurfaci Project title and contract number Road to Macarthur Boulevard. NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. Page 14 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability (X ) Single Limit Bodily Injury Liability and Property Damage Liability Combined occurrence $ each occurrence 1,000,000. each occurrence The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract Contract No. 2196, San Project Tit T —ea Hills Road Resurfacinc This endorsement is effective March 30, 1983t 12:01 A.M. and forms a part of Policy No. '03FJ1514SRA Named Insured Su1lyrMilleraContractincr1Companyidiary Endorsement No. Name of Insurance Company Aetna Casualty & SuretvBy Co. AuthorWEd Representative • 0 Page 15 CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ each occurrence Property Damage Liability $ each occurrence (X) Single Limit Bodily Injury Liability $ 1,000,000. each occurrence and Property Damage Liability Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract: Contract No. 2196, San Joaquin Hills Road Resurfacin( ect title This endorsement is effective March 30, 198bt 12:01 A.M. and forms a part of Policy No. 03GL12SRA Koppers Company, Inc. & its Subsidiary Named Insured Sully— Miller Contracting Company Endorsement No. Name of Insurance ve CONTRACT 0 Page 16 THIS AGREEMENT, entered into this 43rd day of MA r(h , 19 81 , by and between the CITY OF NEWPORT BEACH, hereinafter "City, —" and S L y_ ILLER rONTRa.TIN, .OMPANY hereinafter "Contractor, "is ma a with reference Tit following facts: (a) City has heretofore advertised for bids for the following described public work: SAN JOAQUIN HILLS ROAD RESURFACING e 2196 Contract No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: SAN JOAQUIN HILLS ROAD RESURFACING e 2196 Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work. as prescribed above, City shall pay to Contractor the sum of Fort Thousand d No Cents ($ 40.999.00 �), This compensation includes 1 any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond i M Faithful Performance Bond Certificate of Insurance and endorsement(s) ` =r; F .._. _.L _. ..ter« .ue..., .�s-.a r- .c.ry -a`+ a_ ._ ..... ._ _s ,. 0 Page 17 and Special Provisions for SAN JOAOUIN HILLS ROAD RESURFACING, EASTBOUND- -PRIVATE ROAD TO NacARTHUR BLVD. 2196 Ti't a of Frojoct ; Contract No. (g) This Contract. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. .IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. ATTEST: City Clerk APPROVED AS TO FORM: CITY OF NEWPORT BEACH CITY CONTRACTOR =�� . r _:� �_e^:L�rt,'l,' � „y_ -' _ c.... �.___..�..._ 1:3 fi.,��,..,x�.�... �<sm++:��.: �.; .ua -e�md' . • i y CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 SAN JOAQUIN HILLS ROAD RESURFACING EASTBOUND -- PRIVATE ROAD TO MacARTHUR BOULEVARD CONTRACT NO. 2196' INDEX TO SPECIAL PROVISIONS SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . SP 1 II. TIME OF COMPLETION . . . . . . . . . . . . . . . . . . SP 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . SP 1 IV. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . SP 1 V. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . . SP 2 VI. WATER . . . . . . . . . . . . . . . . . . . . . . . . . SP 2 VII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . SP 2 A. Street Preparation Prior to Overlay . . . . . . . . SP 2 B. Asphaltic Concrete Overlay . . . . . . . . . . . . . SP 2 C. Utility Adjustment to Grade . . . . . . . . . . . . SP 3 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR SAN JOAQUIN HILLS ROAD RESURFACING . SP 1 of 3 EASTBOUND -- PRIVATE ROAD TO MacARTHUR BOULEVARD CONTRACT NO. 2196 I. SCOPE OF WORK The work to be done under Contract No. 2196 consists of constructing an asphaltic concrete overlay on the eastbound roadway of San Joaquin Hills Road from a pri- vate road to MacArthur Boulevard, as shown on the plan, adjusting to finished grade City -owned utility boxes and manholes within the limits of the resurfacing, and other incidental items of work. The contract requires completion of all the work in accordance with these Special Provisions, the Plans (Drawing No. R- 5416 -S), the City's Standard Special Pro- visions and Standard Drawings, and the City's Standard Specifications (Standard Specifications for Public Works Construction, 1979 Edition and 1980 supplement, copies of which are available at Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. Copies of the City's Standard Special Provisions and Drawings may be purchased from the Public Works Department at a cost of $5. II. TIME OF COMPLETION The Contractor shall complete all work on this contract within ten (10) consecu- tive calendar days after the start of work or by April 30, 1981, whichever occurs first. III. PAYMENT The unit price bid for each item of work shown on the proposal shall be consid- ered as full compensation for all labor, equipment, materials, and incidentals necessary to complete the work in place, and no additional allowance will be made therefor. 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. • 0 SP2of3 .V.. 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 San Joaquin Hills Road is a high -speed major arterial street, carrying approximately 20,000 vehicles per day through the project area. 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. The location and working 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 inconvenience to the motorists. 2. A minimum of one 11 -foot delineated travel lane eastbound on San Joaquin Hills Road at all times and two lanes after 3:00 P.M. 3. A minimum of one left -turn lane eastbound on San Joaquin Hills Road at MacArthur Boulevard at all times. 4. Unobstructed turn lanes and driveways to and from San Joaquin Hills Road before 9:30 A.M. and after 3:00 P.M. on weekdays. 5. Adequate barricades 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. VI. WATER The Contractor shall make provisions for obtaining and applying water necessary to perform his work. If the Contractor elects to use City water free of charge, it shall be his responsibility to make arrangements by contacting the City's Utilities Superintendent, Mr. Gil Gomez, at (714) 640 -2221. VII. CONSTRUCTION DETAILS A. Street Preparation Prior to Overlay 1. City forces will complete asphaltic concrete patching prior to the overlaying operation. B. Asphaltic Concrete Overlay 1. Material - The asphaltic concrete to be furnished and placed shall be open graded Type III- GI- AR4000. Open graded asphalt concrete shall meet the requirements of Section 400 -of the Standard Specifications except that the requirements of Subsections 400 - 4.2.3, 400 - 4.2.4, and 400 -4.3 shall be replaced with the following: SP3of3 After mixing with asphalt binder, the combined aggregate film stripping shall not exceed 25 %, as determined by Test Method No. Calif. 302. At least 90% by weight of the aggregate shall consist of crushed par- ticles. The grading of combined aggregates shall conform to one of the gradings shown in the following table: Percentage Passin G1 3 8" Maximum Sieve Individual Moving Sizes Test Result Average 112" 100 100 3/8" 88 -100 90 -100 1/4" - -- - -- No. 4 23 -42 25 -40 No. 8 4 -22 5 -20 No. 16 0 -12 0 -10 No. 200 0 -4 0 -3 The statistics, the basis of which will be the long -term record of the plant, will be kept for each batch plant. Evaluation of gradation test results shall conform to the provisions of Subsection 400 -1.4. The amount of asphalt binder to be mixed with the mineral aggregate shall be between 5% and 7% by weight of the dry mineral aggregate. 2. Placement - The asphaltic concrete overlay shall be placed to the limits and compacted thickness as shown on the plan, in conformance with Section 302 -5 of the Standard Specifications. Open - graded concrete shall be placed only when the ambient air temperature is above 600F, in lieu of 40OF as specified in Section 302 -5.4, "Distribution and Spreading," of the Standard Specifications. Breakdown rolling of the asphalt concrete for the entire width of each pass of the paving machine shall be completed prior to the mixture cooling to 1750F. Paving machine speed and number of rollers used shall be adjusted to comply with this requirement. Open - graded asphalt concrete shall only be rolled with a steel -tire 2 -axle tan- dem roller weighing not more than 10 tons. 3. Feather Joins - At side street intersections without cross - gutters. and at the ends of the work, the asphaltic concrete shall be feathered to meet the existing pavement along a straight line defined by the end of the curb returns as shown on the plans. C. Utility Adjustment to Grade At least 2 working days prior to construction, the Contractor shall notify utility owners (e.g. gas, telephone, electricity, and cable television companies) in order that they may tie out their facilities. The Contractor shall then pave over such facilities and mark their locations on the fin- ished pavement surface. The utility owners shall adjust their facilities to final grade within a reasonable time after paving. The Contractor shall adjust City manhole frames and covers and place asphaltic concrete wearing surface to finish grade around all manholes (and other structures) per Section 302 -5.7 of the Standard Specifications. STATE OF CALIFORNIA, ss. COUNTY OF LOS ANGFI F4 ON yy MARCH 30 19 81 , before me, the undersigned, HOLLANDIic in and for said State, personally appeared EEi , 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. �mnmmimmm�mmimmnmmmmmmmrmu "IC'4L SE�� 3 MICHELE E. CRAKULICH € �_�.— . —_._. - -� - - - - - -- --- --- - - - - -- ... —.- �' NOTARY PUSUC CALIPORNIA WITNESS my hand and official seal. PRINCIPAL OFFICE IN 2 LOS ANGELES COUNTY 3 My Commission Expires August 30, 1981 = >; unnnmm�mmmmnunmwmm�numnn ,umnnwmunninnnmumnwnnmunnu✓r Notary Public in and for said State. 0 0 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." SULLY— MILLER ONTRACTTNG Y March 30, 1981 BY:t -- Date Signature FRANK E. HOLLAND, ASSISTANT SECRETARY a Certificate of Workers' Compensation Coverage City of Newport Beach Sully Miller Contracting Company 3300 Newport Boulevard 3000 East South Street, P.O. Box 5399 Newport Beach, CA 92663 Long Beach, California 90805 RE: Contract No. 2196, San Joaquin Hills Road Resurfacing Eastbound - Private Road to Macarthur Boulevard. Date: March 30, 1981 This is to certify that Sully Miller Contracting Company is self- insured under provisions of the California Workers' Compensation Law and has in its files Certificate.of Consent to Self - insure issued by the Director of Industrial Relations of the State of California. Certificate. Number 2- 1130 -01. This coverage will not he canceled except on 30 days advance written notice to you. Title FRANK E. HOLLAND, ASSISTANT z 0 I W 4J as L N U 0 OZ <0 N W W 0 rc W a• O W F IL O W U U. 4 O 0 z LIA fe 1 F•% z ul 0 v Lei 0 LLI V o O � • w01 � •� W O ate+ �gI A v� 8i A Q All w O y A IOU O 1 cn H O 3 ° U Cy O O cn v C4 y U � .�cnU v ? F z F lim S i O 5 a OW .,- A V =Y aO a.•anE � O� CI O d pi � N C_l YCE N °= 02 °" +E}3p E m °'tQU 4 ucucai c U W HHH O a �vWc o`c�cC� y j9o�` ~ W c41fAU so EAU �• °`mac: e� T�u cE u oa.°a c3����]] W • �F R a 9 E,-7 �1 a.c= •'nrff iJ^y7 UWl �°. u a c'C7 c C < P C I z- &2 e to NCO. i1 Y • ��: C ^CIAj r ca iY fl� m p N � '^4i c�u4'EO Cd w a �ce�1Q`� O III Znduc� cd rs • j . ',i • �� � ' � u.cy U ti ,lam •so,a oc* p�'�*vvrl��� TO: CITY CLERK FROM: Public Works Department SUBJECT: SAN JOAQUIN HILLS ROAD RESURFACING (C -2195) Attached are three copies of the subject contract documents, including the insurance certificates. Please have executed on behalf of the City, retain your copy, and return the remaining copies to our department. f j 0 at larch 23, 1981 CITY COUNCIL AGENDA ITEM NO. �_ ;7, (,C, ) TO: CITY COUNCIL FROM: Public Works Department SUBJECT: SAN JOAQUIN HILLS ROAD RESURFACING (C -2196) RECOMMENDATION: Adopt a resolution awarding Contract No. 2196 to Sully- Miller Contracting Co. for $40,999.00, and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: The following seven (7) bids were received and opened in the office of the City Clerk at 10:30 A. M. on March 11, 1981: BIDDER AMOUNT BID 1. Sully- Miller Contracting Co. $40,999.00 2. All American Asphalt 41,440.00 3. Vernon Paving Company 42,042.00 4. Griffith Company 44,999.00 5. A & C General Engineering 46,850.00 6. G.W.A.C., Inc. 47,542.00 7. Hardy & Harper Inc. 50,610.00 The low bid is 16.3% lower than the revised Engineer's estimate of $49,000. This project provides for an asphaltic concrete overlay on San Joaquin Hills Road (eastbound) from MacArthur Boulevard to a private road between Santa Cruz Drive and Santa Rosa Drive (see attached exhibit). The work is part of the continuing street maintenance program, and will provide a smooth - riding surface with an adequate structural section for present and future traffic demands. Sufficient funds for this project have been provided in the current budget under Project No. 02- 3397 -208. Sully - Miller Contracting Co. is a well - qualified paving contractor, and has successfully completed similar work for the City in the past. The plans and specifications were prepared by the Public Works Depart- ment. The estimated date of completion i.s April 30, 1981. Benja i min B. Nolan Public Works Director GW:jo Att. 1� ------------=----- . p •' pjNY: 0 a (z: 21l'. 1 PR -k4 wely • W � �. � N�tq /ice 4 ,\ � � ! ^`i . . n r_O n-TI om CO m °O n X mm i> Z ;o v n z ° ZE < z m L. o [V7 0 a i 11 t CA S v n LXA-- J • J y Sq —..7 1 __a i t 1 I I 1 I � I a b 1 I I I r--1-r ! 1 1 4� 39 C n ti N. I� a* n� a� C � a r rn 1h I 7 � 111•• •"!♦ •1� l \tt X11 J 4w- �� \.. ///'��l • J y Sq —..7 1 __a i t 1 I I 1 I � I a b 1 I I I r--1-r ! 1 1 4� 39 C n ti N. I� a* n� a� C � a r rn 1h I February 23, 1981 By tha CITY COUNCIL CITY COUNCIL AGENDA CITY OF t4raWPORT BEACH ITEM NO. T--- . o TO: CITY COUNCIL FROM: Public Works Department SUBJECT: SAN JOAQUIN HILLS ROAD RESURFACING (C -2196) RECOMMENDATIONS: 1. Approve the plans and specifications for the subject project. 2. Authorize the City Clerk to advertise for bids to be opened at 10:30 A.M. on March 11, 1981. DISCUSSION: This project provides for an asphaltic concrete overlay on San Joaquin Hills Road (eastbound) from MacArthur Boulevard to a pri- vate road between Santa Cruz Drive and Santa Rosa Drive (see attached exhibit). The work is part of the continuing street maintenance program, and will provide a smooth - riding surface with an adequate structural section for present and future traffic demands. The Engineer's estimate for the work is $35,000. Sufficient funds have been provided in the current 1980 -81 budget under Project Number 02- 3397 -208. The plans and specifications were prepared by the Public Works Department. The estimated date of completion is April 30, 1981. Benjamin B. Nolan Public Works Director GW:jd Att. \` I 1 1 t v' 1 t , 1 1� � to r - -'45 I 5 v LJA �W I~ Ni V t. \\ Z JJ *l U IY1 rt V If I W e. Q A re � \� W ae , w ~ 1 ti I � I ti I I IL 1 t , 1 1� � to r - -'45 I 5 v LJA �W I~ Ni V t. \\ Z JJ *l U IY1 rt V If r, io � ,`,may. ✓1. � ''�..'+ V ��..� W \ fJ ! ` \\ ILI r, •1 Vi ai .N\, 1 . J w • 4 SANTA T " i Z n 0 L + o Ii w z > a a ¢ n� 0 _' U . Q, wZ W !Y a CL O'`' Lu z° LE- co A f\ `CQ 0 'L w Z a 0 I J � V '\T Q a Q V � I i e. g3 \� r, io � ,`,may. ✓1. � ''�..'+ V ��..� W \ fJ ! ` \\ ILI r, •1 Vi ai .N\, 1 . J w • 4 SANTA T " i Z n 0 L + o Ii w z > a a ¢ n� 0 _' U . Q, wZ W !Y a CL O'`' Lu z° LE- co A f\ `CQ 0 'L w Z a 0 I J � V '\T Q a Q V � I i THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 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 circula- tion, printed and published weekly in the city of Newport Beach, County of Orange, and which news- paper has been adjudged a newspaper of general circulation by the Superior Court of the County of Or- ange, 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 entire issue of said newspaper and not in any supplement thereof on the following dates to -wit: Feb.25, 1981 ..................... ........ .............. if (or declare) under penalty of perjury that the oing is true and correct. Dated at Newport r, Cal ornia,this25dayofFeb.,19 81 Signature THE NEWPORT ENSIGN 2721 E. Coast Hwy., Corona del Mar, California 92625. This space is for the County Clerk's Filing Stamp A Notice Proof of Publication of San Joaquin Hills Road Resurfacing U.Wi bdr m.q b --W tl 1b, oWd d Wi „IB"eb -CA OM will .1o.;6 ...DD r9:30 ..m. w 1b, um h bib � w.<b: - r9ei..f •bfeb f�„,„b bid, .e.0 a opowdS"IO QMH=ROAD - MMMACM cwb..+x9.itee- d &V N F. COq Cwm11 1M. 13,d yq of Rb., 1981. ,W,?d." A.d n.n: COY C4.b. . D,,,D.wa• Wi e•q dMin wi - rt d bid do,um..f•. •f m „N .f tlu d dw Fabe. W«6 DV.—M. 3399 NOWPo Bivd.. N—PD B-'b, C.Um. Fa fi h,f i.Wm,Baw, a.8 Gffl, D, W,D9. DAM�7,.9�?•' +.+t S,0 aZ83.. . Pddbb: F,E.. 39, 1901. NMI PROOF OF PUBLICATION J& 7409SV