Loading...
HomeMy WebLinkAboutC-2282 - Resurfacing Newport Center DriveMarch 2, 1982 CITY OF NEWPORT BEACH P.O. BOX 1768, NEWPORT BEACH, CA 92663 -3884 OFFICE OF THE CITY CLERK (714) 640 -2251 Sully- Miller Contracting Co. P.O. Box 432 Orange, CA 92667 Subject: Surety: Seaboard Surety Company Bonds No. 81 -103 Project: R rtaC,e_.Newport Center Drive Contract No.. "Ron _ The City Council on February 8, 1982 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 February 18, 1982, Reference No. 82- 057591. Please notify your surety company that the bonds may be released 35 days after this recording date. Sincerely, Wanda E. Andersen City Clerk WEA:lr cc: Public Works 3300 Newport Boulevard, Newport Beach Please return to.. °b,' City Clerk OF o City of Newport Beach 3300 Newport Blvd. 82-057591 -4" PM P.O. Box 1768 F EX-E P r Newport Beach, CA 92663 -3884 NOTICF, OF COMPLFTIOR C7 i LEE & MW NO CONSIDERATION PUBLIC WORKS 7'o All Laborers and Material Men and to Every Other Person Interested- YOU WILL PLEASE TAKE NOTICE that on February 8, 1982 _ the Public Works project consisting of Resurfacing Newport Center Drive (C -2282) on which Sully-Miller Contracting Co., P.O. Box 432, Orange, CA 92667 was the contractor, and Seaboard Suretv Comoanv. 19700 Fairchild, Ste 130, Irvine, 92715 was t uk�ftp #Las completed. V reigned, say: VERIFICATION CI OF NEWPORT BEACH � J/J ublic 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, 1982 at Newport Beach, California. du'J;�/ a Public Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on February 8, 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 February 12, 1982 at Newport Beach, California. City Clerk 0 CITY OF NEWPORT BEACH P.O. BOX 1768, NENPORT BEACH, CA 92663.3884 February 12, 1982 Lee A. Branch County Recorder P.O. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: OFFICE OF THE CITY CLERK (714) 640 -2251 Attached for recordation is Notice of.Completion of Public Works project consisting of Resurfacing Newport Center Drive, Contract No. 2282 on which Sully Miller Contracting Company was the Contractor and Seaboard Surety Company was the surety. Please record and return to us. Sincerely, Wanda E. Andersen City Clerk WEA:lr attach. 3300 Newport Boulevard, Newport Beach February 8, 1982 CITY COUNCIL AGENDA ITEM NO. -II TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ACCEPTANCE OF RESURFACING NEWPORT CENTER DRIVE (CONTRACT NO. 2282) 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 Newport Center Drive has been completed to the satisfaction of the Public Works Department The bid price was $138,030.00 Amount of unit price items constructed 149,433.08 Amount of change orders None Total contract cost 149,433.08 Funds were budgeted in Account No. 02- 3397 -227. The increase in the amount of unit price items constructed was due to additional areas in need of reconstruction in advance of the resurfacing, and an error.in the estimated quantity of manholes and valve boxes to be ad- justed to grade. 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 November 15, 1982. At the re- quest of the Fashion Island Merchants, the.work was postponed until after the first of the year. The work was completed on January 15, 1982. Benjamin B. Nolan Public Works Director GPD:jd CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 DATE: November 10, 1981 TO: FINANCE DIRECTOR PUBLIC WORKS' FROM: City Clerk SUBJECT: Contract No. 2282 Description of Contract Resurface Newport Center Drive Effective date of Contract November 10, 1981 Authorized by Resolution No. 11079 adopted on 10/26/81 Contract with Sully- Miller Contracting Company Address P.O. Box 432 Orange, CA 92667 Amount of Contract $138,030.00 40445K_ 1 Wanda E. Andersen City Clerk WEA : 1 r City Mall • 3300 Newport Boulevard, Newport Beach, California 92663 L\ CITY CLERK .NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 11:00 A.M. on the. 15th day of October , 1981, at which time such bids shall be opened and rear _ RESURFACE NEWPORT CENTER DRIVE Title of roject 2282 Contract No. $150,000 Engineers Estimate lip • go 0 �P 41.1 FO RN/ Approved by the City Council this 28th day of September, 1981. Wanda E. Andersen City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663. For further information, call Gilbert Won, at 640 -2281: k. Project Eng neer : a i �.:� _ � • �, . I]:iiIZMAN RESURFACE NEWPORT CENTER DRIVE 2282 Contract No. To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: PR 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 TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 150 Reconstruct existing pavement with asphalt Tons concrete (includes excavation and subgrade preparation) @ Forty Dollars and No Cents $ 40.00 $_ 6.000.00 Per Ton 2. 4,450 Construct asphalt concrete overlay Tons @ Twenty -seven Dollars and No Cents $ 27.00 $ 120,150.00 Per Ton 3. 4 Adjust storm drain and sewer manhole Each frames and covers to finished grade @ One- hundred Fifty Dollars and No Cents $ 150.00 $ 600.00 Each 4. 56 Adjust valve and monument frames and Each covers to finished grade @ One- hundred Thirty Dollars and No Cents $130.00 $ 7,,280.00 Each .J • • PR lb ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Provide pavement striping @ Four Thousand Dollars and No Cents $ 4,000.00 $_4,000.00 Per Lump Sum TOTAL PRICE WRITTEN IN WORDS One hundred thirty -eight thousand thirty Dollars and No Cents $ 138,030.00 #1538 A Sully- Miller Contracting Company Contractor's Lic. No. & C assification Bidder 10 -15 -81 /Robert E Holland Vice - President Date Authorized Signature /Title P- '_ Rnx 439, 'rangas IA 99667 Bidder's Address Bi der s Telephone Number • 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 1n -1s -Al Date Sully- Miller Contracting Company Bidder S /Robert E. Holland, Vice Pres. Authorized Signature /Title • Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer and as provided by State law. Item of Work Subcontractor Address 1. 3 & 4 Manhole Adjusting Contr. Los Angeles 2. 5 Orange County Striping. Irvine M 4. 5. 6. 7. 8. 9. 10. 11. 12. Sully- Miller Contracting Company Bidder S /Robert E. Holland, Vice Pres. Authorized Signature Title • FOR ORIGINAL SEE CITY CLERK FILE COPY Page 4 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 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 Rpsnrfare NpwpT= Center Drive 2282 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 15th day Of Ortnhpr , 1 %L• Sully- Miller Contracting Company Bidder (Attach acknowledgement of Attorney -in -Fact) S/Frank E. Holland. Asst. Secretary S /Michele E. Drakulich Authorized Signature /Title Aug. 30, 1985 Seaboard Surety Company Surety 2ANNIMPROM Title Attorney -In -Fact • • Page 5 NON- COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 15th day of October , 19—ai. My commission expires: Sully- Miller Contracting Company Bidder S /Robert E. Holland, Vice -Pres. Authorized Signature /Title Rebecca A. Whalen Notary Public FOR ORAL SEE CITY CLERK'S FILE COPY • 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 S / Robert ' . Holland, Vice Pres. Authorized Signature /Title TECHNICAL ABILITY AND EXPERIENCE REFERENCES Page 7 The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No See Attached Sully- Miller Contracting Company Bidder — �LBober� E Holland bT Pr c u7� thorized Signature /Title ' r� Project Eape ri enc�" • Pals— Item _ • Valve Ye•r 14r.e of 1t.rl Of work Por(or.eJ �. W •tlon e! yeh Per Mhee Per(otueJ 72/31/74 • (arlag. Drainage, 4 trill. 624.756 L. A• Harbor _ lee Angeles Harbor Dgm,tssne Street Improrz•.vnt 792,919 Orange County City of Costa W-,a • Street Improvement 773.595 Orange County City of Costa Mr.. w • Sever Pipeline 724.458 Orantr County Cleanse Orange County San[nCion District • w Hpellne 3.664.869 2, ZSS.473 L. A. County L. rater otatrict • Watervater Reds. Pit. 2,94S,04D A. County Pao Desert Metropolitan Water District Coachella Valley Co. Water Dist. w "ins Plant 1.641.986 Pearol..su. State of Ca lAngeles e der 1.678,938 Los Angeles Cory of Angeles j • = Seen Drain PsaW. Pita. - Control Bids,. 1,019,JI2 1,269,747 Peatb losses kern County ' County L. A. County Flood Control Dist. Dlstrib. Canal L 9 ... rvoin 1.310.617 tern County bra County racer Agency Coetto Water District w • Rater Dirtrib. System 1,042,227 Waste, California Suttenrillow lep roveammt w water Line Pipeline Extension 1,022,490 646,146 Pueblo, Colorado San Jacinto PoeDlo West Metro. hire. G McCuJ1ioPh • 12/31 /7S Store Drain 5,0741625 Glendale 8t•ttopolitan Water District G • Interceptor Sewer Line' 4,343,SS3 Carden Grove A. Co. Flood Control District Orange Co, Sanitation • • Rater Treatment Plant - 2,699,SS9 Bakersfield Bern Co, rater Agency 7 Pump Plts. - 7 Con. Bldg,. 2,129,536 Bakersfield ben Co. Water Agency- Waste vtr. Reclam. Plant 2,017,448 Palm Desert -Coachella Valley Water District • • Stan Drain Water 1.335,215 Wnhatean Beach G A. Co. Flood Control District • Distribution Systems Stan Drain Pipe 6 Boa 1,019,443 937,669 MASCO •Buttonwillow Improvement Distract wier Now Roadway R 930,055 Riverside - Irvine Sivrside Co. Flood Control District - Mping plant led Discharge 907,485 Pearblossom The Irvine Company Dept, Mater Resources - St.of Calif, • : Storm Drain 837,352 Orange - IRA Irvine Company w Trnouts- Discharge Pipelines 742,404 Bakersfield bra County Water Agency w Scree[ Izrovemencf 736,7BS Wilmington City of Los Angeles w Street Construction 729,572 Los Angeles L. A. Harbor Depattmenc - • 22/.1/76 IAW. Cone. Box Culvert Pump Plants - Control Buildings 709,629' 9,1112.304 Escondido rern County Ckry of Escondido • Storm Drain S.064,793 Antelope Valle firm County Water Agency Antelope Valley-E. Bern Maser Agent • Intercepter Sever P 4,317.614 Denver. Colorado d Matto. Denver Sewage Disp. District w Channel . watezlimes 5.364,084 2.094,109 Cueaaon a Yuma, Atizoru Dept. of Army, Corps of Engineers • w Tracts - New Development 1,133,237 Aliso Hills 8lrseau of Reclamation Moreland Oevetopment Company •� Stop Drain BCOn.Dratn 1.096.693 Phoenix, Arizona ' City of Phoenix • Street Widening [ 1,000,665 558,440 Irvine [as Angeles The Irvine Company • • Street Widening 726,947 C/O Simi Valley, G L- A, Cla®rnity Reeler. Agency C/0 Simi Valley i • Renovation Plant - later. Sewer All 723.222 Los Angeles Count a Y A. L. A. CBev. Sanitation District g1 w et Improetse Street 7nproveeenes 659,742 617,676 area Hall - Brea, G 0mrte, G - Hmmait Bev. CO, w • Street Iapmvtments 607,124 ion Beach C/O Duarte L A. County goad Depa:txrtt i 22/33/77 Interceptor Sewer Snterteptor Sewer 579.627 6,917.423 }nine Denver, Colorado Irvine Ranch Water District 'w "' '• Stop Drains, Water Lines 5,401.116 Irvine. G Alarm. Denver Sewage Disp• District Bb. brine Assessment Cistriet • Tracts - New Deyelopment Sower 6.367,263 AIise Hells, G ft r land Development Co. .. b•wers 4.281,117 2.3M.S7S Cambria, G Nice. G Cooney of San Luis Obispo . j m w dwn Oralms 2,316,945 Phoenix. Ariaoea Lake County Sanitation District City Phoenix • ►tor Lines Moines. Park Nev Develop. 2.037,790 1,752,937 Daggett, G 8rva, CA of So. California Edison Company • Streets, Curbs, Sidewalks . 1,610.914 Irvine, G ' Rbrelaid Devlopmegt Company Re. • • Waterlines 1,254,419Hooterey, G Irvine AsstssmenT Co. Monterey County m !taping Stations Wa ter Linea 1,110,167 Valley Center, G Valley Center aknitcipal Water distr. - • 1.085.658 7,079,460 Redwood Valle G Cucamonga. Gyp 1 Vella, County Water Mite. • Stan, Satre Drains a 929,962 Irvine, G U. S. A O. S. Army Coves of Engineers - • Canal Imnrovemnts 9U.I9S ~).546.977 Lest Hills. G wantnills Development Co. lest Hills Mater District � 1Y3l -7i Waterlines _ _ 4bm[erey, U. _ _ Bbaterey County - - -- • Streets. Curbs. Sidewalks 2,733.S36 Irvine, CA. No. Irvine Assessment District • Stun Drains, Waterlines 2,166,872 Irvine, CA. •s. ZmIne Assessment District • Pusine» Park 1,902,819 Brea, G. Ibseland Development Company • Runway Improvements 1.772,014 Long Beach. G. lemg Beach Airport . • Traits Now Oerelopamt 1.710,814 Laguw Hills. G. Mmlaird Development Company . sawan 1,473.414 Cambria, G. CnmtY of San Luis Obispo • Street Improvements 1,213,965 Carden Grove, G. MY of Carden Grove . w Banner Lines 1.069.307 Des Points CA. Q.S. Government Sierra Ocean Out (all • water Lines 495.913 Redwood Valley. G- Redwood Valley County Mater District • Street IryrovsmMts SYS.Ma Carrlcos. G. City of Cerritos • • street Improveients 503,{42 Wannssis, G• City of Akmtovia • Street Improvements 761,023 Huntington 4eaeh, G, City op lbatlegton Park } • • Parking Lot Improvements 106,639 Carden Grove, G. C(ty of Carden Grove 1 • Atkins Lot Improvements 614,s31 Newpen Reach, G. Irvine an comp y Approdeately 2,0M1.3.0n0 Individual cnAllmetlon project, art completed •nnuHl 1Y Inge of y• 31.a experience list above represents �,,.. .,� -�04 the significant prnlrct, rompleted during the ro-pae true perlW, r 0 NOTICE Page 8 The following are.samples of contract documents which shall be completed and executed by the successful bidder after he receives a letter of award from the City of Newport Beach: PAYMENT BOND (pages 9 & 10) FAITHFUL PERFORMANCE BOND (pages 11 & 12) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15) CONTRACT (pages 1.6 & 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. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be assigned Policyholders' Rating B (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Ke Ratin? Guide: Property- Casualty. Coverages shall be prov dec or a S OF INSURANCE checked on the CERTIFICATE OF INSURANCE. 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 Specifications for Public Works Construction (latest edi- tion adopted for use in the City,of Newport Beach), except as supplemented or modified by the Special Provisions for this project. e 0 KNOW ALL MEN BY THESE PRESENTS, That ..PAYMENT BOND 0 .. Page 9 BOND NO. .81 -103 PREMIUM: INCLUDED IN FAITHFUL PERFORMANCE BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted Octoher 26. 1981 has awarded to Sully- Miller Contracting Company hereinafter designated as the "Principal ", a contract for RESURFACE NEWPORT CENTER DRIVE 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. Sully- Miller .Contractina .Camvany as Principal, and Seaboard Surety Company as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Sixty -Nine :Thousand Fifteen & 00%10O.. 48ollars ($69.)015.Q0 - - =), 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 sha1T 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-:thei.r assigns in any suit brought upon... i r • i 'Al Page 10 P:'_�ht Bond (Continued) this bond, as required by the Provisions 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, 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 . 30th day of October I9-al SULLY— MILLER CONTRACTING COMPANV$eal) Name of-Contractor (Principal) Authorized �`-Signature and Title'-- W. /DUA�N►E HI S.E/NO�R %V SID1T FRANK E. HOLLAND, ASSISTANT SECRETARY :SEABOARD SURETY COWANY (Seal) Name of Surety 19700 Fairchild Suite 190 \ J Addres of Surety B ig rF-5nd7 Title of ut "I ze gent. J. CPiITHAMER, ATT0R1MY -1I 7FACT' r 'es s o f Ig ent 714%$51: 1911. elephone No. of Agent i y y..�..::. �...a3a_3'. F .. :...'_..,_..r . �aw� av_se ._..i x_.r$'� I"��.`�C` -.: f `� _ .. .:.� \ � _ _ `, ' = r� y..�..::. �...a3a_3'. F .. :...'_..,_..r . �aw� av_se ._..i x_.r$'� I"��.`�C` -.: f i � � y..�..::. �...a3a_3'. F .. :...'_..,_..r . �aw� av_se ._..i x_.r$'� I"��.`�C` -.: f PREMIUM;. .$173.00 That ol.;khoL City of Newport Beach:, State of California, by 1981` has awarded to c,;71y_M;llpr r�ntrac my �empany hereinafter designated as the "Principal ", a contract for. RFSURFArF NUM &T 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, Sui1� -ldi: as Principal and_ Seaboard Surety Coanaanv as Surety, are held and firmly bound unto' the City of Newport Beach, in the sum of .. Ona Hun'dred Thi':rtv�_rra h� t Th6uct and mki r y F. OQZ 00,Dol lars {.$138 r03.0.- 00 = - -4 said sum being equal to 1.00% of the estimated amount of the contract, to be paid to ' the said.City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind.ourselves, our heirs, executors and administrators,. successors or assigns,.jointly and.several)y, firmly, by these presents. THE CONDITION OF THIS OBLIGATION IS;.SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns,' shall. in.all things stand to and abide by, 'and well and truly keep and perform the covenants, con - ditions, and agreements in the said contract and any alteration thereof made as therein provided on his. or their part, to be kept.. and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify: and save harmless,the City of Aewport Beach, its officers and agents, as therein; stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder. or to the specifications accompanying the same shall in any wise affect its oblfgations'on this bond. and it does hereby waive notice "�4". ¥ \ }/) ■ <D C.) ) \\\ . ƒ} g{ \�; \ 0 \ \}\ \ � � C_ / � :r6-) \� )� \� R� / o,» )\a 4e kq CD ±)§ /F/ \31 *f§ CL /Ef o ) co m °m «E$ 7&& ■ \ Lo :} C4 } n :§ » :m w: e, §� m: \ \ } r§nq S§ /� � 0 \� §�Q 4 .� / j } E i ,a ■E* G \;! §{( _ En }\ § ) /\ \\ }) a � \ \.ftj ,In / § m£ S - \} ) ^e � \ §/ / i. Page 12 Faithful Performance. Bond (continued), of any such change, eitension.of time, alterations or additions to the terms of the contract or to thi.imork 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 y executed by the Principal and Surety above named, on the .30th day of October 19.81 Approved as to form: UCl-ty Attorney SULLY—MILLER CONTRACTING. -Cb0ANY" eal) Name of Contractor –TFr—incipaj-).--- uthori7od. Sianabirp and Tit W. DUANE "i SENIOR VICE duttrftd tkilqf–n "—tu and Title 'M4 FRANK E.,HOLLANDe ASSISTANT SECRETARY (Seal gWRSDurWETY . COMPANY 19700 `Fairchild Suite 130, , Irvine, CA 92715 - dress of Surety BY: F. S.iq%tur4­and. Title outhoKled Agent J.11r'. CAITHAMER, ATTORNEY–IN–FACT SAME AS ABOVE A4dress,of Agent ,714/8,51-19.11 Telephone No. of Agent /�'� 1 w. i ' � '.. A 4 - .i1..2 .. �. .�^'. ':�� ; ...n. � � T� ��n�Y�4 "�i+iRY � �� w.Ai1'�i '�: ��.a :i: m §0 m ®Q E k \ } \ § w On R «:« §� u o °, U 0 ; o: � \ 4J: � \ 0 \\/ §�\ \\§ ( \\ «a& \j\ / \\ (j\ \ \{ )a {)z /j 4m � 9 3? 2e %® 2 � w� \ \e)\ (\§ <q ] \/ ) j \) \)d� /k \( /) ©\ aa)§ � � / s £7 \ 0 ■W: I4 \ gN E \ / c } \ ' , m G / s § {\ f \ \ \J w�! ®k . G/ 7£ 2 EG > {\ U4 \ 2 ® � R}( /2k'� C) / \� �s& a Q © ; } \0 \\\�)k \ [EE ! . CERTIFICATE OF INSURANCE • Page 13 City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED s Company, Inc. & its Subsidiary Sully- Miller Contracting Company Long Beach, CA 90805 NSURANCE Company A Letter The Travelers Insurance Co. company B Letter Company C Letter Company D Letter Company 1 o + +e.. 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 LETTER TYPES OF INSURANCE COVERAGE REQUIRED Policy No. Policy Exp. Date LIMITS OF LIABILITY IN THOUSANDS 000 Each g. ro uc s Completed Occurrence-Operations g A GENERAL LIABILITY x Comprehensive Form TRSLGI8 x Premises - Operations x Explosion & Collapse Hazard T4523- 1 5/1/82 Bodily Injury Property Damage $ $ $ $ x Underground Hazard x Products /Completed Operations Bodily Injury Hazard x Contractual Insurance and Property Damage Combined $1,000 $1,000 x Broad Form Property Damage x Independent Contractors x Personal Injury Marine Personal Injury $1,000 Aviation A AUTOMOTIVE LIABILITY ❑x Comprehensive Form TRCAPIB ❑x Owned T4547 81 5/1/82 Bodily Injury (Each Person $ $ o i y nJury Each Occurrence ❑x Hired ro ert ama e bodily njury an Property Damage Non -owned Combined $11000 EXCESS LIABILITY ❑ Umbrella Form Bodily Injury ❑ Other than Umbrella Form and Property Damage Combined $ $ WORKERS' COMPENSATION SE INSU CE Statutor ac Accident) and SE EMPLOYER'S LIABILITY ATTAC ED NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. 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 City of Newport Beach by registered mail, attention: Public Works Department. By: Agency: The Travelers Insurance Co. Author' ed Repr sentative Oc tober 30, 1981 Date 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: Resurface Newport Center Drive, Contract No. 2282 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. 9E • CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 14 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 N ) 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: Resurface Newport Center Drive, Contract No. 2282 Project Title and Contract No.). This endorsement is effective 10/30/81 at 12:01 A.M. and forms a part of Policy No. TRCAP18OT4547-8i. Koppers Company, Inc. & its Subsidiary Named Insured $ullv—Miller Contracting Company Endorsement No. Name of Insurance Company 0 CITY OF NEWPORT BEACH • Page 15 COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ each occurrence Property Damage Liability $ each occurrence (X) Single Limit Bodily Injury Liability $ 1,000,000. each occurrence and Property Damage Liability Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract: Resurface Newport Center Drive, Contract No. 2282 . Project Title and Contract No. This endorsement is effective 10/30/81 at 12:01 A.M. and forms a part of Policy No. TRSLG180T4523 =.$ Koppers Company, Inc. & its Subsidiary Named Insured Sully — Miller Contracting Company Endorsement No Name of Insurance Compa z , _ 3 _ _;,,... K.: �. - ' i .� . S r k � v ���a'��s�M. � � �� 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR RESURFACE NEWPORT CENTER DRIVE CONTRACT NO. 2282 Section I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . 1 II. TIME OF COMPLETION . . . . . . . . . . . . . . . . . . . 1 III. DISPOSAL PERMIT . . . . . . . . . . . . . . . . . . . . . 1 IV. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . 1 V. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . 1 VI. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . . 1 A. TRAFFIC CONTROL PLANS . . . . . . . . . . . . . . . . 2 B. "NO PARKING" SIGNS . . . . . . . . . . . . . . . . . 2 VII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . 3 A. PAVEMENT RECONSTRUCTION . . . . . . . . . . . . . . . 3 B. ASPHALT CONCRETE OVERLAY . . . . . . . . . . . . . . 3 C. UTILITY ADJUSTMENT TO GRADE . . . . . . . . . . . . . 4 D. TRAFFIC STRIPING AND PAVEMENT MARKINGS . . . . . ... 4 0 • SPIof5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS RESURFACE NEWPORT CENTER DRIVE CONTRACT NO. 2282 1981 -2 I. SCOPE OF WORK The work to be done under this contract consists of 1) reconstructing existing pavement, 2) constructing asphalt concrete overlay, 3) adjusting utility frames and covers, 4) furnishing and painting traffic striping; and 5) performing other incidental items of work within the limits as shown on the attached plans (R- 5429 -L and T- 5248 -5) 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- 5429 -L and T- 5248 -5), (3) the City's Standard S ecial Provisions and Standard Drawin s for Public Works Construction 1980 Edition , and 4 the Standard Specifications for Public Works Construction (1979 Edition), including supplements to aate. co Standard Drawings may be Dollars 5). II. TIME OF COMPLETION III IV V ies or the uity-s atana purchased at the Pu F ic ve The Contractor shall complete all work by November 22, 1981, or within fifteen (15) consecutive calendar days following commencement of the specified work. No work shall begin until a schedule of work has been approved by the Engineer. DISPOSAL PERMIT Prior to dumping any excess or waste material from the job site at any County sanitary landfill site in the County of Orange, the Contractor may obtain a "Permit to Dispose of Demolition" from the City's Public Works Department at (714) 640 -2281. There is no charge for this permit. PAYMENT The unit price bid for each item of work shown on the proposal shall be con- sidered as full compensation for all labor, equipment, materials, and all other things necessary to complete the work in place, and no additional allowance will be made therefor. 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. VI. TRAFFIC CONTROL AND ACCESS The Contractor shall provide traffic control and access in accordance with • . SP2of 5 Section 7 -10 of the Standard Specifications except as modified herein, and with the standards contained in the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. A. TRAFFIC CONTROL PLANS The Contractor shall submit a written traffic control plan to the Engineer for his approval a minimum of two (2) working days prior to the pre - construction meeting. The plan shall incorporate the following: 1. The location and wording of all signs, barricades, delineators, lights, warning devices, temporary parking restrictions, and any other details required to assure that all traffic will be handled in a safe and efficient manner with a minimum of inconvenience to the motorist. 2. A complete and sepa.rate plan for each stage of construction proposed by the Contractor showing all items listed under 1. above. 3. Reopening of all traffic lanes upon completion of each day's work. 4. Daily reconstruction areas which will be excavated, subgrade compacted and A.C. base course placed flush with the existing pavement grade within one work day. 5. A minimum of one 12 -foot delineated travel lane in each direction on Newport Center Drive( "Ring Road ") at all times. 6. Adequate barricades to insure public safety and to prevent tracking of the tack coat or rutting of the asphalt resurfacing prior to its curing adequately for traffic use. 7. Newport Center Drive West and Newport Center Drive East shall be resurfaced on Saturdays and Sundays only. The Contractor may start at 6:00 A. M. during the weekends. B. "NO PARKING" 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 except for the day and date of work; and (4) conform to the dimensions shown on the follow- ing page: VII 0 • TEMPORARY NO PARKING TOW AWAY 6 A.M TO ZONE �i 6 PM. z C.VC. 22652 B�4 NEWPORT BEACH POLICE DEPT. �� 673-2211 _Ta CONSTRUCTION DETAILS 11 N PAVEMENT RECONSTRUCTION SP 3 of 5 This item of work shall be done in accordance with Section 300 -2 "Unclass- ified Excavation" and Section 400 -4 "Asphalt Concrete" of the Standard Specifications, except as supplemented below: Item of work for the reconstruction of existing pavement shall include excavation and asphaltic concrete base course. A base course of 5 -inch thickness of Type III- B2- AR4000 with 5.4 percent paving asphalt shall be used for pavement reconstruction. ASPHALT CONCRETE OVERLAY. The work shall be done in accordance with Section 302 -5 "Asphalt Concrete Pavement" and Section 400 -4 of the Standard Specifications except as modified and supplemented below: The asphalt concrete shall be Type III- C3- AR4000 with 5.8 percent AR4000 paving asphalt as the binder. A two -axle steel -wheel roller of not less than eight tons shall be used for compaction of the asphalt concrete. In addition, the Contractor shall have a minimum of one standby roller. Prior to placing the A.C. overlay, a tack coat of Type SS -lh asphaltic emulsion at a rate not to exceed one -tenth (1 /10) of a gallon per square yard shall be uniformly applied to the existing pavement. . • SP 4 of 5 At street intersections, the asphaltic concrete shall be feathered to meet the existing pavement along a straight line defined by the edge of gutter produced. In addition, the Contractor shall feather down leaving a maximum 1/2 -inch lip along existing edge of P.C.C. gutter as shown on the plans. The Contractor shall construct 1 1/2 -inch thickness on the outside lanes and 1 -inch thickness on the inside lanes as shown on the plans. The Contractor shall fill and level all depressions, swales, and any other existing pavement distortions to form a smooth riding surface. Payment for asphalt concrete will be made at the unit price bid per ton of the actual quantity placed, complete in place. C. UTILITY ADJUSTMENT TO GRADE 1. Privately Owned At least 2 working days prior to construction, the Contractor shall notify utility owners (e.g. gas, telephone, electricity, and cable television companies) in order that they may tie out their facilities. The Contractor shall then pave over such facilities and mark their locations on the finished pavement surface. The utility owners shall adjust their facilities to final grade within a reasonable time after paving. 2. 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. In situations where City -owned utility frames or covers are damaged prior to adjustment the City shall furnish replacement at no cost to the Contractor. D. TRAFFIC STRIPING AND PAVEMENT MARKINGS This item of work shall be done in accordance with section 210 -1.6 "Paint for Traffic Striping, Pavement Marking and Curb Marking" and Section 310 -5.6 "Painting Traffic Striping, Pavement Markings, and Curb Markings" of the Standard Specifications, except as supplemented or modified below: Paint for traffic striping and pavement markings shall be white Formula Number 42A9 and yellow Formula Number 480A9 as manufactured by J. E. Bauer Company or approved equal. Delete paragraph 1 of Subsection 310 - 5.6.7, "Layout, Alignment, and Spotting," of the Standard Specifications for Public Works Construc- tion and add the following: The Contractor shall perform all layout, alignment and spotting. • jr o Ui o The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 50 feet from the alignment shown in the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal of the existing striping and markings. No street shall be without the proper striping over a weekend. Payment All work, materials, labor, etc. relating to traffic stripes, pave- ment markings, and pavement markers for removal, painting, and re- painting as shown on the plans, shall be included in the "Lump Sum" bid. / �► � NP7 SANTA BARBARA DRIVE Irl r% CRUZ DRIVE L AEC, E/VD �.PECONST•P!/CT EX /ST /N6 r PgYEtifENT w /TN 6 "A.C. �r ❑ CONSTR!/CT A.C. -1 7 m NEWPORT CENTER DRIVE f �-s► s� RC.H. CITY OF NEWPORT SEACt PUBLIC WORKS DEPARTMENT it 1 \ fA ROSA DRIVE — 41 1L 30 001\ NO N SCALE1 t M O 53f00.25 % J 0 +00.00 6Bt8a.S8 67,145_' ? JO /N � V� SAN NICHOLX DRIVE SAN MIGUEL DRIVE /VEI - lP0,eT CEn/rdW O.P /YE C- 2282 ANACAPA - DRIVE PUBLIC WORKS DRAWING NO. R- S429-L SHEET / OF2 ,j 14 'a OUTS LANES OE LANES �4 /YZAc. r I I /'s4. c. �'s' IVii' — - s'4.C. 1n — — _ A6E ✓AR /ES _ J �- _ S4BBASB vApiE� J I ,sueB — �— OUTS /OE L.4NE5 STA.47f00'TO ii -o00f 1W5 1,9E L�ONES 36' /O' yws S'4 .49 _ _ L _, S[/BBAdE Vqp /ES _ J L _ SGIBQASE YAR /ES — J $TA. 18t_ 00w TO 470001 OUTS /OE LAVES /NS 149E LANES 381 - /O' I /0 9 — — � SuddASE ✓A� /E5 3udBA5E ✓� /E5 �- - --' _ JT/l.Ot00(iBtB¢3Bi TO /�OOt Lip - f STiI. ff fOOt TO GBfBR•S8(O�DO) TYP /CAL SECT /ONS, NE/rPORT CENTER OAP., E4oroeMrsr ®LEA ECONSTR!/CT EX /3T //V6 PAYFMENT IY /Tif S'/ TH /Cif' ,43PHA4 VC CONCRETE TYPE 717 - DZ- AAo'4000 AS S11a4 WV ON cllfhEET NO. /. CON'.sTRuCT TYRr M- C S- .4R 4OOa A,SPNAGT CONCRETE AeAp TYP /CAL 5d CZ ON r..- /s S Zelr. NOTES . 444 STORM aeWAI/ SEN/ER/ /WATER A/VO N10/Vt/.NE/VT FRAMES AND COYERs --wweL BE AolmorE.O TO FjN /S/►'E.O 6RAOE. Z• 67rAT /ON //V6 .C�EFERS TO TVdf CENTERL /NE OF NEWPo.PT CENTER OR/ ✓E E.45T 4✓A/EST (.P 1N6 ROAD) BE61lVV1,0V,& AT /V4r.WPO.PT CENTER G.P/VE PR060B'55 1N6 CGOCKIW1SF CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT R,F- fZ1RFi4CE NEH/PORr CENTER OR /YE DRAWN RG DATE M41OVED PUBLIC WORKS DIRECTOR R.E. MD./B.B� DRAWING NO. IQ 3� ?fi _.S.VF ,cT "l ^� " O e yM • to wCr AR z o F n ncEoci In d ° �000in *+ a ° 6 n E u. fUl % G O & ,q° C i Z f c—el. b` O ■■ p °E3r° Z LAM dd � a R noouao p Q mi Wi 0 aQ 0 x =` ° EU F. d _ o ° 0 IL /C� W Z E o N u�EErr11 w i QI "CJ alp„ f Z�y 1 IMF D z O ECEe �e h. Z It d C p ji s? I- )(1' U ® is C �+ � 2 � y o � c � O 'J Q Q V � m j'3 �(� \ \ \pQQ�`�yjy�yj 6 p F to +�.a = �e�s$�v O ■■ I, W ... ° y e r C V ol 0 4) cu �� C.'• W M Qi � Vi E r. °'� G Y I�gyy {� '4% E p �. d iiF [mac 4 G LC= O�CyQO O W6 <CHO u \��!\,.f•�t:'j %PrF �� � � r rl 14 o O 3�' V H 't7 w ee4 l� a ill( a eE'm z C y el V` • 2, ,!? r`yK • 3�,, is ' +':. y� o ` � c u'd o ►�.'y� i °= O� �� �` {j`F,'1�'a('::s...�' .. W .'.t� pP. A �j /O , . _ ,_ v yy 444 1 Ic ( � o \ w 2 \ \ \ \\ �\ § ( (2& \ ( ƒ)7 \ \ ( /�f ° \ \{ ° -¥7 \ )+ H 7 > /E } � � \ \�\ co ^` 2 {k{ & \ ® / 3 } \\ \ \ ! fn /\ { \\ \ \ \\ k \ | to 2 � , ) j q ORIGINAL PROPOSAL • RESURFACE NEWPORT CENTER DRIVE 2282 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, Instructions to Bidders, has examined the Plans and Special Provisions, and hereby to furnish all materials and do all the work required to complete this Contract in with the Plans and Special Provisions, and will take in full payment therefor the unit price for the work, complete in place, to wit: PR la has read the proposes accordance following ITEM QUANTITY ---TrM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 150 Reconstruct existing pavement with asphalt Tons concrete (includes excavation and subgrade preparation) @_ 6zzrz Dollars -8-- and Cents .OD $ ao.Do Per Ton 2. 4,450 Construct asphalt concrete overlay Tons Dollars and Cents 2.7. ISO13Z- B0 $ 00 $ Per Ton 3. 4 Adjust storm drain and sewer manhole Each frames and covers to finished grade @ E'Z,'09.0,W Ac Dollars and Cents $��.� $ 00 Each 4. 56 Adjust valve and monument frames and Each covers to finished grade @ /,J� gg? Dollars f ,e9 and Cents $ /3�,pp $� Each E E PR lb ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. Lump Sum Provide pavement striping @A &,w Dollars and Cents Per Lump Sum TOTAL PRI E WRITTEN IN W�Oy�DS © L/�'J.Q� Tom► �.CYri-= /!,i✓T Calif. Contractor Lic. #1538 A Contractor's Lic. No. & Classification Date Dollars and Cents SULLY-MILLER CONTRACTING COMPANY Bidder C� a x�y Authorized Signature /Title ROBERT E. HOLLAND. VICE PRES. P. O. BOX 432, ORANGE, CA. 92667 1714) 639 -1400 Bidder's Address Bidder's Telephone Number 0 0 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. 41538 A SULLY - MILLER CONTRACTING COMPANY Contr's Lic. No. & Classification Bid r 10- 15 -uhf "Mt 'r �(/� Date Authorized Signature /Title ROBERT E. HOLLAND. VICE PR15S. • • Page 3 DESIGNATION OF SUBCONTRACTORS 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 ��JJ 1. 3 �i4,yuoc� .Q��4islriv��Gad4'�t Los i65✓L, -� 2. 4&/«i6!2 C6�1�f ..� /�°i'y� 4.e Il/Al2L� 3. 4. 5. 1.1 7. 8. 9. 10. 11. 12. SULLY- MILLER CONTRACTING COMPANY Bidder e�1 Authorized Signature/Title ROBERT E. HOLLAND, VICE PRES. • • 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 Whom Performed (Detail) Person to Contact SULLY - MILLER CONTRACTING COMPANY Cad R uthorized Signature /Title ROBERT E. HOLLAND, VICE PRES. • 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 Lit 2 G "4 Authorized Signature/Title ROBERT E. HOLLAND. VICE PRES. Project Elprrlence hb! ^ it" Value of York Tear iM.e of York Parfor.eJ . � Lw.tlen or York Per Mhw Performed 12131174 Artng, Onlna {e, 6 Yell. 614,756 L. A. Kmrtvr Los Angeles IWrhor Department ' Street Impmvcmcnt 792,919 Orange C...ty City of Cosm Ncsa • Simi Improvement 773,599 OMAR. Count Y Ci r Of Ceuta • • I w Sat fI4,166 Orange County Orana Sanitation County Sant ration District Pipeline '3.664,$69 L. A. Cuuncy Iletropolltan Water District • Pipeline 2.2SS,473 L. A. County RVtropolltnn rater District • astow.ter Reclam. Pit. 2,94S.O40 pal. Desert Coachella Valley Co. rater Riot. • Pumping Plant 1,641,966 harblossa. of • Sovet 1.676,938 Los An elms R Los Angelis City aE Los Mgelea City • Stets Drava 1.019,452 ounty L. A. County Flood Control Dist. • pits. - Control pigs. 1.269 347 Rem County TAM Penn County Mater Agency • Dist Olsttlb. Canal 6 Reservoirs 1,330,617 Rem County 6.eto Water District • Voter Disrrib. Systrr 1,042,227 base*. California Buttotwillw Improvement • Voter Line 1,022,490 pueblo, Colorado Pueblo West metro. Disc, 6 NCCu���rph • Pipeline Extension 646,116 San Jacinto racer 32/SIM Stan Drain 5.074,615 Glendale L. A. Co. Fl L. A. Co, Flood Co ntrol Dis DLStziet • interceptor Sever Lino' 1.313.553 Carden Grove Orange Co, Sanitation Sanitation • Water Treatment Plant 2,699,359 Bakersfield Amen Co, Water Agency • 7 Pap Pits. - 7 Con. Bldg$. 2,129.636 Bakersfield Carta Co, Water Agency • Paste Mir. Reelam. Plane 2,017,448 Pala Desert -Caachella Valley Water District • Stan Drain 1.335,215 Manhattan beach L- A. Co. Flood Control District • Voter Distribution Systems 1,019.443 MASCO ' SMtonrillw Improvement District • Stan Drain Pipe 1 box 967,669 Riverside 5iverside Co. Flood Control District • New Roadway 930,OSS Irvine U& Irvine Company • Pumping Plant Ind Discharge 907,188 purblum Supt. Water Resources - St.of Calif. • Storm Drain 537,352 Orange 140 !trine Company • Uanauts- OLSeharge pipelines 742,404 Bakersfield Sent County Water Agency • Street Improvements 736.785 Wilmington City of Los Angeles • street Construction 729.572 cos Angeles L. A. Harbor Department • law. Cone. Boa Culvert 709.629 Escondido City of Escondido ' WA/76 Mp plants - Control Buildings 9,182,104 gem County sun County Water Agency Stun Drain 5,064,796 Antelope Valley 6Atslope Vallty-E. Ben Water Agency • Intercepter Serer 4. 317,614 Denver. Colorado Moue. Delver Sewage Disp. District • • 3.364.084 Cucamonga of An bet, y, Cotes of Engineers Votacliae) . 2.099.209 Alma, tau of Reclamation Tea - New Denlopa ®t 1.136,137 Align Hills Hills Ibreland Development Company l Storga Drain 1,096,695 en Phoenix, Arizoina City of Phoenix Sion Drain 00 2.0,665 Irvine 9e Irvine Company Street widening L58.64D Los Angeles L. A. Community Redev. Agency • street Widening 726,947 C/o Simi Valley, G C/O Simi Valley • Renovation Plant •Inter. Serer 723.222 Los Angeles County L. A, County Sanitation District g2 All Improvements 659,742 Sroa Hall - urea, G Maut Co. • street improvements 617,675 Duarte, CA CPC DuastCus' • • street Improvements Interceptor Sewer 607,124 579.627 Ion g BeacA Denver L A. Count? Road Departmene W33/77 Sewer Donner, Colorado Irvine Ranch Water District Ibtro. Denver Sewage Di3p. District - ' ' ►"''• Sears rain Stop Drains, Water floes 5,657,113 5,!01,116 Irvine, G 1b. Inane Assessment District Tracts - Now Development 5,363,263 Aliso Kills, G Ibniand Derclo Dent Co. • smacm ieve t,I61.117 Cambria. u county San lira Obispo • • s iron Walls 2,338,575 2.316.945 Pits, G Phoenix, Arituma Lek* County �• of Ph Sanitation District City Phoenix ►ipe Liner Steams. Park - We 2,057,790 1.751,917 Ina,tt, G Stec, U b. California lo Edison Company • wavalmp. {trouts, Curbs, Sidewalks 11610.911 Irvine, G Ibroland Devlopment Company b. Irvine kssessuenr Co. VocorlinOS Pumping SLati0ns 1,289,919 1.110,167 "Waterer, U Valley Center, Sboterey County • • Voter Lifts or L 1.085.656 G Redwood Valle G Y. Valley Center Maicipal rater Dlstz. 10d.mod YQI,, County Water'Dlstr. •, Channel $ton Drains 1.079,460 Cucamonga, G U. S. Army Corps of Engineers • Card Improvements 529,962 912,195 Irvine, G Lost Kills. G o0istric 11.31 -A Waterlines _ - 2.546,977 _ _ _ _ NoRt0rey. G. lost Hills Water NtOteroy County -- • St Run to. Curbs, Sid evalks 2,isl.S3$ Irvine, G. Mo. Irvine Assessment District • Stan Drains, uterlines 2,166,572 Irvin, G. b. Irvine Assessment District • Business Park 1.902,819 Best. G. Moreland Development Company • 4mWay Improvements 1.772.018 tang Beach. G. toms teach Airport • Sraets Now Development 1.710.614 Laguna Hills, G. 8brelaitd Development Company ompany y S•••n 1.473,414 Cambria, G. County of San Luis Obispo • Street Improvements 1.213,965 Carden Grove. CA. City of Carden Crave , • sever Lines 1.069.307 DIM Point, CA. 0.3. Government Sierra Ocean Outfall • Sager Lines 498.913 Redwood Valley, G. Rmdrood Valley County Water District • Street Improvements 575,940 Cerritos, U. City Of Cerritos • Street Improver ants 803,842 Vonmia, G. City of Honrorla • Stnet Improvements 763,023 AuRtington Beach. U. city of Huntington Park • Parking Let Improvements 706,639 Carden Grove, G. City of Carden Grove • • Farting Lot Improvements 618.$31 """ Beach, G• trim Company Approximately 2.1Mn.3.Onn InJL,ldml ly anw of tan.tructlon projects are completed annually. Me experience list above represents �., ,. �• �T the significant Prolect, completed during the e.pecure P. rloJ• ^ —_l_ • • 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 bef re me this 15 day of On'-. , 19 -. My commission expires: SULLY - MILLER CONTRACTING COMPANY Bidder Authorized Signature /Title ROBERT E. HOLLAND, VICE PRES. Nocary Public ,� OFFICIAL SEAL REBECCA A. WHALEN NOTARY PUBLIC-CALIFORNIA PRINCIPAL OFFICE IN ORANGE COUNTY My Commission Expires Mar. 16, 1984 Page 4 BIDDER'S BOND BOND NO. 766046 (9722) PREMIUM: INCLUDED IN BBSU KNOW ALL MEN BY THESE PRESENTS, That we, Sully- Miller Contracting Company , as bidder, and Seaboard Surety Company , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of the Total Amount of the Bid in- -Dollars ($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 Resurface Newport Center Drive - 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 15th day of October 1981 , ' SULLY— MILLER CONTRACTING COMPANY Bidder (Attach acknowledgement of Attorney -in -Fact) BY Authorized Signature /Title FRANK E. HOLLAND, ASST. SECRETARY SEABOARD SURETY COMPANY Surety By J. AITHAMER, Title A nBhMV-TN_rACT q) CS >1 En 4j. al (1) Lr) i 9z �4 P4 0 0 44 r. 4 m ju El Z 0 E� U2 (u (� CS 9z ju U2 (u (l ( co Z ; §(j ca r 0 pq 'g cd { 2= � / } \ 6 - / \\ l} §® , El u 0� 2 , \ � oll= -e 2 aaa< - }/ n77 #& § & P�u { . Oober 26, 1981 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: RESURFACE NEWPORT CENTER DRIVE, C -2282 RECOMMENDATIONS: CITY COUNCIL AGENDA ITEM NO. r— -oV (1 I ZM MIAMI ►iD �r By 69 CITY COUNCIL CITY OF NEWPORT AACh 1. Adopt a resolution awarding Contract No. 2282 to Sully- ' Miller Contracting Company for $138,030.00, and authori- zing the Mayor and the City Clerk to execute the contract. 2. Authorize an extension of the contract time of completion to January 31, 1981. DISCUSSION: The following bids were opened and read in the office of the City Clerk at 11:00 A. M. on October 15, 1981: Bidder Amount Bid 1. Sully- Miller Contracting Co. $ 138,030.00 2. All- American Asphalt 146,809.50 3. Vernon Paving Co. 154,690.00 4. Griffith Co. 155,131.00 5. R. J. Noble Co. 164,285.00 The low bid is 8.0% lower than the Engineer's estimate of $150,000. This project provides for an asphaltic concrete overlay of the existing A. C. pavement on Newport Center Drive (Ring Road). Also included in the project is miscellaneous patching and traffic striping. The improve- ments will provide a smooth - riding surface and lengthen the life of the ex- isting pavement. The location is shown on the attached sketch. Sully - Miller Contracting Company is a well - qualified paving contractor who has successfully completed similar work for the City. Sufficient funds have been provided in the 1981 -82 budget under Account Number 02- 3397 -227. The plans and specifications were prepared by the Public Works Department. The original contract date of completion is November 22, 1981. As a result of discussions with the Fashion Island Merchants' Association, it is recommended that the date of completion be extended to January 31, 1982 so the work can be� performed after the Christmas shopping season. Benjamin B. Nolan Public Works Department BBN:rb Att. Certified Copy 6SI lo"mD 0 )-%1[' l- No. 7277 NEW YORK, NEW Yonx POWER OF ATTORNEY KNOW ALL MEN d3Y THESE PRESENTS: That SEABOARD SURETY COMPANY, a corporation of the State of New York, has made, constituted and appointed and by these presents does make, constitute and appoint J. H.• Caithamer- i of Long Beach, California its trite and lawful Attorney -in -Fact, to make, execute and deliver on its behalf insurance policies, surety bonds, under- takings and other instruments of similar nature as follows: Unlimited in amount, but restricted to bonds for Sully- Miller Contracting Company and /or Southern Pacific Milling Company, Inc. and /or South Coast Asphalt Products Company, inc. Such insurance policies, surety bonds, undertakings and instruments for said purposes, when duly executed by the aforesaid Attorney -in -Fact, shall be binding upon the said Company as fully and to the same extent as if signed by the duly authorized officers of the Company and sealed with its corporate seal; and all the acts of said Attorney- inFact, pursuant to the authority hereby given, are hereby ratified and confirmed. This appointment is made pursuant to the following By -Laws which were duly adopted by the Board of Directors of the said Com- pany,on December 8th, 1927, with Amendments to and including April 6, 1978 and are still in full force and effect: ARTICLE VII, SECTION 1: "Policies, bonds, recognizances, stipulations, consents of surety, underwriting undertakings and instruments relating thereto. Insurance policies, bonds, recognizances, stipulations, consents of surety and underwriting undertakings of the Company, and releases, agreements and other writings relating in any way thereto or to any claim or loss thereunder, shall be signed in the name and on behalf of the Company (a) by the Chairman of the Board, the President, a Vice President or a Resident Vice President and by the Secretary, an Assistant Secretary. a Resident Secretary or a Resident Assistant Secretary; or (b) by an Attorney -in -Fact for the Company appointed and authorized by the Chair- man of the Board, the President or a Vice President to make such signature; or (c) by such other officers or representatives as the Board may from time to time determine. The seal of the Company shall if appropriate be affixed thereto by any such officer, Attorney -in -Fact or representative." IN WITNESS WHEREOF, SEABOARD SURETY COMPANY has caused these presents to be signed by one of its Vice - Presidents, and its 4orgorate seal to be hereunto affixed and duly attested by one of its Assistant Secretaries, this ...... Pth......... day of ......... Decem . ............................... 19....73 Attest: SEABOARD SURETY COMPANY, (Seal) Karen.Hayes By W. S. Wehrell .................... ............................... .... _...................................................................................... Assistant Secretary Via - President STATE OF NEW YORK COUNTY OF NEW YORK ss.: On this .......27th day of ............... December ......................... ............................. 19....73.., before me personally appeared W. s. Wehrrell "' ......................................................................................:... ............................... a Vice - President of SEABOARD SURETY COMPANY, with whom I am personally acquainted, who, being by me duly sworn• said that he resides in the State of ....... ........: that he is a Vice - President of SEABOARD SURETY COMPANY, the corporation described in and which executed the fore- going instrument; that he knows the corporate seal of the said Companv; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto as Vice - President of said Company by like authority. State of New York, No. 24- 7104540 Qualified in Kings County Certificate filed in New York County (Seal) Commission Expires March 30, 1980 Violet Johnson.. ............................. ............................... Notary Public C E R T I F I C A T E I, the undersigned Assistant Secretary of SEABOARD SURETY COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this Certificate and I do further certify that the Vice President who executed the said Power of Attorney was one of the Officers authorized by the Board of Directors to appoint an attorney -in -fact as provided in Article VII, Section I, of the By -Laws of SEABOARD SURETY COMPANY. This Certificate may be signed and sealed by facsimile under and by authority of the following resolution of the Board of Directors of SEA- BOARD SURETY COMPANY at a meeting duly called and held on the 28th day of June 1978. "RESOLVED: (2) That the use of a printed facsimile of the corporate seal of the company and of the signature of an Assistant Secretary on any certification of the correctness of a copy of an instrument executed by the President or a Vice - President pursuant to Article VIL Section 1, of the By -Laws appointing and authorizing an attorney -in -fact to sign in the name and on behalf of the company surety bonds, underwriting undertakings or other instruments described in said Article VII, Section 1, with like effect as if such seal and such signature had been manually affixed and made, hereby is authorized and approved." IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal of the Company to these presents this ......... .............15th.............. day of .............................. OCTOBER .......................... 19..$.1...... �SUNEIyC�'j. Assist, Secretary W; 1927 z Y" gn Oto,. r.-rel 9p. { A 1 P }2 1l .AC If Ic vlfw. MFMO /�. RARE � 0 VICINITY MAP i� 114 0 114 I/2 314 1 GRAPHIC SCALE IN MILES ...D. STA.26 +35.0 STA41 +300 0 � � C IE i �y N.C.D.W. a IV/COZ46 I a NEwp�RT =_ . E.26. N.C.q f Q BogouP' „! 541v W541v Q WAY. CP�`l. HQ TO S TA. 15t19.54,> ill %ER N.C.D. W. t w oRO`" STA. 7 +20.00 STA.61 +3 0 v V, 1 N.C. D. W. k ? o �N.C.D.E.� 1 W X23 a SACKWQI3D FOREWARD '� 8 v' } STA.OtOO.00 RING ROAD= F\� s, FA. P84.58 STA.20t00.00 N.C.D. �\ 10� y\\ F�R,t. coAgr viNc CLUB `\ .o�Nra✓ ��L F \2`� STA.29 +23.74 N.C.D. `J\ LOCATION MAP STA.42 +26.28 N.C.D. \A SCALEa IK2$00' 0 1 �293 COASY �ASr 7 oP ± AREA TO BE RESURFACED 9-00 CITY OF NEWPORT BEACH DRAwN DATE • VWSL�IC WORKS DEPARTMENT AQPROVeD REdtlRfRCE PUBLIC WORKS /NEWPORT CENTER bR/VE C -zaaZ DRAWING NO. zmWsa /T • THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.F.) 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: .......September 30.; 1981 ............. I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Newport each, California, this 3O day of SeptenAr 1981 �L Mk, ,1.! v....... . Signature THE NEWPORT ENSIGN 2721 E. Coast Hwy., Corona del Mar, California 92625. •-0 34Y e -,22Yv This space is for the County Clerk's Filing Stamp A PUBLIC NOTICE Proof of Publication of INVITING BIDS # 2282 PROOF OF PUBLICATION Sealed bid. m.r he —1-d a ti"' cUi el the city Cie.. 3300 N83 rt Blvd„ New9.n Beech, CA 11 e.m, w thi I% der. of Octher, 1981, it with. Umt, wch bid. -h.B h. oESURpACJ NZ WORT NYWPDXT CBNTBB M- S/ 9 U E RESOLUTION NO. I I O'-I q 6 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT (NO. 2282) TO SULLY MILLER CONTRACTING CO. OF ORANGE, CALIFORNIA, IN CONNECTION WITH RESURFACING NEWPORT CENTER DRIVE AND EXTENDING THE CONTRACT TIME OF COMPLETION DATE TO JANUARY 31, 1982 WHEREAS, pursuant to the notice inviting bids for work in connection with the resurfacing of Newport Center Drive and with the plans and specifications heretofore adopted, bids were received on the 15th day of October, 1981 at 11.00 a.m., and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is SULLY - MILLER CONTRACTING COMPANY; and WHEREAS, the original contract date of completion is November 22, 1981. As a result of discussions with the Fashion Island Merchants' Association, it is recommended that the date of completion be extended to January 31, 1982 so the work can be performed after the Christmas shopping season. 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 $138,030.00 be accepted, and that the contract for the described work (Contract No. 2282) be awarded to said bidder; and BE IT FURTHER RESOLVED that the date of completion is extended to January 31, 1982; and BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute said contract in accordance with the specifications, bid and this award, on behalf of the City of Newport Beach, and that the City C,leik be directed to furnish an executed copy to the successful bidder. nn , S�� 28 1981 September 28, 1981 HY the CITY C.OUNCIE ITEM NO.NCI�AG A CITY. OF NAT 044K TO: CITY COUNCIL FROM: Public Works Department SUBJECT: RESURFACE NEWPORT CENTER DRIVE, C4282 RECOMMENDATIONS: 1. Approve the plans and specifications for this project. 2. Authorize the City Clerk to advertise for bids to be opened at 11:00 A.M. on October 15, 1981. DISCUSSION: This project provides for an asphaltic concrete overlay of the existing A.C. pavement on Newport Center Drive (Ring Road). Also included in the project is miscellaneous patching and reconstruction. The improvements will provide a smooth- riding surface and lengthen the life of the existing pavement. Because of weekday traffic, placement of overlay will be scheduled on weekends only. The work is scheduled to be completed by November 22, 1981. The Engineer's estimate for the work is $150,000. Suf- ficient funds have been provided in the 1981 -82 budget under Account Number 02- 3397 -227. Plans and specifications were prepared by the Public Works Department. A location sketch is attached for reference. Benjamin B. Nolan Public Works Director GW: j d Att. v SA r y d r y. NrPd rACl/IC vltw. MHOR1.{ PARK , { 140A \ 3IAN0 VICINITY MAP 4. t� \ GRAPHIC SCAIF IN MILES n STA. 34 +43.02 IlIZI o� STA.41 t 30.0 , ..D IE �. STA.26 +35.00 , C i y N.C.D.W. ' Q AM,v�coLO_s I a o°��F\ Z \a �< "' -- TAR + NEwpoRt N.C.D. E. �. s T4� o 5OV ^oa.r. ro WN . r % • / A.15 +19 "54/ �' ��E` ?11 {.• 'r z � ST E,NrER �s 3 +00. N.C.D. W. NO- �• " v %N. C.D.E. STA. 7 +20.00 ��� Z STA. 61 +3� 0 N.C.D. W. " P Y��N.C.D.E. FOREWARD N �& BACK RD ST.4.Ot00.00 RING ROAD= ��\ IS A.6� 84.,58 STA. 20+00.00 N "C "D. CoA5T RV /NC✓ CHUB - o�NrR % � STA. 29+ 23.74 N.C.D. \ "` LOCATION MAP STA.42+26.28 N.C.D. A SCALE 1'=800' a SS �COF75T . �� �;1 nivaJsro ov } AREA TO BE RESURFACED DOpvE 1 E.a.., ,; c ✓Ira o.�. CITY OF NEWPORT BEACH DRAW" DATE PUBLIC WORKS DEPARTMENT APPROVED REd!/RfACf PUBLIC WORKS NEWPORT CENTfR DR/Yf C -Z2A2 DRAWING No. fgN/s /T. i_