Loading...
HomeMy WebLinkAboutC-2206 - 1980-1981 Street Resurfacing - Balboa Boulevard from 23rd Street to 32nd StreetCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 March 18, 1981 Sully Miller Contracting Company P.O. Box 432 Orange, California 92667 Subject: Surety : Seaboard Surety Co!f)any . Bonds No. : 80 -227 Project : Resurfacing of Balboa Boulevard, 23rd Street to 32nd Street Contract No. : 2206 The City Council on February 9, 1981, accepted the work of subject project and authorized the City Clerk to file a Notice of CcmPletion 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 March 2, 3.981 in book 13965, page 1101. Please notify your surety ccmpany that the bonds may be released 35 days after recording date. W DA E. ANDERSEN City Clerk 'V A:da cc: Public Tbrks'Department City Hall • 3.300 Newport Boulevard. Newpon Beach. CalifOrnia 92663 Please Return to: Book 13965 Page 1101 City Clerk P. `s"k "g � • ecorded March 2, 1981 Newport Beach. City Hall �e •'`v' "eao? @if9 3300 West Newport Blvd. Newport Beach, CA 92663 NOTICE OF COMPLETION PUBLIC WORKS 1 o All Laborers and Material Men and to Every Other Person Interested- YOU WILL PLEASE TAKE NOTICE that on January 14, 1981 the Public Works project consisting of Resurfacing of Balboa Boulevard, 23rd Street _ to 32nd Street (C -2206) on which Sully- Miller Contracting Company was the contractor, and Seaboard Surety Company was the surety, was completed. VERIFICATION I, the undersigned, say: CIT F NEWPORT BFACH ublic Alorks 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 February 12 1981 at Newport Beach, California. 2,154- , Tublid 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 Fehr„ary_9� 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 Feh uary 17 1481 at Newport Beach, California. City Clerk OR lam QJ�$Tease Return to: City Clerk Newport Beach City Hall 3300 West Newport Blvd. Newport Beach, CA 92663 1 467 EX JJPT BK 1 3965PG 1 10 1 NOTICE. OF COMPLETION PUBLIC WORKS -J?H0 QM A. CRhil 1 o All Laborers and Material Men and.to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on the Public Works project consisting of Resurfacing to 32nd Street (C -2206) on which Sully— Miller Contractin was the contractor, and Seaboard was the surety, was completed. VERIFICATION I, the undersigned, say: 1981 NEWPORT BEACH, CALIF. MAR -2 '81 ORT BEACH lic Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on February 12 1981 at Newport Beach, California. �, - — a Pu_ is 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 February _9 1921 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 February 17r tg , at 'Newport Beach, California. 11 -4-6GJ�GC city Clerk 0 M February 12, 1981 CITY OF NEWPORT BEACH Lee A. Branch CountA7 Recorder P. O. Box 238 Santa Ana, California 92702 OFFICE OF THE CITY CLERK (714) 640 -2251 Attached for recordation is Notice of Completion of Public Works projects consisting of Resurfacing of Balboa Blvd. 23rd Sty. to 32nd Sty. (C -2206) Contract No. 2206 on which Sully- Miller Contracting Company was the Contractor and Seaboard Surety was the surety. Please record and return to us. Wanda E. Andersen City Clerk WEA.bf attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 C 1 a06 A 01�-44e • 01*rior7o.0 by CITY OF a61Nkff 16F &I I FROM: Public Works Department February 9, 1981 CITY COUNCIL, AGENDA ITEM NO. — // SUBJECT: ACCEPTANCE OF RESURFACING OF BALBOA BOULEVARD, 23RD STREET TO 32ND STREET (C -2206) 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 Balboa Boulevard from 23rd Street to 32nd Street has been completed to the satisfaction of the Public Works Department. The bid price was $46,848.00 Amount of unit price items constructed $45,474.60 Amount of change orders None Total contract cost $45,474.60 Funds were budgeted in the General Fund. The design engineering was performed by the Public Works Department. The contractor is Sully- Miller Contracting Co. of Orange. The contract date of completion was December 19, 1980; however, to avoid traffic disruption during the holiday season, it was mutually agreed with the contractor to postpone the start of the work until January 5, 1981. The work was completed orf \January 14,'1,,981. a;4�4' 4/4;�' �a Benjamin B. Nolan Public Works Director GPD:jd CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 Date December 1, 1980 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 2206 Project Street Resurfacing, Balboa Boulevard Attached is signed copy of subject contract for transmittal to the contractor. Contractor: 90!!y M1110r-, Got.-acting COmpan3 Address: P.O. Box 432, Orange, CA 92667 Amount: $ 46.848.00 Effective Date: 12 -01 -80 Resolution No. Wanda Andersen Attachment cc: Finance Department City Ifall 3300 Newport Boulevard, Newport Beach, California 92663. i STREET RESURFACING -- BALBOA BOULEVARD (23RD STREET TO 32ND STREET) Title o Project ract 22nc No. $60,000 Engineer s. st mate CITY CLERK Approved by the City Council - C_ this 14th day o Oct. ,1980. ors.. o 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. Far farther 1efsrm't€oA call at 640-2281. U REer �-s� 0 . Page la PROPOSAL NO. 1 STREET RESURFACING PROGRAM BALBOA BOULEVARD - -23RD STREET TO 32ND STREET Title of Project 2206 Contract No. $60,000 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 proposes to furnish all materials and do all the work required to complete 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 place, to wit: PRICE PRICE 1. 10,300 Heater scarify and rejuvenate existing Sq. Yd. A.C. surface @ Zero Dollars and Sixty -six Cents $ 0.66 $ 6,798.00 Per Square Yard 2. 1,300 Provide asphalt concrete overlay Tons Twenty -seven Dollars and No Cents $ 27.00 $ 35,100.00 Per Ton 3. 10 Adjust manholes to grade Each @ One Hundred Sixty -five Dollars and No Cents $ 165.00 $ 1.650.00 Per Each 4. 25 Adjust utilities to grade Each @ One Hundred Thirty -Two Dollars and No Cents $_132.00 $ 3,300.00 Per Each PROPOSAL NO. 1 Cont'd TOTAL PRICE WRITTEN IN WORDS: (Proposal No. 1) Forty -six Thousand Eight Hundred Forty- eigh @ollars and No Cents Ealif. fontractnr I ic_ #753R "A" Contractors Lic. No. & Classification October 29, 1980 Date Page lb 3 ,. : . 1{ Sully- Miller Contracting Company Bidder S /Robert E. Holland Authorized Signature /Title P. 0. Box 432, Orange, 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 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 Lic. #1538 "A" Contr's Lic. No. & Classification Sully- Miller Contracting Company Bidder S /Robert E. Holland Authorized Signature /Title • DESIGNATION OF SUBCONTRACTORS 0 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. Heater Remix G. J. Payne Co. Carson 2. 3. 4. 5 6 7 8 9 10 12 Sully- Miller Contracting Company Bidder S /Robert E. Holland �t iz Signature/Title -- FOR ORANAL SEE CITY CLERK'S FILE COPY BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, Page 4 Bond No. 766046 (8939) Premium: Included in BBSU 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 1980 -81 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 29th day Of Octnhpr , 19.30- (Attach acknowledgement of Attorney -in -fact) Sylly- Miller Contracting Company Bider S /Frank E. Holland, Assistant Secretary Authorized Signature /Title Seaboard Surety Company Surety j..0 Title Attorney -in -Fact NON- COLLUSION AFFIDAVIT • Page 5 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 29th day of October 19 My commission expires: March 16, 1984 S /Rebecca A. Whalen Notary Public • FOR ORIGINAL SEE CITY • Page 6 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 ut orized signature7TitTe • • 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. Sully- Miller Contracting Company Bidder S /Robert.E. Holland Authorized Signature/ Title Approximately 2,nnn.3,non Individual conatructlon profecta are completed annually. the experience list above rcptesents only s`'w of tho significant p,olects completed during the rrspretivo period, ^_"�.•I `- "_ . - -" .. ...... eucu ->.1111A \VT U:u mat. U- 1 a11 - • pry )act Experience • pass- Itea�� Value Of Mark ' year Tyre of Work P*tf..ed ...- L,vat con of Mork for "am Perfocmed 11131171 Paving. Dutnare. 1 U[11. 6-. -r7... 621,758 L. A. 14.rtsa Inf Males IV rr..c Uepa rcmnnt ' • Street Improve...! 792,919 Orange county City of Costa Fkea m Street Imprevccu,nt 773,598 Or,n¢e tn,lll ty City of costa w", • Swat 724,468 Orange county fhango County Snnitation District •� Pfpallna 4,608,869 L. A. County Mstropollt +n N.rt er 0 utr iet • Pipeline 2,255,173 L. A. Canty Metropolitan N:irer Olstrrcc • Watervater Reclae. Pit. 2,945,040 Palm Drsere Coachella Vatley Co. Water Disc. • Pumping Plant 1,641,986 Px3rblussoa State of California • Sever 1,678.938 Ins Anccics City of Los An Coles • Store Drain ' 1,019,452 Pearblosson L. A. County Flood Control Dist. • Pump, pits. - Control Bldgs. 1,269,347 Kern County Tarn County Water Agency • Dlstrlb. Canal 6 Reservoir's 1.330,611 Kern County Cevelo Water District • Water Distrib. System 1,042.227 Wasco, California Suttonwillow Improvemcrie • Water Line 1,022.490 Pueblo. Colorado Pbaelo West Necro. Isist. 6 mccgloch • Pipeline Extension 646.146 San Jacinto Wt "polltan Water District rap. 12/31/75 Store Drain 5.074.615 Clendale L. A. Co. Flood Control District • Interceptor Sever Line' 4,343,553 Carden Grove Orange Co. Sanitation • Water Treatment Plant 2,699.SS9 Balersfield Cam Co. Water Agency • - I hop Pits. - 7 Con. Bldgs. 2,129.836 Bakers field Ern Co. Water Agency • Waste Net. Ageism. Plant 2.017.448 Palo Desert -Coachella Valley Water District • Stow Drain 1.335,215 Itnnhattan Beach L. A. Co. Flood Control District • Water Distribution Systems 1.019.443 WASCO • Wttonwillow Iepnovenent District • Store Drain Pipe L Box 987,669 Riverside 1lverside Co. Flood Control District • Caw Roadway 930.OSS Irvine Tho Irvine Company • Pumping Plant 2nd Discharge 907.488 pearblossom Dept. Water Resources - St.of Calif. ' • Stom Drain 837.352 Orange The Irvine Company • lurrouts- Discharge Pipelines 742.404 Bakersfield Tam County Water Agency • Street Improvements 736.285 Wilmington City of Lai Angeles • Street Construction 729.572 Los Angeles L. A. Harbor Department • Reinf. Cone. Box Culvert 709.629' Escondido City of Escondido • 32/31/76 Pump Plants - Control Buildings 9,182.104 Tern County Tern County Water Agency • $tom Drain 5,064.793 Antelope Palley Antelope Valley -E. Kern Water Agency • Interceptor Saver 4,317,614 Denver, Colorado flat". Denver Sevaee Disp. District • Channel • 5,364,084 Cucamonga Dept. of Army. Corps of Engineers • Vaterlines 2,094,109 Y--. Arizona Macau of Reclamation • Trots - Nev Development 1,138.237 Aliso Kills . Howland Development Company • Sum Drain 1,096.695 Phoenix. Arizona City of Phoenix •- Stow Drain 1.000.865 Inine The Irvine Company • Street Widening BS8,440 LOS Angeles - L. A. Community Redev. Agency • Street Widening 726.947 C/O Simi Valley. CA C/0 Simi Valley • Tenovatlon Plait - !Ater. Sewer 723,222 Los Angeles County L. A. County Sanitation District 42 • All Improvements 659,742 Brea Hall - Brea. CA Hassan Dev. Co. • Street Improvements 617.675 Duarte, CA C/0 Duarte • Stwet Improvements - 607,124 Long Beach L. A. County Road Department • Interceptor Sever 579.627 Irvine Irvine Ranch Water District 12/31/77 Interceptor Sever 6.637.423 Denver. Colorado Main. Denver Sewage Disp. District • Stow Drains, Water Lines 5,401,116 Irvine. CA A*. Irvine Assessment District • '• '• Tracts - New Development 5,363,263 Aliso Hills, CA Hbreland Development Co. • Seven 4.281,117 Cambria. CA Cotesty of San Luis Obispo '• Severs 2.338.S7S Nice, CA lake County Sanitation District • Stow Drains 2,316,945 Phoenix. Arizona City of Phoenix • Pipe Lines 2.037.790 .Daggett. CA Se. California Edison Company • S alness Park - Nev Develop. 1,752,917 Brea. CA Foreland Devlupment Company - • Streets, Curbs. Sidewalks 1.610.914 Irvine. CA pe, Irvine Assessment Co. • Waterlines 1,289,919 -Honterey, CA ibutarey County • Pumping Stations 1.110.167 Valley Center. CA Valley Center l%inicipal Water Distr. • Water Lines 1.085.658 Redwood Valley. CA Redwood Valli, County Water Di3tr. • Chann el QuAn 1.079.460 Cucamonga, CA ' O. S. Amy Corps of Engineers •� Stow Drains ' 929,962 Irvine, CA @awington Development Co. • _ Canal Improvements , -, 913.195 Lost Hills, CA lost Hills Water District u -01 -711 'Waterlines 1,646,977 _ Hktaterey, Cal. _ ~Bbntcrey County • Streets. Curbs, Sidewalks 2,731,538 Irvine, CA. b. Irvine Assessment District • Stow Drains. Waterlines 2,168.872 Irvine, CA. !a. Irvine Assessment District • Twloess Park 1.902.819 Brea. CA. Hbraland Development Company • Mmvay Improvements 1,772.oIB Long Beach, u, gong Beach Airport • Tracts Saw Development 1.710,614 Lagtma Hills, CA. Foreland Development Company P Severs 1,473,414 Caebrlae CA. County of San Luis Obispo • Street Imltrose.ents 1.213,963 Carden Crave, CA. City of Carden Crave • Sever Lines 1,069.307 Dona Point, CA, O.S. Government Sierra Ocean Outfall • Water Lines 49•,913 Redwood Valley, CA. Redwood Valley County Water District • Street Improvements 415.940 Cerritos, CA. City of Cerritos • Street I.provclents 803.142 Nonrovia• CA. City of Haar o via • Street leprovenents 761.023 It fitington Beach, CA. City of Iluntington Park ' • ia►Ing Lot rmproveacnts 706.639 Carden Crave, CA. City of Carden Grove • • Parting Log Improvements 618,332 Newport Bcady CA. Irvine Company Approximately 2,nnn.3,non Individual conatructlon profecta are completed annually. the experience list above rcptesents only s`'w of tho significant p,olects completed during the rrspretivo period, ^_"�.•I `- "_ . - -" Page 8 NOTICE The following are samples of contract documents which shall be completed and executed by the successful bidder after he recei4es a letter of :award from the. City of Newport Beach: PAYMENT.BONO (pages 9 b 10) FAITHFUL PERFORMINiCE BOND. {pages .11 & 12) CERTIFICkTE OF INSURANCE & ENDORSEMENTS (pages 13,14 6'15) CONTRACT (pages "16 6 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 shall be absorbed in I:W bid. Such specifications shall I include those:contai.ned in (l) each contract document and (2) the Standard Specifications for Public Works Construction (latest edition adopted or use. n Me Lity of ewport Beach), except as supplemented - or modified by the Special Provisions for this project. i i , rJ KNOW ALL MEN BY THESE PRESENTS, That 0 Page 9 BOND No., SO- 2 27 PAYMENT BOND PREMIUM: THE PREMIUM OR THIS BOND IS INCLUDED ih THAT Of THE PERFORMANCE BORa WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted November 10 1980 has awarded to Sully- Miller Contracting Comaany hereinafter designated as the "Principal", a contract for Street Resurfacing Program Balboa Boulevard - -23rd Street to 32nd Street, Contract No. 2206 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 Sa11u - Ihi\1rr C emtrne.1c iew tanapS v as Principal, and as Surety, are held firmly bound unto the City of Newport Beach, in the sum of �a►t,,e�i}- �ss.�►�aon� �• w!\., .A...�-Tr...�u- F�`O�%ee0ollars i$.'L3,�y2K.0A ), 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 Payment Bond (Continued) this bond, as required by the Provisions of the State of California. 0 Page 10 Sect'4205 of the Government Code of 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 1`i +L day of Nave_W&*Ar , 1910_. SULLY- MILLER CONTRACTING COMPAI — 1) fSea Name of Contractor Principal _ i. Autholiz i {pure and Title Senior Vi& Presiden Authorized igna a and Title FUNK E NOLIAND • ASSISTANT SECP.ETA]n Approved as to form: CitA Attorney SEABOARD SURETY COMPANY (Seal) Name of Surety ,_ . _ %�,d,r�Me,s 'o Abeve Kddress o Agent 714 -8s -1q q Telephone No. of Agent STATE OF CALIFORNIA ss.: COUNTY OF LOS ANGELES On this ...... .I.7.tl ..... -. ....day........... NOVEMBER_... 19._ &0_.., before me personally came .......... ....... ......._...._...._..._......... .................._.._......... _7._..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 SEABOARD SURETY COMPANY in accordance with authority duly conferred upon him by said Company. ................... „ „....... ,. OFFICIAL SEAL MICHELE E. CRAKLILICH ® NOTARY PUBLIC CALIFORNIA PRINCIPAL OFFICE IN LOS ANGELES COUNTY E..... ".'".'.. "_.a ........' " " "' .... ".. ...'. corm 242 ' My Commission Expires August 30, 1981 i Notary Public. STATE OF CALIFORNIA, COUNTY OF LOS ANGELES mnnn „..... iuunun..... unnnu, nnn ,nnn,uur,.•,,.r,n...i „.,un•, ..roue:. ¢s OFFICIAL SERI. ` MICHELE E. DRAKUL ,.�y -�: �' NOTARY PUBLIC CALIFORNIA CALIFORN PRINCIPAL OFFICE IN LOS ANGELES COUNTY My Comm'.ssion Expires August 30, 1981 u. mr. nn. mrmw ,,,.„iiiin,ia..,,mo:.... m,.ni an:vminmmwrOxmxrmuR Ss. ON NOVEMBER 17 19 —Lo before me, the undersigned, a Notary Public in and for said State, personally appeared W DUANE_ RASH _ &_FRANK E. HOLLAND known to me to be the SENIOR VICE — PRESIDENT & ASSISTANT SECRETARY of the STTTTY— MTTTFR —CQNTRACTTNO 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. 0 Page 11 BDRD 11a 80' t Z 7 FAITHFUL PERFORMANCE BOND PaM= i KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted November 10 1980, has awarded to Sully-Miller Contracting Company hereinafter designated as the "Principal ", a contract for Street Resurfacing Program Balboa Boulevard - -23rd Street to 32nd Street. Contract No. 2206 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, smilu -MM&C C&V %M A} as Pri nci pal, and Seshne,rA Sure A4 tAm? " as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of 1AMWN%ArA E:.1 k M,,41A Gew•�v- Eye 4�►�O -0ollars ($_y��gyq,00 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice I . „ Page 12 Faithful PerfoYfiiande Bond (Continued) .e of any such change, extension of time, alters fns or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 1't}1, day of Wftw& nV Fy- , 19-$A—. App ved as to!f�orm: VJ,,_-- City Attorney SULLY- MILLER CONTRACTING COMPANY-:"" ":jSe4) Name of Contractor (Principal) Authoiizfig Ajre and Tit Senior Vic& Presideatt Authorized Signature and Title FUZ E BOLL= • ASSISTANT SECRETAIn SEABOARD SURETY COMPANY (Seal) Name of Surety Ss«.e. Ac F&gm, Address of Agent 714 –tri– 1911 Telephone No. of Agent S STATE OF CALIFORNIA ss.: COUNTY OF LOS ANGEL S On this ............ 17th ... ..... .... day ... .. ............. .......... ...... NOVEMBER............ .....................19.80 ... ., 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 SEABOARD SURETY COMPANY in accordance with authority duly conferred upon him by said Companf :,nWnn i11111111Yi111Yiiii OYitO11I0 III '1111,111111Yii1llui1NII,Iipi, I I I „ I I .... , u OFFICIAL SEAL = MICHELE E. DRAKULICH A NOTARY PUBLIC CALIFORNIA �F> PRINCIPAL OFFICE IN _ u thJ _ ' LOS ANGELES COUNTY a - " "- corm 242 1 My Commission Expires August 30, 1981 Notary Public. STATE OF CALIFORNIA, 1 COUNTY OF LOS ANGELES I; S& ON NOVEMBER 17 tg 80 before me thDUANEI RASH &otaM bl�fc gr. ay0foLAsN State, personally appeared -- known to me to be the SRNTOR VTCF— PRESENT —& ASSISTANT SECRETARY of the CUT LT Y —MTT T FR C.ONTRACTING 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. „„ „ , .............................. ,„ - i C, FICIAL SEAL = - ---- - - -" MICHELE E. DRAKULICH e NJTAHY PU ^uC CALIFORNIA WITNESS my hand and official seal. PRINCIPAL OFFICE IN tt` - LOS ANGELES COUNTY My C..... sion Expires August 30, 1981 - u..mmy Co mmwssoan Expires August ��umonnnnnu1 1 llJJll Notary Public in and for said State. •CERTIFICATE OF INSURANCE CERTIFICATE HOLDER City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 • Page 13 A ae!a0. CC suokku A- Co, 2.13 -S 3 t- 3 5'5'0 . I 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 Aggregate i� GENERAL LIABILITY Comprehensive Form Bodily Injury $ $ 50 Premises - Operations K Explosion & Collapse Hazard 03CslJy K{ Property Damge $ $ R Underground Hazard X Products /Completed - Operations Hazard S I -$ Bodily Injury 1& Contra c tua 1 Insurance K Broad Form Property Damage and Property Dama a Combined $ 11 000 $1,000 Independent Contractors Personal Injury Personal Injury $ 0 Marine ❑ Aviation =v%aA# ,Lt►. Ab va 1� AUTOMOTIVE LIABILITY pL Comprehensive Form Bodily Injury Each Person $ Owned 039315 14S&A $ Bodily Injury Each Occurrence OtHired 5-1- 21 \ Pro ert Da e $ Bodily Injury and ,Non -owned Property Damage Combined $ I10OO EXCESS LIABILITY ❑ Unbrella Form Bodily Injury Other than Umbrella Form and Property Damage 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 ve 'Vag Issued Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: e ana con *- Zao 6 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 $ each occurrence $ each occurrence $ 10000,006. 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: •me.} mss ,jr%we1 Blvl. Gmntrnc Project T-Itle and Contract No.). This endorsement is effective 1�- l-1 —13C) at 12:01 A.M. and forms a part of Policy No. p3irws15lySR'jt Named Insured lleco�rs �Z.,e. Y its 511bs:��oaru Endorsement No. u114- Miller Co�}►a►c -�n�� Ce. Name of Insurance Company_ ve 0 CITY OF NEWPORT BEACH P COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 15 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 Property Damage Liability ()(1 Single Limit $ each occurrence $ each occurrence Bodily Injury Liability $1,006, 0O O , 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: Skre,e ��4U�,�"im- Pro:iect Tit e This endorsement is effective II- X"I- gb at 12:01 A.M. and forms a part of Policy No.p3C„LIZSKA Named Insured ndorsement No. SvA4 -' nfN\ cr Co.Ytrcc'e iw9 CO. Name of Insurance Companyi�clwuCoaoa�iv� Surrk,CA,By� �i� "T -'Authorizatr Representative Page 16 CONTRACT THIS AGREEMENT, entered into this day of , 19 �en the I�F N ORT B CH, hereinafter "ntr an y �i�� �,�., hereinafter "Contractor," is maw re erence p t e ow ng facts: (a) City has heretofore advertised for bids for the following described public work: Street Resurfacing Program Balboa Boulevard - -23rd Street to 32nd 2206 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: Street Resurfacing Program Balboa Boulevard - -23rd Street to.32nd Street 2206 Title of Project 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 Forty-six and Na_Cents [$46.848.00 his compehsation includes 1 any loss or damage arising from t e nature ture 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 (d) Faithful Performance Bond (e) Certificate of Insurance and endorsement(s) r; r . • Page 17 (f) Plans and Special Provisions for Street Resurfacing Program Balboa Boulevard- -23rd Street to 32nd Street 2206 Title of Project 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: _ell MORMOR // APPROVED AS TO FORM: My Attorney CITY OF NEWPORT BEACH i ' CITY SUM- MILLER GOATAAGUM COMPANI Contractor. - By �ct�" Its Save \ee VtG4 =�r i sect - By it 4 ells yk SSMC }dw CONTRACTOR r. STATE OF CALIFORNIA, j( SS. COUNTY OF LOS ANGELES ,,1111111,1,,,,11n.1 „.... 11111, „uunn.naxnmininnnrenmxmm�nmT NOVEMBER 17 19 80 before me, the undersigned, a Notary Public in and for said State, personally appeared W,_ DUANE RASH & FRANK Ei.HOLLAND _ known to me to be the SENIOR VICE — PRESIDENT & ASSISTANT SECRETARY_ of the 1;U1 T Y_T1a1 T,ER rnN7R nrTTNG COMRANY 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. OFFICIAL SEAL MICHELE E. DRAKULICH _ _.._— .__�__._._�___ F:)CLIC CALIFORNIA WITNESS my hand and official seal. PRING,PAL OFFICE IN iii ^ELES C"ONTY L,-,S � 11,PA, .. omm. ExP- ...... gust 3 0111 19 81 r �A p/ ` Notary Public in and for said State. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STREET SURFACING PROGRAM BALBOA BOULEVARD - -23RD STREET TO 32ND STREET CONTRACT NO. 2206 INDEX TO SPECIAL PROVISIONS SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . 1 II. TIME FOR COMPLETION . . . . . . . . . . . . . . 1 III. GUARANTEE . . . . . . . . . . . . . . . . . . . 1 IV. PAYMENT . . . . . . . . . . . . . . . . . . . . 1 V. DEFINITION OF PROPOSAL ITEMS . . . . . . . . . 2 PROPOSAL NO. 1 . . . . . . . . . . . . . . . . 2 PROPOSAL NO. 2 . . . . . . . . . . . . . . . . 4 VI. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . 5 VII. COORDINATION WITH UTILITIES. . . . . . . . . . 6 VIII. WATER . . . . . . . . . . . . . . . . . . . . . 6 • • SP 1 of 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS STREET RESURFACING PROGRAM BALBOA BOULEVARD - -23RD STREET TO 32ND STREET CONTRACT NO. 2206 a:1 I. SCOPE OF WORK The work to be done under this contract consists of heater scarifying or place- ment of Petromat, asphalt concrete overlay, and adjustment of utility boxes and manholes within the limits as shown on the Location Map contained herein. Two proposals are to be bid for this contract: Proposal No. 1 requires heater scarifying of the existing surface and rejuvenating primer treatment of the scarified surface in advance of the A.C. overlay. Proposal No. 2 requires placement of Petromat in advance of the A.C. overlay. The City Council shall have the right to award the contract to the lowest responsible bidder of either proposal. It is not a requirement of this contract that both proposals be bid by each bidder. All work necessary for the proper completion of the contemplated improvements shall be done in accordance with (1) these Special Provisions, (2) the Plans (Drawing No. R- 5410 -S), (3) the City's Standard Special Provisions and Standarc Drawin s for Public Works Construction 1980 Edition , and 4 the Standard Specifications for Public Works Construction 1979 Edition), including supple- ments 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). II. TIME FOR COMPLETION The Contractor shall complete all work within thirty -five (35) calendar days following the date of award of the contract. The Contractor shall complete all work within ten (10) calendar days following commencement of the specified work. III. 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. IV. 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. • V. DEFINITION OF PROPOSAL ITEMS PROPOSAL NO. 1 1. Heater Scarify and Rejuvenate Existing A.C. Surface • SP 2 of 6 This item of work shall consist of heating and remixing the existing asphalt surfacing, complete, followed by an application of asphalt primer in advance of placing the asphalt concrete overlay. The existing A.C. pavement shall be free of dirt, dust, water, vegetation, and all other objectionable materials within the limits of construction prior to beginning the remix process. The asphalt scarifier - remixer shall be a self- contained machine specifically designed to reprocess upper layers of bituminous pavements. The machine shall be self - propelled, capable of operating at speeds of 5 to 70 fpm and consist of an insulated combustion chamber adjustable in width from 8' to 13' with ports permitting fuel and forced air injection for proper combus- tion without excessive smoke. The heater shall have a minimum heat output of 12,000,000 BTU per hour as determined by fuel consumption. The scari- fier attachment shall provide satisfactory protective devices to insure that no damage will be done to manholes, water valves or other existing structures. The scarifier shall be hydraulically controlled and consist of two rows of spring - loaded rakes. Existing pavement shall be completely heated and scarified to a measurably loose depth of from 0.05 to 0.07 foot by one or more continuously moving surface remixers. Multiple units shall be required if the pavement re- sists scarification to required depth without damaging the existing material. Surface shall be scarified a minimum of 6" wider than each subsequent pass of the paving machine width chosen. Surface shall be left in an evenly spread condition and aggregate shall not be pulverized, spalled or broken. Minimum temperature of the remixed material shall not be less than 2250 F when heaped and measured three minutes following reprocessing. The hourly machine capacity shall consist of 1200 sq. yds. of treated pavement. Fol- lowing the mixing operation, an asphaltic primer shall be applied at the rate of .13 gallon per sq. yd. by a pressure distributor while the remixed material is still warm enough to cause demulsification. Overlapping appli- cations of asphalt rejuvenating agent or leaking of the distributor spray bar will not be allowed. Additionally, within that portion of the roadway where the heater remix operation is required, the Contractor shall not be allowed to scarify and remix an area greater than can be scarified, remixed, rejuven- ated, A.C. overlaid and compacted within one work day. The asphalt rejuvenating primer "Reclamite" shall be composed of a petroleum resin oil base uniformly emulsified with water and shall conform to the applicable provisions of Section 203, "Bituminous Materials," of the Standard Specifications except as the asphalt rejuvenating primer shall conform to the following requirements: 2 • • Sp3of6 Specification Test Require - Designation Method ments Viscosity, S.F. at 77° F, AASHP T59 15 -40 Seconds Sieve Test % ASTM D244 -60 60 Max. (a) (Mod) Particle Charge Calif. 343A Positive Test Tests on Residue from ASTM D244 -60 (mod): Viscosity, cs., 140° F ASTM D445 100 -200 Asphaltenes, % Max. ASTM D2006 -65 -T 0.75 Ratio N +AI ASTM D2006 -65 -T 0.3 - 0.5 P +A2 The Contractor shall exercise care against possible injury or damage to exist- ing improvements. The Contractor shall protect all existing curbs, gutters, trees, shrubbery and other improvements from damage. No machine with an open flame exhaust will be permitted. Existing improvements damaged by the Con- tractor shall be repaired or replaced to the satisfaction of the Engineer at no additional cost to the City. The Contractor shall minimize the escaping of solids into the air by either the machine or burning of pavement during the heater -remix operation. The machine shall be operated under a permit or a variance of the Air Pollution Control District and shall not be in violation of the standards established. In the event that a smoke problem develops and becomes excessive, it may be necessary to add additional blower systems or other devices to reduce the problem. No additional compensation will be allowed for any necessary steps required to reduce emissions. The cost of pretreatment, including cleaning, heater - remixing, and priming, shall be paid for in square yards of surface area covered regardless of the number of operations involved to obtain the Engineer's approval. Asphalt Concrete Overlay This work shall include furnishing and placing of one and one - quarter inch (1; ") and variable thickness asphalt concrete over the existing and new roadway surface as provided for in Item No. 1 described herewith and as shown on the Plans. The provisions of Section 302 -5, "Asphalt Concrete Pavement," of the Standard Specifications shall apply except as supplemented herein. The asphalt concrete shall be Type III -C -3 with 5.8 percent AR -4000 paving asphalt and shall be furnished and placed in accordance with Section 400 -4, "Asphalt Concrete," of the Standard Specifications. A two -axle steel wheel roller of not less than eight tons shall be used for compaction of the asphalt concrete. • 3. & 4. Adjust Utilities and Manholes to Grade • SP 4 of 6 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 allowed in A.C. cap area. The Contractor shall first pave over the manholes and then remove pavement and 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. PROPOSAL NO. 2 1. Provide and Install Reinforcing Fabric "Petromat" 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 recom- mendations 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 cold mix or hot mix asphalt concrete. The asphalt binder shall be AR -4000 type paving asphalt conforming to the provisions of Section 203, "Bituminous Materials" of the Standard Specifi- cations. 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 appli- cation should be accomplished with an asphalt distributor for all surfaces and shall be applied at a temperature of not less than 2500 F. nor more than 3750 F., the exact temperature to be determined by the Engineer. 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. 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. 2. Asphalt Concrete Overlay Requirements for this item of work shall be the same as for Item No. 1, Proposal No. 1 except that the A.C. thickness shall be a minimum of one and one -half inches (1 1/2 ") unless otherwise indicated on the Plan. VI • • SP5of 6 3. & 4. Ad.iust Utilities and Manholes to Grade Requirements for this item of work shall be the same as for Items 3 and 4, Proposal No. 1. 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), published by Building News, Inc. The Contractor shall provide and maintain a minimum of one 11 -foot delineated travel lane for each direction on Balboa Boulevard. Additionally, the Con- tractor shall keeD all intersections open. The Contractor shall furnish and post on streets to be sealed, 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 sealing 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 V NO PARKING TOW AWAY 6 A.M TO ZONE Ni G PM. �_T +'zi C.V.C. 22652 B� NEWPORT BEACH POLICE DEPT. �1 673 -2211 3 a':. • • SP6of6 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 curring adequately for traffic use. Final striping and pavement markings shall be provided by the City of Newport Beach. VII. 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. 1- 800 - 422 -4133 Teleprompter Corp. 642 -3260 Water & Sewer (City) 640 -2221 VIII. WATER Water will be provided by the City. To make arrangements, contact the City's Utilities Superintendent, Mr. Gil Gomez, at (714) 640 -2221. )� wr ir: T C6 RO J R sa l � ', °^yip 4`'' SPfrp` R �0 i �_ up4�4L vo `vG,P40E JEP 1,9471ON c°v�sl- L / 1 i ee� Lam% col' 4 rY Lock rURN/NG BASIN LIDO is a o *-�- ��\. ti� t ^� CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STREET 9E�U12FACIN& 0460A 6LVO - Z51�1 Sr TO 32^d \ C'7, APPROVED N E PD --c r -�- p DATE PUBLIC WORKS DIRECTOR R.E. NO. — DRAWING N0. EXH I BIT •A 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." �} November 17, 1980 v� Date Signature FRANK E. HOLLAND, ASSISTANT SECRETARY November 20, 1980 TO: CITY CLERK FROM: Public Works Department SUBJECT: STREET RESURFACING -- BALBOA BOULEVARD (23RD STREET TO 32ND STREET) CONTRACT NO. 2206 Attached are four copies of the subject contract documents and insurance certificates. Please have executed on behalf of the city, retain your copy and the insurance certificates, and return the remaining copies to our department. Y% Lloyd Dalton Project Manager LD:jd Att. it fy � ' C' ` PROPOSAL NO. 1 STREET RESURFACING PROGRAM BALBOA BOULEVARD - -23RD STREET TO 32ND STREET Title of Project 2206 Contract No. $60,000 Engineer's Estimate To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: Page la 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 proposes to furnish all materials and do all the work required to complete 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 place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT OTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 10,300 Heater scarify and rejuvenate existing Sq. Yd. A.C. surface ze-40 Dol l ars and y S�' i - s. Cents $ O. GG $ (�%98� Per Square lard 2. 1,300 Provide asphalt concrete overlay Tons @ TWr..T - .c! ✓�.i Dollars and ,i Ei2a Cents $ 2,7.00 .00 Per Ton T 3. 10 Adjust manholes to grade Each @ oNe /Wii+Q�on SlIc7y- F,V-t- Dollars and Qbto Cents $-&T-920 $_&S-0 .00 Per Each 4. 25 Adjust utilities to grade Each @ o..v Nuup00 7Mizar-?w0 Dollars and ,ZEvTo Cents $ /3300 $ 33ao.W Per Each Ll TOTAL PRICE WRITTEN IN WORDS: (Proposal No. 1) PROPOSAL NO. 1 Cont'd in X 7r4ur,4w0 F. Ir Am Sim -0 Dollars and -ZeAo Cents calif. Contractor Uc #.1538 "A" Contractor's Lic. No. & Classification • Page lb $ 4:a, INK SULLY - MILLER CONTRACTING COMPANY Bidder Date � Authorized Signature /Title P. O. BOX 43Y, ORANGE, CA. 92667 %M'639-1400 Bidder's Address Bidder's Telephone No. • • Page lc PROPOSAL NO. 2 STREET RESURFACING PROGRAM BALBOA BOULEVARD - -23RD STREET TO 32ND STREET Title of Project 2206 Contract No. $60,000 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 proposes to furnish all materials and do all the work required to complete 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 place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 5,900 Provide and install reinforcing fabric Sq. Yd. "Petromat." Dollars and '7trt -.,74• 6'9MT Cents $ /•2Q' $ 7�S2.00 Per Square and 1,700 Provide asphalt concrete overlay Tons @ 71+s..l7y - S��r —Dollars and N�MrTy -p yt_ Cents $ 2(p. 9r $�P /S. cc Per Ton 10 Adjust manholes to grade Each @ oNe t/wuDya�p F*wk Dollars and ,z Cents $ 14COd $ /6So.av Per Each • • Page Id PROPOSAL NO. 2 Cont'd ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 25 Adjust utilities to grade Each @ 0-It- A1,#-4 ZM 7He,0? i - 7Wt7 Doll a r s and 47me Cents $ /33 -ao $ 3;eo.eo Per Each TOTAL PRICE WRITTEN IN WORDS: (Proposal No. 2) ,k.A...roow i F,Ft y ;per THwsAnp n►aev WwoReo Dol l ars and 49. 4% Cents Calif. Contractor Lic. T1536 'q" Contractor's Lic. No. & Classification Date 10 -2'-00 P n PDX 432, ORANGE s Address $ S7 17 00 SULLY - MILLER CONTRACTING COMPANY Authorized Signature/Title (,7J 4); 639 -1400 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 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 1777.5 of the California Labor Code for all apprenticeable occupations. Calif. Contractor Lic. #1538 W, Contr's Lic. No. & Classification lo- 2g- Date � SULLY - MILLER CONTRACTING COMPANY Bide Authorized Signature /Title 0 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 z__ Authorize d Signature/Title • BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, • Page 4 BOND NO. 766046 (8939) PREMIUM: INCLUDED IN BBSU 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 Street Resurfacing- Balboa Bo+_ la�ci (99rd Street to 19nd Street) 192n -Ri 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 29th day of OCTOBER , 19 80 (Attach acknowledgement of Attorney -in -Fact) SULLY- MILLER CONTRACTING COMPANY Bidder D BY:er" /.�„el Authorized Signatures(Tftle ` — FRANK E. HOLLAND, ASSISTANT SECRETARY SEABOARD SURETY COMPANY Surety By Title . H. 1;AITHAIIER ATTORNEY -IN -FACT STATE OF CALIFORNIA COUNTY OF LOS ANGELES On this . . .day.. .... ,_ _...,__OCTOBER...... ... ...... ..... 19 W , 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 SEA with authority duly conferred upon him by said Company OFFICIAL SEAL MICHELE E. DRAKUMI-11 �s NOTARY PUBLIC CALIFORNIA PRINCIPAL OFFICE IN LOS ANGELES COUNTY .. .. � V (✓( .( L, '�CJ`� `- ,..`ll��.��((��JJ��` Form 848 : MY Commission Expires August30, 1981 € Notary Public. .. .. .... «�« ,„ « «« «� ..1 ........ «w ....... .... n STATE OF CALIFORNIA, l ` ss. COUNTY OF T.OS ANCFT FR I 144, WU„ uN„ IVbNY11NIWWIWNWNWWW4NIWIYYNINYYNM ,Ny1MW1WYN1� OFFICIAL SEAL MICHELE E. DRAKLIUCH S' NOTARY PUBLIC CALIFORNIA PRINCIPAL OFFICE IN LOS ANGELES COUNTY My Commission Expires August 30, 1981 M 44111x1n141 nn4, innii4 it n414 i i MiI1111,IMMXNNINN ON— OCTOBER 29 19 10, before me, the undersigned, a Notary Public in and for said State, personally appeared HOLLAND _ known to me to be the _ ASSISTANT SECRETARY _ of the SU T Y —MTT T FR CONTRACTTNC 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. ru a� IF t II A I L� tj Notary Public in and for said State. 0 • 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 o be j- 1926):. My commission expires: ! , 'Z� \� " \(3\(� \-\ REBECCA VYHALEN NOTARY PUBLIC-CALIFORNIA PRINCIPAL OFFICE IN ORANGE COUNTY Commission Expires Mar. 16. 1984 SULLY-MILLER CONTRACTING COMPANY er Authorized Signature /Title Notary Zzy � UAL , 0 • 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 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. SULLY - MILLER CONTRACTING COMPANY Bid er D utiorize Signature /Tit e Du LL1hi L1!n U "116 U.I It.I. LV`IrAll . PrvJect [sperl<nca _ .� ` - . Pact_ Ito*___ VtIYe Of pork Year Type of Nark Performed Loeatloa of Mork for_khnv ('e rfor^od 12/31/74 Paving, Drainage, 6 utli. 624,758 L. A. ILrr Nr Ins Antelcs (Lebo Dcpan•ene ' street lmprovamcnt 792,919 Oranre County City of Co,tn Mksa ^ Street Improvement 773,596 Cringe County City of Cast, Hrsn • SeVor 724,458 Or,rge County Orange Count)' \ :Ini[aL 101: Dlftrlct • w Pipeline '3,666,667 L. A. County r trepolltan N.n er D,,trict ^ Pipeline 2,255,473 L. A. County Retrcpolltnn War,, District ^ Watomaler Reelam. Pit. 2,945,040 Pala Pesere Coachella Valley Co. Water Not. ^ Pooping plant 1,641.966 Purbl... um State of Caliiu rn u ^ Seven 1,678,938 Los .Angeles City of Los Angcle, • SLOG Drain 1.019,452 Pcnr67ossum L. 1 -. County Floed Control Dist. ^ Pump, Plts. - Control Bldg,. 1,269,317 kern County Fern County (later Agency ^ Distrib. Canal 6 Reservoirs 1.330,617 Cerra County L'ewele Water District ^ Water Distrib. System 1,042,227 Wasco, Califomia 6uttonalllew I<grove.,ut ^ dater Line 1.022,490 Pueblo, Colorsda pmblo West Hctro, vi-;c, 6 ltCul,loch ^ Pipeline Extension 646,146 - San Jacinto Werepo Litan Water D,s[rict 12/31/75 Storm Drain - 5.074,615 Glendale L. A. Co. Flood Control District Interceptor Serer Line' 4,343,553 Garden Grove Orange Co. Sanitation • dater Treatment Plant 2,699,559 Bakersfield [ern Co. Water Agency 7 Pump Plts. - 7 Con. Bldgs. 2,129,836 Bakersfield tarn Co. Voice Agency ^ taste Wtr. Reclae. Plant 2,017,448 Pale Desert lnaehella Valley Water District ^ Store Drain 1.335,215 Manhattan Beach L. A. Co. Flood Control District ^ rater Distribution Systems 1,019,443 WASCO - Luttonwillow Improvement District • Stem Drain pipe E Box 987,669 Riverside - Riverside Co. Flood Control District • Do. Roadway 930,055 Irvine 7ha Irvine Company ^ pumping Plant 2nd Discharge 907,488 pearbloisoe [apt. Water Resources - St.of Calif. ^ Store Drain 837.352 DranCe Tho Irvine Company ^ Tar.routs- Discharge Pipeline$ 742,404 Balers.°ield L ra County Eager Agency ^ Street Icproveccnts 736,785 Wilmington City of Los Angeles or Street Construction 729,572 Los Angeles L. A. Harbor Deparenent ^ Rainf. Cone. Box Culvert 709,629 Escondido City of Escondido • 12/31176 pump Plants - Control Buildings 9,182,704 rcrn County - tea. County Water Agency Stem Drain 5,064,795 Antelope Palley Antelope Valley -E. Kern Water Agency ^ Interceptor Sewer 4,317,614 Denver, Colorado Ware. Denver Sewage Disp. District ^ [brume$ . 3,364,084 Cucamonga Dept. of Army, Corps of Engineers • Bsterlines 2.094,109 Y=a, Arizona Bureau of Pcclaution ^ Tracts - New Development 1.138,237 Aliso Hills . Vareland Ocveiepmenr Ccmpany ^ Storm Drain 3.096.693 Phoenix, Arizona - city of Phoenix ^- - Stem Drain I,000,86S Irvine The Irvine Coupany ^ Street Widening 8S8,440 14S Angeles - L- A. Commanity Rodcv. Agency _ ^ Street Widening 726,947 C/0 Sici Va11ey, CA C/0 Simi valley ^ Reno tion Plant - Inter. Sewer 723,222 Los Angeles Ceuaty L. A. County Sanitation District 12 ^ ial L�provcmenes 659,742 Brea Yall - Brea, CA Hooam Dev. Co. Street Improvements 617,67S Duarte, C4 C/O Duarte ^ Street lopmetments 607,124 Long Beach Lw A. County Road Derarteent ^ Inttreep :or Scwtr 579,627 Irvine Irvin P»rch Waver District 1J- /31/77 Inteseptor Sewer 6,837,423 Denver, Colorado N.,trv. Denver Sewage Dis7. District Stem Drains, Water Lines 5,401,116 _ Inine, CA No. Irvine Assessr..cnr Gistrict ` '- Tracts - Now Development 5,363,263 Aliso lulls, CA Pbreland Development Co. ' Seem 4,261,117 Cambria, CA - County of San Luis Obispo '^ Sewers 2,338,575 (lice, CA Lake County Sanitation District ^ Scorn Drains 2,316,945 Phoenix, Arizona City of Phoenix Pipo Lines 2,037,790 .Daggett, CA So. California Edison Co ^pang ' ^ Easiness Park - New Develop. 1,752,917 Brea, CA Pbrelend Deviopment Company • Streets, Curbs, Sidewalks 1,610,914 Irvine, CA dap. Irvine Assessr.cnt Co. ^ Waterlines 1,289,919 -Yon trey, CA Monterey County ^ Psmpinr Stations 1,110,167 Valley Center, CA Valley Center 7'anicipal Water Distr. Voter Lines 1,085.658 Redwood valley, CA Eodwood $rill" County titter Distr. Channel 1.079,460 Cecarongx, CA ' V. S. Amy Corps of Engineers ^' Storm Drains 929,S62 Irvine, CA Walmington Dcrelop.,ent Co. _ ^ _ Canal Iaoroveocnts .. -_ 912,195 lost fulls, CA Lost Hills Watcr District 12 -31 -78 'Waterlines 3,846,977 _ _ Monterey, CA. [baterey County ^ Streets. Curbs, Sidewalks 2.731,538 Irvine. CA. ro. Irvine Assessment District ^ Stem Drains, Waterlines 2,168,872 Irvine, CA. Ills. Irvine Assessev-nu: District ^ W51nes3 Park 1,902,619 Prea, CA. [brelend Development Company ^ Wray Ieprovcments 1,772,013 Long Beach, CA. Long Bench Airport ^ Tracts Row De vclopment 1.710,814 Carrara Hills, CA. V ralaisd Development Company Savers 1,473,414 Cambria, CA. County of San Luis Obispo • Straot IWproveaents 1,213,96S Carden Grova, CA. City of Carden Grove ^ Cwer Lines 1.069.307 Dam Point, CA. O.S. Covcrnm<nt Sierra Ocean Ou[fall ^ data(' Lines 498.913 Redwood valley, CA. Radwal valley County Water District ^ Street icroveaents 21S,940 Cerritos, CA. City of Crrritm ' ^ Straat Improvement 203,142 Ksnrovla, CA. City of K:,,, vla ^ Street Improvements 761,023 Huhtingv n Bca�b, CA. City cf Iluntington (ark ' ^ Peeling Lot imp ro v <.m ntf 706,639 Garden Crave, CA. City of G,Jrn Grove • ^ Parking Let lap rovrnents 61t,S31 Newport eeach, CA. Irvine Con Parry , Approtinately 7,0nn -1,0,n) Indf vldnal tnnitructinn projects arc completed annually, Me esparfenca list above represents 0r%Y s " "u It tlm siRniflCant Pro µ•C[• rumplctrd 0n rang the r[speet!vu pen ad, J -:7 November 10, 1980 NOV 10 1980 CITY COUNCIL AGENDA By the CITY COUNCIL ITEM NO. ) — p,(Z-) CITY. C# NPWP"T 2MCH TO: CITY COUNCIL FROM: Public Works Department SUBJECT: LOCAL STREET AND ALLEY RESURFACING AND RECONSTRUCTION PROGRAM (BALBOA BOULEVARD: 23RD STREET TO 32ND STREET, C -2206) RECOMMENDATIONS: Adopt a resolution awarding Proposal No. 1 of Contract 2206 to Sully- Miller Contracting Company in the amount of $46,848, and authoriz- ing the Mayor and the City Clerk to execute the contract. DISCUSSION: At 10:00 A.M. on October 29, 1980, the City Clerk opened and read the following four bids for this project: Nroposal Nroposal Bidder No. 1 No. 2 1. Sully- Miller Contracting Co. 2. Vernon Paving Co. 3. All American Asphalt 4. Griffith Company $46,848 $58,317 47,530 61,605 48,305 61,586 54,581 68,294 The low bid is 22% under the Engineer's estimate of $60,200. The project provides for surface treatment and asphalt overlay of deteriorated pavement on Balboa Boulevard between 23rd Street and 32nd Street. Two surface treatment proposals were provided for contract bidding. Proposal No. 1 consists of heating and remixing the existing asphalt surface prior to placing the asphalt overlay. Proposal No. 2 consists of installing a reinforcing fabric on the existing asphalt surface prior to placing the asphalt overlay. The construction of either proposal will provide an adequate pavement section for future traffic demands. Sully- Miller Contracting Co. is a well - qualified paving contractor who has successfully completed recent contracts for the City. Funds from the Local Street and Alley Resurfacing Program, Budget No. 02- 3380 -015, will be used for the work. The plans and specifications were prepared by the Public Works Xpartment,' Work should biec completed by December 19, 1980. Benjamin N. Nolan, Public Works Director LD:mdd NOV 10 1980 By the CITY COUNCIL CITY, OF. NEWK)RT VACK RESOLUTION NO. 9 91 7 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO SULLY - MILLER CONTRACTING COMPANY IN CONNECTION WITH THE STREET RESURFACING PROGRAM, 1980 -81 (PHASE I) (Contract 2206) WHEREAS, pursuant to the notice inviting bids for work in connection with the street resurfacing program, 1980 -81, phase I, in connection with the plans and specifications heretofore adopted, bids were received on the 29th day of October, 1980, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is the SULLY - MILLER CONTRACTING COMPANY, NOW, THERFORE, 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 $46,848.00 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 contract in accor- dance 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 10th day of November, 1980. Mayor ATTEST; kv ty Clerk 111080 S � 4�a OCT 14 1980 6y the CITY COUNCIL CITY OF NfiWKMT BEACH TO: CITY COUNCIL FROM: Public Works Department r1 October 14, 1980 CITY COUNCIL AGENDA ITEM N0. 14 - it SUBJECT: STREET RESURFACING -- BALBOA BOULEVARD (23RD STREET TO 32ND STREET) 1980 -81, C -22D6 RECOMMENDATIONS: 1. Approve the plans and specifications for the subject project. 2. Authorize the City Clerk to advertise for bids to be opened at 10:00 A.M. on October 29, 1980. DISCUSSION: This project provides for surface treatment and asphaltic concrete overlay of the existing pavement on Balboa Boulevard from 23rd Street to 32nd Street. Balboa Boulevard was scheduled for resurfacing in the 1981 -82 budget, but a recent evaluation of its structural condi- tion indicates this street should be given priority in the current budget. 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 $60,000. Sufficient funds have been provided in the current street resurfacing program. The plans and specifications were prepared by the Public Works Department. The estimated date of completion is December 15, 1980. Benjamin B. Nolan Public Works Department GLM:jd Att. p'r 4\; S `�;veoE JEP7QdT /O,V cov�s�_ vC' lye .� HO[iE.t �- 4 rev CLIFF 4 F J '` + °� --- > --J_o_ o_o vacs. oonoc R `✓ i CLOL1: „c l� rN.vrtc, I GvGHi ►vIv T ti� ��oyt���, ----- ` J� CITY OF NEWPORT BEACH DRAWN DATE p PUBLIC WORKS DEPARTMENT APPROVED S I 7' E I y R E5 U R FAC I N G PUBLIC WORKS DIRECTOR R.E. NO. CM00A OLVO - Z3 1d ST TO 32nd DRAWING NO. EXH I BIT *A"