Loading...
HomeMy WebLinkAboutC-2248 - Lido Isle Resurfacing, Phase I & IIFebruary 1, 1982 CITY OF NEWPORT BEACH Sully - Miller Contracting Co. P.O. Box 432 Orange, CA 92667 OFFICE OF THE CITY CLERK (714) 640 -2251 Subject: Surety: Seaboard Surety Company Bonds No.: 81 -083 Project: Lido Isle Resurfacing Phase I and II Contract No.: C -2248 The City Council on January 11 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice of Completion has been recorded. The Notice of Completion was recorded with the Orange County Recorder on January 20, 1982, Reference No. 82- 023616. Please notify your surety company that the bonds may be released 35 days after the recording date. Sincerely, Wanda E. Andersen City Clerk WEA:lr cc: Public Works file City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 RECORDING REQUESTED BY AND MAIL TO CITY OF NEWPORT BE CITY HALL 3300 NEWPORT BLVD VEWPORT BEACH, CA. 92663 82- 0236?6 EXEMPT C1 NOTICF, OF COMPLETION PUBLIC WORKS o � -40-0- PM 7=wdw EE A !AN. 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 Lido Isle 11, 1982 I and II on which Sully- Miller Contracting Co., P,O. Box 432, Oranee CA 92667 was the contractor, and Seaboard Surety Company was the surety, was completed. VERIFICATION I, the undersigned, say: CITY F NEWPORT BFAACCH - e 49 — Public orks Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on January 18, 1982 at Newport Beach, California. 4�L r 1 Publ c 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 January 11, 1982 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 January 18, 1982 at Newport Beach, California. .City Clerk January 18, 1982 Lee A. Branch County Recorder P.O. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 Attached for recordation is Notice of Completion of Public Works project consisting of Lido Isle Resurfacing Phase I and II, Contract No. 2248 on which Sully- Miller Contracting Company was the Contractor and Seaboard Surety Company was the surety.- Please record and return to us. Wanda E. Andersen City Clerk WFA:lr attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 COUNCIL Ca s .,��, ... . `7-ORT REACH TO: CITY COUNCIL FROM: Public Works Department 41 January 11, 1982 CITY COUNCIL.AGENDA ITEM N0. —/ 3 SUBJECT: ACCEPTANCE OF LIDO ISLE RESURFACING, PHASE I AND II (C -2248) RECOMMENDATION: 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 the Lido Isle streets shown on the attached sketch has been completed to the satisfaction of the Public Works Department. The bid price was $96,924.00 Amount of unit price items constructed $95,554.68 Amount of change orders None Total contract cost $95,554.68 Funds were budgeted in the General Fund. The design engineering was performed by the Public Works Department. The contractor is Sully- Miller Contracting Co., Inc., of Orange. The contract date of completion was October 30, 1981. The work was completed by� October 14, 1981 'J. / `V Benjamin B. Nolan Public Works Director GPD: jd Att. 0 IP TO m SCAL E � P�R7 B. r nor VICINITY MAP 4W DESIGNATES SLURRY SEAL AND A.C. OVERLAY OF EXISTING PAVEMENT. a Z O a a W W a 00 c a O O 0 co U O O Z Z J Z O O N N O O O O U U~ W W¢ O W W K K N N Z N W= a a = w w -w Q m 7 Y 0 i m 0 0 O O W LL, O O 0 0 H H 7 Y 0 i Z Z O 4 O R R y y F F O 1 3 a a N N N a s a a a a a a a a a a a a -14 a a a a a a a a a a a a a a a a a a a a a a a > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > u u� u ��L VIA J J L_ LIDO N NORD s LIDO ISLE cHAIVNEL K PIAZZA LIDO i NEWpOR'C i \ LOCATION MAP NO SCALE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LIDO ISLE RESURFACING ' PHASE I 81 II C -2248 SHEET I OF 2 DRAWN R.G. DATE JL APPROVED J i PUBLIC WORKS DIRECTOR Ft. E. NO. DRAWING N0. R -5210 L 0 1 s CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 DATE Sept. 15 i 1981 TO: FINANCE DIRECTOR PUBLIC WORKS FROM: City Clerk SUBJECT: Contract No. 2248 Description of Contract Lido Isle Resurfacing Phase I and II. Effective date of Contract September 15, 1981 Authorized by Resolution No. 11027 , adopted on Aug. 24, 1981 Contract with Sully- Miller Contracting Co. Address P.O. Box 432 Orange, CA 92667 Amount of Contract $ 96,924.00 /s/ Wanda E. Andersen WANDA E. ANDERSEN City Clerk WEA:lr cc: file City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 5 -81 `1 A 1981 TO: CITY COUNCIL FROM: Public Works Department c - aa48' August 24, 1981 CITY COUNCIL AGENDA ITEM NO. �) SUBJECT: LIDO ISLE RESURFACING, PHASE I AND II (C -2248) RECOMMENDATION: Adopt a resolution awarding Contract No. 2248 to Sully - Miller Contracting Co. for $96,924, and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: The following bids were opened and read in the office of the City Clerk at 11:00 A.M. on August 12, 1981: Bidder Amount Bid 1. Sully- Miller Contracting Co. $ 96,924.00 2. All- American Asphalt 101,700.00 3. R. J. Noble Co. 110,457.00 4. Griffith Co. 110,992.00 The low bid is 15.7% lower than the Engineer's estimate of $115,000. This project provides for a slurry seal crack filler and a one -inch asphaltic concrete overlay of the Lido Isle streets shown on the attached sketch. Phase I and II are part of a three -phase street maintenance program on Lido Isle which will provide a smooth- riding surface and an adequate struc- tural section for present and future traffic demands. Sully- Miller Contracting Co, is a well - qualified paving contractor who has successfully completed similar work for the City. Sufficient funds are available in the current Lido Isle Street and Alley Resurfacing Program, Account No. 02- 3397 -206. The plans and specifications were prepared by the Public Works Department. The estimated date of completion is October 30, 1981, Benjamin B. Nolan Public Works Director GW:jd Att. TO ■ 5GALE �Ek'Pp -er � NPr /�vci'`�C PROJECT LOCATION VICINITY MAP JW DESIGNATES SLURRY SEAL AND A.C. OVERLAY OF EXISTING PAVEMENT a z O O N Z W a a '.tZ Z O O Q a 0 Z W Q tr 2 m r; O Z O W a a Z FO W W F Z W W J Z U P 0 Z.4 a a¢ cr W W ��., W Z Z Z J a m O U O W IL t9 t7 ~ j Y OJ V K 4 O Z 00. O a 2 w y j 3 X N H O t a s a a a a a a a aaa a aaa a s aaa a a a a a > > > > > > > > > > > > > > > > > > > > > > > > > > L VIA J L. LIDO NORD a Lip= r� CIRCk -E ZURI %,W� LI D0 ISLE K PIAZZA LIDO i NEWPORT > \ LOCATION MAP NO SCALE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LIDO ISLE RESURFACING PHASE I & II C -2248 I.G. DATE J U N t . IJLSI PUBLIC WORKS DRAWING NO. 1 Workers' 41 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. ". August 21, 1981 Date Si n�re 9 Dan D. Sisemore, President by � Sri W 1. _J 1 r i 0 • PR la CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL 2248 Contract No. 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 2248 in accor- dance with the Plans and Special Provisions, and will take in full payment therefor the fol- lowing unit price for the work, complete in place, to wit: ITEM QUANTITY ITEM D1=SCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 230 Slurry seal existing pavement. Extra Long Ton @ Seventy -Five Dollars and NO Cents $ 75.00 $ 17,250.00 Per Extra Long Ton 2. 2,200 Provide 1" -thick open - graded asphalt Tons concrete overlay @ Thirty -one Dollars and 31.27 Twenty -Seven Cents $ $ 68,794.00 Per Ton 56 Adjust manhole frames and covers Each to finish grade @ One Hundred Thirty Dollars and NO Cents $ 130.00 $ 7,280.00 Per Each 0 0 PR lb ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 36 Adjust sewer cleanout, water valve, Each and survey monument frames and covers to finish grade @ One Hundred Dollars and NO Cents $ 100.00 $ 3,600.00 Per Each TOTAL PRICE WRITTEN IN WORDS: Ninety -Six Thousand Nine Hundred Twenty -Four Dollars and NO Cents $ 96,924.00 1538 A Contractor's Lic. No. & Classification Sully- Miller Contracting Company Bidder August 12, 1981 S /Robert E. Holland, Vice President Date Authorized Signature /Title Post Office Box 432, Orange, California 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 1777.5 of the California Labor Code for all apprenticeable occupations. 1538 A Contr's Lic. No. & Classification August 12, 1981 Date SUdder LLY -MILLER CONTRACTING COMPANY Bi S /Robert E. Holland, Vice President Authorized Signature /Title / DESIGNATION OF SUBCONTRACTOR(S) • Page 3 The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Item of Work Subcontractor Address 1. One Pavement Coatings Co. Anaheim 2. 3 & 4 Manhole Adjusting Co. Los Angeles 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. SULLY - MILLER CONTRACTING COMPANY Bidder S /Robert E. Holland, Vice President Authorized Signature/Title • • Page 4 FOR ORIGINAL SEE CITY CLERK'S FILE COPY BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, Sully- Miller Contracting Company , as bidder, and Seaboard Surety Company , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percentum (10 %) of the 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 Lido Isle Resurfacing Phase I & II 2248 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 12th day of August , 1981. Sully- Miller Contracting Company Bidder (Attach acknowledgement of Attorney -in -Fact) S /Frank E. Holland, Asst. Secretary S /Michele E. Drakulich, Notary Public Authorized Signature /Title Commission Expires August 30, 1981 Seaboard Surety Company Surety By S /J. H. Caithamer 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. Subscribed and sworn to before me this 12th day of August , 1981. My commission expires: March 16, 1981 SULLY - MILLER CONTRACTING COMPANY Bidder S /Robert E. Holland, Vice President Authorized Signature /Title S /Rebecca A. Whalen Notary Public • • Page 6 FOR ORIGINAL SEE CITY CLERK'S FILE COPY STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement .of his financial responsibility or agrees to submit a statement within 1 wo�E°day after the bid opening if the undersigned is the apparent low bidder. "On file with City Clerk" SULLY - MILLER CONTRACTING COMPANY Bidder S /Robert E. Holland, Vice President Authorized Signature/Title • • Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. SULLY - MILLER CONTRACTING COMPANY S /Robert E. Holland, Vice President Authorized Signature /Title • s,• ►toJect Experience . • . Value ' Of Vi A rear Type of Wort Perform" — �... -�. Lwarlon of Walk For Whom performed 11(71114 bring, Oralnatae { Utll. 614,758 L. A. Hard,r Mss Angeles Harbor Depafmo_ nt ^ Street Iwpruvicecet 792,919 Orange County City of Cast. He sa • Street loproremcnt 773,598 Orange County City of Costa Mesa • Sewer 724,486 Orange County Orange County 5an!cation District • Pipeline 3,608,869 L. A. County Metropolitan Watrr Dutrlct ^ Pipeline 2,25S.473 L. A. County Metropolitan water Dlatrlct • Raterwoter loci". Pit. 2.945,040 Palm Desert Coachella Valley Co. Water Dist. w Pumping Plant 1,641,986 Pnrblaysos State of California ^ Sewer 1,678,938 Ins Antrim, City of Los Angeles • Stan Drain • 1,0!9,452 Pearblossom L. A. County flood Control Dist, • Pub. Pits. - Control Bidgs. 1.269.347 Ken County Kam County Water Agency O lstrlb. Canal 6 Descrvoars 1.330,60 Ken County Cawtlo Water District .w Water Distrib. System 1,043,227 Waeco, California butronwlllor Improvement Water Line 1.022,490 Pueblo, Colorado Pueblo West Metro. Di :e. E MaCu}13ch • 12 /^1 /75 Pipeline Extension Storm Drain 646.146 San Jacinto Idtropollnn Water District PP Interceptor Sewer Lind S,074,615 4.343,SS3 Glendale Carden Crave L. A. Co. Flood Cone nl District Orange Co. Sanitation ^ Water Treatment Plant 2.699•SS9 Bakersfield Kern Co. Water Agency • 7 Pump Pits. - 7 Con. Bldts. 2.229,836 taken field Korn Co. Water Agency w Waste Wit. Realam. Plant 2.017.448 Pale Dcserc -Coachella Valley Water District • Stan Drain 1.335.215 itinhattan Beach L. A. Co. Flood Control District Water Distribution Systems 1.019,443 WASCDStttonwl liar improvement District Stem Drain Pipe E Boa 987,669 Riverside Riverside Co. Flood Control District • • Row Roadray 930,OSS Irvine The Inine Company w Pumping Plan[ Ind Discharge 907,488 Peanlossw Ospt, Mater Resources - Si.of Calif. • Stan Drain 837,SS2 Orange The Irvine Company Ineriouts- Discharge Pipelines 742.404 Bakersfield bra County Water Agency = Street Improvements 736.785 Wilmington City of Los Angeles ^ Street Construction 729•S72 ins Angeles L. A. Harbor Department &Simi. Co... Box Culvert 709,629' Escondido City of Escondido ' 12/31/76 Pump Plants - Control Buildings 9,182,103 Ken Gaunt Y Ran County Mater Agency • Stem Drain Interceptor Sewer 5.064.798 4,317,614 Antelope Valley Denver. Antelope Valley -E, fen Water Agency • Channel . 3.364.084 Colorado Cucamonga Negro. Denver Sewage Disp. District Vtterllnn 2.094.109 Yucca. Arizona Dept. of Arm y Carps of Engineers w Tracts - New Development 3,138,237 ASisa Milts bureau of Reclamation Moreland Development Company •- Store Drain 1•D96.693 Phoenix. Arizona City eP Phoenix w Stan Drain ],000.465 Irvine The Irvine Company • street Widening SStreet t Widening 158.440 Los Angeles L. A. Community Redev. Agency 726.947 C/O Simi Valley CA , C/O Simi Valley ' Renovation Plant . Into. Sewer 723.222 Los Angeles County L. A. County Sanitation District 02 All Improvements 659,742 Brea Mall - Brea, G Homart Der. Co. Street Ivpra ements 611,67S Duarte, CA C/O Duarte w Street Iuprovements Interceptor Sores 607,124 Long Bench C/ A- County Road Department 32/33/77 Interceptor Sewer 579,627 6.837.423 Irvine Denver, Colorado Irvine Ranch Water District! Stan Drains, Water Linea S•401,116 Irvine, G Motto• Denver Sewage Disp. District '•. Tracts - New Develepoemt 5,363.263 Alisu Hills. G b. Inine Assessment District Ibrolnnd Development Co. Seven Sewers 4.281.117 Cambria, G ., County of San Luis Obispo • Stan Rates 2.338.575 2.316.945 Nice. G la►a Cooney Sanitation District • tips Lines 1.737.790 Daggett, Arizona Bagged, G "" City of Phoenix Streets. park Hew Develop. 3.752.917 Brea, G So. California Edison Company _• Streets. reets, Curbs, . Sidewalks 1.610.914 Irvine, G Ibreland Devlopmeot Company So. Waterlines 1,289,919 'Monterey, G Irvine Assessment Co. lbmterey County • Pumping Su[laos Water Lines 1.110.161 Valle Center, G Y Valley Center Hunieipal water Distr. - „ Channel 1.085,658 Redwood Valley. CA Redwood Walla. County Water Oistt. • Storm Drams 1 1.079.460 Cucamonga. G 0, S. Army Cory. of Engineers Caul Imoronaeots 929.962 Irvine,gG Warmington Development Co. - 912.195 lost Hills. CA goat Hills Water District 12 -31 -71 Waterlines 3.946,977 _ _ _ Mastatty. G, boaterey County -- Streats, Curbs. Sidewalks 2,731,538 Irvine, G. Ill. Irvine Assessment District w Stop brains, Waterlines 2.168.872 Inine• G. b. Irvfne Assess :rat District • • business Park 1,9102.819 Bran, G. Nenland Development Company • Runway Improvement. 1.772.018 long Beach, G. laps Beach Airport • Tracts how w Development 1,710.814 Laguna, Hills, G. Namaland Development Company Setwn 1.473.414 Cambria. CA. Canty of San Luis Obispo is street Improvements 1.213.965 Garden Crave. CA. City of Carden Crave w •mwsr Lines 1.069,307 Dame Point, CA. V.S. Gorenaen[ Sierra Ocean Out[ail • Water Lines 496.913 Redwood Valley. G. Redwood Valley County Water District • Street Improvements 875,940 Cerritos. CA. City of Cerritos • •gnat Improveienn 901.142 hncevla, CA. City of Wnrovla • Insist Improvements 761.023 1611rtingten beach, G. City of Huntington Park • Parking Let improvements 706.639 Garden Crave, G. City of Carden Crave ' • ArilnS lot laprovcaenis 619.S31 Wwpon beach. G. Inine an Cawp f Approalaatsly 2.0116.7 non 1-4.1d. .1 onstruction projects an completed annually. i Y s ^au of the sitn. fivant lime experience Ilat soon represents pre3rc[s ewplcted during the n%pect ve period. , F�- • Page B ,I NOTICE The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives a letter of award from the City of Newport Beach: PAYMENT.BOND (pages 4 & 16) FAITOM PERF.RMA CE BOND (pages 1.1 & 12) CERTIFICATE 0.1 INSURANCE & ENDORSEMENTS (pages 13,14 & 15) CONTRACT .(pages 16. &.17) Since thii City, of Newport Beach will not permit a substitute format, for :these contract documents, bidders are advised to review their content wl 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 the bid. Such specifications.shall include those contained in (1) each contract document and (2) the Standard S ecifrcat'ions for. Public. Works'Construction (latest edition adopted Tor use In. tM City of Newport Bea , except as supplemented or modified, by the :Special Provisions for this project. 3 s, r a � L c Ls .. .'. �.. ..:. ... fit �� `' � � +�i' ' r "��sss: °T- "�-xs�'2s5ff7LF"'�'- =�nhs' aa:,,� -x 'i'�rPix. x�'"�ki �.,y{as':•,� _ t � r y Page at �_• 6-1 � PAYMENT BOND _ x"13171 IILi1DED IN FAITHFUL KNOW ALL MEN BY THESE PRE51 #ITS, WHEREAS, the City Court a the City o- Newport Beach, State of California, by motion adopted August 243 1481 has awarded to SULLY=MILLER'CONTRACTING COMPANY ;hereinafter designated as the "Principal "; a contract for. b LIDO IS E RESUMING' PMSE ,T`AND iI Contract No .2248 in'the i±ty of °Newport: Bea �h, in? strict conformity with the Drawings and Specifications and other contract. dociaAerts 'on�file'in.the.office of the City Clerk of 'the.City of Newport Beach; . WHEREAS, said 'Princi'pal 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`oiber supplies or teams used in, upon, for, or about.the.per- forarance of the work's reed to tie- ;done.,`or for any work or labor done thereon of any .. kind, the Surety on th1s'bond wil ,pay the same.to the extent hereinafter set forth: NOW, THEREFORE, lie ' -31 fX jU ler Contracting Company as Principal, and' : Seaboard Surety .Comoanv as- Surety, are held f4;rM1 bound unto the.City of Newport Beach, in the sum of F u=-E ght ' hotiSg,,d e4+` V i in4rP$ Rixj:z oi, .Dollars ($ 48:j62 ::00- -- -); said sum being one-half 'bf the: estimated amount payable by the.City of Newport Beach . under the-. terms of the cOntra ct,;'for which'payment well and truly to be made we bind i aursel4es, our heirs,:executors„ and administrators, successors, or.assigns; jointly and severally, firmly by these. presents: THE CONDITION OF THI'.S- OBLIGATION IS SUCH, that if the above bounden.Principal or A# subcontractors fail to pay for any materials, provisions, provender, or other Supplies.or teams; used n0 upon - for, or- about.the performance of the work contracted to be.d©ne..or for any other work or labor thereon of any kind or for amounts due under the Unemployment - 14urance Code with respect to such work or labor, that the Surety or Sureties w Ill .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 fi #e Claims under Section 3181 of the California Civil Code sa -as te.give a r -igh# pf iel the Dr �eir.assigns. in any suit broWght. upon w Page 10 this bond, as required; by the'Provisibns of Section 4205 of the Government Code of the State of California: And said Surety., for value received, hereby stipulates and agrees that no change, extension of time,.alterationsor additions to the terms of the contract or to the work to be.performed =theresrder 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 ofany 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 gh day of SilKN 1981 ; -uguS SULLY- MILLER CONTRACTING., CClMPAi57F Sea(k} . . .Name o. Contractor Principal - - BY =: P Authorized Signature and Title' W. DUANE RASJIF SENIOR VI IDENT i Authorized Signature an itle ~ FRANK-E. :HOLLAND,. ASSISTANT 'SECRETARY SEABOARD :SURETY COMPANY (Seal� me o Surety 19700 airchild Suite ' "130.` I vin CA 92.7 9 . dres of rety l agn ure n t e o ut or ze gent. J: CAITHAMER',. ATTORNEY -IN -FACT S e'As Above. 714/8.31 -19.11 Teeleo one No. Of Agent • `� � �i a q a {"sns � ...+. ''.w :.� '� � .. ;:.' � R'''. .ti .: "tom.: ...: .' .: .. �: r._, a... � , - � <i. .. �_ .:- ._ ..... \ \ § K )\§ \(\ aaw Q/\ � ) \# \�\ � $ ( #§ � \ }/ � \�{ §�} \\® ) � \k!� ■. a ± \ # » f§! (] E2 W �a ) k eke \ w }�k n ;< o ;o o: ^�§ \j - !) to ] 3a /2 4; /: e c: �§ C)f )) / ) @) 3 2[ @/ \/ §§ )\§ \(\ aaw Q/\ � ) \# \�\ � $ ( #§ � \ }/ � \�{ §�} \\® ) � \k!� ■. a ± \ # » f§! (] E2 W ) k w }�k } \j - !) to ] 3a /2 ! a@ « 00 \§ \\ N G - § za ) rj) \§ \ R @ t- G k � \kli6 } \ \ ) i Page 11 FAITHFUL PERFORMANCE BOND BOND NO. 81 =083 PREMIUM: $121.00 KNOW: ALL MEN BY THESE :PRESENTS,.That WHEREAS, the City Council of the City of Newport Beach, State of.California, by motion adopted August 24;1481, has awarded to ,F,(Y- MILLER CONTRACTING COMPANY hereinafter designated as the "Principal ", a contract for LIDD ISLF 8Fg1REA.INC PH E I'AND II. CONTRACT NO. 2248 in the City.of Newport Reach,.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, suliv- Mi3ier.Contractind Company as Principal and Seaboard Surety Company as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Ninety -Six Thousand, Nine Hundred Twenty- Four - - ---- Dollars ($96,.924.00.- - ---j , said sum being equal to 100% of the estimated amount of the contract, to be paid to c:. 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 �' � �., ��, -; �_. t _ -` .� �� �� :: �� ,, ,- �= -a �. ;: ,,. �,. z. -. , - ,:. _. "t - - �r4' } T �' y '.. L x $ � .��� .::". .�_. .. - r, -' _. _� -�: �. _ ` - -: � � .. _' -..... ,'- -. .'.� � - - 1. \. �: .'. ..' r . � �- �.. . e✓' � _ .. .: W,� '. .. a =1 - � .' '> �. _h{4 �- r.. .. _ _ - �� 1� _ �. [ _ .� F_ .. .. ".. �. - �... ._ -. ['�.. � � - -.:. y i � F q -��i p�� S � �i` . .. 3,.v'�aS %Y ` ,V .. ivA I�ib MW t M x ... t �r l \ ■( §7 \ \/ƒ � ®() : \} ( §( fQ 0 } C � /- \� q: / (\ E\$ )[\ Z CD \)\ »i) {[\ & ±2 \y/ }() k�\ ]E{ EE& «& / �\ Fl / ) j rnn� �\ \§ #) /® \e§] G «@ _ Y F O 3 A 0 t Ly a N m N d 6 d� d 3 n fD N T d9 o U. � N X F/ O C � C � � =c ~ 3 m M 0 3 o � ~ � o C c s3 3 � o ? o K m t9 6 � N � x� FN G. N 6 O x 0 3 m O N A 0 m d (p N G O N C y y T O a r r E 0 z 41 l'J r m CERTIFICATE OF INSURANCE • ERTIFICATE HOLDER City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 , Inc. ­ Z its Sully— Miller Contracting Company Long Beach, CA 90805 1 Page 13 Company e + +... A The Travelers Insurance Co. r' B ny r C !y D Letter E 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 GENERAL LIABILITY A ® Comprehensive Form TRSLG18 T4523 .81 Bodily Injury $ $ ® Premises - Operations ® Explosion & Collapse Hazard 5/1/82 Property Damge $ $ R Underground Hazard ® Products /Completed - Operations Hazard Bodily Injury ® Contractual Insurance IxlBroad Form Property Damage and Property Damage Combined $ 1,000 $ i,000 ® Independent Contractors ® Personal Injury 91 Marine Personal Injury $ 1,000 IS Aviation AUTOMOTIVE LIABILITY A glComprehensive Form Bodily Injury Each Person $ TRCAPI8. Owned tit Hired . T.4547.81 5/1/82 $ \ odi y Injury Each Occurrence Pro ert Dama e $ g7 Non -owned Bo di y Injury and Property Damage Combined $1,000 EXCESS LIABILITY p Unbrella Form Other than Umbrella Form Bodily Injury and Property Damage Combined $ $ WORKERS COMPENSATION SEL INSUFED Statutory and SEE EMPLOYER'S LIABILITY ATTAC ED MMMMMM ac 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 BY�ok /lT gency: The Travelers Insurance Co. $/98ZPL_ Aut orFi ri ed- resen at ve Date lssuedd 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: Lido Isle Resurf P Nn, 274A Project title and contract number 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 ( g) Single Limit Bodily Injury Liability and Property Damage Liability Combined $ each occurrence $ each occurrence $ 1,000,000. each occurrence The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: L' P ase & II Contract No. 2248 Project it a an ontract No. . This endorsement is effective 08/28/81 at 12:01 A.M. and forms a part of Policy No. TRCAP18OT4547 —.8 . Koppers Company, Inc. & its Subsidiary Named Insured Sully — Miller Contracting .Company Endorsement No._ Name of Insurance Company The Travelers InsuranceBy/%i_L Authoriz Rep sentative CITY OF NEWPORT BEACH E COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 15 I. 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 (g) Single Limit $ each occurrence $ each occurrence Bodily Injury Liability $ 1,000.000. each occurrence and Property Damage Liability Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract: n Phast I & II Contract No. 2248 Project It a an Contract No. This endorsement is effective 08/28/81 at 12:01 A.M. and forms a part of Policy No. TRSLG18OT4523 —Q1. Koppers Company, Inc. & its Subsidiary Named Insured suliy— Millar rnntranting Company Endorsement No. Name of Insurance Company The Travelers Co. CONTRACT Page 16 { `THIS AGREEMENT, entered into this day of 19 by and between the CITY OF NEWPORT BEACH, hereinafter "City, n C PANY hereinafter "Contractor, "is ma a th re erence to t following acts: - (a) City has heretofore advertised for bids for the following described public. work: 2248 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: LIDO ISLE RF PHA E I AND II 2248 . t e of-Project on rac o. 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 Ninety-six -f r Dollars no Q($ 961924.00 s c nsat on Includes any' oss or damage arising from the nature of the work; (2) any Toss 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 I 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) +ads ^ �? �F ��� r�,�. �.0 •�' �C -�e� _.�. �, _, wry �,.r• •. r..r .vur •v• L1W 1JLL AN 11 2248 . 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. CITY OF NEWPORT BEACH By I i CITY VVIA II U1VIA �"` %�Cy� t, I..�.� :�� _ ' ;i' �,:. i , i . i �. ! � �3 4 �.b 5 Q 1' f .. _ ;�1r.. ' �'. ^x�F.t�" ��,ks,,.+.�c r �`:, e � ..i . r � F � �U4 � i—F� m �.:f�k*'�er _ � _... , v .::s.:, . ,�w�re •``rx � CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LIDO ISLE RESURFACING PHASE I AND II CONTRACT NO. 2248 INDEX TO SPECIAL PROVISIONS SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . 1 II. COMPLETION OF WORK . . . . . . . . . . . . . . . . . 1 III. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . 1 IV. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . 1 V. WATER . . . . . . . . . . . . . . . . . . . . . . . . 1 VI. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . 2 A. Traffic Control. . . . . . . . . . . . . . . 2 B. Notification to Residents. . . . . . . . . . . . 2 VII. DEFINITION OF PROPOSAL ITEMS . . . . . . . . . . . . 3 A. Slurry Seal. . . . . . . . . . . . . 3 B. Asphaltic Concrete Overlay . . . . . . . . . . . 4 C. Utility Adjustment to Grade. . . . . . . . . . . 5 Att: Plans (Sheets 1 & 2 - -Dwg. No. 8- 5210 -L) E CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS • SP 1 of 5 LIDO ISLE RESURFACING.PHASE I AND II CONTRACT NO. 2248 1981 -82 I. SCOPE OF WORK The work to be done under this contract consists of slurry sealing existing pave- ment, constructing an asphaltic concrete overlay, adjusting utility frames and covers to finished grade, and other incidental items of work. The contract requires completion of all the work in accordance with these Special Provisions; the Plan; the City's Standard Special Provisions and Standard Drawings for Public Works Construction 1980 Edition; the Standard Specifications for Public Works Construction, 9 9 E ition and supplements to date. Copies of the Standard Specifications are available at Building News, Inc., 3055 Overland Avenue, Los Angeles, California, 90034, (213) 870 -9871. Copies of the City's Standard Special Provisions and Drawings may be purchased from the Public Works Department at a cost of $5. II. COMPLETION OF WORK All work under this contract shall be completed by October 30, 1981 or within forty -five (45) consecutive calendar days after the start of construction, whichever comes first. 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. WATER The Contractor shall make provisions for obtaining and applying water necessary to perform his work. If the Contractor elects to use City water free of charge, it shall be his responsibility to make arrangements by contacting the City's Utilities Superintendent, Mr. Gil Gomez, at (714) 640 -2221. • • SP2of 5 VI. TRAFFIC CONTROL AND ACCESS The Contractor shall provide traffic control and access in accordance with Sec- tion 7 -10 of the Standard Specifications except as modified herein, and with the standards contained in the Work Area Traffic Control Handbook (WATCH), also pub- lished by Building News, Inc. A. Traffic Control 1. The Contractor shall schedule his operations so that all streets can be opened to traffic by 4:00 P.M., except weather conditions require a longer curing period. In this event, the Contractor shall install suf- ficient lighted barricades, interspersed within the treated lane to prevent use until curing is completed. 2. The Contractor shall install adequate barricades to insure public safety and to prevent vehicles from entering the work area prior to completion of cure of materials. B. Notification to Residents 1. Street Signs The Contractor shall furnish, install, and maintain in place "NO PARKING" signs (even if streets have posted permanent "NO PARKING" signs) at least 48 hours in advance of the need for enforcement. 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 ex- cept for the day and date of work; and (4) conform to the dimensions shown below: I TEMPORARY `T NO PARKING M TOW AWAY 6 A.M TO ZONE Ai 6 PM. _i C.V.C. 22652 B - 4 NEWPORT BEACH POLICE DEPT. 14" 673 -22 11 34 VII • . SP3of5 2. Notices Forty (40) hours in advance of applying the slurry and A.C. overlay, the Contractor shall distribute written notices to abutting residents stating when his operations will begin and approximately when the street will be restored to normal vehicular use. The City will furnish the written no- tices for distribution to residents. Errors in distribution, false starts, acts of God or other alterations of the schedule shall require renotifi- cation distributed by the Contractor and furnished by the City. DEFINITION OF PROPOSAL ITEMS The unit prices to be paid for the items listed in the proposals shall include full compensation for furnishing all labor, materials, tools, equipment and inci- dentals necessary to complete the work in place. A. Slurry Seal 1. Street Preparation Prior to Slurry Seal a. City forces will complete asphaltic concrete patching and repairs prior to the overlaying operation. b. The slurry seal shall be used as a crack sealer and filler for exist- ing pavement cracks and shall be put down at a rate of 2,000 S.F. to 2,200 S.F. per extra long ton. The slurry seal shall have a minimum of five (5) calendar days for curing prior to the A.C. overlay. Add the following in lieu of the first sentence of subsection 302 -4.32 "Spreading ": Prior to applying the slurry, the surface to be slurried shall be cleared and cleaned by the Contractor of all loose material, vegetation, oil, and other objectionable material. In addition to subsection 302 -4.32 "Spreading ", it will be the Contrac- tor's responsibility to protect and clean slurry from existing street markers, reflectors, and valve, monument, and manhole covers. 2. Material Emulsified Asphalt Emulsified asphalt shall be of the Cationic quick -set Type QSK -h, Type I, using penetration grade 60 -70 paving asphalt as a base. If Cationic QSK -h is not available, Anionic QS -1H emulsion may be used as an alternate. Emulsified asphalt shall meet the following specification when tested according to appropriate ASTM methods: Emulsion ASTM Test No. Furol Viscosity at 770 F. Sec. 20 -100 D244 Residue from distillation; % by weight 57 min. D244 Sieve Test (% retained on No. 20) .10 max. D244 Storage stability; one -day settlement 1% max. D244 0 Residue Penetration @ 770 F Solubility in Trichloroethylene, % Ductility at 770 F, cm. 0 SP 4 of 5 ASTM Test No. 40 -110 Sec. D244 97.5 min. D2042 40. min. D113 The Contractor shall submit to the Engineer certified copies of test reports in accordance with Std. Spec. of 203 -1.3. Aggregate Aggregate shall be per Std. Spec. of 203 -5.2. Admixtures Portland cement shall be used as the accelerator for Anionic Emulsion - Aggregate Slurry and Ammonium Sulfate in liquid form shall be used as a retardant for Cationic Emulsion- Aggregate Slurry. The admixture shall be that amount necessary to adjust the curing time to conform with the provisions of Section VI.A.1. of these Special Provisions and to prevent the slurry from setting up prematurely in the spreader box. Any other admixtures and proportioning system shall be subject to approval by the Engineer. Water The water shall be the amount necessary for the slurry to penetrate and fill existing cracks. The amount of water shall be approved by the Engineer. Asphaltic Concrete Overlay 1. Material The asphaltic concrete to be furnished and placed shall be open graded Type III- GI- AR4000. Open graded asphalt concrete shall meet the require- ments of Section 400 of the Standard Specifications except that the re- quirements of subsections 400- 4.2.3, 400 - 4.2.4, and 400 -4.3 shall be replaced with the following: After mixing with asphalt binder, the combined aggregate film stripping shall not exceed 25 %, as determined by Test Method No. Calif. 302. At least 90% by weight of the aggregate shall consist of crushed particles. The grading of combined aggregates shall conform to one of the gradings shown in the following table: Percents a Passin G 3/8 Maximum Sieve Individual Moving Sizes Test Result Average 1/2" 100 100 3/8" 88 -100 90 -100 1/4" --- --- No. 4 23 -42 25 -40 No. 8 4 -22 5 -20 No. 16 0 -12 0 -10 No. 200 0 -4 0 -3 . SP5of5 B. Asphaltic Concrete Overlay (cont'd) 1. Material (cont'd) The statistics, the basis of which will be the long -term record of the plant, will be kept for each batch plant. Evaluation of gradation test results shall conform to the provisions of Subsection 400 -1.4. The amount of asphalt binder to be mixed with the mineral aggregate shall be between 5% and 7% by weight of the dry mineral aggregate. 2. Placement The asphaltic concrete overlay shall be placed to the limits and com- pacted thickness as shown on the plan, in conformance with Section 302 -5 of the Standard Specifications. Open - graded concrete shall be placed only when the ambient air temper- ature is above 600 F, in lieu of 400 F as specified in Section 302 -5.4, "Distribution and Spreading," of the Standard Specifications. Break- down rolling of the asphalt concrete for the entire width of each pass of the paving machine shall be completed prior to the mixture cooling to 1750 F. Paving machine speed and number of rollers used shall be adjusted to comply with this requirement. Open - graded asphalt concrete shall only be rolled with a steel -tire 2 -axle tandem roller weighing not more than 10 tons. At street intersections without cross - gutters, the asphaltic concrete shall be feathered to meet the existing pavement along a straight line defined by the beginning of curb return (B.C.R.) as shown on the plans. In addition, the Contractor shall feather to z" thickness along edge of P.C.C. gutters as shown on the plans. C. Utility Adjustment to Grade Privately Owned At least 2 working days prior to construction, the Contractor shall notify utility owners (e.g. gas, telephone, electricity, and cable tele- vision companies) in order that they may tie out their facilities. The Contractor shall then pave over such facilities and mark their locations on the finished pavement surface. The utility owners shall adjust their facilities to final grade within a reasonable time after paving. City -Owned The Contractor shall adjust City manhole frames and covers and water valve boxes to finish grade per Section 302 -5.7 of the Standard Speci- fications and City's Standard Drawings. 70 ■ SCALE veiv 'oR7 Bqy Nor VICINITY MAP 4- DESIGNATES SLURRY SEAL AND A.C. OVERLAY OF EXISTING PAVEMENT. a z p (n J j a a z a W 2 p O� a Z 0 i W a to W m u ZO J Z N O Q O W W W Z It IV U O O U Zp O K V1 /x- J Z a p m C W 2 F j O p W V a 7 a Z K Z N W Q Q W j a m O p W LL G O 7 Y J 1 Z O G. O Cr g f> 3 X T > N a s a a a a a a a a a a a a 1!5 a a a a a a a a a a > > > > > > > > > 55 > > > > > > > > > > > > > > > `— —� ° � . '--r L VIA -J L- LIDO NORD 7v r r LIDO ZV� DVIA� % LIDO ISLE CHANNEL PIAZZA LIDO i N EWPORT > \ LOCATION MAP NO SCALE CITY OF NEWPORT BEACH LIDO ISLE RESURFACING PHASE I &:M C -2248 DRAWN R.G. DATE s UN1 APPROVED PUBLIC WORKS CI11 R.E. NI DRAwINO No. R- 5210 ; - 7 I(-1 I L 14 -14ZZ14 Z /00 1W=80'0- ALLEY W/0 VIA ANTIBES VIA BARCELONA VIA CORDOVA VIA DIJON VIA' EBOLI VIA FLORENCE VIA FERMO VIA FIRENZA VIA GRAZIANA VIA HAVRE VIA ITHACA VIA JUCAR VIA KORON VIA LORCA VIA MENTONE W = 16') W = 20') W = 20') W = 20') W = 20') W = 22') W = 16') W = 16') W = 16') W = 22') W = 20') W = 20') W = 22') W = 20') W = 20') W ;•o- o �./rv� /7y /C REN /i^E r-1 I� /dAQKEN /7E B /7UC /TN /C � —' VIA NICE VIA ORVIETO VIA PALERMO VIA QUITO VIA RAVENNA VIA SAN REMO VIA TRIESTE VIA UNDINE VIA VENEZIA VIA WAZIERS VIA XANTHE VIA YELLA VIA ZURICH CIRCLE ZURICH PIAllA LIDO W = 20') W = 26') W = 20') W = 20') W = 20') W = 26' & Variable) W = 20') W = 20') W = 20') W = 22') W = 20') W = 20') W = 20') W = 16') W = 22' & 42') lO SLURRY SEAL EXISTING PAVEMENT WITH EMULSIFIED ASPHALT TYPE I AND CONSTRUCT 1" THICK "OPEN GRADED" TYPE III -G1 AR 4000 ASPHALTIC CONCRETE OVERLAY AS THE FINISH SURFACE (FEATHER 5' FROM EDGE OF GUTTER: SEE TYPICAL SECTIONS THIS SHEET). ADJUST STORM DRAIN, SEWER, WATER, AND SURVEY MONUMENT FRAMES TO FINISH GRADE. CITY OF NEWPORT LIDO ISLE RESURFACING PHASE I &:a C -2248 DRAWINY N0. 1q— DATE 0 ORIGINAL PR la CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL 2248 Contract No. 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 2248 in accor- dance with the Plans and Special Provisions, and will take in full payment therefor the fol- lowing unit price for the work, complete in place, to wit: ITEM NO. QUANTITY AND UNIT 1TEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 1. 230 Slurry seal existing pavement. Extra Long Ton ��++ Dollars and -�-- Cents _ $7 VV Per Extra Long Ton 2. 2,200 Provide 1" -thick open - graded asphalt Tons concrete overlay Dollars -toulz and � S�V�a! Cents S3! Z7 L Per Ton 3. 56 Adjust manhole frames and covers Each to finish grade - , / @F`JjiCs,22�tL,/Je1, -r.1 Dollars and }. Cents $ /M" $%2f10• UO Per Each T UNIT PRICE • PR lb 4. 36 Adjust sewer cleanout, water valve, Each and survey monument frames and covers to finish grade @ I)L,P f- .d?rj Dollars and -� Cents Per Each TOTAL PRICE WRITTEN IN WORDS: r =!!f. Contractor Lic. #1538 Contractor's Lic. No. & Classification �'12�81 Date Dollars and Cents ICE PRICE ,, .. SULLY-MILLER. CONTRACTING COMPANY "d 0 "�d Authorized Signature /Title ROBERT E. HOLLAND. VICE PRES. P. O. BOX 432, ORANGE, CA. 92667 1714) 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 1777.5 of the California Labor Code for all apprenticeable occupations. Calif. Contractor Lic. #1538 A Contr's Lic. No. & Classification Date SULLY - MILLER CONTRACTING COMPANY Bidder �QtI,�� to . Ag kfie11. H'& Ai ), V CE PRES. • 0 Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Item of Wnrk Suhrnntrnrtnr ❑ri rirc rr 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. SULLY - MILLER CONTRACTING COMPANY Authorized Signature Title ROBERT E. HOLLAND, VICE PRES. BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, 0 Page 4 Bond No. 766046 (9569) 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 Percentum (108) of the amount of the bid i9ollars ($ 108 of bicj, 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 Lido Isle Resurfacing Phase I & II e of Project Contract 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 12th day of August lg 81 Sully- Miller Contracting Company Bidder (Attach acknowledgement of n�� Attorney -in -Fact) „y[// Authorized Signature /Title Frank E. Holland Asst. Secretary Seaboard Surety Company Surety By \ Titl J.H. Caithamer Attorney -in -Fact j4 §NW \4-4 El 4,»0 § \ } ■ 11 R 3 % } j \ )]§ ) / k)[ �- eea 4�4 \. a/§ /)\ � P4 . E -4 \�\ )q � T �\ . !,f 'gg : tQ a,:;; ( \ § \ \m! G 3, ® /w �i j -� /\ /�\ \\ () o ~� e© t) / / ):! t D 0 3 /■ ! \ _ # ) \ � & / � / \ \ / k \ $ /j �\ I E Fl, k k a2 !3 §=K ef} d� #(J 3$f© =a�® 2 t/{ e§ƒ# f { ƒ[ ] \tt ,a=m ^�7 f \ }f r � ƒ 7 . } | §z | g\z4K ! / (J (Z \ \0\ ZZ Lu% .�\ / � z )2 �*m • • 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 12 day of , 19_&_. My commission expires: SULLY - MILLER CONTRACTING COMPANY Bidder Authorized Signature /Title ROBERT E. HOLLAND, VICE PRES. Notary Public REBECCA A. WHALEN NOTARY PUBLIC-CALIFORNIA PRINCIPAL OFFICE IN ORANGE COUNTY Commission Expires Mar. 16, 1994 I-] 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 (�6 Authorized Signature /Title ROBERT E. HOLLAND. VICE PRES. 0 0 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 ( a/ �' Authorized Signature /Title ROBERT E. HOLLAND, VICE PRES. - Project Rpetteata . Fags— it" Value Of work year Type of W.urk Nr(orm ,l Lwatlon of Work for Whoa Performed 12131/74 Paving. Drainage, 4 UtLL. 611,756 L. A. M-rtmsr LAS Angeles ik.rt.or Department ' • Street Impsove•cnf 792.919 Orange County City of Costa elcsa • street Improvement 773.598 Orange Coumcy Citr of Costa Mesa • Sewer 724,488 Orange County Orange County Sanitation District + Pipeline '3,668.869 L. A. County lestropolitan Water District • Pipeline 3.255.473 L. A. County Metropolltnn Water District • Nato motor Racism. Pit. 2.945,040 Palo Desert Coachella Valley Co. Water Dist. ` "Ing plant 1,641.986 Pearblussos State of California • Sever 1,678,938 Los Angeles City of Los Angeles • Stan Drain 1,019.452 Psarblossom is A. County Flood Control DLSC. ` Pump. Pits. - Control BldRs. 1.269,347 Iern County tem County Water Agency Distrito. Carol t Reservoirs 1.330.617 Tarn County Cautto Water District Watu Distrito. System 1.042,227 Wasco. California Buttonwillor Improvement • Water Line 1.022,490 Pueblo. Colorado Pueblo West Negro. Disc. 6 McCL,43�h • Pipeline Extension 646.146 San Jacinto Aktropolitan Water District 12 /31/75 Store Drain 5,074,615 Glendale L. A. Co. Flood Control District Interceptor Serer Line' 4.343,553 Carden Greve Orange Co. Sanitation • Water Trs3tsmnt Plant 2.699,559 Bakersfield tern Co. Water Agency ` 7 Pump Plts. - 7 Co.. Bldg,. 2,129.836 Bakersfield tern Co. Water Agency • Waste Wtr. Reelam. Plant 2,017.448 Palm Desert - Cwhella Valley Water District Storm Drain 1,335.215 Manhattan Beach L. A. Co. Flood Control District ` Water Distribution Systems 1,019.443 WASCO Suttonwillow Improvement District Stern Drain Pipe 6 tax 987.669 Riverside Uversida Co. Flood Control District + Bass Roadway 930.OSS Irvine The Irvine Company + Raping Plant 2nd Discharge 907,488 Pearblossom Dept. Water Resources - St.of Calif. • Storm Drain 837,352 Orange 714 Irvine Company • turnouts- Discharge Pipelines 742.404 Bakersfield tern County Water Agency • Street Improvements 736,785 Wilmington City of Los Angeles • Stroot Construction 729.572 Los Angeles L. A. Harbor Department telaf. Cone. Box Culvert 709,629 Escondido City of Escondido ' 12/31/76 Asp Plants - Control Buildings 91182.104 Kern County Bern County Water Agency Store Drain 3,064.798 Antelope Valley Antelope Valley -E. Kato Water Agency Interceptor Sever 4. 317,614 Denver, Colorado Matsu. Denver Sewage Disp. District • Channel . 3.364.084 Cucamonga Dept, of Army, Corps of Engineers Waterlines 2,094.109 Yuma. Arizona Bureau of Reclamation • Tracts - New Development 1,138.237 Aliso Hills . Moreland Development Company Storm Drain 1,096.693 Phoenix. Arizoha City of Phoenix ` Store Drain 1,000.865 Irvine Met Irvine Company ` Street Widening BS8.440 Los Angeles L. A. Community Redev. Agency ` Street Widening 726,947 C/O Simi Valley, CA C/O Simi Valley + Benmvatlan Plant . inter. Sever 723.222 Los Angeles County L A. County Sanitation District 42 • All Improvements 659,742 Brea Nall - Brea, CA Hammitt Dev. Co. ` Street Improvements 617,675 Duane. CA C/0 Duarte Street Improvements 607.124 long Beath U A. County Road Department Interceptor Sever 579.627 Irvine 1TVim Ranch Water District 12/51/77 Interceptor Sever 6.637.423 Denver. Colorado Metro. Denver Sewago Disp. District Strom Drains. Water Lines 5,401,116 Irvine. CA We. Irvine Assessment District +" Tracts - Now Development 5,363.263 Aliso Hills. CA Moreland Development Co. • Sewer 4,251,117 Cambria. CA Camay of San Luis Obispo Severe 2,338.575 Nice, CA Lake County Sanitation District Stour Drains 2.316.945 Phoenix. Arizona City of Phoenix Pipe Lines 2,037,790 Daggett, CA So. California Edison Company • Business Park - New Develop. 1.752.917 Brea, CA Moroland Devlopme9t Company guests, Curbs, Sidewalks 1.61D.9I4 Irvine. CA Mo. Irvine Assessment CO. Waterlines 1,289,919 'Monterey, CA Monterey County • hasping Station 1.110.167 Valley Center, CA Valley Center Municipal Water Visit. Water Linea I.O8S.M Redwood Valley, CA Redwood Valli, County Water Disxr. - Channel 1,079.460 Cucamonga, CA D. S. Army Corps of Engineers Storm Drains 919,962 Irving, CA Development Co. _ Canal laotovesamts -, 912,195 . lost Hills, CA _ _ lost Hills Water District_! U -31 -79 Waterline$ 3,846,977 Nouterey, G . -� tomterey County • Smuts, Curbs, Sidewalks 2,731,538 Irvine. CA. Mo. Irvine Assessment District , • Us= Drains, Waterlines 2,166.57I Irvine, C.A. MI. Irvine Assessment District Business Park 1.901,819 Brea, CA. Boveland Devolopment Company + gamy Improvements 1,771,016 Long Beach, CA. LmmB beach Airport ` Tracts New Development 1,710.814 Iagum Hills, CA. Maroland Development Company M Seven 1.473,414 Cambria. CA. County of San Lots Obispo ' • street Improvements 1,213.965 Garden Grove, CA. City of Carden Cmvo • fewer Lima 1.069.307 Duna Point, CA. D.S. Governocnt Sierra Ocean Outfall • titer Lines 493.913 Redwood Valley, CA. Redwood Valley County Water District • Stmt Improvements 875.940 Cerrltoe, CA. City of Cerritos • Street 1provescnts 303.343 Mtmravb. CA. City of Ibnrov la • Stnet Improvements 761.023 NuBtington Beach, CA. City of Ihntlaggon Park • Parking Lot Improvement 106.639 Carden Grove, CA. City of Gordon Grove • Parking Lot lmprevteonts 618,531 Newport Beach, CA. Irvine Company Approalsatcly 2•DOn•7.nn0 IAJ1vlJlul construction projects are completed snnwlty. Ite eapurlance list above represents only Isom of the significant prol•'cts completed during the respective period, — _'1- .. _...._._­ ... - ... .. - I • 0 RESOLUTION NO. 1'.10 2.7 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT (NO. 2248) TO SULLY- MILLER CONTRACTING CO., IN CONNECTION WITH LIDO ISLE RESURFACING PHASE I AND II AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE SAID AGREEMENT WHEREAS, pursuant to the notice inviting bids for work in connection with Lido Isle resurfacing Phase I and II and in accordance with the plans and specifications heretofore adopted, bids were received on the 12th day of August, 1981, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is Sully- Miller Contracting Co. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Sully- Miller Contracting Co., in the amount of $96,924.00 be accepted, and that the contract for the described work (Contract No. C -2248) be awarded to said bidder. BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute the same on behalf of the City of Newport Beach, and the City Clerk is directed to furnish an executed copy to the successful bidder. ADOPTED this day of AUG 2 4 1981. ATTEST: City Clerk HRC /pr 8/24/81 Mayor W a ' N ,o j N O 0 V 6 m z O i u b F N -C C t-! ;i W 0 0 0 x N x � O O ee i Z °• ctl [ y ♦ .A 0 O y yc9BE R M i ri7 J � v�eov r-1 ral' i�1 R tlo a °fin (�! i. a,'a1 ° 6 cV BEE IN AM m a`+F O Z L fy cw9 O c y � �Bf !OS' N N Fl =oou �d F nap H E J 4 N W •'.navy O �i 0 Z U n 5 a W � y0, g � �FHyI W ,� .. u� E _o E c�••7 J O u V 'F' N a i �cT+o -c3 ^A 0 Z li / S• O "t7 O� O F- IL W co NI- 4 a 0 FE o� pd'ri cd }�., � ��• O � 'TS � ° 4-j to �� � � u,� yW1 r-i Lai i 7On IH O V C.io OGUC�Z`CV {� L •"fA r L .os a `?'E a .-Pi >" W 1• =I�` c u °` "0< O Las a - a o r c, -.- +1 V=m W+'7 O c0 IE.. i. � O O U -mss_ fbt': cS EnUH M U Ch CO .4+ [ /�f . {{-. • -fir . , 5- ° H 4 O 0 3 U v - - O u.• C�� t j 'i�rytR.' '� o c c a. n FU 2 r f/) cw 1 - as. f p ��Vdya r � r — p 10 I f ! ( %( £5\) \ }/( ( }§/ � }\ ((§ k� \� k} k� k+ J { } \ [ � }f� � 7 }\ co ±E _e k \\ A� i M N CD r 00 r M7 1 ro m H v r� z H M Q r r k i 3 H r hri N C7 O z H n H H z n ro I s O n "S = ro 3 rr C m rD CD o s N �• a g w X O C+ U2 w 0 7 - In o z� w 030. • 0 C -� o � N N D J w 0 or o w O a rp Q J N ID LG J .J. _. 1 N 'rF -•• C S 3 Z N fD V+ nm s r+ % wwc+ Q J. ceao �. V N W C+ v -. 1 O oJo m t7 d' � n • o rt orD r CI w �.- p 0 � z o w o 0 3-so 0 +c Cc n ro I 0 N ' 0 3 1 x A 0 S N S S n :4 w 0 N (D w F- N N N O m 0 c+ R7 n m .7' p W K m 7 a d co G iD C p c x w o� o r K N {II C1 tT c A+ o .o.. c u m n w yr o � F+• N O G rwy 3 07 m o o' >; N o o c •o v 0 mapo ou a o m d o A N< cc H = O N LTJ OD (i OD t9 H �C 40 THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, County of Orange, I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above - entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circula- tion, printed and published weekly in the city of Newport Beach, County of Orange, and which news- paper has been adjudged a newspaper of general circulation by the Superior Court of the County of Or- ange, State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil) has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates to -wit: July 29, 1981 ............ ............................... I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Newport Beach, California, this29day of July 1981 Signature THE NEWPORT ENSIGN 2721 E. Coast Hwy., Corona del Mar, California 92625. This space is for the County Clerk's Filing Stamp A PUBLIC NOTI Proof of Publication of NOTICE INVITING BIDS LIDO ISLE mW Paste Clipping of Notice SECURELY In This Space b h1& Y be a.aN.d a UV a u, city a.h, 39W a &". ud, N.W"d D. Ah, r am u .....a fl... uth_ do di i st, u ehtah tle.;kixh bids i ayw�dhederdfv .IDf)�Y7U1VIlCIXQ -! �F81IIiR CCr�Ct110: tiq .. gewd*M:96 Cu Ceu4 .7 Rdldf. Ii�l..� _ .. PROOF OF PUBLICATION 7- 409SNG -0 n� 0 9 l 1981 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: LIDO ISLE RESURFACING, PHASE I AND II RECOMMENDATIONS: July 27, 1981 CITY COUNCIL AGENDA ITEM NO. F,t (C -2248) 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 11:00 A.M. on August 12, 1981. DISCUSSION: • This project provides for a slurry seal crack filler and a one -inch asphaltic concrete overlay of the Lido Isle streets shown on the attached sketch. Phases I and II are part of a three -phase street maintenance program on Lido Isle which will provide a smooth- riding surface and an adequate structural section for present and future traffic demands. The Engineer's estimate for the work is $115,000. Suffi- cient funds are available in the current Lido Isle Street and Alley Resurfacing Program, Account No. 02- 3397 -205. The plans and specifications were prepared by the Public Works Department. The estimated date of completion is October 30, 1981. J; I I / r a,,L it Benjamin B. Nolan Public Works Director • GW:jd Att. NOT TO SCALE 5�' \av Nv /✓/ o 0 C C �'9s .ate UD,v E �/ P G'y • \ Il �,00� / � N F y�Y )P cE,ry r( O Q 4LL04 p B4L O m Z Q Q ' . 84Y PROJECT LOCATION O Z W F VICINITY MAP ti ®- DESIGNATES SLURRY SEAL AND A.C. OVERLAY OF EXISTING PAVEMENT. a O N z Z Q Q ' . W H O Z O Z W F V, W W M O Q Z Q W Z = � O O W Z � W W j ui W V Q J ZN ¢ W j m D W , U a > y > 3 X > N y ¢¢ a ¢ a¢ a¢ a a¢¢ ¢ a a a a a Q Q¢ Q¢ a a a > > 55 > > > > T. > > > > > > > > > > > T. > > > > > —' u ° �� �-� L VIA J L LIDO NORD ou o PIAZZA LIDO i NEWPORT `1�� C R LE ZUR VIA�� LIDO ISLE CHANNEL LOCATION MAP \ NO SCALE CITY OF NEWPORT BEACH wtAWN R.G. DATE JUNE . 1981 PUBLIC WORKS DEPARTMENT za,� ".c LIDO ISLE RESURFACING /� PUBLIC WORN! PHASE I 81 IL C -2248 DRAWING N0. Xy/