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"